Loading...
HomeMy WebLinkAboutContract 31656 AMENDMENT TO ENGINEERING CONTRACT STATE OF TEXAS § CITY SECRETARY COUNTY OF TARRANT / I § Contract No. UL WHEREAS, the City of Fort Worth (City) and Chiang, Patel & Yerby, Inc. (Engineer) made and entered into City Secretary Contract No. 30551 (the "Contract"), which was authorized by the City Council by M&C C-20260 on the 7th day of September, 2004; and WHEREAS, the Contract involves engineering services for the following project: Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacement Winnie Street (Dallas to S. Hampshire) and Langston Street (Strong to Burton) WHEREAS, it has become necessary to execute Amendment No. 2 to said Contract to include an increased scope of work and revised maximum 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, Section I of the Contract is amended to include the additional engineering services specified in a proposal letter dated March 22, 2005, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer is$12,347.48. 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of$103,086.34. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. Amendment No.2 Page-1lf '1. 1.; 22/2005 Contract No.30551 n EXECUTED on this the day of r) , 2005, in Fort Worth, Tarrant County, Texas. APPROVAL RECOMMENDED: CITY OF FORT WORTH By: A. Douglas Rademaker, PE I�„� Marc A. Ott Director, Engineering Department r, Assistant City Manager APPROVED AS TO FORM AND L ALITY: ssis t dity Attorney ATTEST: ENGINEER Chiang, Patel & Yerby, Inc. By. 4'21.e y . William E. Carroll, PE Vice President Attested By: -M"�h 4kk�� warty Hendrik City Secretary , _ract AU hor ' zation J` Amendment No.2 Page-2r y ^�• a'" 3/22/2005 Contract No.30551 Partners for a Better Quality of Life $M March 22, 2005 Mr. Cannon R. Henry, PE Engineering Department City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102-6311 RE: Amendment No. 2 Engineering Design Services Associated With Street Reconstruction, Water and Sanitary Sewer Replacement Winnie Street (Dallas to S. Hampshire) and Langston Street (Strong to Burton) Contract No. 8 Project No. 00021 CPBY Project No. CFW0437 Dear Mr. Henry: The enclosed proposed Amendment No. 2 for the Capital Improvements Program for the City of Fort Worth Engineering Department adds additional task items required to design changes to the sanitary sewer lines in the Langston Street area. BASIC SERVICES TASK ITEMS Proposed design changes make the task descriptions included in Amendment No. 1 obsolete,- therefore, the basic services task items included herein supersede the task items included in Amendment No. 1. Compensation for task items in this amendment include the fee already approved in Amendment No. 1 plus the additional fee contained herein_ Project Description As part of the City's continuing effort to relocate sewer lines currently constructed between residential buildings, the City has requested that CPBY abandon sewer L-4509 from Station 0+00 to Station 1+48. The City has also determined that age, line breaks, and clogging issues in M-191 between Station 99+58 to approximately Station 109+22 has resulted in poor service line draining for homes on the east side of Langston. The City proposes relocating M-191 onto Langston as generally described in the following task items. Relocating M-191 into Langston Street also requires rerouting all service lines for homes on the east side of Langston Street. SCOPE OF SERVICES Project Tasks As part of the professional services required to complete this project, the Engineer will perform the following tasks: Chiang, a e er y, Inc. M:ICFVAW>RWECTMANAGDAENTCONTRACTAMENDMENT 1WdENDMENT 1 A LETTER DOCWFGWN 15100 Trinity Blvd„Suite 200 Fort Worth,Texas 76155 817.354.0189-817.540.4220 metro•817.354.4935 fax www.cpyi.com Mr. Cannon R. Henry, PE March 22, 2005 Page 2 Task 1. Additional Surveying 1.1 Engineer will subcontract Gorrondona & Associates, Inc. to perform additional surveying services necessary to complete this work. Additional surveying tasks are provided in the following items. 1.2 Research property owners and obtain copies of subdivision plats and ownership deeds. 1.3 Locate property corners and establish property lines and existing right-of-way lines. Prepare a right-of-way map of the existing right-of-way showing lot numbers, ownership with recording information, and all of the parcels of land affected by the project. 1.4 Establish vertical control for the project from existing City of Fort Worth control. Establish three (3) benchmarks for each street survey. The horizontal control shall be assumed with a detailed description being given for each control point. 1.5 Provide a topographic survey along the following: a) Strong Street from the intersection with Langston Street to the creek, b) Burton Street from the intersection with Langston Street to the creek and b) all the lots on the east side of Langston Street. The topographic survey shall include, but not limited to, locating all existing features such as water valves, curb and gutter, asphalt, sidewalks, medians, fences, driveways, storm and sewer manholes, house and building corners, horizontal and vertical alignment of visible utility lines, sanitary sewer cleanouts in back of the existing houses, tree lines or trees 6" and larger, tops and toes of slope, power poles, mailboxes, signs, telephone risers, and other visible features. 1.6 Public notification shall be in accordance with Exhibit A-1 of the original contract. Task 2. Design Changes 2.1 Engineer will incorporate changes in the sewer design into the Preliminary Construction Plan and Final Construction Plan submittals stipulated in the original contract. Design changes will include the tasks described in the following items. 2.2 Abandon L-4509 from Station 0+00 to 1+48 and fill the abandoned pipe with grout. 2.3 Abandon existing M-191 from Station 99+58 to Station 109+22 and fill the abandoned pipe with grout. 2.4 Design a new 15-inch pipe for M-191 with the following route. • Beginning at Station 99+58, replace existing L-4508 in Burton Street to a new manhole at the intersection of Burton Street and Langston Streit. : M:%CFW043`7lPROJECT MANAGEMENMCONTRACDAMENDMENT 1\AMENDMENT 1 r0 LETTER DOC\MFGXKN Partners for a Better Quality of Life C NyJ Mr. Cannon R. Henry, PE March 22, 2005 Page 3 • From the new manhole, the pipeline will travel north in Langston Street generally following the existing routes of the L-4509 and L-4512 to Station 0+94 of L-4512. • From Station 0+94 of L-4512, the pipeline will travel east and connect to existing M-191 at approximately Station 109+22. 2.5 Repair paving in Strong Street and Burton Street. COMPENSATION For engineering services under this amendment, the "City" shall pay the "Engineer" a lump sum fee of$12,347.48. This fee is in addition to the fee for Amendment No. 1. The SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) schedule that was provided in the original contract was revised to include additional costs required to perform these additional services. This revised schedule is provided in Exhibit A. SCHEDULE To complete the additional surveying and design work, an additional 90 days shall be added to the design schedule. Please contact me if you have any questions or comments concerning this proposed amendment. Sincerely, William E. Carroll, PE Vice President WEC/mfg/kn Enclosures cc: Michael F.Graves, PE CFW0437-Contract MACFW043TPROJECT MANAGEMEN RCONTRACTWMENDMENT 1\AMENDMENT 1 r0 LETTER.DOC\MFGW4 _ Partners for a Better Quality of life OMP EXHIBIT A: REVISED SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Water Sewer Paving Total Description Engineering $� $62,841.70Design $9,817.03 $37,393.36 $27,178.79 $74,389.18 Additional $3,059.11 $3,111.43 $10,713.62 $16,884.16 Services Surveying $3,849. $11g�. g Services $2,090.50 $5,073.00 ' $4,649.50 $11,813.00 Total Q�''�z4 $@C),738.86 $14,966.64 $53,179.98 $34,939.72 $103,086.34 B. BREAKDOWN OF WATER, SEWER AND PAVING FEES (LESS SURVEY FEES) 1. Total Water Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) = (Total Water Fee—Water Survey Fee) X (0.3) $3,862.84 b. Preliminary (60%) = (Total Water Fee —Water Survey Fee) X (0.6)$7,725.69 c. Final (10%) = (Total Water Fee—Water Survey Fee) X (0.1) $1,287.61 2. Total Sewer Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) = (Total Sewer Fee —Sewer Survey Fee) X (0.3) $5Wv 622.882 $9,087.06 b. Preliminary (60%) = (Total Sewer Fee—Sewer Survey Fee) X (0.6) $41,24 64 $18,174.13 c. Final (10%) = (Total Sewer Fee —Sewer Survey Fee) X (0.1) $1�T $3,029.02 3. Total Paving Fee (less survey fee) Breakdown by Concept, Preliminary and Final Design a. Concept (30%) = (Total Paving Fee —Paving Survey Fee) X (0.3) $14,432.09 b. Preliminary (60%) = (Total Paving Fee— Paving Survey Fee) X (0.6)$28,864.18 c. Final (10%) = (Total Paving Fee — Paving Survey Fee) X (0.1) $4,810.70 Amendment No.2 Page 1 March 22,2005 Contract No. 30551 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/7/2004 DATE: Tuesday, September 07, 2004 LOG NAME: 30CIPWINNIE REFERENCE NO.: **C-20260 SUBJECT: Engineering Agreement with Chiang, Patel & Yerby, Inc. for DOE Project No. 4574 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Chiang, Patel & Yerby, Inc. for DOE Project No. 4574. DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for DOE Project No. 4574. DOE Project No. 4574 consists of pavement reconstruction of Winnie Street (Dallas Avenue to South Hampshire Boulevard) and Langston Street (Strong Avenue to Burton Avenue). The engineering agreement is for the preparation of plans and specifications for pavement reconstruction and water and sanitary sewer main replacement for the above identified streets. Chiang, Patel & Yerby, Inc. proposes to perform the necessary design work for a lump sum fee of $83,092.49. City staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $12,126 (water: $2,783, sewer: $2,833, and streets: $6,510) is required for project management by the Engineering Department. Chiang, Patel & Yerby, Inc. is in compliance with the City's M/WBE Ordinance by committing to 25% M/WBE participation. The City's goal on the project is 19%. This project is located in COUNCIL DISTRICT 5, Mapsco 79G, L and S. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvement Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P264 531200 605170002131 13b62.84 P264 531200 605170002132 $7,725.69 P264 531200 605170002133 $1,287.61 P264 531200 605170002151 $2.090.50 P274 531200 705170002131 $3,928.91 P274 531200 705170002132 $7,857.83 Logname: 30CIPWINNIE Page 1 of 2 P274 531200 705170002133 $1,309.64 P274 531200 705170002151 $1,849.50 C200 531200 205400002131 114,432-Q9 C200 531200 205400002132 $28,864.18 C200 531200 205400002133 $4,810.70 C200 531200 205400002151 5 073.00 Submitted for Ci Mana er's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) Logname: 30CIPVv'MIE Page 2 of 2