Loading...
HomeMy WebLinkAboutContract 35734 AMENDMENT NO. 3 STATE OF TEXAS S CITY SECRETARY CONTRACT NO.a (M&C Required) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and TranSystems Corporation dba TranSystems Corporation Consultants, (Engineer) made and entered into City Secretary Contract No. 31696, (the Contract) which was authorized by the City Council by M&C C-20631 on the 5t' day of April, 2005 and subsequently revised by two previous amendments; and WHEREAS, the Contract involves engineering services for the following project: Water and Sanitary Sewer Replacement for SH-121T (Southwest Parkway) , Part .from Hule Street to Summit Avenue. 1 �i„�a {. WHEREAS, it has become necessary to execute Amendment No. 3 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, of the Contract is amended to include the addition- al engineering services specified in M&C C-22335, adopted by the City Council on the 14th day of August, 2007, and further amplified in a proposal letter dated June 21, 2007, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $130,476.00. 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 s'rtal1 not exceed the sum of $929,020.00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the 4�) day of 2007, in Fort Worth, Tarrant County, Texas. ATTEST: Contra i.,AVIt.hori zatio;I Marty HendrixCl City Secretary Dace APPROVAL RECO14 ENDED: AP D• ��� � Y71� A. Douglas Rademaker, P.E. I-Mrc A. Ot Director, Department of Assistant City Manager Engineering TranSystems Corporation d/b/a Trans stems ra on Consultants Engineer By: Name:Raul Pena III, P.E. , Principal 500 W. 7t:' Street, Suite 600 Fort Worth, TX 76102 APP D AS T� AND LEGALI,.TY: L � j Assi Ci Attorne -2- A _= TranSystems Bank of America Building 500 West Seventh Street,Suite 1100 Fort Worth,TX 76102 Main 8173398950 Fax 817 336 2247 %%m v.transystems.com Liam Conlon, Project Manager Department of Engineering City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102-6311 RE: Amendment 3 of SH 121T,Part 1 Water and Sewer Relocations City Project No.00203,D.O.E.4855 Date:6121107 Dear Mr.Conlon, TranSystems appreciates the opportunity to provide additional services with respect to the above referenced project. We have prepared this amendment request for services regarding engineering,surveying, reproduction, geotechnical investigations, and additional NTTA coordination meetings. Below is an itemized breakout of these services for your review. 1. Beckham Place 12"Water Line • Plans and specifications were 100%complete at the time the proposed Lump Sum $4,000 line was require to move. The original alignment was deemed unacceptable when land changed from public right-of-way to private property. It was determined that the proposed line could replace the existing 6"water line between Mistletoe Blvd.and 12w Ave.(approx.550 If).Engineering includes redesign of previously designed water main sheets(2)along Mistletoe Blvd. and developing plans and specification for the proposed line along Beckham Place. • Topographic Survey Lump Sum $1,500 • Research property owners,right-of-way and utilities Lump Sum $ 500 2. Plans and Specification Reproduction • Original contract included reproduction for one bid set with three units. Lump Sum $5,700 TranSystems has been directed to prepare 5 bid sets. These sets are divided into the following areas:University Dr.vicinity,Stonegate Blvd. vicinity,Forest Park Blvd.vicinity,proposed 11th St.sewer and M-62 relocation,and Brooklyn Hts,Vicinity with M-133 improvements.TSC will submit 3 bid packages and prepare 2 bid packages with another consultant. Cost is based on two additional bid sets(spec.books) at$50 each(57 total copies per bid set for preliminary,90%and final submittals). There will be no additional fee for a project that is jointly designed and is reproduced by another Consultant. 3. Sewer Main 133 Realignment(approx.8001-F)to Vickery Blvd.and Landers Ave. • Alignment study Lump Sum $4,200 M-133 had previously been surveyed and studied to be located along Montgomery St.and Rutledge St. Due to costs of obtaining an easement and a large storm sewer that conflicts with M-133,the alignment is being relocated. This realignment requires a study that reviews the existing utilities and amendment3 062107.doc 1 G+^ ? V, w r�, 10niffl, TEX. proposed alternatives,meetings with Fort Worth and a site visit.(Note:The sewer design fee was included in a previous amendment) • Topographic Survey Lump Sum $2,500 • Research property owners,right-of-way and utilities Lump Sum $ 500 4. Additional NTTA Meetings • TranSystems is meetings with NTTA Utility Consultant once a month Lump Sum $7,980 (3 hrs each). TSC already attends a general NTTA meeting with the GEC once a month. This item includes 16 additional meetings with a new NTTA entity,'Utility Consultant",in the design phase. • The number of meetings with the Irrigation Consultant and landscape Lump Sum $4,380 Consultant has increased in the design phase. The original estimate was 16 hours for a project manager. The irrigation consultant meetings are estimated to increase the fee by an additional meeting once a month for 8 months(3 hrs each with preparation). • Meet with NTTA and TxDOT during SH 121T construction phase once a Lump Sum $24,720 month for 4 years. A meeting is estimated to last 3 hours including general preparation time. • Meet with Fort Worth during the SH121T construction phase(once a Lump Sum $16,480 month for 4 years at 2 hours each). 5. United States Corp of Engineers(USACE)Specifications The Corps of Engineers requires that all shop drawings and construction activities must be approved by the local sponsor(TRWD)and USAGE. TranSystems proposes to develop bid documents and review the shop drawing as directed by USAGE and Fort Worth. • TranSystems shall met with USAGE and TRWD twice to discuss their Lump Sum $3,150 requirements. TranSystems will develop project exhibits for USAGE,draft specifications,supply copies of all Fort Worth specifications to inform USAGE of the requirements of Fort Worth Water Dept,projects,research the Clear Fork channel for the proposed water line pipe bore,obtain and review NTTA soil borings logs,and review location of additional soil boring along the alignment. • TranSystems shalt review USAGE design criteria SWP-1150,meeting Lump Sum $6,000 notes and draft USAGE Horizonal Drilling Guidelines to develop an all inclusive specification for the Contractor. The specification shall provide: 1.list of shop drawings(products,construction activities,and requirements for ROW access,safety,quality control,and coordination) 2. shop drawing schedule for agency review and Contractor submittal,and 3.an example of Other than Open Cut grouting specifications. • TranSystems shall meet with 3 Contractors to discuss acceptance/comments Lump Sum $ 600 regarding the proposed specifications. 6. Shop drawing review • Assisting another consultant(KHA)with reviewing shop drawing submittals Lump Sum $Z400 and coordinating with the City(University Dr.Water Line) • Review the Stonegate 42"water line shop drawing submittals. Lump Sum $7,270 This includes coordinating the approval of submittals with TRWD and USAGE,reviewing Contractors'engineering design submittals for completeness(project quality control)...),and construction request of information. See subconsultant section of the proposal for more shop drawing review items. 7. University Dr.Water Lines Relocation • TranSystems will study the realignment of proposed water lines in the University Lump Sum $4,960 Dr.and Vickery Blvd.intersection. The proposed water lines were approved by NTTA and bid. These lines require relocation due to NTTA plans to install amendment3 062107.doc 2pi4 �ti t terraced planting beds and associated retaining wall over the water line. The retaining wall was originally proposed as a vertical wall that allowed the water lines to be placed 20 feet from the bridge face.Fee includes studying 5 alternatives,determining advantages and disadvantages,coordinating with NTTA to obtain the segment engineers plans and comments,and coordinating with the City for updates on current water line construction. • Redesiq water line(3 sheets),meet with contractor and review sequencing. Lump Sum $3,360 • Meet with TxDOT,NTTA and Fort Worth (8 at 3 hrs each with preparation) Lump Sum $3,600 • TxDOT Permit Application will require a formal letter,a revise permit Lump Sum $2,000 submittal with two modified traffic control sheets for the new alignment,and a TPW review meeting. 8. Additional Project Items • Attend public meetings for 3 additional projects(Original contract included 2) Lump Sum $2,920 These additional meeting require advance preparation,review of plans, preparation of exhibits,meeting agendas and meetings notes. • Attend 4 additional Preconstruction Meetings(2 hrs each with preparation) Lump Sum $1,200 The Original Contract had one project. • TranSystems submitted additional full size Overall Project Exhibits and Maps Lump Sum $1,500 (10)and will supply future full size exhibits or maps(estimate 10). • Develop spec.book documents for 3 additional projects Lump Sum $1,200 Subtotal $112,620 Subconsultants 1. Hulen Street 42"Water Line Geotechnical Services(see attachment) • Soil Corrosively testing Lump Sum $ 900 2. Union Pacific RR 12"Water Line along Kimzey(see attachment,MWBE) • Plans and specifications for requested oversized water meter vault. Lump Sum $3,000 3. Soil borings for Forest Park,Mistletoe,Beckham(see attachment) Lump Sum $4,533 4. Shop drawing review • Review the Stonegate 42"Water Line shop drawing submittals. Lump Sum $7,800 This includes coordinating the approval of submittals with TRWD and USACE,reviewing Contractors'engineering design submittals for completeness(this includes deep excavations supports,grouting etc.), reviewing submittals(products,construction activities,safety,schedules etc.), and shop drawing review with another consultant(KHA). Subtotal $16,233 Special Services: 10%for Sub-Consultant 1623 TOTAL Lump Sum Fee of $130,476.00 amendmenU 062107.doc 3 Breakout of Amendment 3 by Work Phase Water Sewer Total Survey 51 -Design Survey $ 2,000 $ 3,000 $ 5,000 Engineering 31 -Concept Design $29,597 $ 8,046 $37,643 32-Preliminary Design $59,194 $16,091 $75,286 33-Final Design 9,866 2,682 $12,547 Engineering Totals $98,657 $26,819 $125,476 Total(Survey and Engineering) $100,657 $29,819 $130,476 Summary of the Contract and Amendments Original Contract $ 658,405.00 Amendment 1. $ 49,050.00 M-133 added to project.(Engineering and surveys for project) Amendment 2. $ 91,089.00 Parkview Dr.water line(engineering and surveys for project) added to project,additional meetings,misc.soil boring for 4 projects Amendment 3. $130,476.00 See this request $929,020.00 Contract Total This proposal does not include: 1. Construction management. TranSystems will review contractor's progress on the 42"water line near Hulen St.as stated above. 2. Contractor progress meetings If you have any questions or require additional information please give me a call. Sincerely, TranSystems Corporation Consultants Raul(Pena III Raul Pena III,P.E. Principal Copy: Kent Lunski,P.E. Project Manager Craig Schellbach,P.E. amendment3 062107.doc 4 IN Sun LL N O p b c6 1 m a s m a oG 00 a'i{taay�OOtVm Q 0 0 O Y O O m m n m`� t9 Nam h •�� N p p p OO p O O O 00 O O $ O O S O S O O S OS S S 8 O O S n p•.�,L11D n • a a a ^O� a , a Om O YOI IIf(p11 � ��O m�� V a a N61 ON "m a+i Y hCImO OJ Y� CI a7 N YOl M� N 3 O 0 0 0 0 O O 0 0 0 0 0 0 0 O O p O O O O O O 00 N O O O 00a, m mONm (V O NNNN nr�o u� �m b m W loll .0 000 O O O O O O O O O O O O O O s O O O O O O O Y t7j M m pWp 8 O p p p O 8 M W O O O O O O O O O O O O O 0 0 0 O 00.0 O O S O 00 OS m O L< U m F O O l0 tO N m N ON N W ON S t0 N� N N <N V m N S O'ar m m mm� Nm NY C mm m C 'N W a Ng v�v m m m z 4 � a � 3 m L a 2tl2! �� E m a. � 0 E m 9mY°am S pp 2 Tim Q �c L3Lu ?�cr2 m a n$m y To c a E m m o m a m a m m c v n San m N > mrv�am a��� „`o❑ ��c� a mmcg2.8 m °LL ao m m m�v mm o¢o � �m$ Nmgm mx �a� E make mrrFFg�s ��� w 9m mg o m�8 wm E v9 nLLl Smmt �y c c�.-.� En$ m �. 0a$ c m��r oU9?8`3 9� c m m� mn emm m'b3 > =Zc a ¢ Ea` y—mr' mmFL nco C 30c� m c.cg9mm �Ti `m c���3 U�� m`m m =m a 3 m,m+`m m'm N c°�N SF°a a0 a. h �7Ff� 7) fn If C��O�� m E a� � 2 0 § \ � 2 2§§§§§§§■2&„ �\\ �\k k )\k {) 2ƒ/ E kk/ $! /2 a§ § 7 ;2 E 0® �7) ) #! �,` o �{ k; kj �) k- k!ltEAM# BMW )$i \§ \ / ) )A IL . # co is ELM CO Page 1 c City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/21/2007 DATE: Tuesday, August 21, 2007 LOG NAME: 30121TAM3-TRANS REFERENCE NO.: C-22335 SUBJECT: Authorize Amendment No. 3 to an Engineering Agreement with TranSystems Corporation, d/b/a TranSystems Corporation Consultants, for Water and Sanitary Sewer Relocations for State Highway 121 T (Southwest Parkway), Part 1 from Hulen Street to Summit Avenue (City Project No. 00203) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 3 to City Secretary Contract No. 31696 with TranSystems Corporation, d/b/a TranSystems Corporation Consultants, in the amount of $130,476 to provide for additional engineering services, thereby increasing the contract amount to $929,020. DISCUSSION: On April 5, 2005, (M&C C-20631) the City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation, d/b/a TranSystems Corporation Consultants, in the amount of $658,405 for water and sanitary sewer relocations for State Highway 121T (Southwest Parkway), Part 1 from Hulen Street to Summit Avenue. The agreement was subsequently revised by two previous amendments totaling$140,139 as follows: •Amendment No. 1, (M&C C-21176, December 6, 2005) in the amount of$49,050, provided for the design of sanitary sewer main M-13; and •Amendment No. 2, (M&C C-21855, November 28, 2006) in the amount of $91,089, primarily provided for additional survey and design services for the relocation of water and sanitary sewer mains that are in conflict with the proposed State Highway 121T. Amendment No. 3 will provide for the following: • Survey and design services for the relocation of additional water and sanitary sewer mains that are in conflict with the State Highway 121T plans; • Dividing the project into five separate plan sets for bidding and advertising purposes in order to expedite construction; •Additional meetings with all stakeholders involved with the design of State Highway 121T; and •Assistance during construction of the various parts of the project to include shop drawing review and weekly site meetings to facilitate construction. http://www.cfwnet.org/council_packet/Reports/mq_piint.asp 8/2�/2007 Page 2 c TranSystems Corporation. d/b/a TranSystems Corporation Consultants, proposes to perform the necessary design work for a lump sum fee of $130,476. City Staff considers this fee to be fair and reasonable for the scope of services proposed. TranSystems Corporation, d/b/a TranSystems Corporation Consultants, is in compliance with the City's M/WBE Ordinance by committing to 10 percent MIWBE participation on this Amendment No. 3. The City's goal on this amendment is 10 percent. This project is located in COUNCIL DISTRICT 9, Mapsco 75 and 76. In addition to the contract amount, $24,047 (water: $16,500; sewer $7,547) is required for project management, utility coordination and real property acquisition by the Department of Engineering. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds. TO Fund/Account/Centers FROM Fund/Account/Centers P264 531200 604170020331 $29,597.00 P264 531200 604170020332 $59,194.00 P264 531200 609170020333 $9,866.00 P264 531200 609170020351 $2,000.00 P274 531200 709170020331 $8,046.00 P274 531200 709170020332 $16,091.00 P274 531200 709170020333 $2,682.00 P274 531200 709170020351 $3,000.00 Submitted for City Manager's OfFce by: Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: Liam Conlon (6824) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 8/22/2007