Loading...
HomeMy WebLinkAboutContract 35857-A2 AMENDMENT NO. 2 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. - (M&C Needed) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and TCB, Inc. , (Engineer) made and entered into City Secretary Contract No. 35357, (the Contract) which was authorized by the City Council by M&C C-22390 on the 18`h day of October 2007; and WHEREAS, the Contract involves engineer�in' for the following project: Provine Drainage Improvements, Project No. 00703: DOE No. 5694. WHEREAS, it has become necessary to execute Amendment No. 2 to said Contract to reflect the merger and subsequent name change of TCB, Inc. to AECOM USA, Inc. , and 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. Change the Engineer name from TCB, Inc. to AECOM USA, Inc. 2. Article I, of the Contract is amended to include the additional engineering services specified in a proposal letter dated December 21, 2009, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $99,770.00. 3. 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 $147,770.00. OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 06-23-10 A11 16 IN 4. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the aqVk day of 2010, in Fort Worth, Tarrant County, Texas. 4.p'�`4U�nn ATTEST: pap FORTA�a& $Ind Marty Hendrix r°° $ 0 City Secretary o o°�C Id 0 Ay APPROVAL RECOMMENDED: ��a� 0000Xu0 44&c PROVED: William A. Verkes , P. Fernando Costa Director, Department of Assistant City Manager Transportation and Public Works AECOM USA, INC. Engineer PT Contract Authoriaatiox 'nn , - ' KBIA7J, Date Name: Daron Butler Executive Vice President 400 West 15th Street, Suite 500 Austin, TX 78701 APPROVED AS TO F AND LEGALITY: Assistant City A r ey OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX AECOM AECOM 817-698-6700 tel l—�` 1200 Summit Avenue 817-698-6701 fax Suite 600 Fort Worth,Texas 76107 www.aecom.com Memorandum To Chad Simmons, PE Page 1 cc File, Matt Abbe, PE, Brenda Gasperich, PE Subject Provine Outfall Drainage Improvements Additional Effort SA#2 From Greg Crews, PE Date December21, 2009 AECOM was selected by the City of Fort Worth to prepare design plans to replace an existing storm drain between Provine Street to Fosdic Lake. The existing pipeline is undersized and should be upsized to increase the carrying capacity. The existing pipeline currently connects to a system on Provine Street and outfalls into an existing 54-inch storm drain that connects to Fosdic Lake. Approximately 330 feet of the existing line is located between houses and adjacent to an existing sanitary sewer between Provine Street and Ederville Street. The remainder of the pipeline is located in Fosdic Park. After the construction of the existing storm drain, a garage and driveway were installed directly over the existing pipeline between Provine Street and Ederville Street. The proposed pipeline will replace a portion of the existing pipeline and outfall directly to Fosdic Lake. Approximately 720 linear feet of 42-inch pipe will be required to convey the drainage from Provine Street to Fosdic Lake. The proposed line will generally follow the same alignment as the existing pipeline between Provine Street and Ederverille Street and will be routed between existing houses and garages. During the initial design stages, AECOM presented the City several alternate pipeline alignments to reduce the impact of the storm drain installation to adjacent property owners. One such alternative included a segment of the proposed pipeline to be installed by other than open cut methods to route the pipeline beneath the existing garage. The City has since revisited the proposed alternate alignments and would like to hone in on a design solution. Thus, AECOM met with the City of Fort Worth in April 2009 to discuss the project, and to identify active tasks to finalize the project. These tasks have been identified and are discussed in the following memorandum. The performance of these tasks are in addition to the original contract and will require additional services. The purpose of this memorandum is to request additional compensation for the tasks discussed at the April 23, 2009 meeting. The additional effort will then be formalized as Supplemental Amendment#2. This memorandum describes the tasks that are necessary for the revised design of the storm drain to be located between Provine and Fosdic Lake that are considered additional effort to the original contract. These tasks are provided in detail below, but are summarized in Table 1. As seen in the table, the total fee to perform the work described below is$99,770. A total fee breakdown associated with the tasks is shown in Attachment 1. Attachments 2, 3, and 4 show a breakdown of costs associated with the additional surveying, SUE, Park Conversion, and additional tree survey for the project. Exhibit 1 shows the modified corridor as discussed in the April 23, 2009 meeting. AECOM Table 1. Summary of Phases and Costs Phase Description Deliverables Cost Phase 1 —Evaluate Other than Open Cut Options Concept Report and Plan $3,980 Sheets Phase 2—Field Investigation Items Geotech Study, SUE $23,680 Analysis, and Tree Survey Phase 3—Produce Preliminary Plans and Contract 60% Plan and Profile Sheets, $22,630 Documents (60%) Contract Documents, and Park Conversion Phase 4—Produce Final Plans and Contract Final Plan and Profile Sheet, $12,100 Documents Contract Documents Phase 5—Management and Bidding Assistance Construction Assistance $37,380 Total Supplemental#2 1 1 $99,770 PHASE 1 - Evaluate Other than Open Cut Options Phase 1 is necessary to hone in on a design option to install the pipeline between Provine and Ederville. In previous work, the general corridor of the storm drain was established between Provine and Ederville. However, the method of installing the pipe has not been addressed. In this phase, AECOM will evaluate different options to install the pipe by other than open cut methods. These options include boring the pipe,jacking the pipe, or tunneling the pipe. AECOM will prepare the plans to allow the contractor to choose the option of installing the storm drain in certain locations by either open cut methods or by other than open cut methods. As such, AECOM will include details for boring the pipe,jacking the pipe, or tunneling the pipe. Casing details will be included as well. AECOM estimates that the fee required to perform this task is$3,980. PHASE 2-Field Investigation Items Phase 2 consists of field investigations which will assist the evaluation of alternatives shown in Phase 1. The following items will be included in the field investigation: 1. Obtain Geotech Study—. AECOM has retained a geotechnical subconsultant to provide this service, which will include subsurface borings between Provine and Ederville and a geotechnical study and report. The subconsultant's scope and fee is shown in Attachment 2, and is$7,900. The total fee to provide this service is$9,495, which includes coordination efforts through AECOM. 2. Obtain Additional Survey—AECOM will retain its surveyor to obtain additional survey for the outfall channel, the jogging trail, and an area though the park for the realignment of the storm drain. This survey is required because the addition of the proposed storm drain will require the channel to be widened at the outfall, and transition to the width of the existing channel. This survey will include a detailed survey of the existing headwall and a detailed survey of the channel for a distance of 150 linear feet downstream of the channel; a survey of the revised pipeline alignment from Ederville to the headwall, which consists of about 25,320 square feet of area, including trees, utilities, curbs, and 100-ft of a jogging path. The fee AECOM required to perform this task is $4,200 (Attachment 3). The total fee to provide this service is $5,190,which includes coordination efforts through AECOM 3. SUE Analysis—AECOM has retained a SUE-specialized firm for this analysis which will be conducted for the alignment between Provine and Ederville. This work will include a Level B SUE with up to three potholes to locate the horizontal and vertical locations of the utilities. The fee required by the SUE firm to perform this task is$6,000 (Attachment 3). The total fee to provide this service is$7,420,which includes coordination efforts through AECOM. 4. Tree Survey—AECOM has retained a certified arborist to identify the species and condition of at-risk trees near the proposed alignment of the pipeline in the project area. The arborist will tag each tree and provide a spreadsheet showing the diameter at breast height(DBH), the tree species, and tree condition rating. The subconsultant's scope and fee is shown in Attachment 4, and is$700. The total fee to provide this service is$1,575, which includes coordination efforts through AECOM. PHASE 3 - Produce Preliminary Plans and Contract Documents (60%) Upon the client's approval of Phase 1, Phase 3 will commence. Plan and profile sheets were previously prepared for the prior alignment in the original contract. These plan and profile sheets will be revised to include the preferred alignment as recommended in Phase 1. Preliminary Plans will be prepared and submitted to the City and will include the following items. It is estimated that 15 design sheets will be required for this Phase. 1. Revise Storm Drain Alignment from Provine to Ederville—AECOM will revise the proposed storm drain alignment from Provine to Ederville based on the memorandum in Phase 1. AECOM estimates that the fee required to perform this task is$3,845. 2. Revise Storm Drain Alignment from Ederville to Outfall—AECOM will revise the proposed storm drain alignment from Ederville to the Outfall based on the memorandum in Phase 1, and such that the alignment stays within public and park right of way. AECOM estimates that the fee required to perform this task is$3,273. 3. Realign Jogging Trail—An existing jogging trail is located near the existing outfall. AECOM recommends that the trail be moved to the east away from the headwall for safety purposes. Thus, AECOM will prepare drawings showing the realigned jogging trail and will include associated items in the contract documents. The fee required to perform this task is$1,539. 4. Outfall Channel Improvements—Because an additional storm drain is planned to connect to the outfall channel, next to two other existing pipes, the channel will have to be widened, the existing headwall will have to be modified, and some limited erosion control protection will be required for the channel. Additional design effort will be required for this work to show the re-grading of the channel on the plans, to remove/replace the existing headwall, and to provide design and details for the erosion protection of the outfall channel. The fee required to perform this task is$7,530. 5. Constructability Review— AECOM shall schedule and attend a project site visit with the City project manager and Construction personnel to walk the project for a Constructability Review. AECOM shall summarize the City's comments from the field visit and submit this information to the City in writing. The Constructability Review will take place after the submission of the Preliminary Plans. The fee required to perform this task is$1,690, which includes submittal of 1 full size set of plans for the review. AECOM 6. Park Conversion—The downstream portion of the proposed pipe will be located on City of Fort Worth park property,which will require a Park Conversion. This effort was not included in the original scope of work. The Park Conversion will include the following items: — Schedule a meeting with Parks and Community Services Department(PACSD) — Prepare an Aerial Exhibit for Meeting — Attend a separate field meeting — Submit letter to PACSD to obtain field staking — Once approved, a meters and bounds of disturbed area signed by a registered surveyor with a legal description will be submitted. This task will be performed for $900(Attachment 3). — AECOM to submit package to PACSD, including description of project, disturbed acres, legal description, and copy of any deeds. The total fee to perform this task is$4,767, which includes survey work to prepare the legal description of the disturbed area. PHASE 4—Produce Final Plans and Contract Documents (90%and Final) Phase 4 consists of the production of Final Plans and Contract Documents. This phase of work will commence upon notice to proceed from the client. Approximately 17 design sheets will be required for this phase. The plans produced in Phase 3 will be updated to include city comments and the following items: 1. Trench Safety Plan —Notes will be included in the plans and contract documents to enhance the trench safety plan to include deep trenches, protection of nearby above-ground facilities, and clarification and enhancement of liabilities for the contractor. AECOM estimates that the fee required to perform this task is$1,960. 2. Traffic Control Plans—AECOM will prepare Traffic Control Plans for the project on Provine and Ederville Streets. It is anticipated that traffic control standards will be used on both streets, with a narrative produced by AECOM. The fee required to perform this task is$4,127. 3. 90%Submittal—AECOM will provide plans and specs for a 90%stage. Eight half size sets of plans, one full size set of plans, and two contract documents will be submitted at this time for review. This phase of work was not previously in the original contract. The fee required to perform this task of work is$6,961. 4. 100%Submittal—AECOM has added costs to produce 1 full-size set of plans and two sets of contract documents that were not covered in the previous contract. The reproduction fee is estimated at$66. AECOM PHASE 5—Management and Bidding Assistance Phase 5 consist of items to assist with the first four phases shown above. It also includes bidding assistance that will occur at the completion of the contract. 1. Project Management—AECOM will provide on-going project management through out the project to coordinate components of the project with the City and with the subconsultants. Part of the coordination will consist of AECOM preparing and submitting a revised schedule in Microsoft Project. For the purposes of this scope, it is assumed that the design will begin in July and be completed in December(5 months). The fee required to perform this task is $4,350. 2. QA/QC—AECOM will provide quality control and assurance during the preparation of the plans and details pertaining to this supplemental authorization for the different phases. The fee required to perform this task is$6,907. 3. Bidding and Construction Assistance—Several tasks for this phase were included in the original contract. However, the original contract did not include several items. These items will be included with this amendment and consist of: — Uploading files to Buzzsaw — Monthly site visits(there will be 8 monthly site visits of 5 hours per month) — Assist the City with the preparation of the Final Punch list — Distribution of contract documents to plan holders(50 sets will be sold, copies were included in previous contract, but the labor was not) — Maintain plan holders list — Preparation of Conformed Documents(Includes 20 contract documents with 10 half size and 10 full size sets of plans) — Preparation of Record Drawings(Includes 1 Mylar set and 2 full size paper copies) The fee required to perform these tasks is$26,120. Conclusion The total fee to perform the work described above is$99,770. As previously mentioned, this fee breakdown is shown in Attachment 1. Attachments 2, 3,and 4 show a breakdown of costs associated with the additional surveying, SUE, Park Conversion, and additional tree survey for the project. AECOM is grateful for the opportunity to work with the City of Fort Worth and looks forward to preparing design plans for this project. If you have any questions or comments, please contact Matt Abbe at 817-698-6722 8-4 50 T T-I � \j LU § - ! ) £ 2 ` iR | \ -{! ; \ ` _ ` ».1_ - E - uZ5 { - - \); �® §\ƒ )+ §7;;! ) %\; ee -- ƒ , oa: ! -;; !\ )\ § |§ k | § |; �f : l110 E ; ;4 §f ®!^^i 2l;fe �))\= | % X : ! -__f! ! § § ; ) §_ & § | ! - aG ) 9 2f! / _ §C) !�) ■f ! U.`\ \ \ - --f8 . - �IN; } \\)\��} } )}j aj! )�, ` )222; E 7t!&%2t E � Q. \ I 77, iz ; yes• 4� + pr I '-lob - _ 1 . 4ki r� Oki WL - I F' 1 F a t, F Source: NCTCOG 2005 Aerial. LEGEND Alignments Storm Drain Alignment Proposed Alignment PROVINE OUTFALL DRAINAGE Project Location Map Scale: N.T.S. EXHIBIT I DOE#0703 DATE: 6/09 MAs-TW Engineering &Associates, Inc. May 11, 2009 Mr.Matthew Abbe,P,E, e-mail:matthe&&btefcDaecom.com AE:COM Phn:(817)698-6700 120D Summit Ave., Suite 600 Fax:(817)698-6701 Fort Worth,Taxes 76102 Re: Proposal for Geotechnical Investigation Provine Outfall Drainage Tunnel Fort Worth,Texas MTE Proposal No.P09-0509E Mr.Abbe: Transmitted herewith Is our proposal for a geotechnical investigation at the site referenced above. Prolect Requirements 42 inch storm drain pipe for discharge Into lake • Invert depth: 16 feet or less • Tunneling will be required between existing residences Scope of Work • Site Reconnaissance • Staking of Borings • Two(2)Pavement Penetrations/Patching Mobilization of Truck Mounted Rig • Mobilization of Portable Drilling Equipment • Two(2)borings to 25 with truck mounted rig with continuous rock coring In limestone/maTI foundation. • One(1)boring to 2D'maximum depth or refusal In hard rock using portable drilling rig Groundwater Observations • Laboratory testing (Atterberg Limits (PI's), moisture content, unconfined compression, swell,slave analysis, unit weight,sulfates). • Report with recommendations for open cut construction and trench shoring, tunneling considerations and construction considerations related to tunneling adjacent to existing residences. Geotechnical Consulting&MaterWs Testing 3228 Halifax,Suite 9 Dallas,Texas 75247 972 709-7304 _ ATTACHMENT 2 Bailey Lake Park Improvements MAi-hK Ets�inearin; Burleson,Texas &Assoehtay Inc. MTE Proposal No.P09-O50SE Page 2 ' Fee:$7,990.00 Note:Client to obtain permission to access private properties as needed to drill borings. If this proposal meets with your approval, please sign below to authorize Mas-Tek Engineering &Associates,Inc.to perform the work. We look forward to working with you on this project. Please contact us after reviewing our proposal if you have any questions. Sincerely, MAS-TEK-ENGINEERING&ASSOCIATES,INC. 0 Senior Principai ACCEPTED BY: Name Date .. ..... _ Title ; • i i i Gorrondona &Associates, Inc. Land Surveying•Subsurface Utility Engineering•Utility Coordination May 30,2009 'Rimer,Collie&Braden,Inc. Attn:Mr.Matthew Abbe,P.E. 1200 Summit Avenue,Suite 600 Fort Worth,Texas 76102- 409 Re:Proposal for City of Fort Worth,2004 CIP Project No.00170 1.) Survey for new Storm Drain Outfall Dear Mr.Abbe: Gorrondona & Associates, Inc. (G&An is pleased to submit this proposal for professional land surveying services for the above referenced project. The following itemized surveying services are to be provided by Gorrondona&Assoc.,Inc.: Extra Storm Drain Survey Item No.I-Topographic design surveying 1.Provide additional topographic survey of the proposed storm drain outfall as shown in E- mails from Matthew Abbe dated May 05, 2008 and May 07, 2009. The topographic survey shall include spot elevations and grade breaks to produce an accurate contour map that will cover the requested survey area. The topographic survey shall include,but not -limiteed-to-locating all existing features such as water valves curli&-gutter,asphalt, property corners, sidewalks, medians,fences,driveways,storm&sewer manholes,trees 6"and larger,tops and toes of slope,power poles,mailboxes,signs,telephone risers and other visible features. 2.Locate SUE Level B pin-flags/paint markings and locate SUE Level "A"Testholes. 3. Deliverables shall include an AutoCAD drawing file showing the topographic survey features located in the field. Provide copies of the survey field notes, a hardcopy of the coordinates and an ASCII file of the coordinates for the points located. AMOUNT $4,200.00 Item No.II-Subsurface Utility Engineering 1. SUBSURFACE UTILITY ENGINEERING QL"B"-G&AI will utilize geophysical prospecting equipment to designate the horizontal position of existing underground utilities within the project limits. This level of work includes acquiring "as-built" documentation from utility companies and making the initial contact with their representatives 2.SUBSURFACE UTILITY ENGINEERING QL"A"-Once the proposed line location is determined, QL"A" will be used to obtain vertical utility information at critical locations. G&A will utilize non-destructive vacuum excavation equipment to excavate 6707 Brentwood Stair Road•Suite 50•Fort Worth,Texas 76112.817.496.1424•Fax 817.496.1768•www.ga-inc.net ATTACHMENT 3 Gorrondona & Associates, Inc. ETALand Sun;eyinq•Subsurface Utility Engineering•Utility Coordination i test holes at the required locations. Once each utility is located, G&AI will record the utility type, size, material, depth to top, and general direction. Each test hole will be assigned a unique ID number and will be marked with rebar/cap, nail/disk,or chiseled X,as appropriate.The test hole ID number and other pertinent utility information will be placed at each test hole location. Test hole excavations will be backfilled with appropriate material and the original surface will be restored. The backfill will be compacted in lifts by mechanical means to prevent future settlement. AMOUNT $6,000.00 The quoted daily rates for SUE include field work, all necessary equipment,CAD and a signed and sealed final deliverable. Item No.III—Permanent Easement 1.Park Conversion Easement—Prepare(1)permanent park conversion easement to City of Fort Worth's standards. AMOUNT $900.00 Gorrondona&Associates,Inc. can provide the above professional land surveying services for a lump sum fee of$11,100.00. If you have any questions or require additional information please contact me at(817)496-1424. Sincerely, G RRONDONA&ASSOCIATES,INC. W.Truett Wilson,:RPLS Survey Manager 4 6707 Brentwood Stair Road•Suite 50•Fort Worth,Texas 76112.817.496,1424•Fax 817.496.1768•www.ga•inc.net �i 7Nao Marmh vsy ' � � tandscsw'Rw Appratsatt 'ti. !ii3�• i .:F�- goo Quail Run ' 817.9292860 woodlandsAppiabob ' 1nw i. /►Zle.'FX y6020 i[EeSa11;1quail®SkyA.CM Land MaRiI went HWWtat Restoratbn May 19,2009 Helen Shahwan AECOM 1200 Summit Avenue, Suite 600 Fort Worth TX 76102-4409 Dear Mrs. Shahwan, It was a pleasure talking with you and discussing the tree survey for the drainage improvement project No.60073224. I understand the scope of the tree survey is to tag and tally each tree in the surveyed project limits. I will tag each tree with a round,numbered,metal tag at approximately 5 feet.I will measure each tree's DBH to the nearest tenth inch,identify the species and give a --condition_rating_and=may-make-comments_as-needed..All_data- il1--he-provided_on-a - spread-sheet.Approximate location of each tree will be indicated on a map provided by AECOM. The-..estimated-co survey is$von 00 or 1ess-depending onAw ms to the trees. If you have questions or need additional information feel free to give me a call. Sincerely, of Lary S pveld Urban Forestry Consultant ATTACHMENT 4 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/18/2007 —Ord.No. 17775-09-2007 DATE: Tuesday, September 18,2007 REFERENCE NO.: **C-22390 LOG NAME: 30PROVINE00703 SUBJECT: Authorize Execution of an Engineering Agreement with TCB,Inc.,for the Provine Drainage Improvements (Project No. 00703)and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1.Authorize the City Manager to execute an engineering agreement with TCB,Inc.,for the Provine Drainage Improvements (Project No.00703); 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Storm Water Capital Projects Fund in the amount of$46,783.00; and 3.Authorize the transfer of$46,783.00 from the Storm Water Utility Fund to the Storm Water Capital Projects Fund. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth,preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements.This will be accomplished by infrastructure reconstruction and system maintenance,master planning,enhanced development review,and increased public education and outreach. The scope of this project consists of the preparation of plans and specifications for the necessary drainage improvements to provide adequate storm drain capacity to reduce drainage flooding on Provine Street. TCB,Inc.,proposes to perform the necessary engineering services for a lump sum fee of$37,400.00.City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount,$9,383.00 is required for project management by the Engineering Department. M/WBE—TCB,Inc.,is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation.The City's goal on this project is 10 percent. This project is located in COUNCIL DISTRICT 8,Mapsco 79A. FISCAL INFORMATION: The Finance Director certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinance,funds will be available in the current capital budget,as appropriated,of the Storm Water Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 2)P228 531350 208280070360 $200.00 3)P228 531200 208280070333 $3,150.00 2)P228 533010 2082. 00703 1 $200.00 3)P228 531200 208280070351 $5 900.00 2)P228 531350 2082,80070331 $750.00 3)P228 531200 208280070331 $9,450.00 2)P228 531350 208280070310 $1,200.00 3)P228 531200 208280070332 $18,900.00 2)P228 531350 208280070333 $1,250.00 1)PE69 538070 0209206 $46,783.00 2)P228 531350 208280070332 $2,500.00 2)P228 531200 208280070333 $3,150.00 2)P228 531350 208280070320 $3,283.00 2)P228 531200 208280070351 $5,900.00 2)P228 531200 208280070331 $9,450.00 2)P228 531200 208280070332 $18,900.00 1&2)P228 472069 2082800703ZZ $46,783.00 CERTIFICATIONS: Submitted for City Manager's Office by: Marc A. Ott (8476) Originating Department Head: A.Douglas Rademaker (6157) Additional Informati'ion Contact: Dena Johnson (7866) ATTACHMENTS 1. 30PROVINE00703.doc City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/18/2010 DATE: Tuesday,May 18, 2010 REFERENCE NO.: **C-24228 LOG NAME: 20AMEND2 PROVINE DRAINAGE SUBJECT: Authorize Amendment No. 2 to City Secretary Contract No. 35857 for the Provine Drainage Improvements to Increase the Amount by$99,770.00 and Change the Name of the Engineering Firm from TCB Inc.,to AECOM USA,Inc. (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 35857 to increase the amount by $99,770.00,thereby revising the total contract cost to$147,770.00, and to change the name of the engineering firm from TCB,Inc.,to AECOM USA,Inc. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth,preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by infrastructure reconstruction and system maintenance,master planning,enhanced development review and increased public education and outreach. A Request for Qualifications (RFQ)to provide drainage design was issued by the City in January 2006 and (24)design consultants submitted statements of qualifications, including TCB,Inc. TCB,Inc.,was selected to provide design services for drainage improvements for the Provine Drainage Improvements project. On October 18, 2007, (M&C C-22390)the City Council authorized the City Manager to execute an engineering agreement with TCB,Inc., for the design of Provine Drainage Improvements for a lump sum fee of$37,400.00. On February 27, 2008,Amendment No. 1 was executed administratively for a lump sum fee of$10,600.00. Amendment No. 1 included the evaluation of additional alignment alternatives. Effective January 3, 2009,TCB,Inc.,was merged with AECOM USA,Inc., (AECOM). This merger has been reflected in the City's data base since March 2009. On September 22, 2009, (Ordinance No. 18838-09-2009)the City Council approved the issuance and sale of$45,000,000.00 in revenue bonds in Storm Water Revenue Bonds, Series 2009,to fund a two—year storm water capital project program. Amendment No. 2 will provide additional geotechnical, survey, subsurface utility engineering,design, bidding and construction services necessary for the successful installation of infrastructure to reduce flooding in the subject area. AECOM proposes to perform the services under Amendment No. 2 for a lump sum fee of$99,770.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. yr. � AECOM is in compliance with the City's M/WBE Ordinance by committing to an additional 19 percent M/WBE participation for this Amendment No. 2.The City's goal on the project is eight percent. This project is located i�COUNCIL DISTRICT 8,Mapsco 79A. FISCAL INFORMAL : The Financial Manageirrie:nt Services Director certifies that funds are available in the current capital budget, as appropriated of the Storm Water Revenue Bonds, Series 2009. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P227 531200 208280070331 $18,427.00 P227 531200 208280070332 $27,698.00 P227 531200 208280070333 $41,035.00 P227 531200 208280070351 $12,610.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: William Verkest (7801) Additional Information Contact: Chad Simmons (8178701129) ATTACHMENTS 1.00703 Compliance.pdf 2.FAR-00703-00005—Stel22.pdf 3. FUNDS AVAILABLE.doc 4. M AND C map 00703.12d City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/18/2010 DATE: Tuesday,May 18,2010 REFERENCE NO.: **C-24228 LOG NAME: 20AMEND2 PROVINE DRAINAGE SUBJECT: Authorize Amendment No. 2 to City Secretary Contract No. 35857 for the Provine Drainage Improvements to Increase the Amount by$99,770.00 and Change the Name of the Engineering Firm from TCB Inc.,to AECOM USA, Inc. (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 35857 to increase the amount by$99,770.00, thereby revising the total contract cost to$147,770.00,and to change the name of the engineering firm from TCB, Inc.,to AECOM USA,Inc. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth,preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements.This will be accomplished by infrastructure reconstruction and system maintenance,master planning,enhanced development review and increased public education and outreach. A Request for Qualifications (RFQ)to provide drainage design was issued by the City in January 2006 and (24)design consultants submitted statements of qualifications, including TCB,Inc. TCB, Inc., was selected to provide design services for drainage improvements for the Provine Drainage Improvements project. On October 18, 2007, (M&C C-22390)the City Council authorized the City Manager to execute an engineering agreement with TCB,Inc.,for the design of Provine Drainage Improvements for a lump sum fee of$37,400.00. On February 27,2008,Amendment No. 1 was executed administratively for a lump sum fee of$10,600.00. Amendment No. 1 included the evaluation of additional alignment alternatives. Effective January 3,2009,TCB,Inc.,was merged with AECOM USA,Inc., (AECOM).This merger has been reflected in the City's data base since March 2009. On September 22, 2009, (Ordinance No. 18838-09-2009)the City Council approved the issuance and sale of$45,000,000.00 in revenue bonds in Storm Water Revenue Bonds, Series 2009,to fund a two—year storm water capital project program. Amendment No. 2 will provide additional geotechnical, survey, subsurface utility engineering,design, bidding and construction services necessary for the successful installation of infrastructure to reduce flooding in the subject area. AECOM proposes to perform the services under Amendment No. 2 for a lump sum fee of$99,770.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. AECOM is in compliance with the City's M/WBE Ordinance by committing to an additional 19 percent M/WBE participation for this Amendment No. 2. The City's goal on the project is eight percent. This project is located in COUNCIL DISTRICT 8,Mapsco 79A. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated of the Storm Water Revenue Bonds, Series 2009. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P227 531200 208280070331 $18,427.00 P227 531200 208280070332 $27,698.00 P227 531200 208280070333 $41.035.00 P227 531200 208280070351 $12,610.00 CERTIFICATIONS: Submitted for City Manager's Office-by, Fernando Costa (6122) Originating Department Head: William Verkest (7801) Additional Information Contact: Chad Simmons (8178701129) ATTACHMENTS 1. 00703 Compliance.1df 2. FAR-00703-00005—Ste,l22,12df 3. FUNDS AVAILABLE.doc 4.M AND C map 00703.12df