HomeMy WebLinkAboutContract 48423-A2 CSC No. 48423-A2
1- AMENDMENT No.2
TO CITY SECRETARY CONTRACT
WHEREAS, the City of Fort Worth (CITY) and CP&Y, Inc. , (ENGINEER)
made and entered into City Secretary Contract No.48423 (the CONTRACT)
which was authorized by M&C C-27985 on the 8t' day of November 2016 in the
amount of $456,340.00; and
WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1
in the amount of $131098.36 administratively authorized July 3, 2017; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Northeast Northside II 30-inch Water Transmission Main Along State
Highway 170 from North Beach Street to US 377.
WHEREAS, it has become necessary to execute Amendment No.2 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in a proposal dated January 24, 2020, a
copy of which is attached hereto and incorporated herein. The cost to City
for the additional design services to be performed by Engineer totals
$168,985.00.
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 $638,423.36.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
Page -1- CITY SECRETARY
FT. WORTH,TX
EXECUTED and EFFECTIVE as of the date last written by a signatory, below.
APPROVED:
City of Fort Worth ENGINEER:
CP&Y, Inc,
Dana Burghdoff(Afr 17,20
Dana Burghdoff Joh Minahan, P.E.
Assistant City Manager Senior Vice President
DATE: Apr 17,2020 DATE:
APPROVAL RECOMbENDED:
Cl�ittod/�2`ff�ReP
Christopher Hkder(Apr 9,2020)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
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.
Jo Ka,savich, F.E.
Engineering Manager
APPROVED AS TO FORM AND LEGALITY: M&C: 20-0168
Date: 04/07/2020
sup— 1295#:2020-588330
Dffi c (Apr 17,2020)
Douglas W. Black
Senior Assistant City Attorney
ATTEST: SORT
i
Mary J. Kayser
City Secretary
OFFICIAL RECORD
Page -2-- CITY SECRETARY
FT. WORTH,TX
CP&YJ Partners for a Better Quality of life
January 24, 2020
City of Fort Worth Water Department
311 W. loth Street
Fort Worth, Texas 76102
Re: Northeast Northside II 30-inch Water Transmission Main
City Secretary Contract 48423
Dear Mr. Sholola,
As part of the TXDOT improvements along Highway 170, the 54-inch crossing previously
designed and constructed under this contract near Westport Parkway, as well as 4 other
waterline locations, have potential conflicts with the proposed TXDOT roadway
improvements, After further review, CP&Y offers additional Professional Engineering
Services for the relocation of the Westport crossing, as well as three (3) other crossings
near Beach Street and Independence Parkway and Alta Vista that conflict with the
proposed changes.
An additional water line crossing of Highway 170 near Victory Lane will need utility grade
adjustments and the extension of a concrete cap for reinforcement based on TXDOT SUE
results and final grade.
CP&Y proposes to provide the attached scope of additional services for the lump sum
total of $168,985.00 for the relocation of the crossings at Westport, Beach, and
Independence. It is our understanding that the Beach Street crossing is being reimbursed
separately, and has been separated from the other crossings in the Level of Effort.
Summary of Contract Fee
Original Contract amount $ 456,340.00
Approved Amendment#1 $ 13,098.36
Contract to Date $ 469,438.36
Requested Amendment #2 $ 168,985.00
Revised Contract Amount $ 638,423.36
If you have any questions or if I may be of further assistance, please contact me at
214-616-7902
Sincerely,
Randy Bush, PE
CP&Y, Inc.
115 West 7th Street,Suite 1500
Fort Worth,Texas 76102
817.354.0189-817.354.4935 fax
www.cpyi.com
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/07/20 M&C FILE NUMBER: M&C 20-0168
LOG NAME: 60NSIISH170301NWLA2-CPY
SUBJECT
Authorize the Execution of Amendment No.2 to an Engineering Agreement with CP&Y, Inc., in the Amount of$168,985.00,for the Northeast
Northside II 30-inch Water Transmission Main Along State Highway 170 from North Beach Street to US 377 Project,Authorize the Execution of an
Agreement with Texas Department of Transportation for Relocation of City Water Facilities Related to the Construction of State Highway 170 from
0.5 miles East of IH-35 W to Trophy Lake Drive and Adopt Appropriation Ordinance(COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached Appropriation Ordinance increasing receipts and appropriations in the Water and Sewer Capital Projects Fund in the
amount of$2,264,435.00 transferred from available funds within the Water and Sewer Fund;
2. Authorize the execution of Amendment No.2 to City Secretary Contract No.48423,an Engineering Agreement with CP&Y, Inc.,in the
amount of$168,985.00 for NSII Water Main Along SH170(Northeast Northside II 30-inch Water Transmission Main along State Highway 170
from N. Beach St.to US 377)for a Revised Contract Amount of$638,423.36(CPN 100261);and
3. Authorize the execution of an agreement with the Texas Department of Transportation(TXDOT)for the relocation of City Water Facilities
related to the Construction of State Highway 170 from 0.5 miles East of IH-35 W to Trophy Lake Drive.
DISCUSSION:
On November 8,2016,Mayor and Council Communication(M&C C-27985),the City Council authorized the execution of an Engineering
Agreement with CP&Y, Inc., in the amount of$456,340.00 for the preparation of plans and specifications for the Northeast Northside II 30-inch
Water Transmission Main.The agreement was subsequently revised by Amendment No. 1 in the amount of$13,098.36 administratively authorized
July 3,2017.
The Texas Department of Transportation(TXDOT)is proposing to construct four main lanes and associated improvements along SH 170 from 0.5
miles East of IH-35 W to Trophy Lake Drive.As part of the TXDOT improvements along SH 170,four existing city water main crossings in direct
conflict with the proposed roadway improvements will require relocation.The conflicting crossing locations are at Beach Street,Alta Vista
Rd.,Westport Parkway and Independence Parkway.Amendment No.2 will provide for the necessary design services to relocate the water mains
at the identified conflict locations within TXDOT right-of-way.TXDOT has accelerated its schedule and has requested that all the relocations be
complete by August 1,2020.
The proposed Utility Agreement with TXDOT will reimburse the City for all costs incurred with the relocation of the Beach Street crossing because
the water main was installed in an easement.
In addition to the contract cost, $98,000.00 is required for project management and real property acquisitions and approximately$1,997,450.00 is
necessary for the relocation of the four conflict locations identified above.Construction contracts will be let at a later time this year
Appropriations for the Northeast Northside II 30-inch Water Transmission Main along State Highway 170 from North Beach Street to US 377
Project are as depicted below:
Fund 7 Existing Additional Project Total*
Appropriations Appropriations
W&S Capital Project $124,200.00 $2,264,435.00 $2,388,635.00
-Fund 56002
Water Capital-Fund $7 455,480.00 $0.00 $7,455,480.00
59601 _
Project Total $7,579,680.00 $2,264,435.00 $9,844,115.00
*Numbers rounded for presentation.
M/ BE OFFICE:CP&Y, Inc.is in compliance with the City's BIDE Ordinance by committing to 15 percent SBE participation on this project.The
City's SBE goal on this project is six percent.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that the funds are available in the FY20 Water and Sewer Fund and upon approval of the above
recommendations,adoption of the attached appropriation ordinance,and execution of the agreement,funds will be available in the current capital
budget, as appropriated, in the Water and Sewer Capital Projects Fund, and that funds will be deposited into the Water&Sewer Capital Projects
(W&S Capital Projects) Fund.The Water Department(and Financial Management Services) is responsible for the collection and deposit of funds
due to the City. Prior to any expenditure being incurred,the Water Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office b,�L Dana Burghdoff 8018
Originating Business Unit Head: Chris Harder 5020
Additional Information Contact: John Kasavich 8480
*k mk N CD
.. .. .. .. .. .. .. .. .. ..
n n n
T
• c . c . . c •
• a a a .
. . p . p . . . . . . • p
• (D CD . . • • (D
0 0 0
�
p =
m
• • O N • • 5-0.
• • . • • • • • • • O
0(DDC.
• • N • • • • • • • • • • • •
<D
• D m D D
• n n n p
'11 •. •. •. �-F
• • 0 • . - `G v • • • • • • • `G X
L
Q x d Q C
• • (D • CD L. • • • • • • • • • • CD 7
• • G • -< • • • • • • • • • • tU
Cr CD CD
'1 N 1I N N
� � � (D
O (D O O
N <D N N
3 Q. 3 3
3 3:.
. .
c c c
c c c
N N
N; N
3
O
N
(D
/ ? 2 ® 7
(D
2 (
� f ƒ
2
k ƒƒM
& E 2
ro
Q #
In
� � `$■
dZ
E k ®� ! 7 z
§ §2§ § / k
f 3 ,2
ƒ .
4w,
/ »
}
�� §
kj}n
K 3
■ } 7
2 [�4
e $IN
;
; ƒf\
4wm
� § @
) E7¢
( §(ƒ
» +7�
) §
\ \ 0
_ &Eƒ
. eee
§
/(
ƒ(
(�
\F
[�