Loading...
HomeMy WebLinkAboutContract 27177/ i Gli'Y S��R�iA�Y - � CON�RA�i � , ,� ` . , � ,� City Secretary Contract No. 2�499 AilA�i��ii��Ni 2 i0 �f�G1N�]�F�IIVG I�CRFc�NII�IVT' WI�F; CIiY O�' FORT WORib A{V D CHI,�Al�a, �AT'�� & Y���Y, IIVC. �BR WAi�R DI�P�4F3TfV�I�Ni EMFRG�fVCY RI�S�O1VSl� ��l�N STATE OF TEXAS COI�NTY �F TARRANT WHEREAS, or� December 1, 1998, the City o� Fort Worth, the "City", and Chiang, Patel & Yerby, Inc., the "Engineer", made and entered inta City Secretary Con#ract No. 24499 which was cfuly authorized by the City Council by M&C C-1717� on December 1, 1998, and WHEREAS, the °City" and "Engineer" desire to amend City Secretary Cantract No. 24499. iVOW, THEREFORE, KNQW ALL MEN BY TMESE PRESENTS.' That the City of Fort Worth, a municipal corporation situated in Tarrant County, Texas, acting herein by and through its duly authorized City Manager, hereinafter called "City", and Chiang, Patel & Yerby, Inc., acting and herein by and through its duly authorized President, hereinafter called "Engineer", hereby make and enter into the following agreement: ARTICLE VIII — AiTACHMENi "F" AM�N�fUI�N i YO SCQ�� O� S��VIC�CS INCLU�ING A��R� NOiI�ICA�ION SYS��FiIIIS AN� S�GLl�[�Y IM�ROV�M�NiS �0� �R�A�M�N� P�AN�S This arnendmen# to the Attachment "A" Scope of Services for the Emergency Response Plan for ihe City of �ort Worth Water Department adds additional task items which provide: 1) additional work relating to alert notification system improvements at the treatment plants; and 2) additional work relating to security improvements at t�e treatment plants. i � 1� 1 � , .. I ' � , � s_ _ ,.-- - Amendmenf 2 Fage - 1 Qctober 10, 2001 Contract No. 24499 i ,i Basic Ser�►ices Taslc Items ATTACHM�Ni "F" �FdQJECi �ESCRIPT'ION The City proposes instaf[ation of alert r�otifiication systems and security improvements at the following Water Deparfimer�t treatment facilities: Eagle Mountain, Rolling Hills, North and South Holly, Field Operations and Vi�lage Creek. Alert notification systems will consist afi �) tone/speech generators connected to visuallauc�ible alarms ar�d activated by alarms linked to the SCADA system 2) a pole-mounted 125dB electronic siren, 3} two-way ra�ios, and 4} encoders for the sirens. The Field Operations area does not require tonelspeech generators but will have visual/audible alarms to alert staff of alarms #hat occur at North ar�d South Holly Water Treatment Plants. Securiiy system improvements will consist of 1) new cameras and monitors, 2) new entry gat�s, 3} n�w access control ec�uipment, 4) new area light at each entrance, 5} new guard house at each facility and 6) associated site ci�il madifications. Construction is proposed in two phases. Phase 1 includes i) installat9on of tone/speech generators with visual/audible alarms and 2) installation of security improvements. Phase 2 includes installation of el�ctronic siren� and associated equipment. Pi�ase 1 design and construction is propnsed imrnediately. Phase 2 work will be scheduled after further decisians are made by the City about incorporating the sirens into a propased r�gianalized �otification system. Each facility has existing gates and security facilities, but security components differ at each facility. A gaal of the security impra�ements is to imprave uniformity between each facility's security components and operation procedures. To improve uniformity, each facility wiil hav�e s9milar access control as well as er�try monitoring. Af�ACHM�Ni "�"' SCOF�� OF� S€RVIC�S Project Tasks As part af the professionai services required to complete this project, the Engineer will perform the following tasks: f ask �'�'[ Meetings and Coordina#ion Conduct the following me�tings with Water �epartment staff for Phase �. o One (1) kick-off ineeting with key staff. • Two meetings at each �acility during desigrt to document exist�ng facilities and obtain input from o�erators (�0 meetings). • When 90% draft documents are presented, me�t with staff ta discuss the design drawings and specifications (2 meetings). � When drawings and specifications a�e completed, meet with staff ta present final design {2 meetings}. Deliverable: Correspondence noting decrsions agreed upon during meefings For Phase 2 work, conduct on� meeting with Water Department, �mergency Qperat'rons Center and Fire Department to discuss equipment and configurations for the electronic sirens and components. Since the Amendment 2 Page - 2 October t Q, 2001 Contract No. 240.99 � sirens chosen for this praject may �ecame the standard for new sirer�s in the City, coordination betw��n the three departments is necessary. �'ask �-2 Site �valuations Perform sit� visits at each facility to determine locatian suitable locations of visuallaudibie alarms, cameras, monitors, acc�ss contraf panels and sirens as well as evaluate existing controls and electrical components. �valuations will includ� r�:�iew of, wiring, controls and other items necessary far the system to operate as designed. If unforeseen conditions are discovered during site evaluations, Chiang, Patal & Yerby, Inc. (CP&Y) will notifiy the City in a timely manner. If unforeseen conditions require additional costs for engineering services, CP&Y wiff obtain appro�al firom the City prior to performing the extra work. iask F-3 Field Surveying CP&Y will prepare a topographic survey around each plant entrance where gates, cameras and lights are propased. CP&Y will use existing recorc� drawings provided by the City as a guide to lacating buried utilities. CP&Y is not responsible for lacating buried utiiities not shown on drawings provided by the City. �'ask ��4 �esign and �evelopment of Contract �ocuments Design alert notification syst�m and security improvements. Develop contract documen#s sufficient for bidding and construction of the systems at each facility. Construction is propased in two phases with Phase 1 including installation of tone/speech generatars, �isuallaudible alarms, and security improvements, and Phase 2 including installation of electronic sirens and components. Phase 1 design and devalopment of Contract Documents includes the fiallowing components. North and Souih bolly Water �reatment Planfs +� Rolling security vehicfe entrance gate{s} at one (1) vehicle entrance � High s}�eed access vehicle entrance gate(s) at one (1) vehicle entrance � New access control pads with card readers and keypads at two (2) locations (one �ehicle gate entrance and one SCADA entrance} a Cameras and monitors for two {2) locations (one �ehicle gate entrance and one SCADA entrance) o Area lights to enhance �isibility� at two (2) lacations (one �ehicle gate entrance and ane SCADA enfirance} o Guard house for one {1) vehicle entrance �►eld Operations � Rolling security vehicle en#rance gates at the following three (3) lacati�ns: 1} the 11t" Av�nue entrance, 2} the Broadway entrance, and 3) in the storage area. � High-s�eed access �ehicle entrance gates at the following two (2) entrances. 1} the 11' A�enu� entrance and 2} the Braadway entrance. Amendment 2 Page - 3 actpber 10, 2001 Contraot Nn. 24499 � , ✓, • Security gates far th�ee (3) pedestrian �ntrances. � New access control pads with card readers and keypads at three locations (the 11th A�enue vehicle gate entrance and two pedestrian entrances). � Two (2) "toll tag" readers for the 11 �n Avenue and Broadway entrance gates. � Cameras and monitors for four (4) locations (the 11`" A�enue and Broadway vehicle gate entrances and two pedestrian entrances). * Area lights to enhance �isibility at four (4) focations (the 11"' Avenue and Broadway vehicle gate entrances and two pedestrian entrances}. • Guard house for the 11'h Avenu� �ehicle entrance Rolling Nills Wa�er irea#menf Plant � Ralling security �ehicle entrance gates at two (2) entrances � High speed access vehicle entrance gate(s) at one (1) entrance � New access control pads with card readers and keypads at the two (2) vehicle entrance gate locations � Cam�ras and monitars for the two (2} vehicle entrance gate Eocations � Area lights to enhance visibility at the two (2) vehicle entrance gate locations o Guard house for one (1} vehicle entrance �agle Moun#ain Water Treatment Plant � Rolling security �ehicle entrance gates at o�e (1} entrance � High speed access vehicle entrance gate(s) at one (1) entrance • New access control pads with carc[ readers and keypads at on� {'I ) vehicle entrance gate location � Camera and monitor fior the �ehicle entrance gate locatians � Area lights t� enhance visibility at the vehicle entrance gate location O Guard house for one (1) �ehicle entrance Village Creek Wasfe�rater irea�men# Plant • Rolling security vehicle en#rance gates at two (2) enirances o High speed access vehicle entrance gate(s) at one (1 } entrance Amendment 2 Page - 4 Ociopar 14, 2d01 Contract No. 24499 � l • New access control pads with carci read�rs and k�ypads at the two (2) �wo �rehicle entrance gates. � Cameras and monitors at the two (2) two �ehicle entrance gates. � Area lights to enhance visibility at the two (2) two vehicle entrance gates. � Guard house for ane vehicle entrance In addition to the a�ave impro�ements, the design also includes miscelianeous eivil and e�e�trical tasks needed to madify entrances as well as to supply powe� to gates, cameras, monitors, and lights. Phase 2 design includes the following camponents: � ane 125 dB electronic siren at HQlly Water Treatment Plant, Rolling Hills Water Treatment Plant, Eagle Mountain Water Treatment Plant, and Village Creek Wastewater Treatme�t Plant (4 sirens total). • Eight (8} two-way radios g One (1) encod�r at the Emergency Operations Center and the Fire Department (2 encoders total}. Gerreral lnformation for Phases 1 and 2 When working with closed-architecture SCADA systems, CP&Y will coordinate the design with the SGADA system supplier. Fees charged by SCADA suppliers are cansidered an additional cost or the City will directly pay SCADA suppliers under separate contract. Cost for engineering services are based on availability of the following components: � Adequate instrumentation ancf SCADA at each plant � Adequate electrical availability for th� equipment. CP&Y will devebp one set of contract documents for each phase of work. CP&Y will cleliver two separate drafts of contract documents at 90% and 95% cornplete to the City for review ancE comment. After comments are included in the Contract Documents, CP&Y will produce 10 sets of final Contract Documents for bidding purpnses. Deliverab�e: For each phase, the �ngineer wll! su6mit to the City tor review tour (4) sets ot contracf docurnents and an opinion ot probable constrt�ction casts at 9Q3� completlon and upon ffnal completion. Engineer wi!! provrd� i0 sefs of fin&! Contract Documents af aach phase tor bidding purposes. Tasi� F-5 Bidd�ng Assistance The City will direct the Engineer which of the following Bidding Assistance options shall be used fior the work. Opiion 5.7 Phase i�ull �fddfng Assistance The Engineer will assist the City during the bidding phase. Ser�ices propased for include: Assist the City in advertising a�c� obtaining bids for the cons#ruction contract. Amendment 2 Page - 5 October 10, 2QD1 Contract No, 24499 • Distribute bidding documents; maintain a recorc� of prospective bidders to whorn bidding documents have been issued, and recei�e and process payments for bidding dacuments issued. g Attend a pre-bid conference. • Issue addenda as apprapriat� to interpret, clarify, or expand the bidding documents. Deliverable: qddenda as needad. • Assist the City in determining qualifications and acceptability of praspective constructors anci supp�iers. • Attend the bid opening and prepare bid tabulation sh�et. peliv�rabl�: Brd tabulation. • Provide assistance to Gity in evaluating bids and assemble and award the construction contract. Oe!lverahle: Bid evaluatfon. The City will provide the fiolfowing: - Handle bid advertising in local r�ewspa�er(s). - Pro�ide meeting place for pre-bid conference. Optr`an 5.2 Phase 1�imi�ed Bidding Assistance The Engineer will assis# the City during the bidding phase and will include the following services. � Attend meetings with SCADA system suppiiers � Issu� addenda as appropriate to interpret, clarify, or expand the design clocuments. Deliverable: Addenda as needed. Phase 2 L,imi#ed �rdding Assistance Tf�e Engineer will assist the City during #he bidding phase and will include the following services. • Attend meetings with SCADA system suppliers o Issue addenda as appropriate tv interpret, clarify, or expar�d the design dacuments. Deliverable: Addenda as needed. Amendment 2 Page - 6 Qctoper 1 d, 2041 Contract No. 24A99 "�ask �d6 Constructian F�hase Serr►ices Engineer will provide construction services consulting and advise the City during the construction phase. Engineer will participaie in regularly scheduled constructian progress meetings with Gity persannel and cantractor representatives. �ngineer will review and approve all required shap drawings and pay requests. The City will direct the �ngineer which of the following Canstructian Phase Services dptinns shall be used for ihis phase of the work. Qption fi.1 Phase i Ful! Canscruction Phase Services o Prepare for and conduct a pre-construction conference, a�d issue a Notice to Proceed on behalf ofi the City. o Re�iew shop drawings submitted by the eonstructors for compliance with design co�cepts. � Visit the project site a maximum of ten (10) times to abserve construction progress and compliance with design concepts. � Issue necessary interpretatians and cfarifica#ions of contract documents, assist the Ciry in preparing change orders, and make recommendations as to acceptabifity of the work. �e�fverahle: Change Orders as needed. o Assist the City in review of progress payments due based on degree afi completion of the work. � Prepare drawings that are confiormed to the construction �ecords furnished by construc#ion co�tractors. flelivera6le: Conformed Drawings Option 6.�2 Phase i Lfmited Construafion Phase Services Reuiew shop drawings submitted b� the canstruction contractar for compliance with design concepts. Issue necessary interpretations and clarifications of contract documents, assist the City in preparing change orders, and make recommendations as to accepiability of the work. D¢liverable: Change Orders as needed. o Pro�ide a maximum of fi�e (5) field observaiions t� verify canstructior� in accordance with applicable specifications. Phase 2.�imited Consirucfion Ahase Services Review shop drawings submitted by the construction cQntractor for com�liance with design concepts. Amendment 2 Page - 7 October 10, 2001 Contract No. 24A99 lssue necessary interpretations and clarifications of contract documents, assist the City in preparing change orders, and make recommendations as to acceptability of the work. Deliverable: Cirange Orders as needed. Provide a maximum of five (5) field observations to verEfy construction in accardance with applicable specificafiions. iask ��7 Praduc#ion of lnformational Material Engineer will subcontract Pavlik and Associates to praduce 1 D,D00 watering schedule magnets. Gity will provide an �lactronic form of the desired layout. peTipoGbMFhli °`F„ PROJFCi SCHEDULE CP&Y will complete Tasks 1 through 4 within 210 days af notice ta proceed. The North and South Holly Water Treatment Plants and the Field Operations facility are considered the highest priority; therefare designs af these facilities shall be completed prior to the other facilities. CP&Y will complete Tasks 1 through 4 for the North and South Holly and the Field Operations faci{ity within 12� days of notice ta proceed. AIiA�F;��f�T "�„ COfVI��idS�ilBid 1 �A51C �NGIN��RING S��3VIC�S For engineering services under Amendment 2, ihe "Cit}�' shall pay tha "Engineer" a lump sum fee a� $179,454 for the Phase 1 Option 1: Full Construction and Bidding Phase 5ervices work or $170,854 for the Phase 1 Option 2 Limited Construction and Bidding Phase Services work. The lump sum fee does not include engineering ser�ices associated with Phase 2. If the "City" requ�sts the "Engineer" to pro�ide engineering services associated with Phase 2, this contract must be amended to include the additional casts. A. Pavment: Partial payment shall �e made morrthly upon receipt of an in�oice from the Engineer based on the percent compl�te of each task outlined in A#tachment F. Basis of payment for Basic Engineering Services is shown in Exhibit F-3. B. Timeliness: Lump fees are based on the Gity pra�iding a not9ce to proceed for each phase of the work within one year of the contract date. If a notice to praceed is not provided within one year of t�e contract date, tl�e Engineer has the optian to renegotiate the lump sum fee and hourly billing rates. II A�DITIONAL SERVIC�S For additional ser�ices provided o�ttside the scape defined in Attachment F, as appro�ed by amendment to this Agreement, the "Cit�' will pay the ��ngir�eer" for labor, other incidental direct costs, and subconsultants on the same basis as described below. A. Labor: The Engineer shall be compensated far ihe serviees of his personnel on the basis o# Salary Cost times a multiplier of 3.4 for the tirne such personnel are directly utilized an the work. Ty�ical billing rates ar� shown in Exhibit F-2. Salary cost is defined as the cost of salaries of engineers, technicians, word processors, surveyors, clerks, laborers, etc., security contributions, unemployment, excise and payroll taxes, and insurance benefits, sick leave, vacation, and holiday pay applicable thereto. Amendmeni 2 Page - 8 October iQ, 2001 Contraci No. 24499 The salaries of any personnel assigned are subject to reasonable modification by the Engineer throughout the term of this Agreement; howe�er, such madification will r�ot affect the upper limit value of this Agreement. B. Other IncEdental Direct Costs: The Engineer shall be compensated at cost plus 10% for all costs other than salary costs that are incurred pursuant to this Agreement, but which are not norrnally included as part of the Engineer's overheac[. These costs include: air fare, automobile rental, mileage charges, park9ng, tolls, taxi, meals, lodging, telephone, printing and reproduction costs, computer and work processors, postage and mailing costs, and other miscelfaneous costs incurred specifically for this praject. C. Subconsultant Services: For all subconsultant ser�ices, the Engineer shall be compensated at the actual subcansultant cost plus � a%. Q. Pavment: Partial payment shall be made monthly upon receipt of an in�oice frarn the �ngineer, prepared from the boo�Cs and recorcls af the Engineer, outiining the amaunt of hours worked by each employee, the employee's name and classification, and the employee's billing rate along with itemized charges for subconsultant services and other incidental dir�ct casts perform�d during the period co�ered by said invoice. Amendment 2 Page - 9 October 1 a, 2001 Contract Nn. 24499 �XrI��L 1 FL�ofjH G C}iIANG, PAi�� & Y��BY, ING. HQU�LY �ILLINC RAi�S - 2a01 Classification of Personnel Principal f'roject Manager Senior Electrical Engineer Registered Engineer Graduate Engineer 5enior Technician CAD Technician Word Pracessor (Clericaf) Ranqe o# Billin� Rates ($/Hr.l $150 - $200 $100 - $150 $130 - $170 $100 - $150 $55 - $9D $70 - $95 $55 - $70 $4D - $85 Amendment 2 Page - 10 October 10, 2001 Contract No. 2�}499 �XWI�II "�'-3�� C05i SUMMA�Y AL�RT NQiIFICATfQN SYSTEMS I�ND S�CURITY IM�ROV�M�CNYS �'OR �R�Af M�N� �LAN�S �hase 1 iasC�s Task 1 Meeting and Coordination Task 2 Site E�aluations Task 3 Surveying Task 4 Contract Documents Task 5 Bidding Services `�ask 6 Constructian Phase Services Phase 1 Su6totals (See Note 1) �hase 1 �'otal Alert Security Notification Impra�ements Imprar►ements $6,500 $18,300 Gupta & Associat�s, Inc. $5,100 $24,3Q0 Gupta & Associates, Inc. $6,500 $21,$54 $61,2QQ Gupta & Associates, lnc. $1,400 $3,50Q $4,940 $25,900 Gupta & Associates, Inc. $39,754 $i39,700 $i 79,454 MW�� MW�� % F�e� MW�� $4,600 2.6% $7,446 4.1 % $16,Q23 8.9% $7,691 4.3% $35,760 20% For O�fiion 2: Phase � Limited Construction artd Bidding Phas� Services, deduct $8,600 fram the Phase 1 subtotal. Amendment 2 Page - 11 Octflber 16, 2001 Coniract No. 24499 A�JYbOFil�r4ilON _ .� EXECUTED in the Gity of Fort Worth this 3is �day of !�•� f: �.� �. , A.D., 2001. ATTES �: CITY OF FO W TH BY .� i. .�►,d �� By � Gloria Pearson, ity Secretary Mi�ce Groomer, Assistant Gity Manager APPROVEp: . � i �� By % � - ��`.•' _� - - - � - �� -- _ D���isseler,� .E.aFDirector Water Departm�nt CHkANG, F'ATEL & YERBY, INC. By ��i�%�'-�- W. Walter Chiang, P.E, APPR� D TO FQRM AND LEGALITY: ATTEST: Gary Steinberger Assistant City Attorney Secretary �`' � t'` � ,l ,�'/ Contract Authorization �� ��—�r Amendrrient 2 P�ge • 12 Contract Nv. 24499 oat� ��������� �}����� �� ���r���;� � ' `'�• � � �ity of'�'ori �or�h, T'exas ���� A�'1� ��r#11�` ���i��11���1t���1 DATE REF�RENCE NUMB�[� LOG NAM� PAGE 10/2101 ��� ��'�'� I 60CHlANG � 1 of 2 su�.��cT AMENDMENT NO. 2 TO CONTRACT WITH CHIANG, PATEL, & YERBY, INC. FOR ENGINEERING SERVICES RELATED TO INSTALLATION OF WATER DEPARTMENT ALERT NOTIFIGATION SYSTEMS AND SECURITY IMPR�VEMENTS AT TREATMENT PLANTS RECOMMENDATION: i# is recommended that the City Counci) a�thorize the City Manager to execute a� amendment to the cont�act witn C��ang, Patel & Yerby, fnc. for engineering services related to the installation of Wate� Depa�tment alert notification systems and security improvements at treatment plants, increasing ihe cost by $179,454 for a total contract cost not to exceed $304,229. D15CUSSION: On December 1, 1998 (M&C G� 7� 7� ), the City Council auihorized the executian of an engineering agreement with Chiang, Patei & Yer�y, Inc. for engineering sarvices reCated #o fhe de�elopment of the Water Department emergency response plan. TY�e originaE cantrac# included updating and de�elopment of chemical spill response plans and preparation of an emergency response prograrrm. This agreement was subsequeni{y amended August 3, 9999 (M&C C-1i565), ta provide for a security evaivation of treatment facilities. The City Council alsQ authorized an agreement with Chi�ng, Patel & Yerby, Inc. on July 11, 20Qp (M&C C-18118), to pro�ide engineering services refated to the installation af alert notification systems at treatment planfis. This amendment �ri�l address additional security concerns. Chiang, Patel & Yerby, Inc. has proposed to des9gn ar�d develop bidlcontract doc�ments for the recommended treatment plant security system improvements and upgrade the alert system. S�curity system improvements wifl consist of new cameras and monitors, new e�try gates, new access control equipment, new entrance arEa lights, shelters and associated site modificatians. Chiang, Patel & Yerby, Inc. wi11 provide engineering services for the additional alert natifiication and security system improvements for a cost nof to exceed $1T9,454. Chiang, Patel & Yerby, Inc. is in campliance with the City's MIIIVBE Ordinance by committing to an additional 21% MIWBE participation on this amendment. The City's goal on this project is 20°/a. �'ity o, f �'o�i �ort�, T'exas �1��� 1�11� ���1���� ���i1�1�1�����fi DATE REFERENCE NUMB�R LOG NAME PAGE 1012101 �-� ���� � 6DCHlANG 2 of 2 SUBJECT AMENDMENT NO. 2 TO CONTRACT W1TH CHIANG, PATEL & YERBY, INC. �OR ENGINEERING SERVICES RELATED TO INSTALLATiON QF WATER DEPARTMENT ALERT NOTIF�CATION SYSTEMS AND SECURITY IMPR�VEMENTS AT � TREATMENT PLANTS FISCAL 1NFORMATIONIGERTIF�CATiUN: The Finance Director cerkifies that tur�ds are a�ailable in the c�rrent capital budgets, as appropriated, pf the Commercial Pap�r-Water and Sewer Funds. MG:� e Submitted for Ci#y Manager's Office by: � Mike Groomer . Originating Department Head: Dale Fisseier Additional Infarmatian Contact: Dale F'isseler I I�"CJND I ACCOUNT I CENTER � AMOUN'C I {to} 5140 � 8207 I {from) I PW77 PS46 � 8207 �� b312D0 060770230010 $149,639.00 53120Q 07046Q23fl010 $ 29,817.00 CIT'Y SECRETARY A�P�ov�� ���TY CaUNC�L OCT � � �s �� City 3ecretnrp oi the Cit}t Qt Fort Wortlt,'Fexaa C'i� of �o�i �'o�t�i9 �'e�ac,� �r��� ��� ��run���� �,�rm�������c�� DATE i REFER£NCE NUMB�R LOG NAME PAGE 1a12101 ���$��� I BpCHIANG I 2 of 2 suB.��c`r AMENDMENT NO. 2 TO CONTRACT WITH CHiANG, PATEL & YERBY, INC. FOR ENGINEERING SERVICES REL,ATED TO INSTALLATiON QF WATER DEPARTMENT ALERT NOTEFICAT�ON SYSTEMS AND SECURITY IMPR�VEMENTS AT � TREATMENT PLANTS FiSCAt INFORMATIONICERTIFICATION: The Finance Direc#or certifies tf�at f�nds are a�ai[able in the current capital budgets, as appropriated, of the Commercia[ Pa�er-Water and Sewer Funds. MG:k . , Submitted far Gity Maaager's Office byc • Mike Graomer - Ori�iaating Departmeut Head: Dale Fisseler Additional Infnrmation Contact: FUND I ACCOUNT I CENTER � AMOU1rTT CITY SECR�T.A.RY {to) AP��ov�D - ���� cou���� o cr � 2�0� (from) , pW77 531200 0607702300'f0 $148,639.00 � �L ���� PS�16 531200 070460230040 $ 29,$17.Q0 � Gify 5ecretairp af th� � � Csty a.� Port �3tiorth, Te�caa 614D 8207 Daie Fisseler 8207 C�ty af '.�o� P�orth� T'exas ���� ��t� ��r�n�l ���rr�urn�c���r� DATE REFERENCE ErIUMB�R LOG NAME PAGE 101210'{ ����77� 60CHIANG I 'I of 2 sue�ECT AIVIENDMENT NO. � TO C�NTRACT WITH CHIANG, PATEL & YERBY, fNC. FOR ENCINEERING SERVICES RELATED TO INSTALLATION OF WATER DEPARTMENT ALERT NOTIFICATION SYST�MS AND SECURITY IMPR�VEMENTS AT �'REATMENT PLANTS RECOMMENDATION: �t is recommendad that the City Council authorize the City Manager to execute an amendment to tY�e contract with Chiang, Pate� & Yerby, �nc. far engineering services related �o the instaffation of Water Department alert notification systems and security im�rovements at treatment plants, incr�asing the cost by $9 79,454 for a total contract cost nat to exceed $304,229. DISCUSSION: On December 1, 1998 (M&C C-17171), the Gity Council authorized the executian of an engineering agreement with Chiang, Pa#e! & Yerby, Inc. for en�ineering services related to the developm�nt of #he Water Department emergency response pian. The original contract included updating and de�e�opment of chemical spill response plans and preparation of an emergency response program. This agr�ement was subsequently amended August 3, 1999 (M&C G175f5}, to pravide for a security evaluatian of treatment facilities. The City Council also auth4rized a� agreement with Chiang, Pate� & Yer�y, lnc. on July 11, 20D0 (M&C C-18118), ta provide engineerir�g services refated to the installation af alert nofificatior� systems at treatment plants. This amendment will address additiana[ security cancerns. Chiang, Patel & Yerby, Inc, has proposed to design and develop bidlcontract documents for the recommended treafiment plani security system impro�ements and upgrade the alert syst�m. Security syst�m improvements will consist of new cameras and monitors, new entry gates, new access control equipment, new entrance area lights, shelters and associated site modifications. Chiar�g, Patel & Yerby, Inc. will pro�ide engineering ser�ices for ti�e additianal alert natification and security system improvements for a cast not to exceed $179,454. Chiang, Patel & Yerby, Inc. is in complianc� with the City's MIWBE Qrdi�ance by committing to an additianal 21% MIWBE par�icipation on this amendment, The City's goal on this praj�ct is 20%.