Loading...
HomeMy WebLinkAboutContract 53807-A2CSC No. 53807-A2 AMENDMENT No . 2 TO CITY SECRETARY CONTRACT No. 53807 WHEREAS, the City of Fort Worth (CITY) and Burgess & Niple, Inc., (ENGINEER) made and entered into City Secretary Contract No. 53807, (the CONTRACT) which was authorized M&C 20-0176 on the 7th day of April, 2020, in the amount of $322,000.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No.1 in the amount of $25,287.00 administratively authorized on August 31st, 2023; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2019 WSM-G, CPN 102303; and 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $18,064.00 (Water: $8,251.00; Sewer: $9,813.00). 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 $365,351.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD City of Fort worth, Texas CITY SECRETARY w&SS Repl. 2019 WSM-G Prof Services Agreement Amendment Template FT. WORTH, TX CPN 102303 Revision Date: 12/08/2023 Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth William Johnson (D c 5, 2024 14:14 CST) William Johnson Assistant City Manager DATE: 1 2/05/2024 Jannette Goodall City Secretary gdg404Q� aF FORt �°a 0o o o o OVo o=4 Oa�Il nEXA?op APPROVAL RECOMMENDED: Chn"ftoAvhek tta��le� Christopher HarQer (Dec 3, 2024 17:17 CST) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Burgess & Niple, Inc. William D. Wendland, P.E Vice President DATE: 1-21312.02.4 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. Walter Norwood, P.E. Project Manager M&C No.#: N/A APPROVED AS TO FORM AND LEGALITY: M&C Date: N/A Douglas Black (Dec 4, 2024 14:51 CST) Douglas W. Black Form 1295: N/A Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas FT. WORTH, TX W&SS Repl. 2019 WSM-G Prof Services Agreement Amendment Template CPN 102303 Revision Date: 12/08/2023 Page 2 of 2 BURGESS & NIPLE 99oo Hillwood Parkway I Suite 130 I Fort Worth, TX 76177 1817.3o6.1444 November 14, 2024 Mr. Walter Norwood, PE Senior Professional Engineer City of Fort Worth — Water Department 200 Texas Street Fort Worth, TX 76102 Re: Scope of Work Revision Reauest Water & Wastewater Replacement Contract 2019, WSM-G City Project No. 102303; B&N No. PR58702 Proposed Amendment No. 2 Mr. Norwood: This letter is our formal request for a Scope of Work Revision for engineering services. Justification The city has requested that Burgess & Niple (B&N) provide additional engineering services beyond the original scope of work. These services are identified below as three separate tasks. Task 101.0 Revise Waterline Alignment & Profile from Roadrunner Rd to N Surfside Dr for Directional Drillinq The current B&N water line design is affected by a change order request from Circle C (the contractor), which necessitates shifting the water line design. B&N is to revise the water line plan and profile in a manner that is acceptable to TOOT and the city for inclusion in the city -prepared change order with Circle C. B&N will provide separate 90% complete plans and Final 100% complete plans for water line improvements north of Jacksboro Highway. The lump sum fee for Task 101.0 is $5,239.00. Task 201.0 Revise Sanitary Sewer Aliqnment & Profile from Sta. 10+81 to Sta. 25+47 for Directional Drillinq The current B&N sanitary sewer main design is affected by a change order request from Circle C (the contractor), which necessitates shifting the sanitary sewer main. B&N is to revise the sanitary sewer plan and profile in a manner that is acceptable to TxDOT and the city for inclusion in the city -prepared change order with Circle C. B&N will provide separate 90% complete plans and Final 100% complete plans for sanitary sewer improvements north of Jacksboro Highway. The lump sum fee for Task 201.0 is $3,175.00. burgessniple.com November 14, 2024 Water & Wastewater Replacement Contract 2019, WSM-G Proposed Amendment No. 2 Page 2 Task 301.0 TxDOT Permit Revision Using the plan and profile revisions in Tasks 101.0, 201.0 B&N will revise the TxDOT permit and coordinate with the city and TxDOT's Resident Engineer during the approval process. Using the plan and profile revisions in Task 401.0 B&N will revise the TxDOT crossing permit and coordinate with the city and TxDOT's Resident Engineer during the approval process. The lump sum fee for Task 301.0 is $3,114.00. Task 401.0 Revise Sanitary Sewer Bore across Jacksboro Hwv B&N will subcontract a surveyor to perform topographic survey and lidar drone mapping of the existing conditions to determine the extents of the new TxDOT pavement. Using the updated existing conditions from topographic survey B&N will revise the alignment, grade, and potential bore type of the proposed bore to accommodate existing conditions. The contractor has inquired about the possibility of a four (4) foot diameter hand tunnel with tunnel liner plates. The lump sum fee for Task 401.0 is $6,338.00. Based upon this revised scope of work and Level of Effort (LOE) spreadsheet, the additional design cost proposed for Amendment No. 2 is $18,064.00. See the attached LOE spreadsheet. PROJECT FEE DETAILS Contract Item Description Fee Original Contract W&WW Replacement Contract 2019, WSM-G $322,000.00 Amendment No. 1 Additional Scope of Work $25.287.00 Proposed Amendment No. 2 Additional Scope of Work as described above $18,064.00 REVISED TOTAL PROJECT FEE ,365,351.00 Please let me know if you have any questions or need additional information concerning this request. Respectfully submitted, Burgess & Niple TBPE FIRM REGISTRATION NO. F-10834 6)jb;av 6 0, Xk"6**6W William D. Wendland, P.E. Vice President Director, Fort Worth District Attachment P:1PR587021PM1Contract1C01C0-2158702 W&SS Replacement Contract 2019, WSM-G Amendment 2.docx EXHIBIT B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Water and Sanitary Sewer Replacement Contract, WSM-G Amendment 2 City Project No. 102303 Labor hoursl Eroense Task No. Task Description Principal pQgM Project Total Labor Subconsultant Total Expense Task Sub Total ManagQer Cost Travel Reproduction Cost 2024 Rate $302 $272 $172 SBE NonSBE Amendment Revise Waterline Alignment & Profile from Roadrunner Rd to N Surfside Dr for 101.0 Directional Drilling 0.5 1 28 $5,239 $0 $0 $0 $0 $0 $5,239 101.1 Final Draft (90%) Plan/Profile Sheets 1 0.51 201 $3.576 1 1 $0 $3,576 101.2 Final(100%) Plans 0.51 0.51 81 $1,663 I I I $0 $1,663 Revise Sanitary Sewer Alignment & Profile from Sta. 10+81 to Sta. 25+47 for Directional 201.0 Drilling 0.5I 1 16 $3,175 $0 $01 $0 $0 $0 $3,175 201.1 Final Draft (90%) Plan/Profile Sheets 1 0.51 12 $2,200 1 1 1 $01 $2,200 201.2 Final (100%) Plans 0.51 0.51 4I I $9751 1 1 I $01 $975 TxDOT Permit Revision along frontage road to Roadrunner and Crossing Permit Revision J 1 301.0 at Surfside Drive 1 0 $3,054 $0 $0 $60 $0 $60 $3.114 301.1 TxDOT Coordination & Permit Revision I 1 1 81 1 $1.6781 1 1 $301 1 $301 $1.708 301.2 TxDOT Coordination & Crossing Permit Revision 1 I 1 81 1 $1,3761 1 1 $301 1 $301 $1,406 Revise Sanitary Sewer Bore across I I I 401.0 Jacksboro Hwy 1 11 22 $4,3581 $01 $1,980 $OI $OI $1,980I $6,338 Topographic Survey and Drone Mapping of existing conditions at N Surfside intersection with 1 1 401.1 eastbound Jacksboro Hwy frontage road $344 $1,980 $1,980 $2,324 401.2 Final Draft (90%) Plan/Profile Sheets 1 0.51 0.51 121 I $2,351 I I 1 1 1 $01 $2,351 401.3 Final(100%) Plans 1 0.51 0.5I 8I 1 l $1,6631 1 1 1 1 $01 $1,663 Amendment Totals) 31 31 821 01 $15,8261 i $01 $1.980; $601 $01 $2,0401 $17,866 1 Water Line Footage 2,9331 56.9% Amendment Summary I Sewer Line Footage I 2,2201 43.1% Total Hours 88 5,1531 100% Total Laborl $15.826 Total Expense $2,040 MBE/SBE Subconsultantl $0 (A) Total Fee $18,064 Non-MBE/SBE Subconsultant1 $1.980 (B) Survey Fee $1,980 10% Sub Markup) $198 (C) Total Fee (-) Survey Fee $16,084 MBE/SBE Participation I 0.0% I Water Fee (45.7% of C) I Sewer Fee (54.3% of C) Total Project Cost1 $18,064.00 f $7,347.00 $8,737.00 1 Description WP Water Sewer 1 Task 101 $5.239.00 $0.00 1 Task 201 $0.00 $3,175.00 1 Task 301 ( $1,772.00 $1,342.00 l 1 Task 401 (less Survey) I l $0.00 $4,358.00 l l Survey I 51 I $1.240.00 $938.00 I I Subtotal 1 $8,251.00 I I $9,813.00 Total $18,064.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 1 of 1 11/14/2024 1:32 PM