Loading...
HomeMy WebLinkAboutContract 57712-A3CSC No. 57712-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 57712 WHEREAS, the City of Fort Worth (CITY) and Plummer Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 57712, (the CONTRACT) which was authorized by M&C 22-0412 on the 14t' day of June, 2022 in the amount of $ $1,761,590.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $99,851.00 which was administratively authorized on February 7, 2024 and Amendment No. 2 in the amount of $2,159,580.00 which was authorized by M&C 24-0421 on May 14, 2024; and WHEREAS, the CONTRACT involves engineering services for the following project: Mary's Creek Water Reclamation Facility Lift Station Site and Force Main Alignment, CPN 103468; and WHEREAS, it has become necessary to execute Amendment No. 3 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 $77,162.00. 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 $4,098,183.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 1 of 2 MCWRF Lift Station & Force Main Alignment CPN: 103648 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: 09/06/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: Christopher Harder (A'ug 19, 2025 13:16:29 CDT) Christopher Harder, P.E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's 4 9 nnIl FORT��d c1 0 0 d0 v°moo op-1d 0V8 o=d O�Iln nEXp`94 ENGINEER Plummer Associates, Inc. a —et ZNV�- Clete Martin, P.E. Principal DATE: Q SO ZJ 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. Suzanne Abbe, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: ",, /3o&z� Douglas Blac ug 19, 2025 18:10:35 CDT) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 2 M&C No.#: N/A M&C Date: N/A M&C Date: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PLUMMER 7/31/2025 Mrs. Suzanne Abbe, P.E. City of Fort Worth Water Department — Engineering Services Division 200 Texas Street Fort Worth, TX 76102 Re: Mary's Creek Force Main Detail Design City Project No. 103648 Contract Amendment No. 3 Plummer Project No. 0318-052-01 Dear Mrs. Abbe: This Contract Amendment No. 3 is provided for additional services related to Mary's Creek Force Main Design. The scope is described below and attached. This Amendment is necessary to allow Plummer Associates, Inc (Plummer) to provide detailed design changes. The fee for this Contract Amendment would be $167,063, however, we are invoicing $89,874 of unused funds from Amendment No. 2 with a resulting Contract Amendment No. 3 of $77,162. A summary of this Amendment is as follows: 1) Project Management 2) Redesign due to Developer Changes 3) Right of Way / Easement Services / Topographic Survey 4) Environmental Permitting Services This amendment compensation summary is as follows: Description No. 3 — Design, Easement, & Permitting Total (Lump Sum) The following table identifies the original contract and amendments. original Contract Amendment No. 1 Amendment No. 2 Amendment No. 3 Total Contract Amount Amount $1,761,590 $1,761,590 $99,851 $1,861,441 $2,159,580 $4,021,021 $77,162 $4,098,183 1320 S University Drive, Suite 300 Fort Worth, TX 76107 Phone 817.806.1700 Plummer.com TBPE Firm No. 13 Z:\Shared\Projects\Water\0318\052-01\1 Contracts\1-1 Client\Amendment 3 Page 1 of 2 Amount $77,162 $77,162 Council Approved 06/14/2022 02/07/2024 05/22/2024 Mary's Creek Force Main Detail Design If you have any questions concerning the Amendment, please let me know. Sincerely yours, Clete Martin, P.E., TX 81507 PLUMMER CM/tm Attachment cc: Ellen McDonald, P.E., Principal in Charge, Plummer Associates, Inc George Farah, P.E., Project Manager, Plummer Associates, Inc 1320 S University Drive, Suite 300 Fort Worth, TX 76107 Phone 817.806.1700 Plummer.com TBPE Firm No. 13 Z:\Shared\Projects\Water\0318\052-01\1 Contracts\1-1 Client\Amendment 3 Page 2 of 2 ATTACHMENT DETAIL DESIGN SERVICES FOR MARY'S CREEK FORCE MAIN CITY PROJECT NO.: 103648 AMENDMENT#3 07/31 /2025 ATTACHMENT A Scope for Endneerinq Desiqn Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR MARY'S CREEK DETAIL DESIGN FORCE MAIN CITY PROJECT NO.: 103648 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. The purpose of this scope for Contract Amendment #3 is to provide new scope related to the four items below. SUMMARY This amendment modifies the force main route at two locations to avoid conflicts with gas pipelines. These two re -alignments are necessary to avoid gas pipelines that appeared to have been installed by Horizontal directional drilling (HDD). Our attempts to locate the two pipelines have not been successful, after many attempts to do so due to rock layers at approximately 10 feet of depth at both locations. We are relocating the main force where the gas pipeline elevations are known. Both of these changes are a result of proceeding with easement design at 60%, as the schedule demands, prior to completing all the SUE work. Usually, easement design is not initiated until all the SUE data is collected and at the 90% phase. These changes require additional project management services, topographic surveys, additional easement modifications, additional archaeological services, and tree surveys. These changes are expected to reduce the review time that the gas companies will require and allow approval to permit these gas crossings and allow design confidence. The first re -alignment is at the crossing of Camp Bowie Blvd/Hwy 580 requiring reroute where the gas pipeline is shallow. The second re -alignment is near the City of Fort Worth's proposed WRF on the Bass property. The initial pipeline length stopped at the WRF boundary, prior to crossing a Gas pipeline on the City's property. However, after several attempts to identify the depth of the gas pipeline, including several meetings with the gas company representatives, it was determined that the crossing of the pipeline would be better at a location approximately 1,200 LF north of the creek where the gas pipeline is shallow. This is due to the uncertainty of the gas pipeline's vertical location near the creek, since the pipeline was installed by HDD. Thirdly, this amendment also includes the relocation of the existing 24-inch (M-372) sanitary sewer gravity main for approximately 1,000 LF that exposed near the existing creek bank, as directed by the City. The relocation of the gravity sewer will be included in the construction documents with the force main project. Fourthly, this amendment includes redesigning the alignment, plan and profile of the force main on property No. 19 and 20 based on proposed land use maps provided by the property owner. This is due to the attempt to accommodate the developer's changing development plans multiple times. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 1 of 5 ATTACHMENTA DESIGN SERVICES FOR MARY'S CREEK FORCE MAIN CITY PROJECT NO.:103648 AMENDMENT3 WORK TO BE PERFORMED Basic Services: Task 1. Project Management Task 2. Conceptual Design and 30% Plan Submittal (Not Included) Task 3. Preliminary Design (60% Plan and Profile). (Not Included) Task 4. Final Design (Additional Design Elements) Task 5. Bid Phase Services (Not Included) Task 6. Construction Phase Services (Not Included) Task 7. Right-of-Way/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists (Not Included) Task 10. Environmental Permitting Services and Other Permits Special Services: Task 1. Unidentified Services TASK 1. PROJECT MANAGEMENT. ENGINEER shall perform the work in a manner that utilizes the ENGINEER's and CITY's time and resources efficiently and effectively. This work, assumptions, and deliverables will be similar to the items in the original scope as not repeated here. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT) (Additional Design Elements). The scope for Final Design drawings will be similar to the original Contract scope and subsequent amendments. 4.1 The force main is realigned at two locations to avoid conflicts with gas pipelines. These two re -alignments are necessary to avoid gas pipelines that appeared to have been installed by Horizontal directional drilling (HDD). Our attempts to locate the two pipelines exactly have not been successful, after many attempts to do so due to rock layers at approximately 10 feet of depth at both locations. We are relocating the force main where the gas pipeline elevations are known. Both of these changes are a result of proceeding with easement design at 60%, as the schedule demands, prior to completing all the SUE work. Usually, easement design is not initiated until all the SUE data is collected and at the 90% phase. These changes require additional project management services, topographic surveys, additional easement modifications, additional archaeological services, and tree surveys. These changes are expected to reduce the review time that the gas companies will require and allow approval to permit these gas crossings and allow design confidence. The first re -alignment is at the crossing of Camp Bowie Blvd/Hwy 580 requiring reroute where the gas pipeline is shallow. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 5 ATTACHMENTA DESIGN SERVICES FOR MARY'S CREEK FORCE MAIN CITY PROJECT NO.:103648 AMENDMENT3 4.2 This re -alignment is near the City of Fort Worth's proposed WRF on the Bass property. The initial pipeline length stopped at the WRF boundary, prior to crossing a Gas pipeline on the City's property. However, after several attempts to identify the depth of the gas pipeline, including several meetings with the gas company representatives, it was determined that the crossing of the pipeline would be better at a location approximately 1,200 LF north of the creek where the gas pipeline is shallow. This is due to the uncertainty of the gas pipeline's vertical location near the creek, since the pipeline was installed by HDD. 4.3 This change includes the relocation of the existing 24-inch (M-372) sanitary sewer gravity main for approximately 1,000 LF that is exposed near the existing creek bank, as directed by the City. The relocation of the gravity sewer will be included in the construction documents with the force main project. 4.4 Redesigning the alignment, plan and profile of the force main on property No. 19 and 20 based on proposed land use maps provided by the property owner. This is due to the attempt to accommodate the developer's changing development plans multiple times. ASSUMPTIONS • Two (2) sets of the 90% design drawings with the updated designs incorporated as outlined in the Contract scope and subsequent amendments. DELIVERABLES 1. Eight (8) revised or additional design/ property owner, plan and profile sheets. 2. Update Archaeological research. 3. Updating topographic survey. 4. Updating permits. 5. Revising OPCC, detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES (Not Changed) ENGINEER will support the bid phase in keeping with the previous scope of work of the project, covering the realignments and additional design elements included here. TASK 6. CONSTRUCTION PHASE SERVICES. (NOT INCLUDED) TASK 7. RIGHT-OF-WAY/EASEMENT SERVICES. 7.1 Preparing up to 10 additional easement documents, for Section 3 Force Main. 7.2 Revisions to easement layout design to accommodate a future pipeline designated as "Middle Easement" between the permanent and temporary easement to accommodate City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 5 ATTACHMENTA DESIGN SERVICES FOR MARY'S CREEK FORCE MAIN CITY PROJECT NO.:103648 AMENDMENT3 flexibility in acquisition, for Section 1 Force Main. 7.3 Revisions to easement layout design to accommodate a future pipeline designated as "Middle Easement" between the permanent and temporary easement to accommodate flexibility in acquisition, for Section 2 Force main. 7.4 Redesignation of "Middle Temporary easement" to "Middle Permanent Easement" on the tree sheets, property map sheets, plan and profiles sheets, and recounting the tree permitting per easement type all after easement documents were written. 7.5 Revision to easement documents on Bass property corresponding to TASK 4.2 above. ASSUMPTIONS • Based on 60% Section 3 design as submitted to the City. DELIVERABLES • Up to ten (10) easement documents. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. The scope is similar to the scope in the original contract. The following scope in this design survey section is for the additional portion not included in the original contract. ENGINEER will provide survey support as follows. 8.1 Design Survey Topographic survey collected for up to 750 LF for Section 3 Force Main for realignment. ASSUMPTIONS No Tree permitting is included in Section 3 of the Force Main. DELIVERABLES • Topographic survey of 750 LF. TASK 10. ENVIRONMENTAL PERMITTING SERVICES AND OTHER PERMITS. 10.1 The ENGINEER will confirm that there are no changes to the following permits through this amended scope: Aquatic Resources Delineation Report, Threatened and Endangered Species Report, Tree Preservation Plan and Permits, USACE Section 404/401 Authorization, and Floodplain Development Permit Application. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 5 ATTACHMENTA DESIGN SERVICES FOR MARY'S CREEK FORCE MAIN CITY PROJECT NO.:103648 AMENDMENT3 10.2 Cultural Resource Services (Archeological) A new Texas Historical Commission permit (THC) is required to accommodate alignment changes at four locations: (1) is adjacent to the plant on Bass property, (2) Camp Bowie, (3) Property #20, (4) Rail Crossing near Walnut Creek in Section 3. 10.3 Other Permitting: The ENGINEER will permit or re -permit the gas line crossings and Tarrant Regional Water District (TRWD) waterline crossing consistent with the Detailed Design scope. 10.4 National Environmental Policy Act (NEPA) Documentation in Support of WIFIA Funding The ENGINEER will continue to support WIFIA funding coordination and answer questions with regulators related to new archeological research referenced in TASK 4. Additional Services not included in the existing Scope of Services CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Specialty testing services not listed in Basic Services. • Storm drain, roadway, landscaping design. • Site development or Building permits. • New alignment changes after approval. • Topographic survey of any areas for construction staging or laydown. • Engineered Stormwater Pollution Prevention Plans, special details. • Engineered Traffic Control Plan and special details. • Easement closing, Easement M&C preparation, Easement Recording Services. • Odor dispersion modeling, • Alternate pipeline material evaluations technical memo, • Splitting design plans to accelerate construction schedule due to developer schedule, including Lago Cantera. • Final force main sizing and wall thickness class will be by the lift station design engineer. • Efforts related to THC requests for additional field services beyond what is outlined in Basic Services. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 5 Level of Effort Spreadsheet Sub Consultant Legend TASK/HOUR BREAKDOWN MWBE Surveyor Design Services for Archeology Mary's Creek Water Reclamation Facility Force Main Detailed Design City Project No. 103648 Contract Amendment No. 3 (713112025) Labor (hours) Expense Proj. Director/ Sr. Proi Proj. Task Description Principal Manager Eng./Scientist CADD Admin. Total Labor MWBE Non-MWBE Repro. Total Expense Task No. Rate $388 $313 $249 $168 $128 Cost Travel (Inhouse) Cost Task Subtotal % Complete Remaininq Bud//jj t 1.0 Project Mana ement 7 7 6 0 0 $6,398 $0 $0 $0 $0 $0 $6,398 $6,YL 1.1 Managing the earn 3 3 S2,103 $0 S6,398 $6,398 1.2 Meetings to coordinate work (2 meetings) 4 4 6 $4.29$ $0 $2.103 $2,103 4.1.a Camp Bowie Realignment Survey 1 1 1 $950 $6,7051 $6,705 $7,655 $7,655 4.1.b Camp Bowie Ralignment Environmental 3 4 $1,933 1 $0 $1,933 $1,933 4.1.c Archeological (Incl. Bass property) ($32,746-Fee Remaining of $15,798) 2 4 1 $2,277 $16,9481 $16,948 $19,225 $19,225 4.2.a Bass Property Survey (provided by FNI /TRWD) 1 1 1 $950 $01 $0 $950 $950 4.2.b Bass Property Environmental 3 4 $1,933 $0 $1,933 $1,933 4.2.c Bass Property Archeological (Incl. Camp Bowie, see 4.1.c) 2 4 1 $2,277 $0 $2,277 $2,277 4.3 Sanitary Sewer M-372 Relocation on Murrin Property (1000 ftl 10 4 6 18 $9,655 $0 $9,655 $9,655 4.4 Redesigns on Property 19 & 20 (Corey Waldrop) Including Gabion design 2 design sheetsgNo future changes) 24 4 8 40 $19,290 $0 $19,290 $19,290 4.4.a Survey u. to 75 LF 2 2 2 2 $2,2361 $6,0001 $6,000 $8,236 $8,236 4.4.b Environmental 2 12 $3,759 $0 $3,759 $3,759 4.4.c Archeological (See 4.1 c) 2 4 $2,028 1 $0 $2,028 $2,028 7.0 ROW/Easement Services 77 12 47 107 6 $64,104 $17,250 $0 $0 $0 $17,250 $81,354 $81,354 7.1 Additional Easement Documents (10) (If Section 3 Included) 8 4 20 20 1 $12,82 $15,0001 $15,000 $27,824 $27,824 7.2 Revise Easement Layout, Planning and Implementation, Sec 1 20 3 8 20 2 $14.311 $0 $14,311 $14,311 7.3 Revise Easement Layout, Planning and Imp ejpent do , Sec 2 1OO 40 5 12 60 3 $30,557 $0 $30,557 $30,557 7.4 R designatio fo(TCE middle to erm. 90 / or / desic`nn 7.4.a asement or Two Parcels -4, �0 LE� rveyor effort was invoiced in May 2025) 2 $776 $0 $776 $776 7.4.b Tree Sheets (6) 2 4 $1,450 $0 $1,456 $1,450 7.4.c PropeJ�v Map Sheets (1) 1 1 $556 $0 $556 $556 7.4.d Plan &Profile Sheets (3) 2 2 $1,113 $0 $1,113 $1,113 7.4.e Change tree counting for permitting 1 4 $1,382 $0 $1,382 $1,382 7.5 Revision to Bass Easement 1 3 $1.1341 $2,2501 $1.134 $1,134 Subtotall 1 $164,6911 1 $164,6911 1 Water and Sewer Design Breakdown Project Summary (No Special Services) l Water Sanitary Sewer Total Cost % Complete Remaining Budget Total Hours 445 Footage / LF i $ Total Labor $117,788 1 0 $ 167,036 $ 167,036 Total Expense $46,903 Unused Items Billed in $ 89,874 Amend 2 MBE/SBE Subconsultant $46,903 1 TOTAL 1 $ 77,162 Non-MBE/SBE Subconsultant $0 5%1 Sub Markup $2,34� 2,3451 MBE/SBE Participation 1 28.08% Total Project Cost $167,036 MMIL_167,036 Unused Items Billed In Amend 2 $89,874 Total Project Cost $77,162 Z\SM1aredWrgecW et 031=s2-01\1 Conti-0-1 01entl-d-nt3 Page1