Loading...
HomeMy WebLinkAboutContract 47120-A2\ � ` � �� rj � - .J�_ � �� `1 • - �" ' � �, RECEIVED � r�nn 1 zi)17 �� ��' CITYOFFORTWORTH ' CITYSECRETARY �`.; ;,� `` �: � . CITY SECRETAR� � ! � �1'� AMENDMENT No . 2 �O�q� �O, �'v �" TO CITY SECRETARY CONTRACT No. 47120 WHEREAS, the City of Fort Worth (CITY) and Baird, Hampton & Brown, Inc., (ENGINEER) made and entered into City Secretary Contract No. 47120, (the CONTRACT) which was authorized by M&C C-27480 on the 29th day of September, 2015 in the amount of $455,717.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment Number 1 in the amount of $30,480.00 which was administratively authorized or, December 20, 2016; and WHEREAS, the CONTRACT involves engineering services for the following project: Reconstruction of Kimbo Road, from North Sylvania Avenue to Mesquite Road, City Project No. c02661; 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 the proposals dated January 5, 2017, a copy of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $130,965.00. (See Attached Funding Breakdown Sheet, Page -3-). 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 $617,161.00. City of Fort Worth Professional Services Agreement Amendment Template �FFICIAL RECORD PMO Official Release 8/1/2012 Page 1 of 4 C�'TY SECRETARy �. ■��n�H� � � r �� All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ..�-- �. Jesus J. Chapa Assistant City Manager DATE : '� /O ✓f 1 APPROVAL RECOMMENDED: I � � Lv. � � Douglas� . Wiersig, .E. Director, Transportation and Public Works 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 requiremen Mary H , E. Sr. P ssional Engineer, TPW City of Fort Worth Professional Services Agreement Amendment Template PMO OFficial Release 8/1/2012 Page 2 of 4 ENGINEER Baird, Hampton & Brown, Inc. � —__�. � Konstantine Ba in as, P.E. President DATE : � "�� ��i OFFICIA�, RE�ORD CITy S�C1�q�, �i �Id�N'I ! X I � APPROVED AS TO FORM AND LEGALITY: Douglas W. Black Assistant City Attorney ATTEST: Mary 'J,� 1 Kai��s City Secreta City of Fort Worth Professional Services AgreementAmendment Template PMO Official Release 8/1/2012 Page 3 of 4 Form 1295 No. 2017-151967 M&C No.: M&C Date: c-28137 03/07/2017 � O�'FICIAf� R6CORp CI'�'ir ���RE'M`�i�X �"'. 4�If'l��fi'�w '�"X � �- ��� �3°7 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2017-151967 Baird, Hampton & Brown, Inc. Fort Worth, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/09/2017 being filed. City of Fort Worth Transportation and Public Works Department �ate acknowledged: �� 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. 02661 Roadway Cross-Section, Contract 47120 Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Baird, John Fort Worth, TX United States X Bakintas, Konstantine Grapevine, TX United States X Mcllraith, Michael Fort Worth, TX United States X Randall, Kenneth Fort Worth, TX United States X Strevey, Tracy Fort Worth, TX United States X Nave, Shannon Weatherford, TX United States X Watters, Richard Fort Worth, TX United States X Bost, lan Fort Worth, TX United States X 5 Check only if there is NO Interested Party. ❑ ' 6 AFFIDAVIT I swear, or affirm, under penalry of perjury, that the above disclosure is true and correct. ``' 1\� ' . / `. Si�n ureb�-ai�k�ow ed agent of ntracting business entity AFF;Y NOTAR ;' SI,�P��P / SEAL ABOVE Swom to and subscribed before me, by the said 1''�5/ Ar1T� ►1L' �� ��n /�iS , this the /� day of An�� 20�� , to certify which, witness my liand and seal of office. (�EnlnlETH ��D�.,t..L G � 6 Sign ture of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 FUNDING BREAKDOWN SHEET City Secretary No. 47120 Amendment No. 2 Department Fund - Dept. - Account - Project - Activity - Year - Reference TPW 34014 0200431 5330500 CO2661 CO2430 Water 59607 0700430 5330500 CO2661 C01730 Total City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 4 of 4 Amount $118,843.00 $12,122.00 $130, 965 BAIRD, HAMPTON & BROWN, INC, �- B ENGINEERING & SURVEYING January 5, 2017 Mr. Najib Fares, PE, Engineering Manager Ms. Mary Hanna, PE, Project Manager Transportation & Public Works City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 RE: REQUEST FOR CONTRACT AMENDMENT No. 2– ROADWAY CROSS-SECTION KIMBO ROAD (N. Sylvania to Mesquite) Mr. Fares & Ms. Hanna: As you know, the proposed roadway cross-section evolved from the Concept Design Plans to the Preliminary Plans; and it is being further modified for the Final Plans. These revisions to the cross-section resulted in additional design efforts not previously anticipated. We are therefore respectfully requesting Amendment No. 2, to incorporate this additional work into our professional services agreement. CONCEPT DESIGN: Per the Project Kick-Off Meeting, the Concept Design Plans provided for a 32-ft wide concrete roadway with curbs, and a below grade storm drain system. The design did not include sidewalks or street lights. The Concept Design Report also recommended a minimum right-of-way width of 56-ft; acceptable for the roadway classification at the time. PRELIMINARY PLANS: Concept Design Review comments required the addition of 5-ft bike lanes, and a 4- ft sidewalk along the north or south parkway. These items are consistent with the City's recently adopted Complete Street Initiative. The Preliminary Plans provided for these, and included bike lane marking and signage plans, and street lights. The Preliminary Plans submittal also included/provided all required right-of-way, sanitary sewer easements, temporary construction easements and rights-of-entry documents. FINAL DESIGN: At a Neighborhood Meeting, TPW learned that the citizens along Kimbo Road do not want bicycle lanes, and were more concerned with speeding cars and strangers parking adjacent their homes. The City listened to their comments and, at a 2"d Neighborhood Meeting, proposed constructing a 28-ft wide concrete roadway with curbs, a below grade storm drain system, and 5-ft sidewalks along both sides of the street. Given the roadway's new classification, TPW also proposed the roadway be accommodated within the available right-of-way; which varies in width, but is no less than approximately 47-ft. Please be informed that right-of-way (corner clips) will be required to accommodate the proposed sidewalk ramps at every intersection. However, we understand that temporary construction easements are no longer considered necessary for private driveway reconstruction, and re-grading of front yards; these may now be accommodated with a right-of-entry agreement. 4550 SH 360, Ste 180, Grapevine, Texas 76051 � Tel: 817-251-8550� Fax: 817-251-8810 TBPE Firm #44 � TBPLS Firm #10011302 � www.bhbinc.com Kimbo Road (N. Sylvania to Mesquite) Contract Amendment No 2 January 5, 2017 Page 2 In summary, the evolution of the proposed roadway cross-section has required the following additional design tasks/efforts: PRELIMINARY PLANS ■ Bike Lane Signage & Marking Plans (17 Sheets) - This required updating the roadway cross- sections, and providing pavement markings and signage, and incorporating the appropriate details. These improvements were also itemized in our opinion of probable cost. ■ Add 4-ft Sidewalk (17 Sheets) — Provide sidewalk along the south or north parkway, align it to minimize conflicts and assure appropriate slopes across drive approaches. ■ Street Lighting Plans & Details (8 Sheets) - This included coordination with the power company and the city's street lights group, preparing construction plans, incorporating details, and preparing an opinion of probable cost. (Proceeded Without Formal Authorization/No Charge] ■ Provide 41 Additional Right-of-Way / Easement Documents - Original contract had estimated 20 Easements and TROEs... the submittal included 33 ROWs, 8 SS Easements, 20 TCEs and 34 TROEs. FINAL PLANS ■ Reduce Roadway Width from 32-ft to 28-ft — Modify the roadway curb lines and connections at each of the six intersections. Also adjust each of the 64 drive approach for proper connection. ■ Add 5-ft Sidewalks Along Both Parkways — Provide for a new 5-ft sidewalk along the back of the curb within the middle (residential) third of the project, and away from the curb, but within the parkway, for the west and east (commercial) thirds of the project. Also, align walks to assure appropriate slopes across drive approaches. ■ Update Roadway Profile for Narrower Street—This will require a review of the roadway profiles and each drive approach to confirm the preliminary profile grades are still appropriate. Adjustments may be necessary, but are not anticipated to be significant. ■ Update Roadway Typical Cross-Sections (3 Sheets) —These typical cross-section drawings will present the new/updated curb lines and sidewalks, and their relationship to the right-of-way line, at various segments within the overall project. ■ Update Storm Drain Plans & Profiles (10 Sheets) — Replace all recessed inlets with on-grade non- recessed curb inlets, and modify all storm drain laterals for proper connection. Furthermore, update all inlet computations and HGL calculations. ■ Update Water & Sewer Plans & Profiles (18 Sheets) — Review all water and sewer plans and profiles, and incorporate proposed top of pavement grades; in profile and call-outs. Horizontal changes or shifting to the utility line locations are not anticipated/included. ■ Prepare Additional Right-of-Way Corner Clips (8-12 Total) — To accommodate the proposed sidewalks and required accessible ramps, prepare right-of-way parcel descriptions for acquisition, at each of the six intersections. To quantify the above additional scope of work, we've prepared the enclosed task/hour breakdown, in the form of the City's standard Level of Effort Spreadsheet. Accordingly, we request our not-to-exceed professional services fee be increased, by One Hundred Thirty Thousand, Nine Hundred and Sixty-Five ($130,965) Dollars. 4550 SH 360, Ste 180, Grapevine, Texas 76051 � Tel: 817-251-8550� Fax: 817-251-8810 TBPE Firm #44 � TBPLS Firm #10011302 � www.bhbinc.com Kimbo Road (N. Sylvania to Mesquite) Contract Amendment No 2 January 5, 2017 Page 3 Contract Percent of Professional Services Agreement Amount Contract Original Agreement $ 455,716 100% Amendment No. 1 $ 30,480 6.7% Amendment No. 2 $ 130,965 28.7% Revised Contract Amount $ 617,161 135.4% MBE / SBE Participation Original Agreement Amendment No. 1 Amendment No. 2 Total MBE / SBE Participation Contract Percent of Amount Contract $ 119,615 26.2% $ - 0.0 % $ 63,600 48.6% $ 183,215 29.7% Also, please note that to incorporate the requested revisions into the preliminary plans, we will require additional time, and propose the Final Plans be submitted in early April, 2017. We appreciate the opportunity to submit this request for contract amendment, and are available to meet and discuss this matter at your earliest convenience. Sincerely, Baird, Hampton & Brown U ( � �--- —" Konstantine Bakintas, PE Principal, Sr. Civil Engineer Enclosure: Amendment No. 2 to Professional Services Agreement Level of Effort Spreadsheet - Task/Hour Breakdown e:�2015.000.000�2015.710.000\docs\contract\amendment #2\request for amendmentJan'17.doc 4550 SH 360, Ste 180, Grapevine, Texas 76051 � Tel: 817-251-8550 � Fax: 817-251-8810 TBPE Firm #t44 � TBPLS Firm #10011302 � www.bhbinc.com � R N � � O d Z '''' �, �� C 5 C� N � Z � � � � � t C O �' � 0 � � � � d � a � _ � QW ' d v�� �az° � m o ... o��•�.� W�p�o o = c. >+ >, d� coiyU �Q�Z JI-iap C Q O 0 Q m � Y V N C�O �, � � N oD N O LL � � M Vd 49 V3 O C N «y. V� y N N N c ao N � N � j N y � � N � O O� O � > O � O Y a a � y W � a �. � E F � � d � � �0 >`� � t a�i a�i (p C > N � J O N p � �>' �> W W � m N > > O N U da QQ u. � F-� �� oto U T Y � U Q a �O �'I' t�(.�� I i DOE CONTRACT 47120 CAPITAL PR4JECT 02661 BID NUMBER (Please check oney NlinoritylWomen Business Enterprise �ffice LETTER �F INTENT TO PERFORM AS A SUBGONTRACTOR/SUBCONSULTANT jNOTE; Pursuant to the Cily of Fort Worth MIWBE Ordinance, M/WBE firms participating in the program must have current ce�+fication status with the City of Fort Worfh prior to avrard of a confracf where they are counted towards subcontracfing pa�icipation. If the City of Fort Worth determines that, a firm is not currently M/WBE certified for City of Fort Worth conUacts that firm should immediately submit a completed certifica6on applica6on to the Norlh Central Texas Regional Certificabon Agency (NCTRCA), 624 Six Flags Drive, Suife 100, Arlington, TX 76011] 1. Name of Contract Kimbo Road (N. Svlvania to Mesquite) 2. Value of Original Contract $ �455,716 3. Name of Offeror/Prime Contraclor or Consultant_ Balfd, Hampton & Srown, If1C, 4. The undersigned MWBE firm is prepared to pertorm ihe following described work andlor supply the material listed in connection with the above project (where applicable specify °supply' or "install" or both); Provide Atlditional ROW and Easement Documents at �he price ot $63,600 ANA Consultants Inc, (Name of MM18E Firm) (Date) ane (Ownedquthorizad Apenfof MNVBE firmj Type or Print Name 817-335-9900 �Phone Number� , ;_ `� �naturo of Owner orAuthorized Agent oi MNVBE firm) 817-335-9955 (Fax Num6erj AFFI�AVIT OF OFFERORiPRIME CONTRAGTOR or CONSULTANT I HEREBY DECI.ARE AND AFFIRM ihat I, Konstantine Bakintas, PE am the duly authorized represeniative of Bal�d, Hampton & Brown, If1C. and that I have personally reviewed the maferial and facls set forih in Ihis Letter of Intent to Pedorm. To ihe best of my knowledge, information antl belief, the facls in thfs form are true, and no material facts have been omitted. Pursuant to the Cify of Fort Worth M/WBE Ordinance, any person [en6ty] who makes a false or fraudulent statement in connecBon wi�h participafion of a MlWBE in any City of Fort Worth contract may be referred for debarment procedures under the Ciry of Fort Worth M/WBE ordinance. I do solemniy swear or affirm fhat the sfgnatures contained herein and the informaGon provided by the offeror/prime are true and correct, and that I aufhorized on behalf of the offeror/prime to make the affidavit. Ko� tine Bakintas, PE � �- i�, ���� - —�_ i S �, —� (Sfgna � Otvn rJtotho' ad l�g 1) Tel: 817-251-8550 x301 Baird, Hampton & Brawn, Inc, �-g��� {Date) Fax:817-251-8810 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entiry's place Certificate Number: of business. 2017-151967 Baird, Hampton & Brown, Inc. Fort Worth, TX United States �ate Filed: 2 Name of governmental entiry or state agency that is a party to the contract for which the form is 01/09/2017 being filed. Ciry of Fort Worth Transportation and Public Works Department Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. 02661 Roadway Cross-Section, Contract 47120 Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Baird, John Fort Worth, TX United States X Bakintas, Konstantine Grapevine, TX United States X Mcllraith, Michael Fort Worth, TX United States X Randall, Kenneth Fort Worth, TX United States X Strevey, Tracy Fort Worth, TX United States X Nave, Shannon Weatherford, TX United States X Watters, Richard Fort Worth, TX United States X Bost, lan Fort Worth, TX United States X 5 Check only if there is NO Interested Party. ❑ ' 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. i� � % � �. . Si�n ure tUer ed agent of ntracting business entity AFFtX NOTARY Sl AbiP / SEAL ABOVE Swom to and subscribed before me, by the said T�5lA�l�� q� �� K in /aS , this the /� day of An�,.4�1' , 20J � , to certify which, witness my hand and seal of office. (< En/n!E'17i �Qs+.,.( p.�, t_L. G� b Sign ture of officer administering oath Printed name of officer administering oath Tide of officer administering oath Fnrms nmvided hv Texas Ethics Commission www.ethics.sta[e.tx.us Version V1.0.277 City of Forf Worth, Texas , • . • • • . • . COUNCIL ACTION: Approved on 3/7/2017 - Ordinance No. 22624-03-2017 DATE: Tuesday, March 7, 2017 REFERENCE NO.: **C-28137 LOG NAME: 20KIMB0 AMENDMENT#2 SUBJECT: Authorize Execution of Amendment No. 2 to City Secretary Contract No. 47120, an Engineering Services Agreement with Baird, Hampton & Brown, Inc., in an Amount Not to Exceed $130,965.00 for a Revised Contract Amount of $617,162.00 to Perform Additional Engineering Services Associated with Kimbo Road Improvements Project and Adopt Appropriation Ordinance (2014 BOND PROGRAM) (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Fund-Legacy in the amount of $12,122.00 from available funds (City Project No. 02661); and 2. Authorize the execution of Amendment No. 2 to City Secretary Contract No. 47120, an Engineering Agreement with Baird, Hampton & Brown, Inc., in an amount not to exceed $130,965.00 for additional engineering services associated with Kimbo Road from N. Sylvania Avenue to Mesquite Road, thereby increasing the contract amount to $617,162.00. DISCUSSION: To complete the design for this project additional services including survey, right of way and easements documents are necessary. The proposed Amendment No. 2 will provide these services, including 8 easement documents for the Sanitary Sewer which will be paid by the Water Department at a total cost of $12,122.00. The construction of Kimbo Road is expected to begin February 2018 and to be completed by early 2019, but could occur sooner depending upon ROW acquisitions. Baird, Hampton & Brown, Inc., will perForm these additional services for an amount not to exceed $130,965.00. Staff considers the fee to be fair and reasonable for the scope of services proposed. Authorizations provided with this Mayor and Council Communication (M&C) will result in no additional annual operating impacts to the Transportation and Public Works Department's operating budget. This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse, that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing debt in 2016 (Ordinance No. 22216-05-2016). Logname: 20KIMB0 AMENDMENT#2 Page 1 of 2 M/WBE Office - Baird, Hampton & Brown, Inc., is in compliance with the City's BDE Ordinance by committing to an additional 49 percent SBE participation on this Amendment No. 2. The City's SBE goal on this Amendment is 8 percent. The project is located in COUNCIL DISTRICT 4, Mapsco 63C, 63D, and 64A. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget of the 2014 Bond Program Fund and in the current capital budget, as appropriated, of the Sewer Capital Fund. The Fiscal Year 2017 Sewer Operating Budget includes appropriations of $31,636,073.00 for the purpose of providing Pay-As-You-Go funding for sewer capital projects. After this transfer for Fiscal Year 2017, the balance will be $23,946,207.00. FUND IDENTIFIERS (FIDs): TO Fund Department Acc I D—v� FROM Fund Department Acc ID Project Program ID Pro�ect Program ID CERTIFICATIONS: Submitted for City Manaqer's Office bv: Oriqinating Department Head: Additional Information Contact: �,Activityl Budget ( Reference # �Amo Year (Chartfield 2) � Activity Budget Reference # mo Year (Chartfield 2) __ Jay Chapa (5804) Douglas Wiersig (7801) Mary Hanna (5565) ATTACHMENTS 1. 20KIMB0 AMENDEMENT 2 SWER CAP FUND LEGACY A017.docx (Public) 2. CO2661 - Kimbo Amendment #2.xlsx (CFW Internal) 3. Form 1295 Certificate .pdf (Public) 4. Kimbo Road Location Map.pdf (Public) 5. SAM searchResults.pdf (CFW Internal) 6. TPW-02661 A2 ComplianceMemo.pdf (CFW Internal) Logname: 20KIMB0 AMENDMENT#2 Page 2 of 2