Loading...
HomeMy WebLinkAboutContract 48124-A1 CITY-SE ARY AMENDMENT No.1 CONTRACT �1���✓j ��{�'� TO CITY SECRETARY CONTRACT No. 48124 WHEREAS, the City of Fort Worth (CITY) and Haydon Building Corp (CMAR) made and entered into City Secretary Contract No. 48124, (the CONTRACT) which was authorized by M&C C-27877 on the 16th day of August, 2016 ; and WHEREAS, the CONTRACT includes preconstruction professional services in the amount of $ 51, 734 . 00for the following project : Lake Worth Trail - Phase I (City Project Number 01920) ; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and CMAR, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . The CONTRACT is amended to include the additional preconstruction services specified in a proposal dated June 22, 2017, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by CMAR totals $1 ,287. 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article 2 of the CONTRACT is amended to provide for an increase in the fee to be paid to CMAR for all work and services performed under the Contract, as amended, so that the total fee paid by the City for preconstruction work and services shall be an amount of $53, 021 . 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . h 0 0, City of Fort Worth 0 Professional Services Agreement Amendment Template OFFICIAL RECORD w Page Official Sal Release 8/1/2012 C'.Y 311CRUARY 9 9�� v �WORTHO irxair EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth CMAR '1 Haydon Building Corp Digitally signed by Mark D Eklund Mark D Eklund DN 1—M,,1 11 Eklund,o, mail=m eklu ntl@haydonbc com,-US Dale:2017 06 27 14U7 41-0700' Sus n 4tanis Mark D Eklund AssistanntlCity Manager Vice President DATE: (mom f-1 DATE: 6/27/17 APPROVAL RECOMMENDED: Richar Zavala Direct r, Park and Recreation Department APPROVED AS TO FORM AND LEGALITY: M&C:90 �Z)AP— Date: Douglas W. Black Assistant City Attorney ATTEST: �A o� FOR',lZ M SOT * ...� City Secre ary` Z �AS City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CITY SECRETARY PMO Official Release 8/1/2012 ■ �/ Page 2 of 3 FTI WORT"I T A FUNDING BREAKDOWN SHEET City Secretary No. 48124 Amendment No. 1 Department FID Amount 80 39301-0800450-5330500-C01920-C05030 $ 1, 287 . 00 Total : $ 1, 287 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 4DHAYDON Added Services Proposal 8200 Springwood Drive, Suite 230 Irving, Texas 75063 (972)264-1922 fax(972) 739-6405 DATE: 22-Jun-17 Lic.#A 108937, B-01 108085 JOB NO: C01920 RE: Pothole Headwall Foundation at 5700 ATTN. Naoto Kumazawa Quebec St Pedestrian Bridge -Lake Worth FROM: David Laughlin DESCRIPTION QUANTITY UNIT UNIT PRICE BID TOTAL PRICE Pothole Headwall Foundation 1 LS $ 1,287.00 $ 1,287.00 SUB-TOTAL ORGINAL $ 1,287.00 TOTAL ADDED SERVICES AMOUNT $ 1,287.00 THESE ARE TRANSMITTED as indicated below: x For approval Approved as submitted Resubmit For your use Approved as noted Submit copies x As requested Returned for corrections Return prints Review and comment Resubmit for approval REMARKS: This proposal has been requested so Haydon can pothole the headwall at the Pedestrian Bridge located near 5700 QUEBEC ST, FORT WORTH, 76135. There are no as-built plans depicting the base of the headwall structure and information is needed (such as if there is a spread footer)to assist with design of the abutment(and drilled shafts)of the proposed pedestrian bridge-while avoiding potential conflicts during construction. Due to the hard ground (rock) conditions,we cannot pothole with a soft-dig machine. Rather we need to utilize a 410 backhoe or larger to perform the investigation. This pricing accounts for one day of potholing as this should be sufficient to complete the investigation. COPIES TO: FILE SIGNED: David Laughlin Pre-Con Manager 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. Naoto Kumazawa / Name of Employee/Signature Landscape Architect, Park and Recreation Department Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature 7/6/2017 M&C Review 011icu site to the uty of Fort Worth,Texas CITY COUNCIL AGENDA AF0 RT WO R7 H COUNCIL ACTION: Approved As Amended on 8/16/2016 DATE: 8/16/2016 REFERENCE C-27877 LOG NAME: 80LAKE WORTH TRAIL PHASE NO.: I_C MAR CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Construction Manager-at-Risk Agreement with Haydon Building Corp for the Lake Worth Trail Phase I Project with a Preconstruction Phase Services Fee in the Amount of$51,734.00 and a Construction Phase Services Fee of Eight Percent of the Guaranteed Maximum Price Within a Project Construction Budget of$5,421,560.00, Provide for City Construction Contingencies, Administration Costs, Inspections, Material Testing for a Total Project Construction Budget of$6,068,400.00, Authorize Execution of Amendment No. 3 to City Secretary Contract No. 44073 with Freese & Nichols, Inc., in the Amount of$200,000.00 for Additional Engineering Services for the Lake Worth Trail Phase I Final Design Increasing the Project Design Costs to $1,298,834.00 with the Overall Project Budget of$7,347,234.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a Construction Manager-at-Risk Agreement with Haydon Building Corp for the Lake Worth Trail Phase I Project with a preconstruction phase services fee in the amount of $51,734.00 and a construction phase services fee of eight percent of the guaranteed maximum price within a project construction budget of$5,421,560.00. 2. Authorize the execution of Amendment No. 3 to the Engineering Agreement with Freese and Nichols, Inc., (City Secretary Contract No. 44073) in an amount not to exceed $200,000.00 for engineering services associated with the Lake Worth Trail Phase I Final Design increasing the project design costs to $1,298,834.00 . DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a Construction Manager-at-Risk (CMAR)Agreement with Haydon Building Corp for the Lake Worth Trail Phase I Project with a preconstruction phase services fee in the amount of$51,734.00 and a project construction budget of$5,421,560.00 within which the construction phase services fee of eight percent of the guaranteed maximum price shall be included. Staff is reserving the amount of$626,840.00 for contingencies, administration costs, inspections and material testing. The total project budget, including design, is $7,347,234.00. The project scope includes the construction of approximately 5.6 miles of trail beginning at Trinity Trail near Anahauc Street going through YMCA Camp Carter, Marion Sansom Park, along Cahoba Drive through Windswept Circle Park and Plover Circle Park terminating at a Trailhead in Arrow 'S' Park. Construction Manager-at-Risk: Due to factors of budget and site challenges, the design team determined that utilization of the Construction Manager-at-Risk method will increase and/or enhance functionality resulting from preconstruction review, phasing and sequencing of project delivery to reduce impacts to park users during construction, and employ cost-savings and/or cost-avoidance techniques and reduce overall delivery timeline. Construction Manager-at-Risk Selection: A Request for Proposals (RFP) for a CMAR was published on Thursday, April 21, 2016 and Thursday, April 28, 2016 in the Fort Worth Star Telegram. A pre-proposal meeting and site tour was held May 3, http://apps.cfwnet.org/council_packet/mc_review.asp?ID=22565&councildate=8/16/2016 1/4 7/6/2017 M&C Review 2016. Six proposals were received on May 19, 2016 from the following firms: The Fain Group, Inc., C. Green Scaping, Haydon Building Corporation, Scott Tucker Construction Company, LLC, W.B. Kibler Construction Co. LTD, and NorthStar Construction, LLC/FWCC Fort Worth Civil Constructors, LLC. On May 21, 2016 and May 26, 2016 a selection committee of five members, which consisted of representatives from the Park and Recreation Department (PARD), Transportation and Public Works Department (TPW), and the Housing and Economic Development Department (M/WBE), convened to review the proposals. The selection committee assigned values for each firm based on the published criteria, including: (a) cover letter, (b)forms and certificates, (c) experience and financial stability, (d) pre-construction service fee, (e) qualifications and experience of key personnel, (f) project approach, (g) compliance with BDE Ordinance, (h) special considerations and (i) proposer's responsiveness. Note: Items (a), (b) and (i)were non-point based and were scored as a pass or fail with each proposer meeting the requirements, thus not shown in table below. Based on the evaluation of the listed factors, Haydon Building Corporation received the most points and is selected as the firm that demonstrated the most effective CMAR project delivery approach. EVALUATION FACTORS FIRMS (c) (d) (e) (f) (g) (h) TOTAL RANK POINTS Haydon Building Corp [_73 F7 95190 19 30444 1 The Fain Group 67 64 75 133 12 35 386 2 Scott Tucker Construction 45 70 77 134 12 10 348 F 3 W. B. Kibler Construction 47 40 78129 PO 5 Pog 4 NorthStar/FWCC 52 33 [57 86 12 25 265 5 C. Green Scaping F33 49 52 89 4 7 234 6 The project budget includes the following: Description Amount Preliminary Design Contract $293,328.00 Design Amendment No. 1 I $89,110.00 Design Amendment No. 2 $598,940.00 [Design Amendment No. 3 $200,000.00 Design Administration $117,456.00 DESIGN SUBTOTAL ( $1,298,834.00 Construction Budget - Includes: 1.) CMAR Pre-Construction Phase Services ($51,734.00) $5,421,560.00 2.) CMAR Construction Phase (includes an eight percent management fee of GMP) (GMP to be determined) http://apps.cfwnet.orgtcouncilj)ackettmc review.asp?ID=22565&councildate--8/1612016 214 7/6/2017 M&C Review City's Contingency, Administration, Inspections and Material Testing 626,840.00 CONSTRUCTION SUBTOTAL $6,048,400.00 PROJECT TOTAL $7,347,234.00 Funds were earmarked for trail construction in the 2007 Lake Worth Capital Improvement Implementation Plan which is funded by Lake Worth Gas Lease Capital Fund. Total appropriations are summarized below. Date M&C Amount 12/4/12 C-25989 $300,000.00 5/6/14 C-26791 $120,000.00 7/21/15 C-27382 i $658,834.00 12/15/15 G-18625 $7,344-A9$6,268,400.00 Tarrant Regional Water District Participation: The City and the Tarrant Regional Water District (TRWD) (M&C C-27382) considered an Interlocal Agreement regarding cash funds to support the project; however with reduced gas lease revenues, TRWD requested a change in its participation structure such that in lieu of a cash contribution, TRWD will now support the project with in-kind services. PARD staff have been working with TRWD to identify potential in-kind services such as providing pedestrian bridges, park signage and 911 signs. These in- kind services will reduce the overall impact to the total cost for construction. The original ILA was never executed. A_revised ILA for in-kind services may be entered into at an appropriate time. Design Services Agreement Amendment: On January 8, 2008, (M&C G-16013)the City Council amended the Gas Well Revenue Distribution Policy to allow for revenues derived from lease bonuses and royalties from properties in and around Lake Worth to be used for the execution of the 2007 Lake Worth Capital Improvements Implementation Plan. On December 16, 2008, (M&C C-23262)the City Council authorized Freese and Nichols to produce a preliminary Lake Worth Trail Routing Study for the hike and bike trail around Lake Worth, which is currently being used to define the scope of the final trail layout and design. On December 4, 2012, (M&C C-25989)the City Council authorized an Engineering Agreement with Freese and Nichols in the amount of$293,328.00 for design services for the Lake Worth Trail Preliminary Design. On May 6, 2014, (M&C C-26791) the City Council authorized the execution of Amendment No. 1 to the Engineering Agreement with Freese and Nichols in the amount of$89,110.00 for additional design, engineering and surveying services for the Lake Worth Trail Preliminary Design. On July 21, 2015, (M&C C-27382) the City Council authorized the execution of Amendment No. 2 to the Engineering Agreement with Freese and Nichols in the amount of$598,940.00 to perform final design, engineering and surveying services for the Lake Worth Trail Phase I Final Design. Contract Amendment No. 3 Freese and Nichols proposes additional engineering and surveying services for a lump-sum amount not to exceed of$200,000.00 for items not previously scoped and Staff considers this to be fair and reasonable for the scope of services proposed. The MMBE Office has determined that there is no MBE diverse goal for Pre-Construction Phase Services. The overall diverse MBE goal for Construction Phase Services for this project is 15 percent and Haydon Building Corp has stated that it can exceed the minimum goal of 15 percent MBE participation required for this project during the construction phase by achieving 18 percent participation. http://apps.cfwnet.orgtcouncil_packettme review.asp?ID=22565&councildate=8/16/2016 34 7/6/2017 M&C Review Freese and Nichols, Inc., agrees to maintain its initial SBE commitment of 25 percent that it made on the original Agreement and extend and maintain that same SBE commitment of 25 percent to all prior amendments up to and inclusive of this Amendment No. 3. Therefore, Freese and Nichols, Inc., remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous SBE Commitment form executed by an authorized representative of its company. An annual maintenance cost of$78,700.00 is expected for this project. The Lake Worth Trail project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Lake Worth Gas Lease Capital Improvement Fund, and funds from Tarrant Regional Water District will not be received. TO Fund Department Account Project Program Activity Budget Reference# Amount ID I ID I L Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 39301 0800450 5330500 C01920 C05030 $200,000.0 1 39301 0800450 5330500 C01920 C05030 $51,734.0 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek(5744) ATTACHMENTS Form 1295 rev1.ndf LWT FNI Form 1295.odf LWT-Phase 1 Map-032916.pdf http://apps.cfwnet.orgtcouncilj)ackeVmc review.asp?ID=22565&councildate=8/16/2016 4/4 „ +e0. 3� �� `�R, �' - f' y•�l�v ti A L, F - { iI f -- rt -r 1 Y • `RI * s. .. --�1. �.:s,r-t �`mss i CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.1-4 and 6 it 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. 2016-79499 Haydon Building Corp Phoenix,AZ United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which a forms 07/05/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contralof,and provide a description of the services,goods,or other property to be provided under the contract. C01920 Pedestrian Trail and River Bridges for Lake Worth Trail Phase 1 4 Nature of Interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Behrhorst,Fritz Phoenix,AZ United States X Keeble,Les Phoenix,AZ United States X Haydon,Gary Phoenix,AZ United States X Pulice,James phoenix,AZ United States X Eklund,Mark Phoenix,AZ United States X 5 Check only if there is NO Interested Party. n 5 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. OFFICIAL SEAL Digitally sigrxd by Mark 0 EWmd DEBBIE A. O'CONNER Mark D Eklund c0 W,o�,'awU-n rd'h Nok q Public-Stals of Arizona045 MARICOPACOUNTY Date:7016 07A5 06:49:18 ar00' My Comm.Expires March 1,201a Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Z1Swom to and subscribed before me,by the said this the_�_day of 20_Z4�- to certify which,witness my hand and seal of office. za k-- 4 �6 Signature of officer administering oath Printed name of officer administering oath Title of o cer ministenng oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021