Loading...
HomeMy WebLinkAboutContract 35919 r e AMENDMENT NO. 1 TO CITY SECRETARY CONTRACT NO. 35784 STATE OF TEXAS § § CITY SECRETARY CONTRACT NO.\�Iq COUNTY OF TARRANT § WHEREAS, the City of Fort Worth ("City") and Kimley-Horn and Associates, Inc. ("Engineer") made and entered into City Secretary Contract No. 35784 (the "Contract")which was executed by the City Manager on September 12, 2007; WHEREAS, the Contract involves engineering services for the following project: ADA Compliant Pedestrian Curb Ramp Improvement Program Study WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract for the engineering services for the ADA Compliant Pedestrian Curb Ramp Improvement Program Study; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement that amends the Contract: 1. Article I, of the Contract is amended to include performing the engineering services identified in Attachment A. The cost to City for the additional services to be performed by Engineer totals a lump sum fee of$75,000. -1- 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of$141,000. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of 2007, in Fort Worth, Tarrant County, Texas. ATTEST: CITY OF FORT WORTH By: By: Marty He rix Marc A. Ot City Secretary Assistant City Manager APPROVAL RECOMMENDED: Approved as to Form and G Robert Goode,'P. Assistkttily orp4y Director, Department of Transportation and Public Works l KIMLEY-HORN AND ASSOCIATES, INC. �ontra t aut orization By: ---- Name: Cole Webb. P.E. �ate Title: Assistant Secretary il. NM, ' ATTACHMENT "A" SCOPE OF SERVICES—AMENDMENT NO. 1 ADA COMPLIANT PEDESTRIAN CURB RAMP IMPROVEMENT PROGRAM STUDY FORT WORTH, TEXAS PROJECT UNDERSTANDING The ENGINEER understands that the CITY operates a sidewalk program to repair and construct new sidewalks throughout the CITY. The goal of this amendment is to develop a City-wide sidewalk improvement budget. In support of this goal, the ENGINEER will provide professional services to develop a planning level cost projection for the City-wide sidewalk improvement program. SCOPE OF SERVICES If services beyond those defined in this scope are required, the Parties shall negotiate a written amendment to the Agreement. The Engineer shall not proceed with work on any additional services prior to the Parties executing a written amendment. The Scope of Services for this Contract Amendment No. 1 includes the following primary tasks: ■ Task 1 — Determine Study Area Locations ■ Task 2—Conduct Field Assessments ■ Task 3— Prepare Improvement Opinions of Probable Construction Costs ■ Task 4— Documentation ■ Task 5— Project Meetings Task 1 — Determine Study Area Locations The intent of the project is to identify and quantify the high-priority sidewalk installation and repair needs throughout the City. The ENGINEER will utilize data (from the City's current GIS system)to identify the following high-priority field assessment areas: • All public street ROW locations within Y2 mile of all public schools in Tarrant County; • All public street ROW locations within Y2 mile of all Fort Worth Transportation Authority bus/THE stops and stations within the City of Fort Worth; • All arterial facilities within Loop 820 identified on the City's current Master Thoroughfare Plan; and • All public ROW locations within the Central Business District (CBD) bounded by Summit Ave., Lancaster Ave., BNSF rail road, and Belknap St. The ENGINEER will meet with CITY staff to reach concurrence on the preliminary study area locations. ADA COMPLIANT PEDESTRIAN CURB RAMP A-1 IMPROVEMENT PROGRAM STUDY Task 2 — Conduct Field Assessments The ENGINEER will conduct a windshield field assessment of the study area locations identified in Task 1. The field assessments will consist of a `windshield survey' to visually verify the adequacy of the existing sidewalk system. The ENGINEER will document those locations where a sidewalk facility does not exist and also document those locations that appear to be in need of repair to satisfy current ADA standards. It should be noted that the field assessments are planning level only (i.e., windshield surveys) and that design level field assessments will be conducted at a later date as improvement projects are identified. This inventory will be prepared using GIS software and will include inspection notes and a description of the recommended improvements and associated opinions of probable construction costs for bringing the locations into compliance. The ENGINEER will coordinate with the CITY's GIS Department so that the data collection procedures are compatible with the CITY's current GIS standards. Task 3—Prepare Improvement Opinions of Probable Construction Costs The ENGINEER will prepare preliminary opinions of probable construction costs based on the deficiencies noted during Task 2. The opinion of probable construction costs will include the cost for engineering, materials, and construction labor. Because the ENGINEER does not control the cost of labor, materials, equipment or services furnished by others, methods of determining prices, or competitive bidding or market conditions, any opinions rendered as to costs, including but not limited to opinions as to the costs of construction and materials, shall be made on the basis of its experience and represent its judgment as an experienced and qualified professional, familiar with the industry. The ENGINEER cannot and does not guarantee that proposals, bids or actual costs will not vary from its opinions of cost. If the CITY wishes greater assurance as to the amount of any cost, it shall employ an independent cost estimator. The ENGINEER's services required to bring costs within any limitation established by the CITY will be paid for as Additional Services. Task 4— Documentation The ENGINEER will prepare a draft study report documenting the Citywide sidewalk installation and repair needs and the associated opinions of probable construction costs. Five (5) copies of the report and an electronic (.pdf) draft will be prepared and submitted to the CITY for review and comments. The ENGINEER will meet with the CITY to receive concurrence regarding the study. The ENGINEER will incorporate review comments and submit ten (10) copies of the final report and an electronic (.pdf) copy to the CITY Task 5— Project Meetings The ENGINEER will prepare for and attend three (3) project meetings with CITY staff and/or local stakeholders identified in Task 1. It is anticipated that the three (3) project meetings will include a project kick-off meeting, a project study area meeting, and a final project summary meeting. ADA COMPLIANT PEDESTRIAN CURB RAMP A-2 IMPROVEMENT PROGRAM STUDY City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/25/2007 DATE: Tuesday, September 25, 2007 LOG NAME: 20KHAMEND REFERENCE NO.: **C-22403 SUBJECT: Authorize Amendment No.1 to a Professional Services Agreement with Kimley-Horn, Inc., to Conduct an Inventory and Condition Assessment of the City's Sidewalk Program RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 to a professional services agreement with Kimley-Horn, Inc., in the amount of $75,000 to conduct an inventory and condition assessment of the City's sidewalk program, thereby increasing the contract costs to $141,000. DISCUSSION: On September 4, 2007, (M&C C-22362) the City Council authorized the City Manager to execute a professional services agreement with Kimley-Hom, Inc., for an Americans with Disabilities Act Compliant Pedestrian Curb Ramp Improvement Program study. During the FY06-07, an improvement package for$150,000 was approved for the sidewalk program. These funds are to be used specifically for sidewalks that are damaged or deteriorated and present a safety hazard. City staff presented an update to the Infrastructure and Transportation Committee (ITC) regarding the sidewalk program. During this presentation, staff recommended that a portion of the funds, $75,000, allocated in FY06-07 for the sidewalk program be used to perform an inventory and condition assessment. The Committee concurred with staffs agreement. The scope of services for this assessment includes the following objectives: 1) Determine the study area locations. Kimley-Horn, Inc., will work with staff to identify and quantify the high-priority sidewalk installation and repair needs throughout the City utilizing the current GIS system; 2) Conduct a field assessment of the study area locations; 3) Prepare preliminary opinions of probable construction costs based on the deficiencies; 4) Prepare a draft study report documenting the Citywide sidewalk installation and repair needs; and 5) Prepare for and attend three project meetings with city staff and/or local stakeholders identified. Kimley-Hom, Inc., was selected for this study because of its qualifications, experience with ADA-compliant transportation planning efforts, familiarity with Fort Worth, detailed techniques for public involvement, and proposed level of M/WBE participation through its consulting team on this study. Logname: 20KHAMEND pane i n r l Kimley-Hom, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 10 percent M/WBE participation on this Amendment No. 1. The study covers ALL COUNCIL DISTRICTS. FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated of the General Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GG01 539570 0202501 $75.000.00 Submitted for City Mangg is Office bx: Marc A. Ott (8476) Originating DeDartment Head: Robert Goode (7913) Additional Information Contact: Jim Walker (8009) Logname: 20K LWEND 'PC, ���