Loading...
HomeMy WebLinkAboutContract 49228-A1 0 CSC No.49228-A1 AMENDMENT No.1 TO CITY SECRETARY CONTRACT No. 49228 WHEREAS, the City of Fort Worth (CITY) and Lee Engineering, LLC. , (ENGINEER) made and entered into City Secretary Contract No. 49228, (the CONTRACT) which was authorized by M&C C-28288 on the 20th day of June, 2017 in the amount of $ 400, 000.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Park Vista at Keller Haslet Intersection Improvements; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee related to changing the intersection from a roundabout to roadway widening consisting of left turn lanes and installation of a traffic signal . 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 a proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $237, 672 . 19. (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 $637, 672. 19. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD CFW Official Release 9/19/2017 Page 1 of 3 CITY SECRETARY FT. WORTH,T EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Lee Engineering, LLC. Dana is r h 20^^ f� / Dana Burghdoff pr 17,2020) Dana Burghoff Dharmesh Shah, P.E. Assistant City Manager Vice :President DATE: Apr17,2020 DATE: 3-[0 -2oz0 APPROVAL RECOMMENDED: i n Y Wi({iarq Jo!nson(Apr 17,2020) William Johnson Director, Transportation and Public Works Department 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. A e an ra Ayala, P.E. Senior Project Manager APPROVED AS TO FORM AND LEGALITY: M&C:C-28288; C-28764 &GJL- � Date: 6/20/2017; 6/26/2018 DBfack(Apr 17,2020) Douglas W. Black Assistant City Attorney F °R.. o� ATTEST: Mary J. Kayser !f City Secretary ?�+� City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Pape 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 49228 Amendment No. 1 Department Fund-Account-Center Amount TPW $237, 672 . 19 Total : $237, 672 . 19 City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 3 of 3 ATTACHMENT A Scope for Engineering Related Professional Services for Street Improvements Amendment#1 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. OBJECTIVE The objective of this amendment is to prepare Final(90% and 100%) design plans for intersection improvements including a traffic signal at the intersection of Park Vista and Keller Haslet. The task order includes Design Management, Final Design, Bid Phase Services, Construction Phase Services, ROW/Easement Services, Permitting and Plan and Submittal Checklists. WORK TO BE PERFORMED Activity 1. Design Management Activity 2. Final Design and Final Construction Documents Activity 3. Bid Phase Services Activity 4. Construction Phase Services Activity 5. ROW/Easement Services Activity 6. Survey and Subsurface Utility Engineering Services Activity 7. Permitting Activity 8. Plan and Submittal Checklists ACTIVITY 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 14 • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • Project update meetings (Webex telephone conference, not in-person)with CITY Project Manager. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes E. Monthly M/WBE Report Form and Final Summary Payment Report Form F. Plan Submittal Checklists (See Activity 8) ACTIVITY 2. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Upon approval of the Preliminary plans, ENGINEER will prepare updated construction plans as follows: • Traffic Control Plan updated to reflect any changes as a result of the preliminary design submittal. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 2 of 14 • Updated demolition plan. • Updated Paving key map sheets. • Updated Horizontal Control Data sheets. • Updated existing and proposed typical section sheets. • Update roadway plan and profile sheets. • Updated Intersection layout sheets. • Updated Intersection grading plan. • Updated overall Contour plan. • Updated cross sections for Keller Haslet Rd and Park Vista Blvd and prepare final cross section sheets. • Develop pavement jointing plan design and prepare final plan sheets. • Updated roadway details. • Updated standard paving drawings to be included in plan set. • Updated drainage area map, storm drain calculations, and storm drain layout sheets. • Updated ditch plan and profile design plan sheets and supporting drainage computations and plan sheets. • Updated drainage design detail sheets. • Updated drainage standard drawings to be included in plan set. • Final signing, pavement marking, and traffic signal layouts. • Final traffic signal tables. • Updated overall project easement layout sheet(s). • Prepare final iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. iSWM Construction Plan will include seeding and sodding limits. Select and prepare iSWM construction plan standard drawings. • Final draft construction plans (90%) including iSWM Construction Plan and specifications shall be submitted to CITY per the approved Project Schedule. • Final iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%)to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 3 of 14 • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • Up to 5 sets of 11" x 17" size drawings and specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Up to 5 sets of 11" x 17" size drawings and specifications will be delivered for the 100% Design package. • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • Estimated Final Sheet List— 102 Total Sheets • Cover • Index • Quantities • General Notes (2) • Project Layout and Control (1) • Horizontal Data (1) • Right of Way Map (12 • SUE Sheet Layout (1) • SUE Plan Sheet(5) • Existing Typical Sections (1) • Proposed Typical Sections (1) • Demolition Plan (2) • Paving Plan and Profile (4) • Pavement Constructio Details (5) • Grading Plan (3) • Drainage Area Map (3) • Stormdrain Calculations (1) • Stormdrain Plan and Profile (6) • Drainage Details (7) City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 4 of 14 • Ditch Plan and Profile (3) • Erosion Control iSWM (2) • Erosion Control Details (3) • Traffic Signal Layout and Tables (4) • Pavement Marking Removals (2) • Pavement Marking and Signing (5) • Traffic Control plan Overview (1) • Traffic Control Plan Phases 1-413 (18) • TCP Standard Details (2) • Signal Standard Details (10) • Signing and Pavement Marking Standard Details (6) DELIVERABLES A. 90% construction plans and specifications. B. Final iSWM Checklist C. 100% construction plans and specifications. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original 11"x17" cover mylar for the signatures of authorized CITY officials. ACTIVITY 3. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 3.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and Awf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 5 of 14 individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 3.2 Final Design Drawings • Final Design Drawings shall be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing filess and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320 org5.pdf City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 6 of 14 II. Water and Sewer file name example — "X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755 org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name—"W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 5 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 20 sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. • gpLo 10 sets of 11"x17" size plans and specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 14 C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet ACTIVITY 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 4.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 4.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 14 shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320 org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755 org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 14 ASSUMPTIONS • Eight (8) site visits are assumed. • Two (2) submittal reviews are assumed. • Two (2) RFI's are assumed. • One (1) Change Orders are assumed. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings ACTIVITY 5. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 5.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 5.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 5.3. Temporary Right of Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 10 of 14 ASSUMPTIONS • Up to three (3) ROW documents • Up to five (5) permanent easement documents • Up to three (3) temporary easement documents • Up to five (5) Right of Entry Letters • Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters ACTIVITY 6. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 6.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 11 of 14 corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 6.2. Temporary Right of Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare, mail and obtain Temporary Right of Entry from landowners. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 6.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE)to Quality Level A as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level B data was gathered during Task Order 1. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS • Design survey limited to spot survey of new items identified by engineer. • Up to 20 QL A Test Holes DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. C. SUE plan drawings sealed by a professional engineer registered in the State of Texas. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 12 of 14 ACTIVITY 7. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain agreements and/or permits normally required for a project of this size and type, as follows. 7.1. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1)acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. 7.2. Environmental Services (EXCLUDED) 7.3. Floodplain Services (EXCLUDED) 7.4. Texas Department of Transportation (TxDOT) Permit (EXCLUDED) 7.5. Railroad Permit (EXCLUDED) 7.6. Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests ASSUMPTIONS • ISWM and TDLR Permits DELIVERABLES A. Final iSWM documents B. TDLR EAB registration and inspection information City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 13 of 14 ACTIVITY 8. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Storm Storm Lights /Sewer Traffic Control Control Control , o 0 Attachment"A" Signal Engineering 30% 60% 90% Type (Submit All Water Water (Submit (Submit 30% 60% All @ All @ (Submit All @ 30%) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X* X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES 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 activities 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: • Landscape Design and Irrigation • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Updating or recollection of previously collected Quality Level B SUE information. • Construction Survey City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 14 of 14 ATTACHMENT B COMPENSATION Design Services for Park Vista at Keller Haslet Intersection Improvements City Project No. 101020 Time and Materials with Rate Schedule Project Amendment No.1 I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A for an amount not to exceed $237,672.19 as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2017 Rate $/hour Principal $240 Sr Project Manager $205 Project Manager $170 Sr Program Manager $205 Program Manager $170 Sr Engineer $150 Project Engineer $130 Sr Engineering Designer $115 Engineering Designer $95 Sr ITS System Designer $175 ITS System Designer $130 Senior Technician $100 Technician $60 Admin Assistant/Accountant $75 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Lee Engineering LLC PM, Traffic Engineering $105,884 44.55% Proposed MBE/SBE Sub-Consultants Rios Group SUE $36,100 15.19% Gorrondona & Survey, ROW, Easement $21,000 8.84% Associates, Inc. Non-MBE/SBE Consultants Bridgefarmer and Roadway Design Plans $74,688 33.30% Associates, Inc TOTAL $237,672.19 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE 101020 Park Vista at Keller Haslet $237,672.19 $57,100 24.02% Intersection Improvements City MBE/SBE Goal = 25.0% Consultant Committed Goal = 25.0 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 ARIZONA TEXAS NEW MEXICO OKLAHOMA 7AL!IEE Enana:vinc March 10, 2020 Alejandra Ayala, P.E. Transportation and Public Works Department City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Re: CPN 101020 Park Vista and Keller Haslet Contract Amendment 1 CSC 49228 Dear Ms.Ayala: Lee Engineering, LLC. (LEE) is submitting this proposal to amend our engineering services agreement to increase the contract maximum amount by$237,672.19. This increase is necessary to allow for changes and increases in the original scope of work along with future work phases not currently in the project budget. A description of the changes and modifications to the original scope include the following: • The original project included development of one roundabout alternative at the intersection of Park Vista and Keller Haslet. Upon completion of the first alternative, a 130' ICD roundabout, LEE was directed to develop a smaller 110'alternative due to concerns with ROW. LEE was again directed to develop a smaller roundabout, and a mini-roundabout alternative was developed with a 100' ICD. • During the design project,a development on the NW corner was platted and constructed that did not dedicate enough ROW for any of the developed roundabout alternatives. Also,the City of Fort Worth Parks Department purchased the SW corner of the intersection. In an effort to minimize ROW impacts to these two parcels,two additional roundabout alternatives were developed for consideration on the project. A total of five alternatives were developed,when only one was originally envisioned. • A traffic study was part of the original scope and was completed prior to the development of the first roundabout alternative. After the development of the many roundabout alternatives,the City requested an additional traffic analysis that evaluated multiple new signal configurations that were not part of the original study. LEE presented the study findings at internal staff review meetings at which point it was decided that the City would no longer pursue a roundabout and that the project improvements would be changed to include roadway widening for left-turn lanes and a traffic signal-controlled intersection. • Due to development occurring at the intersection after the completion of the original survey, additional survey services have been necessary. Additional ROW and easement documents are also necessary. • The original intersection improvements were to consist only of a roundabout. Now the improvements consist of roadway widening for turn lanes,storm drains work along the majority of the project limits, and a permanent traffic signal at the intersection. These improvements were not the original project scope. 3030 LBJ Freeway,Suite 1660, Dallas,TX 75234 (972)248-3006 office (972)248-3855 fax I www.leeengineering.com Page 1 of 2 Additionally,the requested increase in the contract maximum will allow the completion of future project phases that are not currently in the project budget. These activities include the following: • Performance of Final Design (90%/100%)activities and the preparation of Final Construction Documents • Quality Level A SUE at up to 24 test holes in order to evaluate the impacts to water,sanitary sewer, and other utility infrastructure. • Bid and Construction Phase services for the project. It is our understanding that an increase of up to$360,000 for a revised contract amount not to exceed $760,000.00 was authorized; however,the increase we are requesting is$237,672.19 at this time. The revised total contract amount will be$637,672.19 after this amendment. This Engineering Services Contract Amendment includes a detailed scope of services attached to this letter. LEE proposes to provide the additional services for the not to exceed total of$237,612.19. All services proposed will be performed in accordance with the original contract dated June 20, 2017. This Amendment and the attached Scope of Services represent the entire amendment to the original agreement between the City of Fort Worth and LEE. If the terms of the Amendment are acceptable, please indicate by acknowledging acceptance of the terms of this document. Original Contract Amount $400,000.00 Amendment No. 1 $237,672.19 Revised Contract Amount $637,672.19 If you have any questions, please contact me at (972) 248-3006. Sincerely, Dharmesh Shah, P.E., PTOE Vice President Lee Engineering, LLC LCC CnenCCmne Page 2 of 2 i y 2 a�TD0 D O§g pm m« mmoo X.X. �rA fn9 D D°m ro o-tiD 9 W n o pp&41CyCaa F,gq CCCaa CCCCaaa 41 Ta -9 99 99° m 3 Om' mamm a 8 _ �gcmTri y'-P `e nn a8.88.3 B.g B.n nn m f°i 3 a a3.aaE am�.$a`a.s� � o E�9 .0 m n�s���= n���nn .o- Ea A. sm m=� �c� a�.m� " om 3.gn 2 aa3 eja oo mg8� 8 m 88898 888 8sam - m9§cpimm� p m F Q F F �1 g m a a o 2 '3 ° m RUM:c y�, c c m mmz 3A� z mpA � a SP m= o��n N8.a my ���-�§� =. 8'8a� gso ��m go.' os� Rmn'o�mag I anmf 'moo 0. nffi m'9 9y ng m a m n a s - A o 3 - N3za IL ' a a0. s m � � $ .2 0 m t g3 5= qqti 1-0 ffi�NN �H c+ gig m m m �r + m� EOF gm = fa °m gm i-D m =°. m' amm� C=3, 8 am 0 C. s N< 0 S o m z m � Z.mi ffi effi � m m r3Dp' 3 m i m a O. 98 m # « SO 9 ffi�« u9 S. m3 m� m .�m m m Z g «u�W.««, « «� SO spaeo ovoo s es�ees= Soo sus"m a u m m a 'a m a y m vitt 0.8� S$^ $$000, ffi$�Smmo ffi Soo o ou m " �` - - «r' «"�s� ffi�N sesSSes u€0 SlSuu` =v.0 egeeeeeee as as o . Q `uu § !■ )k§ ` #■ Ng- & ��•`§�■ k\o | ° . !/! $k & \l `k k a £ | kk k /, �� . . ■ � } | ■2Mi. ! ■ § |. _ .# ■� < ■ ss22 mmsss,§m | ! 27! §OF ■- \ �|lk�aH0 ! 0C' §� #§U) , �� , . ■ | � � ! � : ■ | f ,# �2 s � � f! ■ ° � � � ° ° � ■ | ■ ° ° | §iB ; - . !!! 2 �� : � | WE WE §! - - � � CITY OF FORT WORTH AMENDMENT, CHANGE ORDER or EXTRA WORK CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M& C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL. To: Aleiandra Ayala (underline appropriate one) Project Manager Buyer Department Director From: Melani Valle 2675 M/WBE Office Staff Extension Date: March 17, 2020 In the Amount of$237,672.19 101020 Project/Bid: Amendment 1 —Keller-Hasiet and Park Vista Intersection Improvements 1. Compliance with the City's Business Diversity Enterprise(BDE)Ordinance has been achieved by one of the following SBE methods: a) Lee Engineering, LLC is in compliance with the City's BDE Ordinance by committing to 24% SBE participation on this Amendment No. 1. The City's goal on this Amendment is 24%. 4/13/2020 M&C Review Official site of the City of Fort Worth,Ter CITY COUNCIL AGENDA FORTWORT�I11 COUNCIL ACTION: Approved on 6/20/2017 DATE: 6/20/2017 REFERENCE C-28288 LOG NAME: 202018 JUMP START NO.: PROJECTS CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT. Authorize Execution of Engineering Services Task Order Agreements with Eleven Engineering Consulting Firms in Amounts Ranging from $140,000.00 to $870,000.00 for Design Services, Construction and Project Management Support to Advance High Priority Projects Needed to Improve Safety and Capacity as Identified by Staff for the Anticipated 2018 Bond Program (COUNCIL DISTRICTS 2, 4, 6, 7 and 8) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Engineering Services Agreement with Burns & McDonnell, Engineering Company, Inc., for design of transportation improvements along Cromwell Marine Creek Road, from Boat Club Road to Marine Creek Parkway (101012), in an amount not to exceed $400,000.00; 2. Authorize the execution of an Engineering Services Agreement with Carrillo Engineering, LLC, for design of transportation improvements at the intersection of Hulen Street and Granbury Road (101017), in an amount not to exceed $400,000.00; 3. Authorize the execution of an Engineering Services Agreement with Criado &Associates, Inc., for an alignment study and design of transportation improvements along Bailey Boswell Road, from Blue Mound Road to State Highway 287 (101018), in an amount not to exceed $400,000.00; 4. Authorize the execution of an Engineering Services Agreement with Freese & Nichols, Inc., for design of transportation improvements along Risinger Road, from Crowley Road to Interstate 35 West (C01811), in an amount not to exceed $400,000.00; 5. Authorize the execution of an Engineering Services Agreement with Halff Associates, Inc., for design of transportation improvements along Beach Street, from its current northern terminus north to Keller Haslet Road, and along Westport Parkway, from Keller Haslet Road to Alta Vista Boulevard (101019), in an amount not to exceed $475,000.00; 6. Authorize the execution of an Engineering Services Agreement with HDR, Inc., for design of transportation improvements along Avondale Haslet Road, from Willow Creek Drive to Haslet County Line Road/FM 156 (101014), in an amount not to exceed $400,000.00; 7. Authorize the execution of an Engineering Services Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Bonds Ranch Road, from Hawks Landing Road to Blue Mound Road/FM 156 (101009), in an amount not to exceed $870,000.00; 8. Authorize the execution of an Engineering Services Agreement with Lee Engineering, LLC, for design of transportation improvements at the intersection of Park Vista Boulevard and Keller Haslet Road (101020), in an amount not to exceed $400,000.00; 9. Authorize the execution of an Engineering Services Agreement with Pacheco Koch Consulting Engineers, Inc., for design of transportation improvements at the intersection of Kroger Drive with State Highway 377 and Basswood Boulevard and State Highway 377 (101015), in an amount not to exceed $400,000.00; 10. Authorize the execution of an Engineering Services Agreement with Stantec Consulting Services, Inc., for design of transportation improvements at the intersection of Crowley Road and Sycamore School Road (101016), in an amount not to exceed $400,000.00; and apps.cfwnet.org/council_packet/mc_review.asp?I D=24799&councildate=6/20/2017 1/5 4/13/2020 M&C Review 11. Authorize the execution of an Engineering Services Agreement with Wier&Associates, Inc., for an alignment study and design of transportation improvements along Golden Triangle Boulevard, from Interstate Highway 35 West to Golden Heights Road (101013), in an amount not to exceed $140,000.00. DISCUSSION: In preparation for the 2018 Bond Program, Staff proposes to utilize $10,000,000.00 to begin design and acquire property necessary for the construction of projects that are considered high priority needs relating to capacity and safety improvements to the infrastructure of the City of Fort Worth. This effort will enable Staff to begin property acquisition and design of the following projects: Arterial Projects Jump Start Engineering Contract I City Project Total Scope Firm Award Management Appropriation Cromwell Marine Creek Road from Boat Club Partial Design Burns and Road to Marine Project McDonnell $400,000.00 $100,000.00 $500,000.00 Creek Parkway Management (New Award) (CPN 101012) (CD 2) Hulen Street& Carrillo n Partial Design Engineering,Granbury Rd. Project g Inc. g, $400,000.00 $100,000.00 $500,000.00 (CPN101017) (CD Management 6) (New Award) Bailey Boswell Road Alignment Criado& Study& Partial Associates, from Blue Mound Design Inc. $400,000.00 $100,000.00 $500,000.00 Road to SH287 Project (CPN 101018) Management (New Award) (CD 2) Risinger Road from Crowley Design Freese & Road to Interstate Completion Nichols, Inc. 35 West(CPN Project (Existing $400,000.00 $100,000.00 $500,000.00 C01811) (CDs 6& Management Contract) 8) Beach Street& Westport Parkway Halff from northern Partial Design Associates, terminus to Keller Project Inc. $475,000.00 $100,000.00 $575,000.00 Haslet Road and Management then to Alta Vista (New Award) Boulevard (CPN 101019) (CD 7) I Arterial Projects Jump Start Engineering Contract City Project Total Scope Firm NTE Management Appropriation Avondale Haslet Partial Design HDR, Inc. $400,000.00 $100,000.00 $500,000.00 Rd. Project (New Award) From Willow Management Creek Drive to Haslet County Line Rd./FM156 apps.cfwnet.org/council_packet/mc_review.asp?ID=24799&councildate=6/20/2017 2/5 4/13/2020 M&C Review (CPN 101014) (CD 7) Bonds Ranch Rd. Phase 2 Partial Design Property Kimley-Horn & Acquisition: From Hawks Property Associates, Inc Landing Rd. to Acquisition $870,000.00 $850,000.00 $1,850,000.00 Blue Mound (Contract Project Rd/FM 156 Project Continuation (CPN101009) (CD Management ) Management: 7) $130,000.00 Park Vista Lee Boulevard & Partial Design Engineering, Keller Haslet Rd. Project Inc. $400,000.00 $100,000.00 $500,000.00 (CPN101020) (CD Management 7) (New Award) 377 Intersections Pacheco Koch at Kroger and at Partial Design Consulting Basswood Project Engineers, Inc. $400,000.00 $100,000.00 $500,000.00 (CPN101015) (CD Management 4) (New Award) Blue Mound Rd. from Willow Springs Rd. to Design Property Approximately Completion Pacheco Koch Acquisition: 500 linear feet Property Consulting $1,400,000.00 east of the Engineers, Inc. 2 $1,700,000.00 Acquisition $ 00,000.00 Project northbound frontage rd. of Proje ct (Contract Management: g Management Continuation) State Highway g $100,000.00 287 (CPNCO2161) (CD 7) Golden Triangle Boulevard Alignment Wier& From Interstate Study Associates, Highway 35 West Project Inc. $160,000.00 $40,000.00 $200,000.00 to Golden Heights Management (New Award) Rd. (CPN101013) (CD 7) Crowley Road & Sycamore Partial Design Stantec School Road (New Award) $400,000.00 $100,000.00 $500,000.00 Project (CPN101016) (CD Management 8) Keller Hicks Road and Katy Project Road Management N/A N/A $100,000.00 $100,000.00 (C PN100146) (CD 7) Funding for these Jump Start Projects was authorized on May 16, 2017 Mayor and Council Communication (M&C G-19009) in the amount of$10M. The scopes outlined will serve to further define the project risks and requirements to prepare reliable cost estimates for delivery through construction and close-out. All engineering firms recommended for new contract awards in this Mayor and Council Communication have been selected based on Transportation and Public Works' Request for Qualifications advertised in the Fort Worth Star-Telegram on January 5, 2017 and January 12, 2017. Those submittals were received and reviewed by Transportation and Public Works staff in January 2017 with each respondent submitting Statements of Qualifications representative of the work required for the projects listed in this Mayor and Council Communication. apps.cfwnet.org/council_packet/mc_review.asp?ID=24799&councildate=6/20/2017 3/5 4/13/2020 M&C Review M/WBE OFFICE —All engineering contracts are in compliance with the City's BDE Ordinance. New contract awards are committing to 25 percent SBE participation on their respective Contracts. The City's SBE goal for the total contract value is 25 percent. a) Burns & McDonnell Engineering Company, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. b) Carrillo Engineering, LLC, is in compliance with the City's BDE Ordinance by committing to 23 percent SBE participation on this project. Additionally, Carrillo Engineering, LLC, is a certified M/WBE firm. c) Criado &Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. Additionally, Criado &Associates, Inc., is a certified M/WBE firm. d) Halff Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. e) HDR, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. f) Kimley-Horn and Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 12 percent SBE participation on this project. g) Lee Engineering, LLC, is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. h) Pacheco Koch Consulting Engineers, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. Additionally, Pacheco Koch Consulting Engineers, Inc., is a certified M/WBE firm. i) Stantec Consulting Services, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. j)Wier&Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this project. k) Freese & Nichols, Inc., a waiver of the goal for SBE subcontracting requirements was requested by the Department and approved by the M/WBE Office in accordance with the BDE Ordinance, because the purchase of goods or services from source(s)where subcontracting or supplier opportunities are negligible. These projects are located in COUNCIL DISTRICTS 2, 4, 6, 7 and 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the 2017 Tax Notes Capital Project Fund and that prior to an expenditure being made, the department has the responsibility to validate the availability of funds TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year L (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kim Arnold (2552) apps.cfwnet.org/council_packet/mc_review.asp?ID=24799&councildate=6/20/2017 4/5 4/13/2020 M&C Review ATTACHMENTS Form 1295 for 11 Companies.pdf apps.cfwnet.org/council_packet/mc_review.asp?ID=24799&councildate=6/20/2017 5/5 4/13/2020 M&C Review Official site of the City of Fort Worth,Ter CITY COUNCIL AGENDA FORTWORT�I1 COUNCIL ACTION: Approved on 6/26/2018 DATE: 6/26/2018 REFERENCE C-28764 LOG NAME: 202018 BOND PROGRAM NO.: PROPOSITION A CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT. Authorize Execution of New or Amendments to Existing Engineering Services Agreements for Design and Construction Management Services for 22 Major Thoroughfare, Arterial and Intersection Projects Identified in the 2018 Bond Program (COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9) RECOMMENDATION: It is recommended that the City Council authorize execution of the following engineering contracts or amendments to current engineering contracts for design and construction management services for major thoroughfare, arterial and intersection improvement projects identified in the 2018 Bond Program as indicated below: Contract Amendments: 1. Amendment No.1, in an amount not to exceed $425,000.00 to City Secretary Contract (CSC)49226, an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Bonds Ranch Road from Hawks Landing Road to Blue Mound Road/FM 156 (101009), for a revised contract amount not to exceed $1,295,000.00; 2. Amendment No. 1, in an amount not to exceed $90,000.00 to City Secretary Contract (CSC)49227, an Engineering Agreement with Halff Associates, Inc., for design of transportation improvements along Westport Parkway, from Alta Vista Parkway to Beach Street (101019), for a revised contract amount not to exceed $565,000.00; 3. Amendment No. 1, in an amount not to exceed $843,000.00 to City Secretary Contract(CSC)49555, an Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along Avondale Haslet Road, from Willow Creek Drive to Haslet County Line Road/FM 156 (101014), for a revised contract amount not to exceed $1,243,000.00; 4. Amendment No. 1, in an amount not to exceed $595,000.00 to City Secretary Contract(CSC)49024, an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Harmon Road, from Golden Triangle Boulevard to US HWY 287 (100459), for a revised contract amount not to exceed $2,395,000.00; 5. Amendment No. 1, in an amount not to exceed $750,000.00 to City Secretary Contract(CSC)49229, an Engineering Agreement with Pacheco Koch Consulting Engineers, Inc., for design of transportation improvements at the intersection of Kroger Drive at State Highway 377 and Basswood Boulevard at State Highway 377 (101015), for a revised contract amount not to exceed $1,150,000.00; 6. Amendment No. 1, in an amount not to exceed $1,500,000.00 to City Secretary Contract (CSC)49556, an Engineering Agreement with Burns & McDonnell Engineering Company, Inc., for design of transportation improvements along Cromwell Marine Creek from Boat Club Road to Old Decatur Road (101012), for a revised contract amount not to exceed $1,900,000.00; 7. Amendment No. 1, in an amount not to exceed $230,000.00 to City Secretary Contract(CSC)49225, an Engineering Agreement with Carrillo Engineering, LLC, for design of intersection improvements at S. Hulen Street and Granbury Road (101017)for a revised contract amount not to exceed $630,000.00; 8. Amendment No. 1, in an amount not to exceed $360,000.00 to City Secretary Contract(CSC)49228, an Engineering Agreement with Lee Engineering, LLC, for design of intersection improvements at Park Vista Boulevard and Keller Haslet Road (101020)for a revised contract amount not to exceed $760,000.00; apps.cfwnet.org/council_packet/mc_review.asp?I D=26022&councildate=6/26/2018 1/4 4/13/2020 M&C Review New Contracts: 9. An Engineering Agreement with Wier&Associates, Inc., for design of intersection improvements at Golden Triangle Boulevard and Harmon Road (101013), in an amount not to exceed $250,000.00; 10. An Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along W. 7th Street from University Drive to the Trinity River (101555) in an amount not to exceed $750,000.00; 11. An Engineering Agreement with Schrickel, Rollins and Associates, Inc., for design of transportation improvements along Riverside Drive from Golden Triangle to Keller Hicks in an amount not to exceed $700,000.00; 12. An Engineering Agreement with Cobb Fendley&Associates, Inc., for design of transportation improvements along the University Drive Corridor from Trail Drive to Park Hill (101588), in an amount not to exceed $900,000.00; 13. An Engineering Agreement with AECOM, Inc., for design of intersection improvements at Crowley Road and N. Crowley Cleburne Road (101578) and Alta Mesa Boulevard and Crowley Road (101579) in an amount not to exceed $594,580.00; 14. An Engineering Agreement with Multatech Engineering, Inc., for design of intersection improvements at E. Seminary Road and Mansfield Highway (101590) and McCart Avenue and Altamesa Boulevard (101572) in an amount not to exceed $690,778.00; 15. An Engineering Agreement with Pape—Dawson Engineering, Inc., for design of intersection improvements at Beach Street and Basswood Boulevard (101582) in an amount not to exceed $398,195.00; 16. An Engineering Agreement with JT Engineering, Inc., for design of intersection improvements at E. Northside Drive and Cold Springs Road (101584) in an amount not to exceed $442,886.80; 17. An Engineering Agreement with Bridgefarmer&Associates Inc., for design of intersection improvements at W. Long Avenue and Angle Avenue (101583) in an amount not to exceed $455,985.00; 18. An Engineering Agreement with Hayden Consultants, Inc., for design of intersection improvements at S. Normandale Street and Las Vegas Trail (101591) in an amount not to exceed $528,013.00; 19. An Engineering Agreement with Kimley-Horn and Associates, Inc., for design of intersection improvements at NW Loop 820 and Marine Creek Parkway (101585) in an amount not to exceed $432,000.00. DISCUSSION: In preparation for the 2018 Bond Program and to advance delivery of projects, engineering contracts were executed on 13 potential Jump Start Projects (Mayor and Council Communication (M&C) C-28288 June 20, 2017) to further define individual project cost and identify possible risks that would impact costs and delivery schedules. Funding for these Jump Start Projects (*)was authorized on May 16, 2017 in the amount of$10M (M&C G-19009). The following summarizes the contract awards for the 2018 Bond Program 11 Major Thoroughfare and Arterial projects, and 11 Intersection Improvement projects: 2018 Bond Program Major Thoroughfare and Arterial Project Name Engineering Consultant NTE Contract Amendment *Bonds Ranch Road- Hawks Landing to Kimley-Horn &Associates, Inc. $425,000.00 Blue Mound Road/ FM 156 - CD 7 *Westport Parkway-Alta Vista Parkway to Halff Associates, Inc. $90,000.00 Beach Street- CD 7 *Avondale Haslet Road-Willow Creek HDR Engineering, Inc. $843,000.00 Drive to Haslet County Line Road - CD 7 *Harmon Road- Golden Triangle Kimley-Horn &Associates, Inc. $595,000.00 apps.cfwnet.org/councii—packet/mc_review.asp?ID=26022&counciidate=6/26/2018 2/4 4/13/2020 M&C Review Boulevard to US 287 - CD 7 * US 377 at Basswood Boulevard and Pacheco Koch Consulting $750,000.00 Kroger Drive- CD 4 Engineers, Inc. *Cromwell Marine Creek- Boat Club Road Burns & McDonnell $1,500,000.00 to Old Decatur Road - CD 2 Engineering Company, Inc. *Golden Triangle Boulevard and Harmon Wier&Associates Inc. $250,000.00 Road (New Contract) - CD 7 University Drive - Trail Drive to Park Hill Cobb Fendley&Associates, $900,000.00 (New Contract) - CD 9 Inc. Riverside Drive - Golden Triangle Schrickel, Rollins &Associates, $700,000.00 Boulevard to Keller Hicks Road (New Inc. Contract) - CD 7 West 7th Street- University Drive to Trinity HDR Engineering, Inc. $750,000.00 River (New Contract) - CD 9 2018 Bond Program Intersection Improvements Project Name Engineering NTE Consultant Contract/Amendment Amount *S. Hulen Street and Granbury Road - CD Carrillo Engineering, $230,000.00 6 LLC *Park Vista Boulevard and Keller Haslet Lee Engineering, LLC $360,000.00 Road - CD 7 Crowley Road and N. Crowley Road AECOM, Inc $306,375.00 Cleburne Road - CD 6 Alta Mesa Boulevard and Crowley Road - AECOM Inc. $288,205.00 CD 8 E. Seminary Road and Mansfield Multatech Engineering, $350,900.00 Highway-CD 8 Inc. McCart Avenue and Alta Mesa Boulevard Multatech Engineering, $339,878.00 - CD 6 Inc. Beach Street and Basswood Boulevard - Pape-Dawson $398,195.00 CD 4 Engineering, Inc. E. Northside Drive and Cold Springs JT Engineering, Inc. $442,866.80 Road - CD 2 W. Long Avenue and Angle Avenue - CD Bridgefarmer $455,985.00 2 Associates, Inc. S. Normandale Street and Las Vegas Hayden Consultants, $528,013.00 Trail - CD 3 Inc. NW Loop 820 and Marine Creek Kimley-Horn & $432,000.00 Parkway - CD 2 Associates, Inc. Available resources within the General Fund will be used to provide interim financing for expenditures incurred on projects within the 2018 Bond Program until debt is issued. Once debt associated with these projects 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 approving the bond election and authorizing the appropriation of funds. apps.cfwnet.org/council_packet/mc_review.asp?ID=26022&councildate=6/26/2018 3/4 4/13/2020 M&C Review M/WBE OFFICE —All firms being awarded new engineering contracts/amendments are in compliance with the City's BDE Ordinance. These projects are located in COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds are available in the current capital budget as appropriated, of the 2018 Bond Program Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID I I Year ChartfieId 2 Submitted for City Manager's Office by_ Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kim Arnold (2552) ATTACHMENTS All 1295 Forms.pdf Maps 2018 Bond Prog Proposition A.pdf apps.cfwnet.org/councii—packet/mc_review.asp?ID=26022&counciidate=6/26/2018 4/4