Loading...
HomeMy WebLinkAboutContract 42232-A1AMENDMENT X o e 1 mrif ti v, *)3\fliaiari 1M, LW eg-I TO Cxfl SECWAY CONTRACT Noe 42232 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc . , (ENGINEER) made and entered into City Secretary Cont xac t No. 42232, (the CONTRACT) which was authorized by M&C C-25107 on the 23 day of August, 2011 in the amount of $ 3 i 5 , 0 0 0 ; and WHEREAS, the CONTRACT involves engineering services for the following project: Chisholm Trail Parkway Project Management Services; 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, CI FY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated December 18, 2012, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $650,000. (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 $1,025,000. 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 PMO Official Release 8/1/2012 Page 1 of 3 OFF n©1ALRECORD' CITY SECRETARY FTworfl1rX 01-07-1 3 P02:35 IN EXECUTED and EF ICTIVE as of the date last written by a signatory, b .1cm. APPRCVEU: City of Fort Worth Thenakh CIA Fernando Costa Assistant City Manager DATE: ilik/1/5 AP.PRCV'ALRECO 1l/" i%il R d1e Ha ODirector, P7 anning and Development Department ENGINEER Kiln i ey=Horn and Associates, Inc e Glenn A . Gary, P . E . Senior Vice President DATE : Ia APPROVED AS TO FORM AND LEGALITY: Dou as W. Black Assistant City Attorney ATTEST: 7/ Miry J . er City Secrtary City of Fort Worth Professional Services AgreementAmendment Template PMO Official Release 8/1/2012 Page 2 of 3 4,604,4<rnfootP450% 4Ace 9 \ a %Op1 a --- a 4 � o 110 o pIS \V. M&C: ( 760(3 Date: 1 c� 1 OFFICIAL RECORD' CITY 51CR' trAPY Firs, woRT 1�b"1 • diriamw FUNDING BREAKDOWN SHEET City Secretary No. 42232 Amendment No. 1 Department P&D City of Fort Worth Professional Services Agreement -Amendment Template PM0 Official Release 8/1/2012 Page 3 of 3 Fund -Account -Center Amount C221-531200-303210000580 650,000 Total* 650,000 Kimley-Horn and Associates, Inc. December 18, 2012 Bryan Beck, P.E. City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Amendment No. 1 to City Secretary Contract No. 42232 Chisholm Trail Parkway Project Management Services Dear Mr. Beck: Kimley-Horn and Associates, Inc. (Consultant) is pleased to submit this Letter Agreement to the City of Fort Worth (Client or City) to provide professional services to prepare additional management services for the Chisholm Trail Parkway (CTP) project. Our scope of services, schedule and fee are below. Task 1 Work Order Engineering Services The Consultant will perform the following: • Work Order Engineering Services — the Consultant will prepare the appropriate documents and coordinate with NTTA and other stakeholders associated with Work Order Engineering Services as directed by the City Task 2 Coordination with NTTA (plan changes review/field changes) The Consultant will perform the following: • Project Meetings — the Consultant will attend meetings as directed by the City with the City, contractors, and other consultants • Plan Reviews — review engineermg plans provided by contactor or other engineers and provide the City with comments and recommendations. • Coordination — coordinate with City internal staff, project stakeholders, contractors, and other consultants regarding various engineering issues along the CTP corridor. • On -Site Construction Observation — make on site visits at intervals as directed by the City in order to observe the progress of the Work. • Aesthetics Reviews — review of aesthetic components for the CTP and advise the City on the approval of these -components TEL 817 335 6511 FAX 817 335 5070 Suite 950 801 Cherry Street, Unit 11 Fort Worth, Texas 76102 Kimley-Horn and Associates, Inc. Mr. Bryan Beck, P.E., December 18, 2012, Page 2 • Other Services required by the City Task 3 Support for Contract Negotiations with NTTA The Consultant will perform the following: • Project Meetings — the Consultant will attend meetings as directed by the City with the City and NTTA concerning the contract negotiations. • Supporting Documents — the Consultant will coordinate with NTTA to develop additional supporting documents for the final finding and the ILA Amendment #3. Task 4 Traffic Management/Signal Operations The Consultant will perform the following: • Project Meetings - the Consultant will attend meetings as directed by the City with the City, project stakeholders, contractors, and other consultants. • Plan Reviews — review traffic management/signal operations engineering plans provided by contactor or other engineers and provide the City with comments and recommendations. • Coordination — coordinate with City internal staff, project stakeholders, contractors, and other consultants regarding traffic management/signal operations along the CTP corridor. • On -Site Construction Observation — make on site visits as directed by the City in order to observe the traffic management/signal operations. • Other Services required by the City Task 5 Edwards Ranch Development Coordination The Consultant will perform the following: • Project Meetings - the Consultant will attend meetings as directed by the City with the City, project stakeholders, contractors, and other consultants. • Plan Reviews — review engineering plans associated with the Edwards Ranch Development provided by other engineers and provide the City with comments and recommendations. Kimley-Horn and Associates, Inc. Mr. Bryan Beck, P.E., December 18, 2012, Page 3 • Coordination — coordinate with City internal staff, project stakeholders, and other consultants regarding the Edwards Ranch Development. Task 6 Neighborhood/Business Coordination The Consultant will perform the following: • Public Outreach — prepare/attend public meetings and homeowner association meetings as requested by the City. Coordinate with public regarding various issues along the CTP corridor Task 7 McPherson Blvd. / Chisholm Trail Parkway Interchange The Consultant will perform the following: • Prepare the McPherson Blvd. construction documents for approximately 600 LF of a 6 lane divided roadway to be included as a change order into NTTA's Chisholm Trail Parkway Section 5 (CSJ 0504-02-013) project. The plans will include the following: o Typical cross sections sheet; o Roadway plan and profile sheets including bike lanes and free right turn lanes; o Intersection contours sheets; o Pavement markings and signing layout sheets; o Signal conduit plan; o Island detail sheets; o Storm sewer drainage area maps; o Drainage plan and profile sheets; o Quantity sheets; and o Detail sheets • During the construction, the Consultant will respond to RFI's or questions for the McPherson Blvd. plans. • It is anticipated that NTTA will prepare the change order package Additional Services Any services not specifically provided for in the above scope will be considered. additional services and can be performed at our then current hourly rates. Schedule Consultant will provide our services within a reasonable length of time as expeditiously as practical. Upon receiving a work request from the City with a Kimley-Hom and Associates, Inc. Mr. Bryan Beck, P.E., December 18, 2012, Page 4 request for a schedule, Consultant will prepare a schedule outlining the time required to complete the work requested The timeframe for this scope of services are anticipated to be from September 2012 through June 2014 which is NTTA's anticipated construction completion date for the CTP project. Fee and Billing The Consultant will perform the Services described in Tasks 1 through 7 on a cost plus maximum basis. The total amount of the contract will not be exceeded without a modification to the agreement; however, any task may be exceeded as long as the project total is not exceeded. Recommended budgets are as follows: • Task 1 Work Order Engineering Services • Task 2 — Coordination with NTTA (plan changes review) • Task 3 — Support for Contract Negotiations with NTTA • Task 4 — Traffic Management/Signal Operations • Task 5 — Edwards Ranch Development Coordination • Task 6 — Neighborhood/Business Coordination • Task 7 — McPherson Roadway Design Total compensation to be to the ENGINEER will not exceed M/WBE $75,000 $175,000 $25,000 $200,000 $25,000 $75,000 $75.000 $650,000 The Consultant will subcontract a portion of these services to Gorrondona and Associates, Inc., Savant Group, Inc and GRAM Traffic North Texas, Inc. The amount we anticipate subcontracting is $78,000. This represents an M/WBE participation percentage of 12% for these additional services With these additional services, our revised contract amount will be $1 025,000. This will revise our total contract M/WBE participation from $45,000 (12%) to $123,000 (12%). We appreciate the opportunity to provide these services to you. Please contact me if you have any questions Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. Texas Registration No. F-928 Glenn A. Gary, P.E. Senior Vice President \\FTWFPO1\DataWroject\FTW Utilities\06I018087\PPP\Amendment-I\Amendment_01_Proposal.doc M& C Review Page 1 of 2 ITY OUNCIL AGENDA . . 811 COUNCIL ACTION: Approved on 12/18/2012 DATE 12/18/2012 REFERENCE NO.: **C-26013 LOG NAME* CODE C TYPE Official site of the City of Fort Worth, Texas FORT WORTH 06KIMLEY-HORN AMENDMENT CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No. 42232, a Professional Services Contract, with Kimley-Horn and Associates, Inc , in an Amount Up to $650,000.00 for a Total Contract Amount of $1 025,000.00 for Project Management Services for the Chisholm Trail Parkway Project (COUNCIL DISTRICTS 3, 6 and 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 1 in an amount up to $650,000.00 to City Secretary Contract No.42232, a professional services contract with Kimley- Horn and Associates, Inc., for project management services for the Chisholm Trail Parkway Project. DISCUSSION: On August 23, 2011, (M&C C-25107) the City Council authorized a Project Management Agreement with Kimley-Horn and Associates Inc. (KHA) for $375,000.00 to continue to provide support to the Staff during the construction of the Chisholm Trail Parkway Project. KHA had previously provided engineering services under the umbrella of the much larger Prime Strategies, Inc., contract for the development of the project. The Prime Strategies, Inc , contract was executed in 2003 and terminated in 2011 as the project moved into construction. Staff anticipated a declining level of effort during construction and that the initial contract amount would be sufficient to cover all construction support activities. However, the support program has required more effort than expected as the project's construction has advanced The bulk of the additional effort has been related to field changes to the plans traffic management, signal operations, coordination with the Edwards Ranch development, and coordination and outreach with adjacent businesses and neighborhoods. In addition, in response to the proposed closure of Old Granbury Road, the City initiated the extension of McPherson from the Chisholm Trail Parkway to Old Granbury Road (McPherson West Project) to serve residents in the area. This project necessitated modification to the McPherson Boulevard interchange with the Parkway to be constructed by NTTA. The proposed amendment provides for several sub consultants: Freeze & Nichols, Inc., will be providing architectural reviews for field changes associated with the community based aesthetics, Dunaway & Associates, Inc., will provide engineering and surveying for the McPherson Interchange Design, and Savant Group, Inc. will be providing traffic signal design and implementation support to Transportation and Public Works for modifications to signal timing associated with the construction phasing at the arterial crossings. This amendment provides for the continued use of Kimley-Horn and Associates, Inc., for construction management support on an hourly on -call basis. Staff finds the fee to be fair and reasonable for the services to be provided. The budgets below are based on Staffs estimate of required effort: http://apps.cfwnet org/council_packet/mc_review.asp?ID=17537&councildate=12/18/2012 1/2/2013 M& C Review Page 2 of 2 Work Order Engineering Services Coordination with NTTA (plan changes review/field changes Support for Contract Negotiations with NTTA Traffic Management/Signal Operations Edwards Ranch Development Coordination Neighborhood/Business Coordination McPherson Interchange Design Modifications Total $ 75,000.00 $ 175,000.00 $ 25,000.00 $ 200,000.00 $ 25,000.00 $ 75,000.00 $ 75.000.00 $ 650,000.00 Kimley-Horn and Associates Inc., agrees to maintain its initial M/WBE commitment of 12 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 12 percent to this first amendment. Therefore, Kimley-Horn and Associates, Inc , remains in compliance with the City's M/WBE ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICTS 3, 6, and 9. FISCAL INFORMATION/CERTIFICATION,: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the SH121T Southwest Parkway Fund TO Fund/Account/Centers FROM Fund/Account/Centers C221 531200 303210000580 $650.000.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact:, ATTACHMENTS Fernando Costa (6122) Randle Harwood (6101) Bryan Beck (7909) http://apps.cfwnet.org/council_packet/mc review.asp?ID=17537&councildate=12/18/2012 1/2/2013