Loading...
HomeMy WebLinkAboutContract 45844-A3 AMENDMENT No.3 CSC No.45844-A3 TO CITY SECRETARY CONTRACT No. 45844 WHEREAS, the City of Fort Worth (CITY) and Baird, Hampton & Brown, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 45844, (the CONTRACT) which was authorized by M&C C-26833 on the loth day of June, 2014 in the amount of $1, 000, 000 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project: North Riverside Drive from North Tarrant Parkway to Old Denton Road; and WHEREAS, the contract was subsequently amended, per M&C C-27695 on the 26th of May 2016, to include an increased scope of work and a total revised fee of $1, 392, 000; and per M&C 19-0406 on the 27th of December 2019, to include an increased scope of work and a total revised fee of $1, 484, 335 WHEREAS, it has become necessary to execute Amendment No. 3 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in the proposals dated June 4, 2020, a copy of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $32, 300 . 00 . (See Attached Funding Breakdown Sheet, Page -3-) . 2 . Article II of the CONTRACT is amended to provide for an increase in City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD PMO Official Release 8/1/2012 Page 1 of 4 CITY SECRETARY FT. WORTH, TX 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, 516, 635 . 00 . 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER %�/f /t i1 Baird, Hampton, & Brown, Inc. Dana I!/!/L e Burghd&M—Al�off(ALCDT) _ /i7A, / �/ A�� Dana Burghdoff Au in Baird, P.E. Interim Assistant City Manager Principal DATE: Aug 18, 2020 06-19-2020 APPROVAL RECOMMENDED: William Johnson, P.E. Director, Transportation and Public Works Department 20N RIVERSIDE DR AMENDMENT NO 3 APPROVED AS TO FORM AND LEGALITY: M&C: (SUMMERFIELDS BLVD DESIGN) z ibi-tau-zeta Date• 08/25/2020 Mack(Aug 18,2020 11:30 CDT) Ordinance 24161-04-2020 Douglas W. Black p44FORr�a 4 OF° dad Assistant City Attorney pi.o °��9pd M&C:20-0590 ATTEST• wo °=d HB 1295:2020-642193 �/1 /. pia ° oo � l i' lat P( -"'o Mary J. Kayser City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD PMO Official Release 8/1/2012 Page 2 of 4 CITY SECRETARY FT. WORTH, TX City Secretary 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 . Raul E.Lopez, P.E. / Rau I E Lopez(Aug 12,202014:40 CDT) Name of Employee / Signature Program Manager Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 4 TASK ORDER No. 6 Professional Engineering Design Services for N. RIVERSIDE DRIVE from N. Tarrant Parkway, south approximately one mile to Old Denton Road SUMMERFIELDS BOULEVARD (WEST BOUND LANES) N. Riverside Drive to Cannonwood Drive City Project No. 02272 1. Objective The objective of this Task Order is to authorize and direct ENGINEER to proceed with the work specified in the Scope of Services of this Task Order, in accordance with the provisions of Article I of the Standard Agreement for Engineering Related Design Services between the parties hereto dated the 10t' day of June 2014 (CS No. 45844) (the "AGREEMENT") 2. Scope of Services - See Task Order No. 6—Attachment A 3. Compensation — See Task Order No. 6—Attachment B 4. Notice to Proceed This Task Order shall become effective immediately upon its execution by both parties and shall constitute a NOTICE TO PROCEED. 5. Terms and Conditions All Terms and conditions contained in the AGREEMENT are incorporated herein by reference. Executed this day of June , 2020. City of Fort Worth: Baird Hampton & Brown, Inc.: William Johnson, P.E. Austin Baird, PE Director, Transportation & Public Works Principal FUNDING BREAKDOWN SHEET City Secretary No. 45844-A2 Amendment No. 2 Department Fund - Dept. - Account - Project - Activity - Year - Reference Amount TPW 34014 - 0200431 - 5330500 - CO2272 - CO2330 - 9999 - 14010199 $32, 300 Total: $32,300 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 4 of 4 8 mm B BAIRD, HAMPTON & BROWN building partners June 4, 2020 Raul E Lopez, P.E. Program Manager Department of Transportation and Public Works Arterials-Capital Delivery Division City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Office: 817.392.2457, Email: raul.lopez@fortworthtexas.gov RE: N. RIVERSIDE DRIVE/AMENDMENT#3 SUMMERFIELDS BOULEVARD(WEST BOUND LANES) N. RIVERSIDE DRIVE TO CANNONWOOD DRIVE City Project No.02272, DOE#7236, BHB No. 17.706.000 Mr. Lopez: Extending the west-bound lanes of Summerfields Boulevard to the N. Riverside Drive/Summerfields Boulevard roundabout will allow for completion of the north,south and east legs of this intersection; and we understand the City of Fort Worth wishes to proceed with an alternate design of this roadway to provide a right-of-way section consistent with recent modifications to the master thoroughfare plan. As well as to provide additional construction period services throughout the remainder of the overall project's construction.Accordingly,we are pleased to offer our request for contract amendment to incorporate this work into our professional services agreement. Our efforts to provide for the alternate roadway design and right-of-way documents have been estimated within the enclosed Level of Effort spreadsheet(LOE); $14,510. In addition,the LOE provides an hourly budget for construction support services to attend an additional 24 site meetings ($17,790) during the one-year-plus construction period of N. Riverside Drive and Summerfields Boulevard. The original professional services contact executed in August 2014(City Secretary No.45844) provides for a not-to-exceed amount of$1,000,000; and each phase of the project was authorized under separate Task Orders.An amendment to this contract was approved in May 2016(City Secretary Contact No. 45844-A1)for the amount of$392,000.A second amendment to this contract was approved in December 2019 (City Secretary Contract No.45844-A2)for the amount of$92,335. Today,we are requesting a third amendment, in the amount of$32,300 as follows: Professional Services Agreement Amendment Contract Amount Amount Total Original Contract Amount $ 1,000,000 3801 William D Tate,Suite 500 I Grapevine,TX 760511 PH:817-251-8550 1 FX:817-251-8810 THE Firm#44,TBPLS Firm#10011300,#10011302,#10194146 engineering I surveying I landscape Summerfields Boulevard June 4, 2020 Page 2 of 2 Amendment No. 1 to Contract $ 392,000 $ 1,392,000 Amendment No.2 to Contract $ 92,335 $ 1,484,335 Amendment No.3 to Contract $ 32,300 $ 1,516,635 We hope you find the above and enclosed information complete; and encourage you to call with any questions or comments. We appreciate the opportunity to submit this request for contact amendment, and look forward to working with you. Thank you, BAIRD, HAMPTON& BROWN Austin Baird, PE Principal,Sr. Civil Engineer Enclosure: Attachment A—Scope of Engineering Design Service Attachment B—Compensation for Engineering Services Exhibit B-1—Level of Effort Spreadsheet CC: Derek White, PhD, PE,Senior Project Manager BHB Design Team 3801 William D Tate,Suite 500 I Grapevine,TX 760511 PH:817-251-8550 1 FX:817-251-8810 THE Firm#44,TBPLS Firm#10011300,#10011302,#10194146 engineering I surveying I landscape ATTACHMENT "A" SCOPE FOR ENGINEERING DESIGN SERVICES—TASK ORDER#6 N. RIVERSIDE DRIVE SUMMERFIELDS BOULEVARD (WEST BOUND LANES) N. RIVERSIDE DRIVE TO CANNONWOOD DRIVE City Project No. 02272 The objective of this Task Order Agreement is to prepare construction plans for the (northern) west-bound lanes of Summerfields Boulevard, from N. Riverside Drive to Cannonwood Drive, and to modify/update the North Riverside Drive roundabout plans to accommodate these additional lanes. The final plans are to be issued as a Change Order to the construction contract for N. Riverside Drive. The scope set forth herein defines the work to be performed by the ENGINEER in completing this task order; and includes Design Management, Preliminary Design Plans and additional Construction Phase Services. TASK 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 • Attend a pre-design peer review meeting with TPW leadership to review preliminary scope, refine and validate project definition, and drive value in project delivery. • Attend a pre-design peer review meeting with Stormwater Management, Water Department, Parks Department and Real Property staff to review preliminary scope, refine and validate project definition, and drive value in project delivery. • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Attend an expectation meeting with CITY Program Manager to define clear measures of effectiveness for project delivery. • Prepare, review and update Change/Decision Log with CITY Project Manager. • Prepare information and exhibits for Lessons Learned at the direction of the CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit baseline Project Schedule initially, and 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. City of Fort worth Summertields Blvd. Attachment A Page 1 of 6 • 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. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Baseline design schedule D. Plan Submittal Checklists E. Comment Resolution Log F. Change/Decision Log TASK 4. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 4.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Traffic Control Performance Specification updated to reflect any changes as a result of the conceptual phase. • 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 shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of Fossil Creek Blvd at the East end of radius at the Southeast corner of Fossil Creek Blvd and North Beach Street). • SUE plan drawings— N/A • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Updated existing and proposed typical section sheets. • Define roadway alignments and profiles. • Create existing and proposed roadway cross sections. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • No less than two bench marks and control points per plan/profile sheet. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). City of Fort worth Summerfields Blvd. Attachment A Page 2 of 6 • Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will validate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. ENGINEER shall analyze the existing storm drainage system only to the extent necessary to design the improvements within the Right-of-Way (ROW)for Summerfields Boulevard; The need for additional hydrology or hydraulics to locate the Zone of Influence or analyze the headwaters for culvert at the unnamed tributary is not included with this Task Order. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Preliminary signing, pavement marking, illumination and signal layouts. • Prepare water and sewer plans at locations where they conflict with the proposed roadway or storm drain and address CITY comments. Prepare water and sewer plans for proposed improvements: o Water line modifications, including lowering and/or realignment, at all areas of conflict. o Sanitary Sewer line modifications, including realignment, at all areas of conflict; non are anticipated. 4.2. Geotechnical Investigation/Pavement Design— N/A 4.3. Constructability Review— N/A 4.5. Utility Clearance -N/A 4.6 Project Decision Log 4.7 Construction Opinion • The ENGINEER shall prepare an opinion of probable construction cost and submit this opinion to the CITY. 4.8 Roundabouts Prepare preliminary roundabout modification plans to accommodate the proposed west-bound lanes. The project parameters are defined below: City of Fort worth Summerfields Blvd. Attachment A Page 3 of 6 1. All intersections will be designed to accommodate existing or future pedestrian and bicycle activities, including sidewalk ramps, crosswalks, signs and pavement markings to meet ADA requirements as requested by the CITY. 2. The ENGINEER will prepare the following items to be included in the overall set of construction plans for bidding purposes: a. Existing Conditions Layout- showing utility lines, illumination, signs, markings, and any removals (if necessary). b. Roundabout Design Layout-showing existing utilities (utility poles, street lights, storm drains, fire hydrants, etc.), street lights, conduit, ground boxes, power sources, communications connections, pavement markings, and all other items required for the complete construction of the roundabouts. The work to be performed is further defined below: 1. The ENGINEER will meet with the CITY in the field to discuss the electric service for streetlights at each intersection. All existing and proposed utilities, pavement widths, lane configurations, and traffic control devices will be determined based on field observations and the record drawings provided by the CITY. 2. The ENGINEER will perform a capacity analysis indicating level of service for each movement at each intersection. A capacity analysis report using the SynchroTm analysis software is preferred; however other capacity methods are acceptable. 4.9 Illumination The ENGINEER shall provide illumination layout plans, electrical circuit plans and details for roadway lighting system. These plans shall include street illumination and safety lighting at all intersections as well as at all other locations that are required to meet City standards for spacing. The design shall provide clearance of all horizontal or vertical conflicts (above or below ground or overhead) that would prevent the location of any foundations, poles, or luminaires. The ENGINEER shall tabulate all quantities and provide specifications. Lighting poles, fixtures, and attachment details shall be designed per CITY's guidelines. The plans shall include, but not be limited to, the following; pole heights and types, pole locations, circuitry routing and other pertinent conduit information, junction box type and locations, electrical panel location and subsidiary panel information, etc. Any wiring diagrams and labeling protocols required shall be in conformance with the CITY's requirements. ASSUMPTIONS • Storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • One electronic and two bound copies of the geotechnical report will be provided. City of Fort worth Summerfields Blvd. Attachment A Page 4 of 6 • 3 sets of 11"x 17" plans will be delivered for the 60% design. 1 set of 22" x 34" plans will be delivered. • 1 set of specifications will be delivered for the 60% design. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • The plans uploaded onto Buzzsaw shall be downloaded by utility companies for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Preliminary iSWM Checklist C. Utility Clearance drawings D. Estimates of probable construction cost E. Illumination Plans TASK 7. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend bi-weekly construction site meetings as requested throughout the remainder of the project to observe and report on progress— twenty-four additional site visits are budgeted. ASSUMPTIONS • 24 site visits are assumed. DELIVERABLES A. Site visit meeting minute reports TASK 8. 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. 7.1. 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. 7.2. Right-of-Way/Easement Preparation and Submittal. City of Fort worth Summerfields Blvd. Attachment A Page 5 of 6 • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent drainage and/or temporary construction 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. 7.3. 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. ASSUMPTIONS • 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. Temporary Right of Entry Letters B. Right-of-Way Parcels TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Street Water Traffic Traffic Traffic Traffic Attachment"A" Signal Storm Storm Lights /Sewer Engineering Control Control Control Type (Submit All Water Water (Submit (Submit (Submit All 30% 60% 90% @ 30%) 30% 60% All @ All @ @ 60%) Required for all work in City 30% 60% ROW Street X X X X *If included in street project City of Fort worth Summerfields Blvd. Attachment A Page 6 of 6 ATTACHMENT "B" COMPENSATION FOR ENGINEERING SERVICES—TASK ORDER#6 N. RIVERSIDE DRIVE SUMMERFIELDS BOULEVARD (WEST BOUND LANES) N. RIVERSIDE DRIVE TO CANNONWOOD DRIVE City Project No. 02272 I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services for Task Order No. 6 up to $32,300, and shall be based on time and materials as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. 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. ATTACHMENT "B" COMPENSATION FOR ENGINEERING SERVICES—TASK ORDER#6 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Baird, Hampton & Project Management and $32,300.00 100% Brown, Inc. Engineering -Task Order#5 Proposed MBE/SBE Sub-Consultants n/a Non-MBE/SBE Consultants n/a TOTAL $32,300.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE% 02272 -Task Order#1 253,835 144,834 57% 02272 -Task Order#2 344,219 32,500 9% 02272 -Task Order#3 287,367 21,860 8% 02272 -Task Order#4 506,579 67,854 13% 02272 -Task Order#5 92,335 0 0% Subtotal for Above Tasks 1,484,335.00 267,048 180 02272 -Task Order#6 32,300.00 0 0% Total for All Task Orders 1,516,635.00 267,048.00 18% N_ rn 00 O O LL N N N 2(p Q � N O ........ .......................................................... ............................................................................................................................................... ..................... ..... .... .... ............................................................................................................................... N - '. ........ .......................................................... ............................................................................................................................................... ..................... ..._®......................................................................................................................................................_ CO m O N _m F g E E �' v m m m w w a` o oQ '_ N _ O N la 2� J a 12 r r m m >, E E p E E T C c m m c o m m o . ........ .............................................. .... ........ ........ ......................................................................................................................................................................................................................................................................................................................... CO CO '- N C C C m OW ❑ (/) a .T J ❑ asz0 O m Z co OV = m Q d W Z a = E LL = 0.o c <W W m Q ri o a 0 91 0 0 0 3E c o 0 0 o X o 0 0 0 o X o 0 0 0 0 o X X o m E fD 0D 00 0 '� o o 0 0 0 0 o '� '� o o as '� '� o 0 0 0 0 0 0 0 0 0 0 0 o N N m M W W M W N W fA o o m _rn _rn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m Z, m L O N N C N C m m A N M mN N N M M M N N N m N m ca N m {N+ NN is a Y m y E A? 5 E y ii m Lc ; c m m Lc Lc m m m m m m m m m m m m m m m m m > > > g y m f F •ICL a ll O 7 7 a a LL a J 7 O H > > > 7 H > > > > 7 J J H J > > f f H F m m m _rn rn rn rn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w N N N N N N N N N N N N N N N N N N N N N N N N N m m m n uZ n N is m o N rn u� Ef Ei m w w a a a N N N +}`J M N N �V N a a N N �V N M m N N lZ M I I T a 1fZ 10 f0 f0 I� P.. I.. I, I w w OD - fn C C C c c c � a 3m 3 3 3 3 3m 3 3 3 3m 3 3 3 3 3 3m 3m 3 c m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m O 9 9 9 9 9 9 9 9 9 9 9 9 9 'a 9 9 � 9 9 9 9 .0 9 'a 9 9 9 9 9 9 'a 9 9 9 N N O i0 10 f0 N N O O O L0 10 10 O O 0L0 00 O O O O 0 0 0 00 O O O 0 O N co I- m N N M N M = ❑ N m m C C E E E U U E E 0 3 3 w m 2 m aR 30 > > v ° E ti c > w c •Crn 1 w c d c0 U N = E p o r aci am' c m aci E 2` c m Z a m o. y vai v'� a A? La as E ❑ S E a E a E p E E a E c a m E m a o aa) c > rn o cmi o Z' E m o E ❑ c o L U E Ia a T _Ol OO m o_ U ml c O c U C .� O c U .� m m m U U m N E E m E E E as w a ,E_ a6 a a E at! a s at! E ❑i > Z ❑ ❑ o a3i m a E a3i .E 2 a E E m e 2 a m °f c m � v CD ro m atS o N a m m U > r m m m a � 1 s m a � o! m m ai ii AR m > 02 N t '� _o 3 ID "� a E• 3 m " am, a o 3 m am. 0 3 m ❑ am. a6 �� m O V C d m' CO C T N C T 9m $ N C T O $ N C m T C 0 m m E E v u o o 0 E g o 10 m o 1° o '0 5 9 m v m O 2 c a 0 v� ti S a ❑ m v > 5 a ❑ m v c 5 a' ❑ iL v� U 'n mrn E w ro p m o O m m E c m cm m 0 m c ci a iI 2 m a d m N m 'p a h 6m1 C CLl N N v Y E O 0 1 E rn d > >� F fA E a E I.- a0 O O N �C. O.m.. v� a❑ 2 .x2 © � 3 . ■ © - a) � b2 �■■¥) ° 222 af206= ;I � »»3 | = - B=� £ -ae]2= = m wcn2£� � � k mm-G2 22 EE co �7 u -\ 60 # G& p / Lu _ � ■ ■ ■ ■ § ■ CD CD CD 2 � ■ � 2 � 0 0 - ® - a * Q § 2 Ll oC, a co � § � > C, $ § k � � 2 o \ . m a ■ o a w 2 t d & F � i"IT1,01 2 � \ 7 � �00 CDco co cto I o 0) 3Lu ■ CD CD CD 0 02 2 � CD\ N co _ 2 � [_ m � ° � � a ° - a A \ � IS � �2� �I$ 2 )/ A-o \ ` oa ` �k 11 a) | ' ` 2 k(\@ �{ ) ■�� J ) LD ° ■ a I . 2 � § ]J2§ `�? §6 ka) •e c)_» ■- z :3 - m 2ƒ kE �0 , 0c> I'� ®�££ ■ A% m05 � � k ` | | 4\ � ��2 �� � 2kk\]£/ .0- k)£ J 2 �� � City of Fort Worth, Texas Mayor and Council Communication DATE: 08/25/20 M&C FILE NUMBER: M&C 20-0590 LOG NAME: 20N RIVERSIDE DR AMENDMENT NO 3(SUMMERFIELDS BLVD DESIGN) SUBJECT (CD 4)Authorize Execution of Amendment No.3 to the Professional Engineering Services Agreement with Baird, Hampton&Brown, Inc.for the Extension of Summerfields Boulevard from North Riverside Drive to Cannonwood Drive in an Amount Not to Exceed$32,300.00 for a Revised Contract Amount of$1,516,635.00(2014 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No.3 to the City Secretary Contract No.45844,a professional engineering services agreement with Baird, Hampton&Brown, Inc.,in an amount not to exceed$32,300.00 for engineering services to provide alternative roadway alignments and right-of-way exhibits for the extension of two(2)west-bound lanes on Summerfields Boulevard from North Riverside Drive to Cannonwood Drive as well as additional construction support services for the North Riverside Drive Project,from Old Denton Road to N.Tarrant Parkway Project(City Project No.CO2272). DISCUSSION: The purpose of this Mayor and Council Communication(M&C)is to seek authorization of Amendment No.3 to the existing engineering services agreement with Baird, Hampton&Brown, Inc.for engineering services to produce alternative roadway alignments and right-of-way exhibits for the extension of two(2)west-bound lanes on SummerFields Boulevard from North Riverside Drive to Cannonwood Drive as well as for additional construction support services for the North Riverside Drive Project,from Old Denton Road to N.Tarrant Parkway Project(City Project No. CO2272). Baird, Hampton&Brown, Inc.was awarded contract No.45844, M&C C-26833,on June 10,2014.On May 3,2016,the City Council approved Amendment No. 1 (M&C C-27695)for channel improvements while Amendment No.2 was approved administratively on December 27,2019 for extending the west-bound lanes of Summerfields Boulevard from North Riverside Drive to Cannonwood Drive. The original contract scope included the design of a four-lane divided roadway with drainage,water&sanitary sewer improvements,street lights, and ten-foot shared paths from Old Denton Road to N.Tarrant Parkway as well as roundabouts at the intersections of North Riverside Drive and Summerfields Boulevard or Thompson Drive. Baird, Hampton&Brown, Inc. is currently working on the preliminary design to extend the west- bound lanes of SummerFields Boulevard(Amendment No.2). The goal of Amendment No.3 is to achieve consistency with the existing roadway, mirror adjacent roadway section,and provide for a greater level of construction services, not anticipated in the original contract. This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election(Ordinance No.21241-05-2014) and subsequent actions taken by the Mayor and Council. Approval of this amendment will provide staff with additional construction support for the North Riverside Drive project as well as a completed design of Summerfields Boulevard.The extension of Summerfields Boulevard will be added to the existing construction contract of North Riverside drive by a change order. Baird, Hampton&Brown, Inc.proposes to complete the additional work for a fee not to exceed$32,300.00. Staff considers the fee to be fair and reasonable for the scope of services proposed.The following table summarizes services for the project. Summary of Engineering Services for Contract No.45844 Total Contract Description Amount Contract M&C No. Amount Professional Awarded Contract Engineering $1,000,000.00 C-26833 Services Additional F Summary of Engineering Services for Contract No.45844 Total Contract Description Amount Contract M&C No. Amount Professional Amendment No. 1 Engineering $392,000.00 $1,392,000.00 C-27695 Services for Channel Improvements Additional Professional Engineering No M&C- Amendment No.2 Services for $92,335.00 $1,484,335.00 Administratively Summerfields Approved Boulevard Extension Additional Professional Engineering Services for Alignment Amendment No.3 Alternatives $32,300.00 $1,516,635.00 This M&C and Additional Construction Support Services This amendment does not require a SBE goal. Baird, Hampton&Brown, Inc. is in compliance with the City's BDE Ordinance by committing to a total SBE goal of 18%participation on this project. This project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget,as previously appropriated,in the 2014 Bond Program fund for the North Riverside Dr-N Tarrant project to support the approval of the above recommendation and execution of the amendment to the engineering services agreement. Prior to any expenditure being incurred,the Transportation&Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Raul Lopez 2457