Loading...
HomeMy WebLinkAboutContract 46451-A3 CSC No.46451-A3 AMENDMENT No.3 TO CITY SECRETARY CONTRACT No. 46451 WHEREAS, the City of Fort Worth (CITY) and Bridgefarmer and Associates, Inc. (ENGINEER) made and entered into City Secretary Contract No . 46451, (the CONTRACT) which was authorized by M&C C- 27147 on the 6th day of January, 2015 in the amount of $ 1, 010, 105 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $340, 040 . 00 which was authorized by M&C C- 28138 on March 7, 2017, and Amendment Number 2 in the amount of $556, 250 . 00 which was authorized by M&C C-28622 on March 20, 2018; and WHEREAS, the CONTRACT involves engineering services for the following project: City Project No. 02505 Design of McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue; and 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 a proposal letter attached hereto. The cost to City for the additional design services to be performed by Engineer totals $180, 870 . 00 . (See Attached Funding Breakdown Sheet, Page -4-) City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD CFW Official Release 9/19/2017 Page 1 of4 CITY SECRETARY FT. WORTH, TX 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 $2, 087, 265. 00 . 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 CFW Official Release 9/19/2017 Page 2 of 4 EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Bridgefarmer and XV , Inc. Dana BurandaFF _A Dana Burghdoff(5ep 1,202017:57 CDT) # Dana Burghdoff, AICP M. Mansoor Ahsan, P.E. Assistant City Manager Chief Executive O ficer DATE: Sep 1, 2020 DATE: 4/9/2020 APPROVAL RECOMMENDED: 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 . Raul E Lopez(Aug 25,202010:16 CDT) Raul Lopez, P.E. Engineering Manager APPROVED AS TO FORM AND LEGALITY: M&C: 20-0502 Date: 8/4/2020 29.2n6 Mack(Sep 1,202016:59 CDT) Douglas W. Black Ordinance 24161-04-2020 Assistant City Attorney oO�4oR n Form 1295 No. 2020-606250 `c � a p,,os o°o°%o ATTEST: ~o pv°° .=A° 0 o d 000000000 nEXA54a1:1 Mary J. Kayser City Secretary City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD CFW Official Release 9/19/2017 Page 3of4 CITY SECRETARY FT. WORTH, TX FUNDING BREAKDOWN SHEET City Secretary No. 46451 Amendment No. 3 Department Fund-Account-Center Amount TPW 39410-0200431-5330500-0O2505-0O2330-2018 $180, 870 . 00 $180, 870 . 00 Total: City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 4 of 4 1�1� �����OR & WRIT/ ASSOCIATES, INC. April 9, 2020 B&A Job No. 155-04-01 Mr. J.T. Auldridge, PE, PMP TPW/City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Reference: McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue City Project No. 02505, City Secretary No. 46451 Subject: Amendment No. 3 Dear Mr. Auldridge, Please accept this letter proposal for additional engineering services that are necessary to complete the McCart Avenue and McPherson Boulevard project. Additional scope of work items include roadway, storm sewer, signing and pavement marking design, floodplain modeling, right-of-way and easement documents, bid phase services, and construction phase service for McCart Avenue and McPherson Boulevard, as described in Attachment "B". The fee requested for this work is $180,870.00. The original contract amount for this project was $1,010,105.00. With approval of Engineering Amendment No. 1, the contract was increased to $1,350,145.00. With the approval of Engineering Amendment No. 2, the contract was increased to $1,906,395.00. With approval of Engineering Amendment No. 3, the contract will be increased to $2,087,265.00. The original SBE fee for this project was $212,047.85 (20.99%). With approval of Engineering Amendment No. 1, the SBE fee was increased to $337,339.85 (24.99%). With approval of Engineering Amendment No. 2, the SBE fee was increased to 469,439.85 (24.62%). With approval of Engineering Amendment No. 3, the SBE fee will increased to 479,439.85 (22.97%). If you have any questions, please call me at 972-231-8800. Very truly yours, BRIDGEFARMER &ASSOCIATES, INC. M. Mansoor Ahsan, P.E. Chief Executive Officer M MA: Id Attachments Bridgefarmer&Associates,Inc. Headquarters: Offices In: Phone Number: THUNDERING HERD 12801 N.Central Expressway Little Rock,Arkansas Toll Free: 1-855-222-4845 www.bridgefarmer.com Suite 400 Denver,Colorado Headquarters:(972)231-8800 Dallas,Texas 75243-1716 Austin,Texas Fax: (972)231-5900 ATTACHMENT "A" Scope for Engineering Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing Final Design (90% & 100%)for 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 project is to complete the construction plans for McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Clebume Road to McCart Avenue. Work includes, but is not limited to, project management, traffic studies, data collection, topographic survey, SUE, geotechnical investigation, right-of-way documentation, permits, operational analysis, conceptual and final design plans, specifications and estimates, construction monitoring, and additional tasks as necessary to accomplish this objective. Services to be provided for this project Amendment are as described below. WORK TO BE PERFORMED Task 1. Design Management Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement 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 • Conduct and document monthly project update meetings in person or via conference call with CITY Project Manager • Conduct design meetings with the CITY • Conduct and document weekly design team meetings • Prepare invoices, in accordance with Attachment B to the Standard Agreement and submit monthly in the format requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 9 • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare Project Schedule updates with a schedule narrative as needed, as required in Attachment D to this Standard Agreement and per 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. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly M/WBE Report Form and Final Summary Payment Report Form F. Plan Submittal Checklists TASK 4. FINAL DESIGN (90 PERCENT) CONSTRUCTION DOCUMENTS. 4.1 Upon approval of the Preliminary plans, ENGINEER will update construction plans including the following: • Typical Sections • Right-of-Way Map • Demolition Plan • Tree Identification Chart • Roadway Plan-Profile Sheets • Roadway Cross Sections • Jointing Plans • Contour Plans • Drainage Area Maps • Storm Sewer Computations • Storm Drain Plan & Profile • Ditch Plan & Profile City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 2 of 9 • Erosion Control Sheets • Revise hydraulic analysis and design for Culverts 1 and 2. • Final iSWM Checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. DELIVERABLES A. Final iSWM Checklist B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of both McCart Phase 1 and McCart Phase 2 of the project as follows. 5.1. 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. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 3 of 9 • 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. 5.2 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 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: City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 4 of 9 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. • 10 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 10 sets of construction documents will be printed and made available for purchase by plan holders and/or given to plan viewing rooms. • 1 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 C. Recommendation of award D. Construction documents (conformed, if applicable) E. CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of both McCart Phase 1 and McCart Phase 2 of the project as follows. 6.1 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 5 of 9 • 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. 6.2 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 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 6 of 9 • 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. ASSUMPTIONS • 3 site visits are assumed. • 20 submittal reviews are assumed. • 20 RFI's are assumed. • 4 Change Orders are assumed. • One copy of full size (22"x34") mylars will be delivered to the CITY DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 7 of 9 D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. 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. 7.2. 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. ASSUMPTIONS • Previously prepared Right-of-Way and easement documents are to be revised. Assumed number of revised documents includes: 6-TCE (Temporary construction easement) 4 ROW documents DELIVERABLES A. ROW and Easement exhibits and meets and bounds provided on CITY forms. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 8 of 9 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 tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER because 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: • 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 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. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 9 of 9 Design Fee for McCart Ave.Ph 1 Revisions; Ph 1 &Ph 2 Project Completion Firm Primary Responsibilities Fee Amount Prime Consultant Bridgefarmer&Associates, Inc. Project Management $11,990 Final Design: Roadway,Storm Drain&General Plans $14,360 Hydraulic Design&Plans for Creek Crossings $26,220 Bid Phase Services $47,140 Construction Phase Services $70,660 Subconsultant markup(5%) $500 $170,870 94.47% Proposed MBE/SBE Sub-Consultants ARS Engineers Right-of-Way/Easements $5,000 2.76% Lee Engineering Illumination Construction Phase Services $5,000 $10,000 2.76% Non-MBE/SBE Sub-Consultants TOTAL $180,870 97.24% City Project Number 02505 McCart-McPherson Project 8/19/2020 0 0 0 0 0 0 0 0 0 N 0 N N w N 0 0 w m m N N wc0 ID ON O N w ODa w0 ' minwwww io ma a O p a� in in cli�� n wawmmaoorn ornw �ro i°i°ro i° omO co a_ f N N N 7Q N N 7 7 N 7 V N N w M m A f0 N a ' f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 V f9 f9 f9 n f9 f9 f9 N � N N N f9 f9 f9 N f9 f9 HJ Y w m F m O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O mC N f9 f9 f9 f9 f9 f9 N f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 f9 N f9 f9 f9 f9 f9 f9 00 f9 f9 f9 f9 00 a 1 Lo W WN V Q O V C N N N N cV c 'O O a m w � 7 LL N N N N d d iL+ m E O c ~ {d W w N N N N d C C a O m 2 7 U 1 N N O O (� c N w » O O � d CL O o o O O O O o 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 o O o 0 0 0 0 O m N N wm ID ON ONN coN Nw t w0 ' mmcofOODfO io ma a O ' a m mm ���� n wawmmaoorn ornw �c mm(qm w omO co a_ O J W N N N V mmmNmmN N m n t N N V O MmA cow C fn fn fn in in in fn fn in in fn in a fn fn fn n fn fn fn U W V N N N f9 f9 f9 N f9 f9 V F cF d N' cow O ID w w O � Z W W d m N p E 0LN E O CO Q� CCL Z O O O n N N V N N NaNN ONE W w O m OIa L •+ Q N O 'M20 d d V Lu 0 d •O O O w N N N V V w V N w N N N N ww W � C GO,�f L N N 2 U w m M MM n O 3 ` •tl ia.+ 7 N o d Q a w Q V a N w v N w N w w w w w w w op � cmu► c L 3 O1 c w'- p c W O Q O N a s a n w N a N a a a N m wwww w o w w w o 0 w M n O w w m C N N OCR °- Z V a W N w w w w w w w O V N N I* N N m m O w cm a`� 'O O m � w w L c E O V 9 o o C m (/7 m m 9 a 3 m 8 U cF •c o m 'cp Q E n a 9 VLDm GI w c O c m❑ m m m m Q o w m ° m w mw V E v ° U mStw w = c ow m m $c c o {0 F c K o c No Q w m m ° ° c (� c m v mU� o (D w ja m . c �U C1 EW D m� cT n m Wn`tSmt o L) wo.? (D c L a w M-as m m DINE cm oc� caw �� m �— a9nwE S > c EN mwm o > Wo 0o mcwwwm aaL �'i (D c(n m— m� mw� mmmM crn � mam � WWmmc.8 r LvD400`c 4aLD A nN c a U— 3'- c ° m o c o a m m ° a a N � cmU'cc mmV7,� o a,aammL° mU wo o¢ °m ` o m m a _ mmm� V7Oa to Umcc� m vvt'i - m V7o 7i'- E.wnn.o G❑ 4'o33com Co — � mma � ? mmma 'vead mom wmmo cc� DD`2c9EL'w am mwy y mw cc�� ° ° m �m Q m o o a`a= c cam m o o c o f0 0 o w Q v p w w 6 6 H w o °6 6 a m aM U i�LEHaOaa,0001MO W mm 7: E ap Q N My wn N Ma NwNM V cn m m 2 N N N N -———— - ———— ~> W Y N 6 N N N 6 N w w w w L J m ovi o f a ui o m V E O V O �¢a � 0 w m V \\6S6-f r | w2 •-- »)! g. - � f! 'id au ;#a J �� � )) kk22 2 (§aka � ■ §§°§ ■ E 2 � LL a 2 . E M FL LU 2 � F � . k - % . . a � 0 }/ ■222 7 2 ° � z0 -0 � s 0B § � � 0 � o _ r = L g � & S � � ■ awU) 0 d U) z 0 s e �oIt c o ■ , ■ . E0acdC 2a . ° I - 32 E5 2 / § \ 2IL k; 04 s ae§° - - - J § IL wc - ■ 2 !!J2)! a c 2; e- BB-!# 0 /I! ■ + 22 § - Im A § R K § 0 co C cr Em AL■ T aa. L2 -! U - co ! e §! _ u � § ■ � ■ & U |04 () ■ LU - � � ■¥£ . clq kk R E a�. � � z : /!IP\ °; 2:C4Q \\{ & E§ /\2 ■ .-- � - • Sm -.§ ■ ■ §mw > $)!$e °� �1 ` �co \c co _� co § k °co � C ■ � 2 L LU 2 | R in a 0 ak a a � | z k § § . % § a CL I § - § u a � S ° � z 'D �• - » a U,0 MC4 $ 2o & § Em ■ ■■ � � © ° co � � IM. _a a ) . § a � v £ § a aco co° a 0 LU2 $ � § a E ' 0k � k > ■ « E � � o • _ tea| a � � .!C- a �) 2 % « •_ :C ) k � ] a !! � ! � /_ R § 0 a _ g ` ! } k >i k 2 Jib k _ � 8 a -5 Rm £ mm a ) L \® !ƒk Qt \\ k�A §kk /k0 i �1sr,�9er Stonewall t ATTACHMENT E r�tc �'�'x, CettyLbtlrn �� ,11gPr ffid V e I cU 4 ? 5 w pisimer R Hunters Cleek Dr 9 '� ►� Ural Fax Ur lake�1� r m Meadowknoll Ur Fox Run Di Golden llorn Ln 4 Annalea Dr ThG'1bQgbbred Trail �` 4friha Lry -40 Country Ln fD t3 D Foxhound Ln CaymanLq C� Lj _D R' n ><? 9 Irish Setter Dr C Gerrnan Fainter Way Elementary Schva N Crowley cle.,hurne Rd N Crawley t.reburne.Rd Leeds Ur McCART AVE FROM r-' RISINGER ROAD TO TWIN LEAF DRIVE a BrafGrd ur ; w Q McPHERSON BLVD McPHERSON BLVD ,' tattle FROM W. CLEBURNE RD � TO McCART AVE �? a PROJECT LOCATION LL I Awl CITY PROJECT NO. 02505 is PROPOSED McCART A VE AND McPHERSON BL VD {}, FORT WORTH, CL Meadow Rd k� BRIDGERARMER & AS50CIATE`), INC. 0 500 1000 0 Q04 C O N S U L T I N G E N G I IT E E R S �1:/r TBPE REGISTRATION ITO.264 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORTII DATE: 8/4/2020 REFERENCE **M&C 20- LOG NAME: 20MCCART BRIDGEFARMER NO.: 0502 AMEND NO. 3 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. Authorize Execution of Amendment No. 3 to the Engineering Services Agreement with Bridgefarmer and Associates, Inc. in an Amount Not to Exceed $180,870.00, for Additional Engineering Services for the McCart Avenue and McPherson Boulevard Project, Increasing the Project Design Costs to $2,087,265.00 (2014 Bond Program) (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 3 to the engineering services agreement with Bridgefarmer and Associates, Inc. (City Secretary Contract No. 46451) in an amount not to exceed $180,870.00, for additional engineering services associated with the McCart Avenue and McPherson Boulevard project, increasing the project design costs to $2,087,265.00 (City Project No. CO2505). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of Amendment No. 3 to the engineering services agreement with Bridgefarmer and Associates, Inc. in an amount not to exceed $180,870.00, for additional engineering services associated with the McCart Avenue and McPherson Boulevard project, increasing the project design costs to $2,087,265.00. This amendment revises the project scope to include roadway, storm drainage, signing and pavement markings design, floodplain modeling, right-of-way and easement documents, bid phase services, and construction phase services. The total overall project budget is $28,062,956.00, which includes planning, design, land acquisition, project administration, construction, inspection, testing, utility relocations, and contingencies. The project scope includes the construction of McCart Avenue from Risinger Road to Twin Leaf Drive and McPherson Boulevard from West Cleburne Road to McCart Avenue, with roundabouts at McCart/McPherson and McCart/West Crowley Cleburne. 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. This project is being funded by the 2014 Bond Program and 2004 Bond Program Residuals as shown in the following table: Fund M&C Amount 2014 Bond Program F $17,164,511.00 2004 Bond Program Residuals I G-18738 F $2,135,490.03 TOTAL FUNDING r $19,300,001.03 On January 6, 2015 (M&C C-27147), the City Council authorized an engineering agreement with Bridgefarmer and Associates, Inc., in the amount of$1,010,105.00 to develop design and construction documents for McCart Avenue and McPherson Boulevard. On March 7, 2017 (M&C C-28138), the City Council authorized Amendment No. 1 to the agreement in the amount of$340,040.00 to provide additional design services that revised the project scope to include bridge and retaining wall design, floodplain modeling, 404 Nationwide Permit, and additional geotechnical services, survey, and subsurface utility exploration. On March 20, 2018 (M&C C-28622), the City Council authorized Amendment No. 2 to the agreement in the amount of$556,250.00 to provide additional design services that revised the project scope to include additional roadway design, storm drainage design, geotechnical services, survey, and subsurface utility exploration. This Amendment No. 3 will complete the design and construction documents for an amount not to exceed $180,870.00. Staff considers this additional fee to be fair and reasonable for the scope of services proposed. M/WBE Office— Bridgefarmer and Associates, Inc. agrees to maintain its initial SBE commitment of 20\% that it made on the original agreement and extend and maintain that same SBE commitment of 20\% to all prior amendments up to and inclusive of this Amendment No. 3. Therefore, Bridgefarmer and Associates, Inc. remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous SBE Commitment form executed by an authorized representative of its company. The Project is located in COUNCIL DISTRICT 6. 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 for the McCart Avenue and McPherson Boulevard project to support the approval of the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Transportation & Public Works 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 Year Chartfield 2 Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: JT Auldridge (7252) ATTACHMENTS Project Map.pdf