Loading...
HomeMy WebLinkAboutContract 45844-A4CSC No. 45844-A4 ANlENDMENT No . 4 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 10th 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 3rd of May 2016, to include an increased scope of work and a total revised fee of $1,392,000; and amended administratively on the 27t'' of December 2019, to include an increased scope of work and a total revised fee of $1,484,335; and amended per M&C 20-0590 on the 25t'' of August 2020, to include an increased scope of work and total revised fee of $1,516,635. WHEREAS, it has become necessary to execute Amendment No. 4 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 April l, 2021, 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 $9,775.00. (See Attached Funding Breakdown Sheet, Page -3-). 2. OFFICIAL RECORD CITY SECRETARY City of Fort Worth Professional5ervicesAgreementAmendmentTemplate FT. WORTH� Tx PMO Official Release 8/1/2012 Page 1 of 4 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 $1,526,410.00. K� 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 J�Gt/�Gt �GL�GIGlG�O� Dana Burghdoff (May 13, 202 t241 CDT) Dana Burghdoff Assistant City Manager ENGINEER Baird, Hampton�& Brown, Inc. / 1 r; � , . / , / ;/' .;'�i� = d� ���✓�� Austln Balyd, P.E. Principal DATE: May 13, 2021 APPROVAL RECOMMENDED: DATE : 04-19-2021 (.�J_ %�...� , W Johnson (Ma 11, 202110:40 CDT) William Johnson, P.E. Director, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: N/A E�C�i DBlack (May 13, 202109:19 CDT) Douglas W. Black Assistant City Attorney ATTEST: City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 2 of 4 Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX I,� � � ? � I , Mary J. Kayser City Secretary Contract Compliance Manager: 4-pUU���� 4 � o� FORp��d o d 0 a'� ° ���dd � �v° �=d � o o � o *� 00 �� �� �EXASaA'� na 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. ���,� G��'�t, �6�, ��' D2T2}C A. WYllt2, Pr1D, PE ��erekA.wn��ce,Pno,PE(May�,zozio6s�coT� Name of Employee / Signature Senior Project 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 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FUNDING BREAKDOWN SHEET City Secretary No. 45844-A2 Amendment No. 4 Department Fund - Dept. - Account - Project - Activity - Year - Reference Amount TPW 34014 - 0200431 - 5330500 - CO2272 - CO2330 - 9999 - 14010199 $9,775 Total: $9,775 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 4 of 4 - - BAIRD, HAMPTON & BROWN building partners LETTER OF TRANSMITTAL To: Derek White, PhD, PE BHB Project: 2014.706.000 Senior Project Manager City of Fort Worth Re: North Riverside Drive Transportation & Public Works 200 Texas St. Fort Worth, TX 76102 From: Austin Baird, PE Date: April 1, 2021 WE ARE SENDING YOU: � ATTACHED � UNDER SEPARATE COVER � SHOP DRAWINGS [� PROGRESS DRAWINGS � DRAWINGS � SPECIFICATIONS � COMPUTER DISK(S) [� RECORD DRAWINGS � COPY OF LETTER/REPORT COPIES DATE DESCRIPTION 04-01-2021 NRD Amendment #4 04-01-2021 Task Order #7 04-01-2021 Attachment A (Scope) 04-01-2021 Attachment B (Compensation) 04-01-2021 Task Order #7 LOE � ORIGINAL DRAWINGS � OTHER � FOR APPROVAL � FOR YOUR INFORMATION � FOR YOUR USE � FOR YOUR ACTION � AS REQUESTED [� FOR REVIEW AND COMMENT REMARKS IF ENCLOSURES ARE NOT AS NOTED, PLEASE NOTIFY US AT ONCE COPY TO: 3801 William D Tate, Suite 500 � Grapevine, TX 76051 � PH; 817-251-8550 � FX; 817-251-8810 TBPE Firm #44, TBPLS Firm #10011300, #10011302, #10194146 engineering � surveying � landscape - - BAIRD, HAMPTON & BROWN building partners April 1, 2021 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 #4 SUMMERFIELDS BOULEVARD (DUAL LEFT TURN LANE) 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. A third amendment to this contract was approved in August 2020 (City Secretary Contract No. 45844-A3) for the amount of $32,300. Today, we are requesting a fourth amendment, in the amount of $9,775 as follows: 3801 William D Tate, Suite 500 � Grapevine, TX 76051 � PH; 817-251•8550 � FX; 817-251-8810 TBPE Firm #44, TBPLS Firm #10011300, #10011302, #10194146 engineering � surveying � landscape Summerfields Boulevard April 1, 2021 Page 2 of 2 Professional Services Amendment Contract Agreement Amount Amount Total Original Contract Amount $ 1,000,000 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 Amendment No. 4 to Contract $ 9,775 $ 1,526,410 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 � Grapevine, TX 76051 � PH; 817-251•8550 � FX; 817-251-8810 TBPE Firm #44, TBPLS Firm #10011300, #10011302, #10194146 engineering � surveying � landscape ATTAC H M E N T"A" SCOPE FOR ENGINEERING DESIGN SERVICES — TASK ORDER #7 N. RIVERSIDE DRIVE SUMMERFIELDS BOULEVARD (DUAL LEFT TURN LANE) N. RIVERSIDE DRIVE TO CANNONW DRIVE City Project No. 02272 The objective of this Task Order Agreement is to prepare and modify construction plans for the construction of dual left turn lanes along Summerfields Boulevard serving the Caroline Court. 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. 1.2. 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. 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. • 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. City of Fort Worth Summe�elds Blvd. Attachment A Page 1 of 3 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. FINAL DESIGN (100 PERCENT) Final plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the final design of the infrastructure as follows. 4.1. Development of Final Design Drawings and Specifications shall include the following: • Traffic Control Performance Specification updated to reflect any changes as a result of the conceptual phase. • SUE plan drawings — N/A • 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. • Final roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • Final 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 City of Fort Worth Summerfields Blvd. Attachment A Page 2 of 3 • The ENGINEER shall prepare an opinion of probable construction cost and submit this opinion to the CITY. 4.8 Roundabouts — N/A 4.9 Illumination — N/A ASSUMPTIONS • 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. Final Design drawings and specifications B. Estimates of probable construction cost City of Fort Worth Summerfields Blvd. Attachment A Page 3 of 3 ATTACHMENT "B" COMPENSATION FOR ENGINEERING SERVICES - TASK ORDER #7 N. RIVERSIDE DRIVE SUMMERFIELDS BOULEVARD (DUAL LEFT TURN LANE) N. RIVERSIDE DRIVE TO CANNONWOOD DRIVE City Project No. 02272 Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services for Task Order No. 7 up to $9,775, 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 #7 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % $9,775.00 100% Prime Consultant Baird, Hampton & Brown, Inc. Project Management and Engineering -Task Order #7 Proposed MBE/SBE Sub-Consultants n/a Non-MBE/SBE Consultants n/a TOTAL $9,775.00 100% 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% 02272 - Task Order #6 32,300.00 0 0% Subtotal for Above Tasks 1,516,635.00 267,048.00 18% 02272 - Task Order #7 9,775.00 0 0% Total for All Task Orders 1,526,410.00 267,048.00 17% rr � � � N � R L Q ��..r L O � W � Z � � G � Q W � m d' � O _ Y N a � � � G1 � L � Y N !C H � _ 16 O J � � � 3 U � > �+ L � � � Cn J C � � L � ' � � 0 3 0 m y � N � N � � 7 N � O O O O O O O O N O O � u 7 3 � N tA (A �(A tR (A oND O N� n V% A f9 VJ VJ �� VJ VJ � Y O tn t» A ~ H y O o O O O O O O O O O O o y � t9 Vj VJ V> VJ V> VJ V> t9 VJ VJ VJ f0 C y p d O H X U W O O o O O � � fl' U � � � O� O� O N > R W F N C d W O O O x m V3 V3 W � � A � 7 � N � C Z � O O O V W V3 V3 � 7 h O O O O O O O O O N O O l(� ln O N 7 EA EH � EH EA EH EA N c0 V N 1� � 01 N f� OD O N ll� f� (p N EH ff3 �� V3 EH � J Q � A U O F C '� O a � Q � O � Q w �+ U 0 T d � O O 3 � O O � 0 0 J M a � � � M O M M � N � y W � � � O O L Q � J N 4 � � � J N a V f0 N N W � a � W o 0 a � � � o �o cD �o "aa d � n .o � � a � M N a N � h U � Q d U � � i y a p d m � � � � L (6 U O � H L ^ N o C `� 3 V� p � y y _ O � N Ol tn � O (6 � O- � OI.0 a1.0 O O. U C7 N � N N� � d' �� J o � � O� N� N N W d� p � Q m � O a� �� 3 a�n °° rn � x E � o a� a� � a� u) -o m �n u! � N -p' <p'> L 61W C L N f0 w� F c�'o � � 0 00 �6 U ia � £ m �-oj� �d� �od E � F C C O t6 �>. T (6 � y � O O U." L t d.0 W � � � ii � � � C C C .-. N � t C N� O�(0 O O � o U O � Ol T �.Ol d� m��� N O 0'U � � N T N N N W N O�� �� p) (Q f6 (6 U ❑ v N i� �o �� Q� a� o N a��i a��i a��i ° c� o� a`�mCicia�oaa�s i��a� O N N N N N N N Z � N� N M 7 � Y �y � � � � V V V O F a N � N N � O Z U N O � T U