Loading...
HomeMy WebLinkAboutContract 42547-A4 CITY SECRETARY LLi , n�r CONTRACT NO, �.:13't' AMENDMENT No.4 TO CITY SECRETARY CONTRACT No. 42547 WHEREAS, the City of Fort Worth (CITY) and TranSystems Corporation dbaTranSystems Corporation Consultants, (ENGINEER) made and entered into City Secretary Contract No. 42547, (the CONTRACT) which was authorized by M&C C-25255 on the 1st day of November, 2011 in the amount of $243 , 322 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $13 , 010 . 00 which was administratively authorized on October 26, 2012, Amendment Number 2 in the amount of $39, 791 . 50 which was administratively authorized on July 9, 2013 ; and Amendment Number 3 in the amount of $48, 035 . 00 which was authorized by M&C # 26496 on October 15th, 2013 for a revised contract amount of $344, 158 . 50 . WHEREAS, the CONTRACT involves engineering services for the following project : North Fort Worth Intersections; and 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 a proposal dated November 14th, 2013 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 $48, 910. 00. (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 $393, 068. 50. 3 . City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 1 of 3 OFFICIAL RECORD CITY SECRETARY RECEIVED 1AN 2 3 701 FT.WORTH,TX All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth TranSystems Corporation dba TranSystems Corporation Consultants Fernando Costa Raul Pena III, PE Assistant City Manager Senior Vice President DATE: /4 DATE: APP7 RECOMMEND JED: Dougla W. Wiersig, P. . Director, Transportatil6n and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: (1c *x '�- Assistant City Attorney ATTEST: ® F® ®% �S ° .0 v$ NO $ o-� Mar J. ay r °�° City Sec try City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 CITY SECRETARY Page 2 of 3 ETA WnP'H, TX FUNDING BREAKDOWN SHEET City Secretary No. 42547-A4 Amendment No. 4 Department Fund-Account-Center Amount $48, 910 . 00 Total : $48, 910 . 00 OFFICIAL:RECORD City of Fort WorthProfessional Services Agreement Amendment Template CITY SECPMO Official Release 8/1/2012 �'�.yy® Page 3 of 3 TranSystems V, � Bank of America Building 500 West 7th Street Suite 1100 Fort Worth,TX 76102 Tel 817 339 8950 Fax 817 336 2247 www.transystems.com November 14, 2013 Lissette Acevedo, P.E. Project Manager City of Fort Worth—Transportation and Public Works Infrastructure Design and Construction Division 1000 Throckmorton St., RM 266 Fort Worth,TX 76102 RE: Amendment No.4—Mark IV Parkway-design surveys and Subsurface Utility Engineering(SUE) Dear Ms.Acevedo, We appreciate the opportunity to present this proposal for your consideration. The work to be performed is design surveys and SUE for Mark IV Parkway from Cantrell-Sansom to IH-820 as described in attachment A; Design surveys and Subsurface Utility Engineering (SUE): 1. Project Management $ 4,480.00 2. Design surveys(Gorrondona&Assoc.) $ 12,600.00 3. SUE(Rios Group) $ 31,830.00 LUMP SUM TOTAL FOR AMENDMENT NO.4 If you have any questions, please feel free to give me or Chad Gartner a call. I look forward to hearing from you. Sincerely, TranSystems Corporation Consultants Raul Pena III, PE Principal-Senior Vice President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT A SCOPE OF SERVICES AMENDMENT NO. 4 Mark IV Parkway in North Fort Worth FORT WORTH, TEXAS PROJECT UNDERSTANDING The ENGINEER understands that the CITY is requesting professional services for the survey and subsurface utility engineering for arterial improvements in North Fort Worth. The project generally consists of the design surveys and subsurface utility engineering for following improvements: 1. Mark IV Parkway from the Westbound Frontage Road of IH-820 to Cantrell Samson — Approximately 2800 LF of NB Mark IV Parkway. SCOPE OF SERVICES If services beyond those defined in this scope are required, the CITY and ENGINEER shall attempt to negotiate a written amendment to this Agreement. ENGINEER shall not proceed with work on any additional services prior to the CITY and ENGINEER executing a written amendment. The Scope of Services includes the following primary tasks: • Task 1 - Project Management • Task 2 - Design Survey • Task 3—Subsurface Utility Engineering Task 1 - Project Management Project management will occur throughout the duration of the Project. The ENGINEER will provide the following project management services: • Managing the Project Team • Coordinate with survey subconsultant. • Prepare monthly invoice and status reports to be and e-mailed to the project team (CITY and Engineer's staff). Task 2 - Design Surveys The ENGINEER will provide the following design survey services: • Ground survey to identify and locate existing topographic elements for the project limits. The limits of survey shall include the following: o Mark IV Parkway from the Westbound Frontage Road of IH-820 to Cantrell Samson —Approximately 2800 LF of NB Mark IV Parkway. o The design survey shall also include the north intersection of Mark IV Parkway with Loop 820 access road. • The topographic survey for the roadway shall include 50-foot cross-sections extending from the west right-of-way to 25 feet past the proposed right-of-way and shall extend 50- foot any intersecting roadway, and at all grade breaks. The topographic survey shall include, but not limited to, locating all existing features such as water valves, curb & gutter, asphalt, sidewalks, medians, fences, driveways, storm & sewer manholes, storm inlets, storm outfalls, trees 4" and larger, tops and toes of slope, power poles, mailboxes, Page 1 of 3 OFFICIAL RECORD CITY SECRETARY FT.WORTHo TX signs, telephone risers and other visible features. Cross-section shall be performed at all storm outfalls, being at face of culvert and 150 feet upstream and downstream of culvert. • Coordinate with franchise utility companies to locate and mark their utilities prior to performing the field survey. • Prepare digital terrain model (DTM). • Tie all public improvements to existing CITY monument system. • Prepare a final topographic drawing in digital format (including contours and breaklines) showing the features located in the field. Task 3- Subsurface Utility Engineering (SUE) The scope of this proposal includes Quality Levels (QL) "A" and "B". The scope of work involves QL"B" designating of the utilities in Mark IV Parkway right of way beginning at the south right of way of Cantrel-Sansom, south to the north right of way of IH 820. Water, waste water, storm, telephone and street lighting facilities will be designated. Nine (9) test holes are assumed in this scope of work. The location of the QL"A" will be determined after review of the QL "B" deliverable. SUE work required for this project will be performed in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: • Quality Level D (QL"D")—Information derived from existing records; • Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. • Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. • Quality Level A (QL"A") —Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non- destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. It is the responsibility of the SUE provider to perform due-diligence with regard to records research (QL "D") and acquisition of available utility records. The due-diligence provided for this project will consist of reviewing the "As-Built" documents previously compiled by others. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. The defined work area will be scanned using electronic prospecting equipment to search for "unknown" utilities. TSC is not responsible for designating and locating these "unknown" utilities. Additional Services Services below shall be considered additional and shall be performed on an individual basis upon authorization by the CITY. Such services shall include, but are not limited to, the following: 1. Additional Bidding Phase Services or more than one bid package 2. Additional geotechnical investigation and pavement design EWV1UCb. OFFICIAL RECORD Page 2 of 3 CITY SECRETARY FT. WORTH,TX 3. Construction Contract Administration Services 4. Design services beyond preliminary study of the existing 20 inch water line. 5. Design services for sanitary sewer. 6. Establishing additional horizontal or vertical control beyond scope identified above 7. Construction Staking 8. ROW and/or easement negotiation and acquisition 9. Redesign to reflect project scope changes requested by the CITY, required to address changed conditions or change in direction previously approved by the CITY, mandated by changing governmental laws, or necessitated by the CITY's acceptance of substitutions proposed by the Contractor 10. Environmental assessment, permitting, or remediation 11. Utility Relocation design beyond the improvements identified above 12. Retaining wall design 13. Additional plan submittals beyond the number identified above OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page 3 of 3 CD 0 0 0 8 (D C G o 0 0 0 M o oa r sf V V N N Q V 69 A eA Vi b9 b9 b9 s9 N m p o 8 p F N N d W W m m cl) w o O O_ oMp oMo fA W Q � O r (A Y io Y r di O N c 00 � m is C p O O r N C N Q w w o 0 0 0 0 0 0 YO V V N (p (D Q U IN Y,E m m 0 o r e`a w a a O a y > > r y fN V) LL Y C O f0 17 u � O U y M e U iv � 3 y Q ^ U N o Z a Z N N N ry y W a@ E N u R - N Cl a'a y r 0 � S 07 w o C N d w C g C c u0i W w O 1%l � � � S D_ O O N m g 0 C N _ d U W � y O O � � U Q� N - d U a cn ro of m d � U oN OFFICIAL RECORD CITY SECRETARY O d C o 0 o 3 w o U)N FT. WORTH,TX v O > C C U C Z U VJ O� E Z Z O a N N V City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2014 REFERENCE NO.: **C-26638 LOG NAME: 20SUE & SURVEY MARK IV ARTERIAL SUBJECT: Authorize Execution of Amendment No. 4 to City Secretary Contract No. 42547, an Engineering Services Agreement with Transystems Corporation Consultants in the Amount of$48,910.00 for Design Surveys and Subsurface Utility Engineering to Prepare the Final Design of a Four-Lane Divided Arterial Road on Mark IV Parkway from the Westbound Frontage Road of IH-820 to Cantrell-Samson Road in North Fort Worth for a Revised Total Contract in the Amount of$393,069.00 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 4 to City Secretary Contract No. 42547, an Engineering Services Agreement with Transystems Corporation Consultants in the amount of$48,910.00, for the collection of design surveys and subsurface utility engineering in order to prepare plans for the final design of a four-lane divided arterial roadway on Mark IV Parkway from westbound frontage road of IH-820 to Cantrell-Samson Road in north Fort Worth. DISCUSSION: This Amendment is to incorporate the design of the arterial roadway for Mark IV Parkway between IH-820 and Cantrell-Samson Road with the existing Design Services Agreement to prepare plans and specifications for the design of a roundabout at the intersection of Mark IV Parkway and Cantrell-Samson Road. This arterial project is pending, however, Staff recommends coordinating these two projects and building them as one unit to achieve cost savings, uniform and consistent unit prices and less disruption to the traveling public. Construction of Mark IV Parkway is contingent upon approval of the proposed 2014 Bond by City Council and a vote of the general public. Interim funding for these design services is available from the Contract Street Maintenance fund. The following table summarizes previous contract actions: 'Citv Proiect' Project No. 01652 Amount Description M&C No. roved iDesign services for he preparation of plans and specifications for !intersection Initial $243,322.00improvements at C-25255 11/01/2011 Contract four locations in North Fort Worth including adding left, and right turn lanes with signal modifications mendment for additional surveys Lo2name: 20SUE SURVEY MARK IV ARTERIAT. Pars i .,fz o acquire ROW to build permanent Amendment traffic signal and full No. 1 $ 13,010.00 pavement section at Approved Administratively 10/26/2012 he intersection of Mark IV at Cantrell Samson Road mendment to perform feasibility study and determine right-of- mendment $ 39,791.50 ay requirements to Approved Administratively 711012013 No. 2 build a roundabout instead of traffic signal at Mark IV at Cantrell Samson Road mendment to acquire right-of-way , o proceed with ;Amendment $ 48,035.00development of final C-26496 10/15/13 No. 3 plans for a roundabout on Mark IV at Cantrell Samson Road mendment No. 4 or design surveys and sub-surface utility engineering Amendment $ 48 910.00 or preparation of Pending Pending No. 4 final arterial roadway on Mark IV between IH-820 and Cartrell Samson Road Total 1$393,068.501 This project is located in COUNCIL DISTRICT 2, Mapsco 49B and 49F. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers C293 531200 202230165230 $48,910,00, CERTIFICATIONS: Unannme- MST IF. Si IRVFY MARK IV ARTERIAL Page 2 of 3 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS 1. 0165220 SUE & Survey.docx (CFW Internal) 2. C293 Unspecified.docx (CFW Internal) 3. Mark IV Exhibit.pdf (Public) Logname: 20STTF, STTRVF.Y MARK TV ARTF.RTAT. n�rrn z „fz