Loading...
HomeMy WebLinkAboutContract 39645-A2 AMENDMENT No.2 iTY SECRETARY CONTRACT NO. To CITY SECRETARY CONTRACT No. 39545 WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L. P. , (ENGINEER) made and entered into City Secretary Contract No. 39645, (the CONTRACT) which was authorized by M&C C-23975 on the 15-1-h day of December, 2009 in the amount of $ 691, 460 . 00,; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $79, 781 . 00 which was authorized by M&C #C-24851 on April 12, 2011, and WHEREAS, the CONTRACT involves engineering services for the following project : AVONDALE-HASLET ROAD, Project No. 01414; and WHEREAS, it has become necessary to execute Amendment No . 2 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 June 14, 2012, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $386,543. 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 $1,157, 784. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . 11 11141, City of Fort Worth ', Professional Services Agreement Amendment Template � JA' I I PMO Official Release 8/1/2012 Page 1 of 3 , 15 woR`r I N EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Dunaway Associates, L. P. Fernando costa Stephen. Janes, P.E. Assistant City Manager Sr. Principal DATE: / DATE: �• APF VAL RECOMMENDED; (J Dougla W. Wiersig, P. E Director, Transporta Lion & Public Works Department APPROVED AS To FORM AND LEGALITY: M&C Date . 2 , 2 Douglas W. Black Assistant City Attorney ATTEST: 147 00000000 � 0 ' 00 0 0 Arr y y r `°0 00 ° o oa� Ooo° City Sec e ary , ` x OFFICIAL RECORD City of Fort Worth (CITY SECRETARY Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 FT WORTHj TX Page 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 39645 Amendment No. 2 Department Fund-Account-Center Amount TPW C204 531200 207230141430 $73f944 . 00 TPW 0204 531200 207240141451 $14, 700 . 00 TPW C291 531200 207240141430 $250. 154 . 00 TPW 0291 531200 207240141451 $35, 860 . 00 TPW C291 531200 207240141480 $11, 875 . 00 Total : $386F 54 3 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 NAWAY Ex H I BIT«A" DA No. 2009175 June 14, 2012 Mr. Patrick Buckley, P.E. Transportation and Public Works Department City of Fort Worth 1000 Th rockmorton Street, 2nd Floor Fort Worth, TX 75102 Reference: Amendment No. 2 City Project No. 01414 City Secretary Contract No. 39545 Dear Mr. Buckley, Dunaway Associates, L.P. (CONSULTANT) respectfully submits this Contract Amendment No. 2 for professional civil engineering and land surveying services requested by the City of Fort Worth (CITY) that are beyond our current scope of services. Avondale Hasler Rd(West & East West Phase - From US 287 to CFW Water Tank Completed Effort to Date 1. Additional coordination meetings with TxDOT were required in permit acquisition. 2. Multiple design review iterations were required to provide additional information requested by TxDCT not typically required in CITY plan format. This task also included additional traffic analysis and TIA updates. 3. CITY requested the revision of the traffic study to include the impacts of the Hunter development. This task included the following: a. Adjusted existing AM and PM peak hours traffic models for Year 2017 (five years after opening of veal-mart) to include site traffic from the planned Hunter Development located on both sides of US 287. b. Incrementally increased site traffic (due to Hunter Development) to determine what percentage of development the proposed improvements can handle. c. Identified additional improvements along Avondale Haslet to handle the anticipated traffic volumes. d. Prepared Technical Memorandum detailing methodology and study findings. 11 Page D N AWA y EXHIBIT"A" 4. CITY requested multiple revisions to the ROW line at the Mark of Excellence tract (Parcel 3), this resulted in the need for revisions to adjacent (6) ROW and (8) Easement documents. 5. CITY requested attendance in meetings with property owners to discuss impacts of construction to their respective property and mitigation measures. 6. CITY requested revised grading and drainage improvements to accommodate access from the Mark of Excellence tract onto Avondale Haslet Rd. 7. CITY requested attendance at meetings with franchise utility companies to discuss impacts of construction to their respective facilities and possible relocation solutions. 8. CITY requested the proposed ROW to be staked for franchise utility relocates. (twice) 9. Additional project coordination meetings with CITY staff on CFA preparation. 10. CITY requested project specific pavement jointing plans to be prepared in lieu of using the CITY standards. 11. CITY requested use of TxDOT standard pavement markings (thermoplastic) in lieu of using the CITY standards (buttons). 12. CITY requested ROW impact credit calculations for all property owners affected by project. 13. Additional reproduction, mileage and miscellaneous non labor expenses. East Phase- From Water Tank to 500'East of the BNSF RR- Completed Effort to Date 14. CITY requested design revisions to the alignment of the drainage ditch in the BNSF RR ROW and Hunter's property to minimize the impacts to an existing CrossTex gas line and easement. This also resulted in the need for revisions to (1) Easement document on Parcel 6. 15. CITY requested project specific pavement jointing plans to be prepared in lieu of using the CITY standards. 16. CITY requested use of TxDOT standard pavement markings (thermoplastic) in lieu of using the CITY standards (buttons). 17. CITY requested revisions to the roadway design to accommodate a future signal and left turn lane at the Avondale Farms/future Hunter Crossroads intersection. 18. CITY requested revisions to the roadway design to accommodate a cantilever retaining wall at the northeast side of the BNSF RR tracks. 2 1 P a g e 40 D NAWAY EXHIBIT".A„ 19. CITY requested roadway design revisions along the Hunter Crossroads tract(Parcel 8), this resulted in the need for revisions to (1) ROW and (2) Easement document. Avondale HasletlFM 718 TxDOT Phase (West of AHR Bridge - (Completed Effort to Date CITY requested the design of turn lane improvements and a traffic signal along Avondale-Hasset Road. The proposed limits for this scope of work are from an existing culvert along FM 718/Avondale Haslet Rd to just west of the US 287 Southbound Frontage Road to the west side of the Avondale-Haslet Road Bridge over US 287. The following items were needed for this scope of work: 1. Coordination with TxDOT to discuss proposed improvements, including meeting attendance. 2. Coordination meetings with CITY and COUNTY on proposed improvements. 3. TxDOT requested a traffic operations assessment using TxDOT future traffic volumes (2017). This task included the following: a. Incorporated TxDOT Transportation Planning and Programming JPP) Division planning volumes into the operational analyses and re-evaluate the proposed improvements. 4. Developed concept layouts (based on criteria established in TxDOT`s Roadway Design Manual) along Avondale-Haslet Road at the US 287 Business intersection to accommodate the recommended traffic signal at the intersection of Avondale-Haslet Road and US 287 Business. a. The concept layouts included the following: i. Existing Conditions ii. Proposed Limits of Removals iii. Interim Roadway& Signal Improvements iv. Proposed New Pavement Limits v. Proposed Pavement Markings Upon CITY, COUNTY and TxDOT review, multiple iterations had to be prepared to accommodate all review comments. Opinions of probable construction oast were also prepared for the final conceptual plan. b. Responded to TxDOT review comments on proposed layouts. A von dale HasletlFM 718 TxD o T Phase 2-(West of A HR Bridge) (Future Effort 3 1 P a g e AQe NAWAY EXHIBIT"A" 5. TxDOT requested a traffic operations assessment using TxDOT future traffic volumes (2018). This task included the following: a. Incorporated TxDOT JPP) Division planning volumes into the operational analyses and re-evaluate the proposed improvements. b. Develop final concept layouts illustrating limits of proposed improvements with probable construction costs. The concept layouts will include the following: i. Existing conditions ii. Proposed Limits of Removals iii. Interim Roadway Improvements iv. Proposed New Pavement Limits v. Proposed Pavement Markings c. Concept layouts will be developed based on criteria established in TxDOT's Roadway Design Manual. As of result of the existing constraints it is anticipated that up to (5) design waivers maybe required and approved by TxDOT. d. Prepare Technical Memorandum documenting study procedures and findings. e. Meet with TxDOT, CITY and COUNTY to discuss proposed improvements. f. Address review comments, if needed. 6. CONSULTANT will address the items discussed at the 30% conceptual review meeting and incorporate changes agreed upon by TxDOT, CITY and COUNTY into construction drawings per CITY format. These improvements will include removal plans, SUE plans, paving plan and profiles, signing and pavement markings plans, traffic control plans, traffic signal plans (strain pole configuration), storm drain and ditch re-grading plans and erosion control plans. "these drawings will be incorporated into the 60%, 90%, and 100% submittal sets, respectively, as outlined in the original contract scope of services. It is assumed that these improvements will be submitted for TxDOT review for permitting as opposed to TxDOT letting. Opinion of Probable Construction Cost will also be prepared for each design submittal. 7. Upon approval of the conceptual plan additional topographic survey will be required at the following locations: a. Along Avondale-Haslet Road from the western end of the bridge over U5 287 to the existing culvert crossing west of the US 287 Business intersection (approximately 1,100 ft.). Along US 287 Business from first driveway south of Avondale-Haslet Road to a point approximately 600 ft. north (both legs of the US 287 ramp connections) of Avondale-Haslet Road. The total distance along US 287 Business is approximately 1,000 ft. 41 Page N AWA v EXHIBIT"A" b. One time construction staking of the proposed improvements. c. Two (2) right of way acquisition documents will be needed on each side of the Avondale-Haslet Road for proposed pavement widening of the existing roadway. d. Quality level "B" SUE along the same limits mentioned above for the topographic survey will be included in this scope. 8. Attendance at design review meetings with CITY and COUNTY on proposed improvements. 9. Attendance at design review meetings with TxDOT to discuss proposed improvements. 10. Prepare specification documents per new CFW standards for bidding. 11. Bid Phase Services a. Pre-bid meeting (1) b. Bid Assistance (addenda preparation (3), RFI from Contractors (6), prepare bid tabs). c. Management of plan distribution (Hard copies & Buzzsaw). d. Attend bid opening. 12. Construction Phase Services a. Pre-construction meeting (1) b. Site visits (4) c. Final observation (1) 13. Reproduction (including bidding document), mileage and miscellaneous non-labor expenses. SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES AND ASSUMPTIONS 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 as a result 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: • Environmental Services. • Construction materials testing. • It is assumed that the proposed improvements will be permitted for construction by TxDOT. If it is determined that these improvements require TxDOT letting, all additional effort required for this task will be added via contract amendment. 5 1Page z NAWAY EXHIBIT"A" • it is assumed that the conceptual plan submitted and reviewed by TxDOT per comment letter dated April 4th 2012 will be the bases for the proposed improvements. This scope does not include alternative alignment studies. A summary of the proposed budget for this contract amendment is as follows (See Exhibit "A-1 for a detailed man-hour estimate of these tasks): Basic Fee Fee 11Additional AHR west&East Design Services $ 88 644.06 21.Additional AHRIFM 718 Desi n Services $ 297 899.00 TOTAL PROPOSED AMENDMENT 38fi 643.40 A summary of the total project is as follows: Contract Description Fee Original Contract Avondale Haslet Roadway Design $691 460.00 Amendment No. 1 Additional Avondale Haslet Roadwa &Storm Design $79 781.0D Amendment No.2 Additional Avondale Haslet Roadway&Storm Des[ n $386,543.00 TOTAL PROJECT $1,157,784.00 MIWB E Participation Gorrondona &Associates will provide topographic survey services and ANA consultants will provide SWPPP services as a part of this amendment. City MNVBE Goal—15% MANBE Goal Provided: Original Contract— 16/0 Amendment No. I --We will maintain the initial MwBE commitment of 16%. Amendment No. 2—We will maintain the initial MWBE commitment of 16%. Please review the enclosed information and do not hesitate to call me if you have any questions or require additional information regarding this amendment. Sincerely, DUNAWAY ASSOCIATES, L.P. a Texas Ii ited partnership ` Mervin Campbell, P.E. Project Manager-- Public Sector Services 6 Page Q a p d to O D v a u7 n od a, in N a o a ca ao a `n In w W � kD ri r4 tZ � rn Cl eT a, ci N co ld Q► N 00 I� � M � to w I) N ri r17 n lD rV r1 Cry r k L n Lr Ln f f11 04 r mt r-I-I i�J> ilF X11 {1 F ih tJ� i!) ih if1 th tl} iM iDlF N 00 44 m i!F LJ L) Ln a 00 00 N Ic: 00 CU ti!} V 00 a C 1� � � N L Q %D N 00 to N 00 W m ri ri N 00 ❑ rI N Ln N lAJ vi- 0 cn L _ w,.n n ao rn as m ..t Cr a ri � 00 rl C4 �-o r-I rV ry r-I CL m LU a a a r4 r-'1 rn An m to h L ao a oa kA Ira o0 00 co m rn Q� a� D +I +' o L7 -0 z ❑ C LA N m m 0 N m on H � Z = W Cl N ❑ z Z 4 d u a m J -° �- L.7 In c/7 ❑ tO m F- w > D a� ra o H 2 °- c ❑ aj ° cu cu 0 n �p rya ❑ w E m ❑ o c L u � `- c CA W a aV o ° `° E +.j -0 E w ai � L OQ do lio 07 h :3 �-+ _ v 0 i.+ -0 = ai .� ❑ .-. ❑ C q1 c w E 0 fl1 L fn -^ L1: m ❑ u to ❑ 41 �_' - = sr L z CO Q tua a o ° �' O o� +_ � + Q ++ C C U y ¢1 w as u ❑ E cr) os N a� w ca +� 'C3 U +' � •� v >~ cr o H d o no c U 3 v, °' ' n co !11 .« 7aC u Q ❑ C ❑ C C 4� ❑ � a► q� ❑ cry ❑_ ❑ Q C eu fn �.+ O +r ❑ ro O n }, [y DC 2 m U Q] ti .42 0 L/] n n a w v or] ��+ C `� �' 3 ca a n `v V- 11.1 Z �' m cI7 ❑ `� > no +- OJ C C L- ao . aC Li- m m .J U Ry �- �C ¢s ass ra ai a a a ❑ v +.U CC ro _ Z d CO N -0 f 0 v r+' " tu QUUr- 2 Q o o N � N � it of Fort Worth, Texas Mayor and Counci or m unica ion COUNCIL ACTION: Approved on 11/1212012 _V_V, -3 -, - .'-, -W.. - ,%age 1'1'�'F^7*Cel 00; k J 4"1 &_ b— V_ 11 k P 1.�q I* �Aw 4 11 • w•• _, .•'F'."' -.4..-,­"� V'- I %,�'...-Aff rx�.P DATE: Monday, November 12, 2012 REFERENCE NO.: **C-25963 LOG NAME: 20AVONDALE HASLET ENG AMEND2 SUBJECT: Authorize Execution of Amendment No. 2 to City Secretary Contract No. 39645 an Engineering Services Agreement with Dunaway Associates, LP, in the Amount of $386,543.00 for Additional Engineering Services for Avondale Haslet Road from U.S. Highway 287 to Willow Creek Drive, Resulting in a Revised Total Contract in the Amount of$1,157,784.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 2 to City Secretary Contract No. 39645 with Dunaway Associates, LP, increasing the scope of work, for a net change in the amount of$386,543.00, thereby revising the original contract amount to $1,157,784.00. DISCUSSION: This amendment provides for changes to the existing design plans necessitated by comments received from the Texas Department of Transportation (TxDGT). Also, traffic and drainage design revisions were determined to be necessary after further input from adjacent property owners regarding neighborhood traffic and flooding issues that were not previously identified. Through a Value Engineering review, a retaining wall design was determined to better address slope issues where Avondale Haslet Road crosses the Burlington Northern Santa Fe (BNSF) rail line. In response to new development in the area, new design services are also programmed for intersection improvements on the west side of U.S. Highway 287 at the intersection of Business 287 and Avondale Haslet Road. These services include surveying, engineering design and construction administration for this intersection. These services were not anticipated in the original Agreement. This contract reflects the following actions: I. Initial Contract in the amount of$691,460.00, approved by M&C C-23975, December 15, 2009; 2. Amendment No. 1 in the amount of$79,781.00, approved by M&C C-24851, April 12, 2011; 3. Amendment No. 2 in the amount of $386,543.00, proposed with this Mayor and Council Communication, for a revised total engineering service fee in the amount of$1,157,784.00. Dunaway Associates, LP, agrees to maintain its initial MIWBE commitment of 16 percent that it made on the original Agreement and extend and maintain that same M/WBE commitment of 16 percent to all prior amendments up to and inclusive of this Amendment No. 2. Therefore, Dunaway Associates, LP, remains in compliance with the City's MNVBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. Logname:20AVONDALE HASLET ENG AMEND) Page I of 2 This project is located in COUNCIL DISTRICT 7, Mapsco 4U, 4V and 5S. FISCAL INFORMATION 1 CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Specially Funded Capital Projects Fund and the Street Improvements 2008 Fund. FUND CENTERS: TO F u nd/Accou nVC enters FROM Fund/Account/Centers 0204 531200 207230141430 $71944.00 0204 531200 207230141451 $14.700.40 0291 531240 207240141430 $250,164.00 C291 531290 2072401 41451 $35,860-00 C291 531240 207240141480 $11,875.00 CERTIFICATIONS: Submitted for City Mana er's office b Fernando Costa (0122) Originatina Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Patrick Buckley (2443) ATTACHMENTS 1. 01414 Amend#2 Dunaway MWBE APCF.pdf (CFW Internal) 2. 01414 Avondale Haslet Dunawav Amend 2. df (CFW Internal) 3. C204 &C291 available funds. df (CFW Internal) 4. FAR016 Amend 2 Dunawa df (CFW Internal) 5. Location Map Avondale Haslet 01414..pdf (Public) Logname: ?UAVONDALE HASLET ENG AMEND? Page 2 of 2