Loading...
HomeMy WebLinkAboutContract 52483-A5 CSC No.52483-A5 AMENDMENT No. 5 TO CITY SECRETARY CONTRACT No. 52483 WHEREAS, the City of Fort Worth (CITY) and Halff Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 52483, (the CONTRACT) which was authorized by M&C No.C-29147 on the 11 day of June, 2019 in the amount of $ 930, 000 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $27, 000 . 00 which as administratively authorized on the 23 day of June, 2020; Amendment No. 2 in the amount of $37, 000 . 00 which as administratively authorized on the 2 day of September, 2020; Amendment No. 3 in the amount of $35, 945 . 00 which as administratively authorized on the 28 day of December, 2020; Amendment No. 4 in the amount of $36, 700 . 00 which as authorized by M&C No. 21-0219 on the 14 day of April, 2021; and WHEREAS, the CONTRACT involves engineering services for the following project: CentrePort Trail Phase I and Phase II project; and WHEREAS, it has become necessary to execute Amendment No. 5 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $56,841 . 00. (See Attached Funding Breakdown Sheet, Page -4-) 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 $1,123, 486. 00. 3 . OFFICIAL RECORD City of Fort worth, Texas CITY SECRETARY Prof Services Agreement Amendment Template Revision Date: August 23, 2021 FT. WORTH, TX Page 1 of 4 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 subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Halff Associates, Inc. Valerie Washington(Oct 25,2021 10:37 CDT) &DE� Valerie Washington Ovid Buchanan Assistant City Manager Director of Landscape Architecture DATE: Oct 25, 2021 DATE: October 18, 2021 APPROVAL RECOMMENDED: Richard Zavala(Oct 21 112:05 CDT) Richard Zavala Director, Park & Recreation 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 . Jing Yang Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Sycamore Park Phase I Prof Services Agreement Amendment Template 102014 Revision Date: August 23, 2021 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: None BECIJI' Date : OCt 22) 2021 DBlack(Oct 22,202115:24 CDT) Douglas W. Black Assistant City Attorney a ton 00000. , ATTEST: Ay 0o° 0 °° ° op�d ~o 00 �vo 0 d ° °o° �d °00 °0 Ronald P. Gonzales �j1 °00000000 Acting City Secretary 44 nEXASoAp OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Sycamore Park Phase I Prof Services Agreement Amendment Template 102014 Revision Date: August 23, 2021 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 52483 Amendment No. 5 Department Fund-Account-Center Amount 0800450 31001-5330500-0800450-100082-5030 56, 841 . 00 Total : 56, 841 . 00 City of Fort Worth, Texas Sycamore Park Phase I Prof Services Agreement Amendment Template 102014 Revision Date: August 23, 2021 Page 4 of 4 ■■■ "' Centreport Trail Phase 2:30%Revised Construction Documents HALFF Attachment A October of er 14,2021 ■ Fort ■■■ October 14,2021 Amendment No.5 Scope of Services TASK 1 —SUBSURFACE UTILITY ENGINEERING (SUE) Based upon the Phase 2 approved alignment, ENGINEER will perform SUE, for the location of the existing utilities,where applicable, along the T.R.E. R.O.W. and the west side of Trinity Blvd., in accordance with ASCE Cl/ASCE 38-02 "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data."This standard defines the following Quality Levels: 1. Quality Level-A: Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. A precise horizontal and vertical location, as well as other utility attributes, is shown on plan documents. 2. Quality Level-B: Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. Quality Level-B data should be reproducible by surface geophysics at any point of their depiction.This information is surveyed to applicable tolerances defined by the project and reduced onto plan documents. 3. Quality Level-C: Information obtained by surveying and plotting visible above-ground utility features and by using professional judgment in correlating this information to Quality Level-D information. 4. Quality Level-D: Information derived from existing records or oral recollections. Quality Level-B Utility Designating: Halff will designate the approximate horizontal position of conductive/toneable utilities along the first 1,500ft of the proposed alignment and 50ft on either side of the alignment using geophysical prospecting equipment and mark using paint and/or pin flags. We anticipate the designation of approximately 4,500 linear feet of utilities which may include buried communication, electric, natural gas, or petroleum pipeline. Designation of irrigation lines, HDPE lines, gathering lines, asbestos concrete and/or PVC lines, as well as PVC lines without tracer wire or access are not part of this Scope of Services. Because of limited utility record information and the possibility of non-conductive/un-toneable utilities, Halff cannot guarantee all utilities will be found and marked within the project limits. Available Records will be provided to Halff by T.R.E., the City of Fort Worth, and the City of Grand Prairie. Halff will perform additional utility record research as needed to successfully complete the project and be considered Quality Level-D, depicted according to utility record information only. TASK 2 —GEOTECHNICAL STUDY (CITY OF FORT WORTH) This task is based upon the Phase 2 approved alignment.The scope of services provided below shall be within the Geotechnical Engineer scope of work and will act as additional effort from the original scope of services included in the Professional Services Agreement dated June 11, 2019. Page 3 MEN "' Centreport Trail Phase 2:30%Revised Construction Documents MEN City of Fort Worth ■■■ HALFF October 14,2021 Trail Design Investigation: Field Investigation,Subsurface Drilling, and Slope Stability Analyses: 1. Drillers and technicians will investigate and evaluate subsurface conditions with: a. Seven (07)total proposed borings: i. Two (02) Retaining Wall Borings (Walls exceeding 8 feet in height) ii. Three (03)Trail Borings (Including Retaining Walls less than 5 feet in height) iii. Two (02) Bridge Crossing Borings 2. Slope stability analyses, along with Direct Shear and Triaxial Testing, will be performed in areas where steep slopes are adjacent to the proposed trail alignment. 3. For areas of limited access, tree clearing and site leveling will be performed,where applicable and if necessary, upon approval from OWNER. 4. Traffic control will be performed along Trinity Blvd. and Roy Orr Blvd., or where applicable to complete the field work, consisting of signs and cones for all test borings. Preliminary Engineering Report: One (01) preliminary engineering report will be prepared to present the results of the field and laboratory data together with the analyses of the results and recommendations. ENGINEER, in coordination with Geotechnical Engineer,will provide three (03) 8.5"x11" printed copies and a PDF electronic copy of the report.The report will address: 1. Plan of borings, boring logs, water level observations, and laboratory test results. 2. Recommendations for drilled piers drilled along steep existing slopes for the pedestrian bridge. 3. Recommendations for bridge approach trail slabs. 4. Foundation recommendations for retaining walls. Global stability analyses will be required where piers for the pedestrian bridges and for any areas where piers must be constructed along a steep existing slope. 5. Alternative recommendations for trail constructed adjacent to steep slopes that do not meet TxDOT requirements for long term stability based on the PI of the sloped embankment. 6. Soil swell PVR below trail. 7. Recommendations for new trail construction. Final Engineering Report: One (01)final engineering report will be prepared to present the results of the field and laboratory data together with the analyses of the results and recommendations. ENGINEER, in coordination with Geotechnical Engineer,will provide three (03) 8.5"x11" printed copies and a PDF electronic copy of the report. Con tin pen cies/Exclusions: Should unusual or unanticipated conditions be encountered during the field investigations or after the Preliminary Geotechnical Report has been completed that require additional information during the design phases, Contingency services meant to provide additional recommendations, analyses, or reports are excluded.The Contingency Services include: 1. Additional Test Borings, Field Coordination, Utility Clearance 2. Additional Laboratory Testing 3. Additional Tree Clearing, Site Leveling, Dozer Work 4. Application Fee for THE Right of entry and THE Coordination 5. Additional Recommendations for Field Verifications during Construction Page 4 MEN "' Centreport Trail Phase 2:30%Revised Construction Documents MEN City of Fort Worth ■■■ HALFF October 14,2021 BASIS OF COMPENSATION (City of Fort Worth) CENTREPORT TRAIL PHASE 2: 30% REVISED CONSTRUCTION DOCUMENTS A. Basic Fee Services: The basis of compensation for Basic Fee services shall be as follows: Task 1—Subsurface Utility Engineering (SUE) $7,500 Task 2—Geotechnical Study (City of Fort Worth) $49,341 OVERALL TOTAL: (Tasks 1—2): $56,841 Page 5