Loading...
HomeMy WebLinkAboutContract 50953-A5 CSC No.50953-A5 AMENDMENT No. 5 TO CITY SECRETARY CONTRACT No. 50953 WHEREAS, the City of Fort Worth (CITY) and HDR Engineering, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 50953, (the CONTRACT) which was authorized by M&C C-28764 on the 26th day of June, 2018 in the amount of $ 736, 105; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $88, 748 which was administratively authorized on December 13, 2018;and Amendment No. 2 in the amount of $54, 735 which was authorized by M&C C-29172 on July 1, 2019; and Amendment No. 3 in the amount of $43, 328 which was administratively authorized on May 11, 2020; and Amendment No. 4 in the amount of $51, 965 which was administratively authorized on December 29, 2020; and WHEREAS, the CONTRACT involves engineering services for the following project : West 7th Street, CPN 101555; 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 $77, 647 . (See Attached Funding Breakdown Sheet, Page - 4-) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas W. 7th Street Prof Services Agreement Amendment Template CPN 101555 Revision Date: November 23, 2021 Page 1 of 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, 052, 528 . 3 . 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 HDR Engineering, Inc. 'gana 24L( hdo Dana Burghdoff eb 1,2022 09:19 CST) Dana Burghdoff, AICP Lucas A. Bathhurst, P.E. Assistant City Manager Vice President DATE: Feb 1, 2022 DATE: Jan 27, 2022 APPROVAL RECOMMENDED: . Q WJ(Jan 28,20 14:18 CST) 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 . Leon Wilson, Jr. , P.E. Senior Professional Engineer OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas Prof Services Agreement Amendment Template FT. WORTH, TX Revision Date: November 23, 2021 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: 22-0028 W-A Date : 01-11-22 DBlack(Feb 1,2022 07:25 CST) Douglas W. Black Senior Assistant City Attorney ATTEST: a oo�O100000.FORr4 a :7�`I`IG��G c1 C700G��GG ` ° Jannette S.Goodall(Feb 1,202213:04 CST) =op 0040, Jannette Goodall �v 0 0 o 0 d 0 City Secretary °00 0 *d OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 50953 Amendment No. 5 Department Fund-Account-Center Amount TPW 34018-0200431-5330500-101555-002330-9999-18010199 $77, 647 . 00 Total : $77, 647 . 00 City of Fort Worth, Texas W. 7tn Street Prof Services Agreement Amendment Template CPN 101555 Revision Date: November 23, 2021 Page 4 of 4 ATTACHMENT A Scope for Engineering Related Professional Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Construction phase services for West 71h Street from University Drive to the Trinity River Bridge. Task 6. Construction Phase Services TASK 6. CONSTRUCTION PHASE SERVICES ENGINEER will support the construction phase of the project as follows: 6.1 Construction Support • 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 BIM 360. • 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. ASSUMPTIONS • Sixteen (16) site visits are assumed. • Four (4) submittal reviews are assumed. • Thirty-two (32) RFI's are assumed. • Ten (10) revised plan sheets for Change Orders are assumed. DELIVERABLES A. Response to Contractor's RFIs B. Review of Change Orders C. Review of shop drawings City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 1 of 1 W. 7th Street CPN 101555 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Design Services for West 71" Street From University Drive to the Trinity River Bridge AMENDMENT 05 City Project No. 101555 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A for an amount not to exceed $77,647 as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2020/2021 Rate $/hour Project Director $246 Technical Director $246 Sr. Project Manager $234 Project Manager/Task Leader $195 Sr. Engineer $170 Utility Coordinator $164 Sr. Landscape Architect $170 Engineer $144 Landscape Architect $144 EIT $125 GIS $119 CAD $104 Administrative /Accounting $79 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). W. 7th Street CPN 101555 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. 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. W. 7th Street CPN 101555 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) IV. Summary of Total Project Fees Firm Primary Responsibility Fee % Amount Prime Consultant HDR Engineering, Inc. Project Management & Engineering $77,647 100% Services: • Construction Phase Services Proposed MBE/SBE Sub-Consultants N/A Non-MBE/SBE Consultants N/A TOTAL $ 77,647 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE West 71" Street Design $ 77,647 $ 0 0 % City MBE/SBE Goal = 0% Consultant Committed Goal = 0% W. 7th Street CPN 101555 M&C Review Official CITY COUNCIL AGENDA FORT '4'ORfll Create New From This M&C DATE: 1/11/2022 REFERENCE**M&C 22- LOG NAME: 20WEST 7TH STREET NO.: 0028 ENGINEERING AMENDMENT 5 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 9) Authorize Execution of Amendment Number 5 to an Engineering Services Agreement with HDR, Inc., in the Amount of$77,647.00,for the Design of West 7th Street from University Drive to Trinity River, for a Revised Engineering Services Contract Amount of$1,052,528.00 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment Number 5 to City Secretary Contract Number 50953, an Engineering Services Agreement with HDR Inc., in the amount of$77,647.00 for the design of West 7th Street from University Drive to the Trinity River for a revised engineering services contract amount of$1,052,528.00 (City Project No. 101555). DISCUSSION: The 2018 Bond Program includes funding for roadway improvements along West 7th Street from University Drive to Trinity River. The scope includes design and construction of 4-lane street section including pedestrian, landscape, illumination, traffic signal, and bike lane improvements. Amendment No. 5 provides for additional construction phase services from HDR, Inc. to address requests for information, submittal reviews, Fort Worth and Western Railroad coordination, and site visits. The following table summarizes previous contract actions and amendments: Number M&C Amount Justification Date Initial Contract C $736 105.00 Design of West 7th Street 6/26/2018 27147 Improvements Amendment Design Stayton Street Re- No. 1 NA $88,748.00 Alignment and Norwood Street 12/13/2018 Signalization Amendment C- Design of Woolery Street No. 2 29172 $54,735.00 Signalization and Additional 6/25/2019 Traffic Operations Analysis Design services to breakout Amendment NA $43,328.00 Stayton Street Re-Alignment as a 5/08/2020 No. 3 separate design and construction project �Amendment NA $51 965.00 71andscape and irrigation design F12/29/2020 No. 4 ton Street Re-Alignment This http://apps.cfwnet.org/council_packet/mc review.asp?ID=29580&councildate=l/11/2022[1/14/2022 11:16:32 AM] M&C Review Amendment This project is No. 5 M&C $77,647.00 See Above included in the Contract $1,052,528.00 2018 Total 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 Nos. 23209-05-2018) and subsequent actions taken by the Mayor and Council. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the West 7th St -Univ to Trinity R project to support the approval of the above recommendation 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 I Program Activity ` Budget Reference# Amount ID ID i I Year i (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: Monty Hall (8662) ATTACHMENTS 20WEST 7TH STREET ENGINEERING AMENDMENT 5 funds availability_pdf (CFW Internal) 7TH ST WEST_MC MAP.pdf (Public) FID table for 101555.XLSX (CFW Internal) FORM 1295 Amendment No. 2 -CPM 101555.pdf (CFW Internal) SAM.goy_Search.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=29580&councildate=l/11/2022[1/14/2022 11:16:32 AM]