Loading...
HomeMy WebLinkAboutContract 49556-A3 CSC No.49556-A3 AMENDMENT No. 3 TO CITY SECRETARY CONTRACT No. 49556 WHEREAS, the City of Fort Worth (CITY) and Burns & McDonnell Engineering Company, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 49556, (the CONTRACT) which was authorized by M&C C-28288 on June 20, 2017 in the amount of $400, 000 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $1, 500, 000 . 00 which was authorized by M&C C-28764 on June 26, 2018; Amendment No. 2 in the amount of $790, 959 . 41 which was authorized by M&C 20-0361 on June 2, 2020; and WHEREAS, the CONTRACT involves engineering services for the following project : Cromwell Marine Creek Road, City Project No. 101012; and WHEREAS, it has become necessary to execute Amendment No. 3 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 $311, 248 . 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 $3, 002, 207 . 41 . 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas Cromwell Mari Prof Services Agreement Amendment Template FT. WORTH, TX Revision Date: November 23, 2021 Page 1 of 4 EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Burns & McDonnell, Engineering Company, Inc. 'gana 24L( hdo Dana Burghdoff(Mar 29,2022 11:54 CDT) Dana Burghdoff Andr w W. Reid, P.E. Assistant City Manager Global Practice Manager President DATE: Mar 29,2022 DATE: February 16, 2022 APPROVAL RECOMMENDED: William Johnson(M 0 28,20228:52 CDT) William Johnson, P.E. 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 . Alej ndra Ayala, .E _ Sr. Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Cromwell Marine Creek Road Improvements Prof Services Agreement Amendment Template 101012 Revision Date: November 23, 2021 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: 22-0099 owl Date : 2/8/2022 DBlack(Mar 28,2022 22:40 CDT) Douglas W. Black Senior Assistant City Attorney ATTEST: :7�`I`IG��G c1 C7000��GGAv~ F FOR r � ° bDo Jannette S.Goodall(Mar29,202214:55 CDT) PA,o Jannette Goodall o City Secretary og o ° � dad 000 �ddd ��nEXAS.oAp OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Cromwell Marine Creek Road Improvements Prof Services Agreement Amendment Template 101012 Revision Date: November 23, 2021 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 49556 Amendment No . 3 Department Fund-Account-Center Amount TPW 34018-0200431-5330500-101012-003930-9999 $311, 248 . 00 Total : $311,248 . 00 City of Fort Worth, Texas Cromwell Marine Creek Road Improvements Prof Services Agreement Amendment Template 101012 Revision Date: November 23, 2021 Page 4 of 4 ATTACHMENT "A" Scope for Engineering Design Related Services for Street Improvements along Cromwell Marine Creek Road from Boat Club Road to Old Decatur Road Task Order No.5 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. OBJECTIVE Provide conceptual and final engineering design (and analysis and) for the construction of a traffic signal at the intersection of Cromwell Marine Creek Road and Crystal Lake Drive; retaining wall along north side of Cromwell Marine Creek Road from approximate station 176+50 to 179+80 and from station 181+64 to station 185+50; geotechnical data and analysis for retaining wall design; Quality Level A Subsurface Utility Engineering (SUE) data, to confirm as-built data and develop waterline adjustments; widening of the existing roundabout at Cromwell Marine Creek Road and Marine Creek Parkway in north Fort Worth; and Construction Manager at Risk Engineering Services. Work under this task order includes project management, development of revised plans associated with the traffic signal, retaining wall, and roundabout, updated opinion of probable construction costs, data collection and Technical Memorandum of roundabout. WORK TO BE PERFORMED Activity 1. Design Management Activity 2. Conceptual Design Activity 3. Preliminary Design Activity 4. Final Design AGti Vity F Bid Phase Ser„i` es- — N/A AGtiVity G: (`�r�c4ri in4i�r� Dh;co SeFViGeS— N/A AGti i+ity 7. C?9W\ Eac elm.oA4 Qoriinoc Activity 8. Survey and Subsurface Utility Engineering Services AGtwity 9. —N/A Activity 10. Plan and Submittal Checklists Activity 11. Quality Control/Quality Assurance ACTIVITY 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. 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 City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Cromwell Marine Creek Improvements Pagel of 11 101012 • Task and allocate team resources 1.2. Communications and Reporting • Attend two (2) new design review meetings. First to discuss and review conceptual design of roundabout modifications and second to review the 30% submittal and agree on the disposition of City comments. ASSUMPTIONS • Work associated with the task order is assumed to last through development of the final 100% plans. • Coordination meetings with CITY include preparation and follow up meeting minutes/notes. DELIVERABLES A. Meeting summaries with action items for milestone plan review meetings. ACTIVITY 2. CONCEPTUAL DESIGN The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection — N/A 2.2. Subsurface Utility Engineering (Refer to Section 8.3) 2.3. The Conceptual Design Package shall include the following: 2.3.1 Roadway Design • Roundabout Design: The ENGINEER shall prepare a schematic level roadway design alternative to the existing roundabout at the intersection of Cromwell Marine Creek Road and Marine Creek Parkway. The existing roundabout has deficiencies that have been documented by the design team and discussed with the City. Design of the new roundabout shall be based on current City roundabout design guidelines. 2.3.2 Traffic Engineering (See Activity 3) — N/A 2.3.3 Drainage Design: The ENGINEER shall review the proposed geometric modifications to the roundabout at Marine Creek Parkway and identify any necessary changes to the drainage system, including the relocation or addition of drainage structures and storm sewers. 2.3.4 Culvert Design and Analysis— N/A 2.3.5 Traffic Control Design: City of Fort Worth,Texas Attachment A Cromwell Marine Creek Improvements PMO Release Date:02.06.2015 101012 Page 2 of 11 • The ENGINEER shall prepare geometric concept exhibits and staging concept exhibits to facilitate construction of the modifications to the roundabout at Marine Creek Parkway. This work includes preliminary narrative of the construction sequence, with sketches depicting the general limits of work and staging of traffic in each phase. 2.3.6 Conceptual Landscape Design — N/A 2.4. Construction Estimate: Opinion of Probable Construction Costs: • The ENGINEER shall prepare an estimate of probable construction cost based on the revised conceptual design described in Activity 2.3.1. ASSUMPTIONS • The roadway exhibit will include proposed horizontal roadway alignment, a general layout and pavement grading plan of the proposed roundabout, proposed/existing profile, existing and proposed ROW, existing and proposed sidewalks, and proposed lane dimensions and lane arrows. • ENGINEER shall not proceed with Design activities associated with this task order without written approval by the CITY. DELIVERABLES A. Conceptual Design Package • Roadway concept level alternative exhibit • Opinion of probable construction costs • QC Review documents including fastest path, design vehicle turning movements, etc. (see also Section 11-2). B. Drainage Study— N/A ACTIVITY 3. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: 3.1.1 Roadway Design • Roundabout Design: Preliminary roadway plans for the modification of the existing roundabout at the intersection of Cromwell Marine Creek Road and Marine Creek Parkway. o An alignment sheet specifically created for the required roundabout alignments. o Preliminary roadway details to include curbs, curb expansion joints, sidewalks, and pavement details. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Cromwell Marine Creek Improvements Page 3 of 11 101012 o Intersection layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, lane dimensions and arrows, and existing and proposed contours (0.50' intervals. 3.1.2 Traffic Engineering • The ENGINEER will prepare preliminary traffic signal design for the intersection of Cromwell Marine Creek Road at Crystal Lake Drive. This work shall include preliminary signing, pavement marking plans for the traffic signal at Crystal Lake Drive and roundabout at Marine Creek Parkway. 3.1.3 Traffic Control Plan: • The ENGINEER will update the Traffic Control Plan to reflect addition of traffic signal at Crystal Lake Drive and roundabout at Marine Creek Parkway.The design submittal will also include all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. 3.1.4 Illumination Plans— N/A 3.1.5 Drainage Design • The ENGINEER will prepare preliminary drainage plans updates to existing inlets and drainage structure, as required to accommodate the modified roundabout. 3.1.6 Removal Plans: • The ENGINEER will develop preliminary removal plans and quantities comprised of existing items that must be removed to facilitate the construction of the proposed improvements. The removal plans shall include the area within the proposed widening Marine Creek Parkway roundabout. 3.1.7 Landscape Plans—N/A 3.1.8 Water and Wastewater Relocation Plans—N/A 3.1.9 Bridge Design • The ENGINEER will develop retaining wall plans to facilitate the construction of retaining wall along the north side of Cromwell Marine Creek Road from approximate station176+50 to 179+80 and from station 181+64 to station 185+50. It is anticipated that the retaining wall will be two MSE walls. 3.2. Geotechnical Investigation/Pavement Design • The ENGINEER will provide geotechnical data and analysis for the design and construction of a retaining wall on the north side of Cromwell Marine Creek Road noted above in Section 3.1.9. The geotechnical data and analysis shall include the following: o The Engineer shall determine the location of proposed soil borings for settlement analysis, retaining walls, and slope stability in accordance with the latest edition of the Texas Department of Transportation's (State's) Geotechnical Manual. The City will review and provide comments for a boring layout submitted by the Engineer showing the general location and depths of the proposed borings. Once the Engineer receives the City's City of Fort Worth,Texas Attachment A Cromwell Marine Creek Improvements PMO Release Date:02.06.2015 101012 Page 4 of 11 review comments they shall perform soil borings (field work), soil testing and prepare the boring logs in accordance with the latest edition of the State's Geotechnical Manual and State District's procedures and design guidelines. o All geotechnical work should be performed in accordance with the latest version of the State's Geotechnical Manual. All testing shall be performed in accordance with the latest version of the State's Manual of Test Procedures. American Society for Testing Materials (ASTM) test procedures can be used only in the absence of the State's procedures. All soil classification should be done in accordance with the Unified Soil Classification System. o If applicable, the Engineer shall perform any retaining wall analyses to include the settlement analysis. This analysis must include the computation of the factor of safety for bearing capacity, global stability, overturning and sliding. In addition, the Engineer shall include allowable bearing pressure, passive earth pressure, friction factor, settlement analysis (consolidation report) and lateral earth pressure for the retaining walls. o If applicable, the Engineer shall perform soil borings, coring for pavement removal items, piezometric readings, testing and analysis to include slope stability analysis, settlement analysis, and foundation design recommendations, retaining walls, overhead sign structures, bridges, embankments and any temporary soil retaining systems. o The Engineer shall provide a signed, sealed and dated geotechnical report which contains, but is not limited to, soil boring locations, boring logs, laboratory test results, generalized subsurface conditions, ground water conditions, piezometer data, analyses and recommendations for settlement and slope stability of the earthen embankments, skin friction tables and design capacity curves including skin friction and point bearing. The skin friction tables, and design capacity curves must be present for piling and drilled shaft foundation. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Public Meeting — N/A 3.5. Utility Clearance— N/A 3.6. Construction Estimate: Opinion of Probable Construction Costs ASSUMPTIONS Traffic Control Plan • All the field and laboratory tests will be performed according to ASTM/TxDOT standards, where applicable, or with other established procedures. Results of the field and laboratory data will be used to provide geotechnical recommendations for the proposed structures. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Cromwell Marine Creek Improvements Page 5 of 11 101012 DELIVERABLES A. Preliminary Design drawings and specifications B. Estimates of probable construction cost C. Geotechnical Report ACTIVITY 4. FINAL DESIGN (90 PERCENT AND 100 PERCENT) 4.1. Final Draft (90%) Plans and Specifications 4.1.1 Roadway Design • ENGINEER will prepare final roadway plans for the modification of the existing roundabout at the intersection of Cromwell Marine Creek Road and Marine Creek Parkway. 4.1.2 Traffic Engineering • The ENGINEER will prepare final signing, pavement marking plans for the traffic signal at Crystal Lake Drive and roundabout at Marine Creek Parkway. • The ENGINEER will prepare final traffic signal design for the intersection of Cromwell Marine Creek Road at Crystal Lake Drive. 4.1.3 Traffic Control Plan: • The ENGINEER will prepare final Traffic Control Plan to facilitate the construction of a traffic signal at Crystal Lake Drive and roundabout at Marine Creek Parkway. 4.1.4 Illumination Plans— N/A 4.1.5 Drainage Design—N/A 4.1.6 Removal Plans: • The ENGINEER will develop removal plans comprised of existing items that must be removed to facilitate the construction of the proposed improvements. The removal plans shall include the area within the proposed widening Marine Creek Parkway RAB. The ENGINEER shall develop removal quantities and related general notes. 4.1.7 Landscape Plans—N/A 4.1.8 Water and Wastewater Relocation Plans—N/A 4.1.9 Bridge Design • The ENGINEER will develop retaining wall plans to facilitate the construction of retaining wall along the north side of Cromwell Marine Creek Road from approximate station176+50 to 179+80 and from station 181+64 to station 185+50. 4.2. Final (100%) Plans and Specifications • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. City of Fort Worth,Texas Attachment A Cromwell Marine Creek Improvements PMO Release Date:02.06.2015 101012 Page 6 of 11 Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. 4.3 Project Decision Log: N/A 4.4 Construction Estimate: Opinion of Probable Construction Costs • The ENGINEER shall submit a final design opinion of probable construction costs with both the 90% and 100% design packages. This estimate shall use standard CITY bid items and applicable TxDOT bid items. 4.5 Utility Clearance/Relocation Inspection: N/A 4.6 Construction Manager at Risk Engineering Services: • The ENGINEER shall provide the following engineering services to support delivery of the project by Construction Manager at Risk (CMAR): a) The ENGINEER shall prepare CMAR Request for Proposal (RFP) documents. b) The ENGINEER shall assist the CITY in evaluating CMAR Proposals. c) The ENGINEER shall assist the CMAR with Pre-Construction Services. d) The ENGINEER shall modify/update the traffic control plans (TCP) in conjunction with input from the CMAR. The ENGINEER shall modify/update plans based on CMAR constructability review. e) The ENGINEER shall assist the CMAR prepare final plans, specifications, and quantities for the construction bid packages. ASSUMPTIONS Construction Manager at Risk • The ENGINEER estimates that a maximum of three (3) proposals will be received and evaluated. • Pre-Construction Services shall include up to four (4) stakeholder coordination meetings, twelve (12) constructability review meetings, and thirty-six (36) bi- weekly coordination meetings with CMAR over 18 months. Eighteen (18) of the thirty-six (36) meetings are already covered in the Construction Phase Services provided in Amendment-2. The meetings are anticipated to take 1 to 1.5 hour. • Modification to the TCP sheets will consists of updates to the 60% plans developed by the ENGINEER. Modification of the plans will include development of 90%, 95% and 100% plans and quantities. • Modification of the plans, based on the CMAR constructability review, shall be limited to roadway, bridge, illumination, and drainage sheets. This work will include development of 95% and 100% plans and quantities. • Submittals associated with Activity 4.6d and 4.6e shall be half-size (11x17) PDF sheets and not paper copies. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 7 of 11 Cromwell Marine Creek Improvements 101012 • CMAR proposed changes to the plans will be evaluated by the ENGINEER, before development of the updated plans, for benefit to the project to gain efficiency, reduced time, and/or cost. • This scope is limited to the hours and fee shown in the Level of Effort (LOE) Distribution (Exhibit 04). Actual LOE will be dependent upon number and magnitude of CMAR proposals. Additional services may be provided for additional fee if authorized in writing by CITY and agreed to in writing by ENGINEER. Retaining Wall Design • The retaining wall will be two MSE walls. • Update sheets and details as necessary Final Drainage Design and Analysis • Update storm sewer & DA sheets • Final iSWM checklist • Assume 2 meetings with B&M/city staff • 2 sets of 11 v17 size dF an�cpcGifiGatiens "nill be delriryelr zfer Qn0/ Design rank-no • 4 fl IF file fnr Oho 900/ DeSEOn Will 1949 nro;;4or1 from design GAD drawing,; ;;Ad W. h9 1 inleaded to the nrniont fnlrlor in Ri i��c� ni • TBet Af fl 6+72 dram-AWORgSTrvet f 11417 r!ra niingS,—aR Z:SpeGifficatiARS W..ill ho r-1 1i fnr t it nn0/ flocinn r»nL�no vri�cr v Tvr r0004 DtQ6igR paGkagc. • 4 fl IF file fnr thLQ 10n O�eSEOR Wil�nG-rtQ;;ftea fr�ecsiggR GAD drawinns aRa A ill --Q 1 inleade l to the nrnion4 fnlrlor in Ri i��c� ni DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES — N/A TASK 6. CONSTRUCTION PHASE SERVICES—N/A AGT.INA TY 1APEE AQ€A4€N TS€RWCFE i— N/A ACTIVITY 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES — N/A ENGINEER will provide survey support as follows. 8.1 Design Survey— N/A City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 8 of 11 Cromwell Marine Creek Improvements 101012 8.2 Temporary Right of Entry Preparation and Submittal — N/A 8.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level as described below. SUE shall be performed before design on all utilities and, to confirm proper relocation and clearance after utility relocation is complete, on relocated utilities. The location of relocated utilities as determined by SUE shall be shown in the construction plans. The SUE shall be performed in accordance with Cl/ASCE 38-02. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. ASSUMPTIONS Subsurface Utility Engineering (SUE) • Limits of new subsurface utility engineering data collection will be based on the base map developed by the ENGINEER. • The size of each utility will be presented in the utility file if this information is indicated on available record drawings. DELIVERABLES A. SUE Data • Utility base map CAD file depicting the type and horizontal location of the designated utilities. GT.INATY o. RER.A41T�Q— N/A ACTIVITY 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Traffic Traffic Control Control Control Attachment"A" Signal Storm Storm Lights /Sewer Engineering 30% 60% 90% Type (Submit All Water Water (Submit (Submit (Submit All @ 30%) 30% 60% All All @ 60% Required for all work in City 30%% 60%) @ ) G ROW Street N/A X X X X" X X X X Storm Water X X X X X Water/Sewer X X X X *If included in street project City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Page 9 of 11 Cromwell Marine Creek Improvements 101012 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — 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: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. ACTIVITY 11. QUALITY CONTROL/QUALITY ASSURANCE. ENGINEER to provide to the City a Quality Control/Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager 11.1. — N/A 11.2. QC/QA of Design Documentation • ENGINEER will prepare QC/QA exhibits of the roundabout including fast paths, entry angle, turning movement and sight distance exhibits. These exhibits will be submitted for internal review, followed by CITY review. • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. • ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Cromwell Marine Creek Improvements Page 10 of 11 101012 applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. • A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or"check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved in the checking process. Mark-ups may also be documented using the Comment Resolution Log. • Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: • PDF of the completed Detailed Checklists • PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been under taken; • PDF of previous review comments (if any) and the ENGINEER's responses to those comments in the Comment Resolution Log • If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted for a returned submittal. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. QC/QA Documentation. City of Fort Worth,Texas Attachment A PMO Release Date:02.06.2015 Cromwell Marine Creek Improvements Page 11 of 11 101012 ATTACHMENT B COMPENSATION Design Services for Cromwell-Marine Creek Road City Project No. 101012 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 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 2021 Rate 2022 Rate ($/hour) ($/hour) Project Director $254.02 Project Manager $248.82 Senior Engineer $206.41 Project Engineer $179.82 Designer $150.97 Sr. Technician $130.26 Engineer in Training $125.13 Project Controls Specialist $131.03 Administrative $80.42 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%). 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 Cromwell Marine Creek Improvements B-1 101012 ATTACHMENT B COMPENSATION 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Cromwell Marine Creek Improvements Page 2 of 4 101012 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Burns & McDonnell Project Management and $ 253,032.00 81.30 % Overall Design Package Development and Submittal Proposed MBE/SBE Sub-Consultants The Rios Group Subsurface Utility Engineering $ 35,400.00 11.37 % ETTL Engineers Geotechnical Services $ 22,816.00 7.33 % Caye Cook& Landscape Design (N/A) $ 0.00 0.00 % Associates Non-MBE/SBE Consultants Peloton Lands Survey, Drainage, $ 0.00 0.00 % Solutions ROW/Easements(N/A) TOTAL $ 311,248.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE (101012) Cromwell Marine Creek Road $ 311,248.00 $ 58,216.00 18.70 % City MBE/SBE Goal = 22.62 % Consultant Committed Goal = 18.70 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Cromwell Marine Creek Improvements Page 3 of 4 101012 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Cromwell Marine Creek Improvements Page 4 of 4 101012 B-4 o � o N V O f0 E U E m � m 0 0 v v m ri U o 0 v v > N� N U — 0 o rn m N 'O >, U N N o 0o n •0 7 0 � rn o r y > .0 t .t. 3 v o 0 0 0 0 O O O O O O v 0 Gl T ,t. v c v o o r o m A c _ � A co v co o co � c O N O Q o rn n n v 3 F m fn o Q TT TT Tr A r y m co v co m of ro n C LL O F M E W O N N C A OC 0 N V 0 a) C M cm o W D O Q Q U y y O _ ++ > W n O E (O M O) of N V C E 0_ 0 0 0 N G y 'O O c_ o CC E W O fp CL O O .% L 0 � .1 C Q N U w 3 -6 F Y Q ` 'y V W E L o .O y y M p O O O _ O ` O O N cO V O 0 Q C ` Q O w C r N O m y E ;? o � o ro x 41 D o rn o m v E 0 = to 0 0 a u u -`o �2 N N N N w v rn rn rn rn rn N -a W -O rn rn rn rn rn Q O Q m m rn 0 o 0 0 0 0•Ft� W f6 •W D o 0 o O O o_ WO1 LL •L O O O O O co N 0 0 0 O O N NO D O O O O O a E v v v v v d o ~ o 0 0 0 o N Y U N N N N N }I O O O W W W E ca W c N R &&& && U o 0 0 0 0 a o Q y y y y y C N � V O co r N o m m m m m y U a ° m o x a a a a s E �t H 0 n `w t3 awe M a z U _ � y•O W r A A O U .O >d' Gl t6 ~ •N V D Z N CC +�-' C f6 0 o o . . N M w •mod N t Q O w 0 is U N z z z z /1-O E c c y y 2 0 C C >.0 0 j .m aai, Ud V U>ILLLFS �n OOQQQQ � k0 J / \ } Ea. ) + \ > � \ 22 a « & ! � 3 \ \ § � � § & t \ \ / � E2 \ ca E ) - - ; \ kR o ] E f {/ § � ) � ° ) & ) - - Ez & E : ƒ{ / 2< / B \ \ VU � 0 ° Cl) ) w 0 LL15{ / \ o \ ■ O { / § ` \ E - 3 m � \ r k u E \ ) ) \ 2 % C) \ \ } \f \ \ � @ « / k � 0 k 77 = $ u ) / 7 / m ( � k f J u2 \ om - @ � \ 0 § } � § 0 m20 L a aO � - ua. u 0AIL � A / i ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Cromwell-Marine Creek Road City Project No. 101012 None City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 },,,77/,},\`® ! _ 7& 2 f§{ � !§ ! \)� \ � I ! t H H oL o o }� -! |! -\ !.Io - kj ))/ q#\ - - � � ,:;•�;� !!t!}\{{){f ƒf 12 1 \ \ )!]I § ))!))!!!i))G!!)/) ): ;\\ /)! \ !\ _ 2§ ) ] f§{ � 7Lu.20 §02M : \)� \ � ]ff /! \ ` ) { \ 4 - _ Q \ k=7}]\G\}\!|!9 Qf : )!;#\!{Q ! ] ! ! S S \)f)\f/;)\ ) § ] § ;\\ /)! �\ o)\{E |" ! | / ! _ f§{ � !§ ! LLI0 : \)� \ � � � \ t })! w\j\ . }§j\\ � \ ;\\ /)! �\ FORT WORTH ATTACHMENT"D" PROJECTSCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three"Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth,Texas Attachment D Cromwell Marine Creek Improvements Revision Date:07.20.2018 101012 Page 1 of 1 � � } \ z _ \ � / ( e � z \ \ � \ \ \ ! / / / # � ! 7 ^ £ � ; ) y EE + e ! ] ] 7 ! } a ! „ ! \ \ oo J / / J | � ! § § § o \o 7E ] ] ƒ ) ) /\ \ , o 49s E � o \ / - _ No ! E =m ! ! . ) � / ! o § § #}\{ §\ #{\ i , f) § § \ ! 2 \\ \ §) G %\ / & § ; : E * ! � * E &¥ ' l7tt\ ƒ ( \ 7! ! ) * ! r _ k// t / / % k (\ tof LE of \\ <' 00 o go n „ . . . . =2 ;2;E 'a l ,y. IJ rl . a . i�l'' t [ I �U1 cc§0 IE2Q CROMWELL � I �o z. END PROJECT MARINE CREEK PKWY BEGIN PROJECT BOAT CLUB RD GREENFIELD F N NORTH _� HILL u Tarrant Cou ° iW North NOR TH 1 w 1-- —-- RIDGE SOUTH RIDGE ■ a I CANYON - -a LONGHORN 2000 D -I :3 BIG BEND S%_ Q r,or,, ROCKY RNS a su1 E � DA EAs 1 ; — I n MWELL MARI CREEK ROAM D O N N E L DA LAS Tx,FIRM F I 1 CITY PROJEC NO. 101012. E EE ING FIRM F-�45 1 D D I 1 STARLL k3 BF AHM S I n c z o Ix O I W MC; LEROY \ SAP TA C.--RTR DIS a m STONE ThFF� r r 1 SHADY sFgppF�o t LONGHORN C) MAFlINL ChLI Y t5 ��5�l ALL GREEN RI WE CgLIFF � 4 ii I ZF J� 0E5T COLLEGE it TF my 1un:0Y COIIegE RRi west Campus e`L�I DUKE LAkE MARINE ;SLNOOil i FPl CREEK Park IvyI �J LAKE r9RrLZE 3 J �< REEF FAIR WINO "SHALW' /CD PI SHFI^vGTiDF JOj-i%',5 '/Mj F�L �1C�N u}AY Fti �I I }1 J 0 500 1000 ~I U 1 / SCALE: 1"=2000 FORTWORTH. EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. I. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in writing. ii. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of"any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non-owned autos is acceptable. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Page 1 of 3 Rev. 5.04.21 Cromwell Marine Creek Improvements 101012 c. Workers' Compensation — Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims-made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its exe cution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or CFW Standard Insurance Requirements Page 2 of 3 Rev. 5.04.21 Cromwell Marine Creek Improvements 101012 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein. d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. A ten (10)days' notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self-insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first-dollar basis. City, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims- made basis, shall contain a retroactive date coincident with or prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Page 3 of 3 Rev. 5.04.21 Cromwell Marine Creek Improvements 101012 1 9 8 8 2 0 1 6 A C O R D C O R P O R A T I O N A I I r i g h t s r e s e r d d The ACORD name and logo are registered marks of ACORD BURNS �MGD N 4 NELLa December 7, 2021 Mrs. Alejandra (Alex) Ayala, P.E. Senior Project Manager - City of Fort Worth Transportation & Public Works Department 1000 Throckmorton Street Fort Worth, Texas 76102 817-392-8883; aejandra.ayala(a�fortworthtexas.gov Re: Task Order 5 Proposal to provide conceptual and final engineering design and analysis for the construction of roadway improvements along Cromwell Marine Creek Road. Mrs. Ayala: The initial scope of work and fee request for Task Order 5 consisted of the development of new traffic signal design for the intersection at Crystal Lake Drive and modification to the existing roundabout at Marine Creek Parkway to accommodate future traffic volumes and improve safety at both locations. However, during design development and further evaluation of right-of-way constraints, the need for additional data, analysis, and design were identified. The need for Construction Manager at Risk (CMAR) engineering support services was also identified. To successfully complete the project, the scope of has been adjusted to include: a. Level A SUE (Test Holes) to confirm water and wastewater depths/elevations provided in as-built drawings to validate clearance to pavement structure and facilitate 20" waterline design. SUE data will be used to identify depth of gas pipeline at the west end of the project. b. Retaining Wall Design and associated geotechnical data and analysis to construct the proposed widening within the existing roadway right-of-way and avoid potential cost and time delay associated with the acquisition of adjacent park and residential property to construct 3:1 or 4:1 bridge embankment. c. Construction Manager at Risk Engineering Services to expedite construction of the project and reduce the overall time for completion. Scope of Work and Fee Request Summary Burns & McDonnell will develop the analysis based on the following 4 items: 1. Roundabout Modification: Development schematic level roadway design alternative to the existing roundabout at the intersection of Cromwell Marine Creek Road and Marine Creek Parkway. The modifications include the addition of travel lanes to accommodate projected traffic volumes identified in the Cromwell Marine Creek Road final traffic study (1/25/21) and Fast Path Analysis. Work includes development of the preliminary and final design plans and specifications. • Scope of Work and Fee Request—Activity 2.3.1, 3.1.1, and 4.1.1 • Total Fee Request - $42,598 13737Noel k•6alleria North Tower IlSvile 700•Dallas,TX 75240 Tel-972-455 3100•Fax.•972-395-4025•wwww hurnsmrd.rom oBURNSO �MED NNELL Task Order 5 Proposal for Cromwell Marine Creels Rd December 7, 2021 Page 2 Work associated with the roundabout modifications include the following: a. Project Management: Design review meetings, QAQC associated with development of the roundabout modifications, development of the roundabout modification's design, and development and review of the cost estimates. • Scope of Work and Fee Request - Activity 1.2, 2.4, 3.6, 4.4, and 11.2 • Total Fee Request - $20,946 b. Traffic Control Plans: Updating the Traffic Control Plans to include the addition of traffic signal at Crystal Lake Drive and roundabout at Marine Creek Parkway. The design submittal includes preliminary and final traffic control plans and quantities. • Scope of Work and Fee Request - Activity 2.3.5 and 3.1.3. • Total Fee Request - $11,579 c. Drainage Design: Review of the proposed geometric modifications to the roundabout at Marine Creek Parkway and identification of any necessary changes to the drainage system. The work includes relocation or addition of drainage structures and storm sewers. The design submittal includes preliminary and final drainage plans and quantities. • Scope of Work and Fee Request—Activity 3.1.5 and 4.1.5. • Total Fee Request - $10,313 d. Removal Plans: Development of preliminary and final removal plans and quantities of existing items that must be removed to facilitate the construction of the proposed roundabout modifications. The removal plans shall include the area within the proposed widening Marine Creek Parkway roundabout. • Scope of Work and Fee Request—Activity 3.1.6 and 4.1.6. • Total Fee Request - $4,868 2. Traffic Signal Design at Crystal Lake Drive: Development of preliminary and final traffic signal design for the intersection of Cromwell Marine Creek Road at Crystal Lake Drive. This work shall include signing and pavement marking plans for the proposed traffic signal at Crystal Lake Drive and modifications to the roundabout at Marine Creek Parkway. • Scope of Work and Fee Request—Activity 3.1.2 and 4.1.2 • Total Fee Request - $19,436 13737Noel Rd•6alleria North Tower IlSvile 700•Dallas,TX 75240 Tel-972-455 3100•Fax.•972-395-4025•wwww hurnsmrd.rom oBURNSO �MED NNELL Task Order 5 Proposal for Cromwell Marine Creels Rd December 7, 2021 Page 3 3. Retaining Wall Design: Development of preliminary and final plans to facilitate the construction of two MSE retaining walls along the north side of Cromwell Marine Creek Road from approximate stationl76+50 to 179+80 and from station 181+64 to station 185+50. • Scope of Work and Fee Request—Activity 3.1.9 and 4.1.9 • Total Fee Request - $32,778 Work associated with the retaining wall design includes the following: a. Geotech Data and Analysis: Development of geotechnical data and analysis for the design and construction of a retaining wall on the north side of Cromwell Marine Creek Road from approximate stationl76+50 to 179+80 and from station 181+64 to station 185+50. This work includes collection of soil boring data related retaining wall design analysis in accordance with TxDOT and City requirements. • Scope of Work and Fee Request—Activity 3.2 • Total Fee Request - $22,816 4. Level A (Test Hole) Data: Quality Level "A" SUE data comprised of 22 test holes at varying depths. The submittal will include an updated SUE map with utility location, size, and elevation. The SUE shall be performed in accordance with Cl/ASCE 38-02. • Scope of Work and Fee Request - Activity 8.3. • Total Fee Request - $35,400 5. Construction Manager at Risk Engineering Services: a. Prepare CMAR Request for Proposal Documents: • Scope of Work and Fee Request - Activity 4.6a • Total Fee Request- $14,176 b. Assist City Evaluate Request for Proposal Documents: • Scope of Work and Fee Request - Activity 4.6b • Total Fee Request- $6,461 c. CMAR Pre-Construction Services: Pre-Construction services shall include stakeholder coordination meetings, constructability review meetings, and bi- weekly coordination meetings with CMAR. • Scope of Work and Fee Request—Activity 4.6c • Total Fee Request - $26,582 13737Noel Rd•6alleria North Tower I/Suite 700•Dallas,TX75240 Tel-972-455 3100•Fax.•972-395-4025•wwww hurnsmrd.rom oBURNSO �MED NNELL Task Order 5 Proposal for Cromwell Marine Creels Rd December 7, 2021 Page 4 d. Modify TCP/Update Plans: Modify/update the traffic control plans (TCP) based on input from the CMAR. Modify/update 90% roadway, bridge, illumination, and drainage plans based on CMAR constructability review. • Scope of Work and Fee Request—Activity 4.6d • Total Fee Request - $47,141 e. Assist CMAR Prepare Final Plan, Specifications and Quantities for construction bid packages. • Scope of Work and Fee Request—Activity 4.6e • Total Fee Request - $16,154 The total fee request for the design and analysis associated with Task Order 5 is $311,248, as tabulated below: Task/Activity Description Fee Request 1. Roundabout Modification $42,598 a. Project Management/QAQC/Cost Estimate I $20,946 b. Traffic Control Plans I $11,579 c. Drainage I $10,313 d. Removal $4,868 2. Traffic Signal Design $19,436 3. Retaining Wall Design $32,778 a. Geotech Data Analysis $22,816 4. Level A(Test Hole) Data $35,400 5.Construction Manager at Risk Engineering Services a. Prepare CMAR RFP I $14,194 b. Assist the City Evaluate RFP I $6,479 c. CMAR Pre-Construction Services I $26,548 d. Modify TCP design/update plans based on constructability review I $47,141 e. Assist CMAR prepare Final Plans, Specifications, and Quantities $16,154 Total Fee Request $311,248 Please contact me if you have any questions and/or if you require any additional information. Sincerely, �.fw Dennis R. Ingram, P.E. Project Manager Burns & McDonnell Engineering Company, Inc. (469) 659-7199/ dringram@burnsmcd.com 13737koel k•6alleria North Tower I/Suite 700•Dallas,U75240 Tel-972-455 3100•fax-972-395-4025•wwww harasmrd.rom oBURNSO �MED NNELL. Task Order 5 Proposal for Cromwell Marine Creels Rd December 7, 2021 Page 5 Enclosures: 1) 00—Amendment 3 Professional Services Agreement 2) 01 —Attachment A Scope of Work 3) 02 —Attachment B for TM with Rate Schedule 4) 03—Attachment C Changes and Amendments to Standard Agreements 5) 04 — LOE Distribution 6) 05—Attachment D Schedule 7) 06—Attachment E Location Map 8) 07—Attachment F Standard Insurance Requirements 9) 08 — Form 1295 10)cc: BMcD Project File: T:\TRN\City of Fort Worth\102809 Cromwell Marine Creek Rd\Management\Contracts\Task Order 5 13737Noel k•6alleria North Tower I/Suite 700•Dallas,TX75240 Tel-972-455 3100•Fax-972-395-4025•wwww hurnsmrd.rom 2/10/22,9:37 AM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWORTH Create New From This M&C DATE: 2/8/2022 REFERENCE **M&C 22- 20CROMWELL ENG NO.: 0099 LOG AMENDMT 3 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize Execution of Amendment Number 3 in the Amount of$311,248.00 to an Engineering Services Agreement with Burns & McDonnell, Inc. for the Cromwell Marine Creek Roadway Widening from Boat Club Road to Marine Creek Parkway Project for a Revised Contract Amount of$3,002,202.41 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment Number 3 in an amount of$311,248.00 to an engineering services agreement for City Secretary Contract Number 49556 with Burns & McDonnell, Inc., for the Cromwell Marine Creek Roadway widening from Boat Club Road to Marine Creek Parkway project for a revised contract amount of$3,002,202.41 (City Project No. 101012). DISCUSSION: The 2018 Bond Program allocated funds for the roadway widening of Cromwell Marine Creek Road from Boat Club Road to Marine Creek Parkway. The original scope of work was revised by Mayor and Council Communication (M&C) 20-0361 to eliminate the roundabouts at the intersections of Bowman Roberts and Huffines Boulevard, and rehabilitate the pavement between Boat Club Road and Marine Creek Parkway. The additional funding being requested is needed to complete the design of the revised scope of work to widen Cromwell Marine Creek Road to a four-lane divided neighborhood connector. The purpose of this M&C is to authorize execution of Amendment No. 3 that provides compensation in the amount of$311,248.00 to Burns & McDonnell, Inc for the following services: Burns & McDonnell, Inc. was asked to evaluate and submit a Fast Path Analysis of the existing roundabout at Cromwell Marine Creek and Marine Creek Parkway. The study indicated that the roundabout will have to be modified as part of the widening improvements in order to reduce the speed of vehicles entering the roundabout. Design plans for the modification of the roundabout were added to the scope of work. Burns & McDonnell, Inc. was asked by Transportation Management to provide a warrant study for a traffic signal light at Cromwell Marine Creek and Crystal Lake Drive. Parkview Elementary School and the Fort Worth Northwest Public Library are located at this intersection. The study does warrant a traffic signal at the intersection due to the proximity of the school and library. Design of a traffic signal and intersection improvements were added to the scope of work. As part of the roadway widening of Cromwell Marine Creek, a new bridge will be designed and constructed over Marine Creek. Additional compensation is being added for the retaining wall design of the proposed bridge. The scope changes for this project added the right-of-way acquisition for the extended limits of the roadway widening. During the design phase, Burns & McDonnell, Inc. encountered a natural gas pipeline, water main, sewer main and other utilities along the corridor. The 22 Level A test holes will identify the depths of this infrastructure and determine if lowering or relocation are going to be required. The method of the construction of this roadway widening will be under a Construction Manager at Risk (CMAR). Staff has asked Burns & McDonnell to prepare the necessary documentation to request proposals, CMAR Pre-Construction Services, modify traffic control plans and update plans per CMAR recommendations, prepare final plans, specifications and quantities. The following table summarizes previous contract action and amendments: M&C Amount Justification Number Date apps.cfwnet.org/council_packet/mc_review.asp?ID=29654&councildate=2/8/2022 1/3 2/10/22,9:37 AM M&C Review Initial Contract $400,000.00 Execution of original contract for the C-28288 June 20, apps.cfwnet.org/counciI_packettmc_review.asp?I D=29654&co unciIdate=2/8/2022 2/3 2/10/22,9:37 AM M&C Review CSN 49556 design of the project improvements as 2017 part of the 2018 Jump Start Program Amendment No. 1 $1,500,000.00 Amendment to incorporate the cost for C-28764 June 26, CSN 49556-A1 design of 2 roundabouts and 2018 pavement rehabilitation of the corridor Amendment No. 2 $790,954.41 Amendment to incorporate additional 20-0361 June 2, CSN 49556-A2 funding needed to revise the scope of 2020 the project to a 4-lane divided neighborhood connector Amendment No. 3 $311,248.00 See above Contract Total $3,002,202.41 The funding for the project is summarized in the table below: Additional Fund Existing Funding Funding Project Total 34018 - 2018 Bond Program Fund $8,860,000.00 $0.00 $8,860,000.00 30108 -Transportation Impact Fee Capital Fund $2,730,000.00 $0.00 $2,730,000.00 39008 -Transportation Impact Fee Capital Legacy Fund $270,000.00 $0.00 $270,000.00 34017 -Tax Note 2017 Fund $500,000.00 $0.00 $500,000.00 Project Total $12,360,000.00 $0.00 $12,360,000.00 This project is included in the 2018 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 No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. M/WBE — Burns and McDonnell Engineering Company, Inc. is in compliance with the City's Business Equity Ordinance by committing to 18.70\% Business Equity participation on this project. The City's Business Equity goal on this project is 18.00\%. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously apps.cfwnet.org/council_packet/mc_review.asp?ID=29654&councildate=2/8/2022 3/3 2/10/22,9:37 AM M&C Review appropriated in the 2018 Bond Program Fund for the Cromwell - Marine Creek project to support the approval of the above recommendation and execution of the contract amendment. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department I Account Project Program Activity Budget Reference# Amount ID ID Year (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 1295 Form 101012.pdf (CFW Internal) 20CROMWELL ENG AMEND 3 FID TABLE.XLSX (CFW Internal) 20CROMWELL ENG AMENDMT 3 funds availability2df (CFW Internal) Final MWBE Burns and McDonnell Engineering Comp Memo 101012A3 12.30.21 GV.pdf (CFW Internal) M&C CPN101012 Cromwell Marine Creek Rd MAP.pdf (Public) apps.cfwnet.org/council_packet/mc_review.asp?ID=29654&councildate=2/8/2022 4/3