Loading...
HomeMy WebLinkAboutContract 51426-A1 CSC No.51426-A1 AMENDMENT No. 1 TO CITY SECRETARY CONTRACT No. 51426 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 51426, (the CONTRACT) which was authorized on the 1911 day of October, 2018 in the amount of $ 93, 120 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project : UPRR Kellis Group Quiet Zone Improvements, CPN 51426; and WHEREAS, it has become necessary to execute Amendment No. 1 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 $107,000. 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 $202,120. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Tnlorth, Texas UPRR Kellis Group Quiet Zone Improvements Prof Services Agreen_ent Amendment Temolate CPN -OD66 Revision Date: Novenber 22, 2D21 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 Kimley-Horn and Associates, Inc. Dana Bur�29,202ffl:58 CDT) Dana Burghdoff Scott R. Arnold, P.E. Assistant City Manager Vice President DATE: Mar 29,2022 DATE: March 8, 2022 APPROVAL RECOMMENDED: William Johnson(YLg' 202215A1CDT) 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 . /flaGc��vgftha Iskal Shrestha(Mar22,202215:10 CDT) Iskal Shrestha, P. E. Senior Professional Engineer OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Tnlorth, Texas UPRR Kellis Group Quiet Zone Improvements Prof Services Agreement Amendment Ternolate CPN -ODD 66 Revision Date: Novenber 22, 2D21 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: owl M&C: 22-0152 DBlack(Mar 28,2022 22:48 CDT) Douglas W. Black Date: 3/8/2022 Senior Assistant City Attorney ATTEST: dA'� FOR rahj� q,O °000000° � O° Y Tgnnette S. Goo�%ll �o o Jannette S.Goodall(Mar 29,2022 14:52 CDT) O O d 009 Jannette Goodall �vo =d City Secretary �� o o o° cJ °oo0OOoo° p ��nEXAS.oAp OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Tnlorth, Texas UPRR Kellis Group Quiet Zone Improvements Prof Services Agreement Amendment Ternolate CPN -ODD 66 Revision Date: N04ellber 23, 2D21 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 51426 Amendment No . 1 Department Fund-Account-Center Amount T PW 34018-5330500-007530 and 34014-5330500-007530 $10 7, 0 0 0 . 0 0 Total : $107, 000 . 00 City of Fort Tnlorth, Texas UPRR Kellis Group Quiet Zone Improvements Prof Ser-vi-_es Agreemer_t Amendment Template CPN -01S56 Revision Date: November 23, 2D21 Page 4 of 4 Kim ey>>> Horn Page 1 March 8, 2022 Iskal Shrestha, P.E. City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Re: CSN 51426 UPRR at Kellis Group Quiet Zone Improvements Amendment 1 Dear Iskal: Kimley-Horn and Associates, Inc. ("ENGINEER") is pleased to submit this amendment letter proposal to the City of Fort Worth ("CITY") for providing additional services including additional design required per updated railroad diagnostic meeting. This amendment covers: • Additional design management task required to complete final design. • Perform diagnostic meeting with the City, FRA and UPRR. Prepare diagnostic meeting notes and distribute to diagnostic team. • Provide additional design per updated diagnostic meeting findings. • Provide TDLR review and inspection services. Scope of Services Kimley-Horn will provide the services specifically set forth in the attached Attachment A. Schedule We will provide our services within a mutually agreed upon timeframe. Compensation Refer to the attached Attachment B for the Compensation. We appreciate the opportunity to provide these services to you. Please contact me if you have any questions. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. 4*,ja By: Scott R. Arnold, P.E. Vice President FORT WORTH,Ir— ATTACHMENT "A" Scope for Engineering Design Related Services for UPRR Kellis Group Quiet Zone 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. OBJECTIVE The objective of the UPRR Kellis Group Quiet Zone Improvements project is to install safety measures to allow each of the five (5) crossings to become quiet zones which will reduce train horn noise in the surrounding neighborhoods. WORK TO BE PERFORMED Task 1. Design Management Tack 7 r`GRGept al DesigR (300) Tack Q DrolimiFlary 0 , DesigR (6 0) ynv �v Task 4. Final Design (90% and 100%) Tack 5. Bid Phase SeNiGes ru� n;r,k 6 (-nric4r--Minp DhAco Rppginoc Tack 7 D(lWEasemeRt S., inoc n�S,k 9 S pwte i 7hr✓ Utility F=RgiRee FiRg C'o 1 Task 9. Permitting Tack 10 Quality CE)R4rr)l/Quality ss urapc-e City of Fort Worth,Texas Attachment A Release Date:07.22.2021 Pa e1 Of7 UPRR Kellis Group Uuiet Zone Impra,,ements 9 GPN 101P66 FORT WORTH,,Ir- TASK 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 • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting: • Attend a diagnostic with CITY staff and UPRR to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase • Conduct and document biweekly design team meetings • Conduct QC/QA reviews and document those activities. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth,Texas Page 2 of 7 Attachment A Release Date:07.22.2021 Page 2 of 7 DPRR Kellis Group Quiet 2cne Imprcc7ements CPn 101E66 FORT WORTH. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • One (1) railroad diagnostic meeting • One (1) constructability review meeting during design • Four (4) monthly project update meetings during design phase • One (1) plan review meetings • Eight (8) biweekly design team meetings • All submittals to the City will be Quality checked prior to submission. • Project design phase is anticipated to take Four (4) months. • Four (4) monthly updates of Project Status Reports, MWBE forms, TPBE, Risk Register, and project Schedule. DELIVERABLES A. Meeting summaries with action items B. QC/QA documentation C. Baseline design schedule D. Monthly Schedule updates with schedule narrative describing any current or anticipated schedule changes E. Monthly Project Status Reports F. TPBE spreadsheet updates with milestone submittals and when new cost figures are available G. Monthly Project Risk Register updates H. Plan Submittal Checklists (See Task 10) I. Monthly invoices J. Monthly M/WBE Report Form and Final Summary Payment Report Form City of Fort Worth,Texas Page 3 of 7 Attachment A Release Date:07.22.2021 Page 3 of 7 UPRR Kettis Gioup Quiet Zone Impro-emerits CPN ICI966 FORT WORTH,,Ir- TASK 2. CONCEPTUAL DESIGN (30 PERCENT). [NOT USED] TASK 3. PRELIMINARY DESIGN (60 PERCENT). [NOT USED] TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Final Design (90 Percent) and Final Construction Documents (100 Percent) Plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows.] • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • Final draft construction plan (90%) will include following design per updated diagnostic meeting for each crossing. UPRR at Bewick Street ■ Add profile for west side on the tracks ■ Update median per diagnostic meeting notes. ■ Remove gravel drive on south-west side ■ Update striping to add edge line on the areas with no curb. UPRR at Biddison Street ■ Install median on both sides of tracks per diagnostic meeting notes. ■ Install sidewalk on south side of the road. ■ Revise geometry and grading for the sidewalk on the south side of the road. ■ Determine additional railroad panel to be installed by the UPRR. ■ Coordinate with CITY on vertical clearance of RR signals. ■ CITY to coordinate with UPRR and provide information to ENGINEER to include on plan. ■ Evaluate striping/bike buffer with CITY's Planning Department. ■ Extend bike striping to edge of panels. ■ Prepare UPRR real estate (RE) property area improvement exhibit. ■ Restrict SB right turn for trucks to WB on Biddison Street. UPRR at Dickson Street ■ Install sidewalk on north side of the road. ■ Create property owner exhibit if required. ■ Tai will talk with property owner about closing driveway on north-east corner. ■ Design retaining wall/grading, new culvert, and headwalls/sets to extend culvert to provide space for sidewalk. City of Fort Worth,Texas Page 4 of 7 Attachment A Release Date:07.22.2021 UPRR Ke11is G-oup Quiet Zone ImproVemer_ts Page 4of7 cPN 101E66 FORT WORTH. ■ Relocate/move storm line on west side to allow for the placement of RR gate as necessary. ■ Verify gate clearance with power line, coordinate with franchise utilities ■ Update striping to include edge lines. ■ Verify/update asphalt buffer between tracks and concrete pavement/sidewalk. UPRR at Bolt Street ■ Install sidewalk on north side of the street. ■ Revise geometry and grading for the sidewalk on the south side of the road. ■ Update median per diagnostic meeting notes. ■ Create property owner exhibit if required. ■ CITY to coordinate with property owner on feasibility of driveway closure. ■ Extend culvert on east side for sidewalks installation. ■ Verify new signal locations, check overhead electric clearance (on south), coordinate with franchise utilities. ■ Adjust driveway to be narrower on north-west and south-east. ■ Extend curb on south-east corner to existing railroad gate. ■ Prepare UPRR real estate (RE) property area improvement exhibit. UPRR at Kellis Street ■ Add curb and gutter, redesign driveway (north east). ■ Extend east median, redo south-east drive. ■ Create exhibit for CITY to coordinate with property owner if required. ■ Adjust sidewalk to roadside of gate to fit escape route between gate and rail if possible, without adjustment to sidewalk and drainage. ■ If not, new gate will be installed by maintaining minimum clearance and squeeze in sidewalk between gates. ■ Coordinate bolt/splice location. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • 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. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • A Quantity Summary page will be included in both the 90% and 100% design plans. Each design sheet of the plans shall also include a quantity take off table. City of Fort Worth,Texas Page 5 of 7 Attachment A Release Date:07.22.2021 Page 5 of 7 JPRR Kellis Group Quiet Zone Impro.�eme n+s i,PN 101866 FORT WORTH,. • The ENGINEER shall submit an estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use standard CITY bid items, as applicable. ASSUMPTIONS • Three (3) sets of 11"x17" size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF and DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • One (1) sets of 1 T'x17" size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF and DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in City's document management system (BIM 360). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Final Drainage Checklist C. 100% construction plans and Project Manual including QC/QA documentation. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable E. Digital cover sheet for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. [NOT USED] TASK 6. CONSTRUCTION PHASE SERVICES. [NOT USED] TASK 7. ROW/EASEMENT SERVICES. [NOT USED] TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. [NOT USED] TASK 9. PERMITTING. 9.1 Texas Department of Licensing and Regulation (TDLR) • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR • Completing all TDLR forms/applications necessary City of Fort Worth,Texas Page 6 of 7 Attachment A Release Date:07.22.2021 Page60f7 UPRR Kellis Gruup Quiet Zune In_pro,7emen�s LFN 131866 FORT WORM, Ir- • Obtain the Notice of Substantial Compliance from the TDLR • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests • All costs associated with TDLR plan review and inspections are to be paid by the ENGINEER during the course of the project. DELIVERABLES A. Copies of Permit Applications B. Copies of Approved Permits TASK 10. QUALITY CONTROL/QUALITY ASSURANCE [NOT USED] 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. • Railroad coordination and permit will be handled by the CITY • 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. City of Fort Worth,Texas Page 7 of 7 Attachment A Release Date:07.22.2021 Page 7 of 7 UPRR Kellis Group Quiet Zone I1hpr0'7ercLents CPN 1018,6E ATTACHMENT B COMPENSATION UPRR Kellis Group Quiet Zone Improvements Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated in an hourly amount not-to-exceed $107,000 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Project Director $260 Quality Control Manager $245 Senior Project Manager $215 Project Manager $185 Project Engineer IV $170 EIT III $150 EIT II $140 EIT I $135 LA/LP Professional VI $190 LA/LP Professional V $180 LA/LP Professional IV $170 LA/LP Analyst III $145 LA/LP Analyst II $135 LA/LP Analyst I $130 Environmental Professional VI $195 Environmental Professional V $185 Environmental Professional IV $165 Environmental Analyst III $140 Environmental Analyst II $135 Environmental Analyst I $130 RPLS-Surveyor $190 CADD Operator $120 CADD Designer $165 Project Accountant $165 Administrative $100 Intern $90 City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 JPRR Kellis Graup Quiet Zone Impro.,ements CPN 101866 ATTACHMENT B COMPENSATION 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. 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 UFRR Kellis Group Quiet Zone Impiooement5 CPN 101866 ATTACHMENT B COMPENSATION 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. IV. Summary of Total Project Fees Firm Primary Responsibility Fee % Amount Prime Consultant Kimley-Horn and Associates, Design and Construction $107,000 100% Inc. Phase Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $107,000 100.0% Project Number & Name Total Fee MBE/SBE MBE/SBE % Fee CPN 100751 — UPRR Kellis Group $107,000.00 0% Quiet Zone Improvements City MBE/SBE Goal =0% Consultant Committed Goal = 0% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 UPRR Kellis Group Quiet Zone Improvements CPN 101866 O O O O LL�O O O O O O O LL�O O O O O LL� O LL�O O O O LL�O O LL�O L2 O LL�O N m v� oM�nnvMv <oM inMm mMvco o �M o� o �Mvco �ocoM 'S o n rn M n u�n n n n o N� A rn o rn rn rn v M rn u�N M rn M V N M u�v rn y m H N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O E~ N v C N W O rEia U 10 m 0 � N 0 0 w w N N LL O O O O N LL� N LL� f9 fA f9 fA A N H = N C N a o 0 IL W w w m y c c � o .. z U a J) w y m y 00 oou�000000u� oo u�oo 000�n o u�o 0 0 o u�o ono u�oino m oM nnvMvmo m �nMm mMvco o_ M o o_ Mvco� ocoM y mrn Mnu�nnnnornN No OD 6-6 N-Vrn- 4rn u�N 4 AmMVN 4u�vrn U �fA fA fA fA fA fA fA fA OD fA fA fA fA fA fA fA fA fA fA fA fA fA fA fA O a Q J ,0 0 V ~ y o ro v v o 0 c � N Y v N N �A 0 O N p f6 Y N � U � it Q N N Q W U O O f0 V V V V V V N V N O V O (O V O N V V V V(O V V V O N(O V V N V ♦ m O EL F W O .2) aI J F C O a W a N N W V V V N N V V of V N O N V N of V N V V V N V N V V N V N V V N LL _mJ a o c N a`� O N W N N N N N CY a `o c d y in o 0 N N U � a = A d A S � 0 C LL' N N j N l0 lw C O N Z O C > K � p N l0 a c U 0 ON w N y E N y N N (D u) m m N C 7 0 a F F U U U H C C d C Z O N O:EU O G 9 d (n p o� W o� W N N N 3 N ww O N M N N y N N N - N N Y - N N 1' N QO c a N N E Fo C -Np "NO"NO n "NO p N a "NO p N n a n a EE �� m' www3Lac x — x — xx xx o:= �� >> >> Y S 3 N U w 3 NU Yw o o m d d c m c v u uo c °� a-Noo c o L m U m 0 0 c= m e.�'m o c m m 3 0� m `o m `0 U o m m u1 - m 3 S o m-moo O S o m m 3 3 NvN .--Ao 3 p m c 2_ L Z .. m y U N m p c m p m N m `m m `m"�m Y N l0 X O p m p 'o U c d c 0 Y m p O p m S W 0 p C Q p r o�C Q w S W V1 m E S W r F m w y E 3 0 o o o L° m c c m n 3 c E m U c._ K Y c m p m N c m p m w c Tn a10i d m o m rn a U W m m o c o m et.L °� m¢°�a m- o m °� o Om- o m a o vet °�a o o °� D�U 0� U a EUmain u) au)u) O aUZ(Din aca 8D cn Sax m(w) �m O (V(V(V(V(V(V(V(V o N y �H M V0 H O O O O V V V V V c):y I ] fV M V U Q d O O O f 1 0 O O O O O O O O O O O O o O N m co rvvv rnrmm oc CO in O M o ro rou�rm vmrnr ro ro N co y N � T o oE in in m J _ c v xww�.o-d E� w U y m w o oa . o m a°i 10 n m L F 'o min inUw o. �a 0 o m m o coo o w w cn cn O w e N Li ww�m N �� LL O Z N N N w w � N m N H N C � N a o 0 w w m y c - � o .. z c o 0 0 a =o w w » w In m In 0 oou�o 0000 0 0 0 co r v v v rn r m m o 0 0 y ro rou�rm vmrnr M m N U1 16 cli� o w a Q J ,0 0 V ~ y o o ro 0 c � N Y v 3 N N N O O �A 0 O N p f6 Y N � U � it Q N a,,aw .0 0 o m ovo m ov vv v 0 � w D c W O .2) aI O = N N = dw O.O2 C V O F C O a w a O o c N a`� D n m m o N � a CY `o .c d y in in in o 0 N N U a = A N N A N � O E ~ u) 7 O d U N C N O 0 C 8 U 7 W N N c 0 O C c p z H w m y w O H N N Z N E E E E° y z E —O Ta o U o d m y = = io m m m E— o. E a r ro Em m\ m wE.L.,° m m d c E y � c6 ��mgmz � mc`mom y 0 y -o c `w m N_ w ww > 0 cnUdmww�d�Ud�� o. c ~ m m N da�O"o Gaa�� ? O O , `N c, = o U' BiOdQrnQil 00<1 m U K y m �m� 6 r z o N W E O y r M `o 0 in m ^ °°I °> I U Q a M&C Review Official CITY COUNCIL AGENDA F[)R7 '4'URTII Create New From This M&C DATE: 3/8/2022 REFERENCE**M&C 22- LOG 202022 UPRR KELLIS GROUP NO.: 0152 NAME: ENGINEERING AMEND ONE (1) CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 9) Authorize Execution of Amendment Number One in the Amount Not to Exceed $107,000.00 to an Engineering Services Agreement with Kimley-Horn and Associates, Inc. for the Union Pacific Railroad Kellis Group Quiet Zone Improvements Project for a Revised Contract Amount of$202,120.00 (2014 and 2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment Number One, in an amount not to exceed $107,000.00 to City Secretary Contract Number 51426 with Kimley-Horn and Associates, Inc., thereby increasing the contract amount to $202,120.00 for the 2017 Railroads project and the 2018 Bond Railroad UPRR project(City Project No. 100751 and 101866). DISCUSSION: The 2014 and 2018 Bond program allocated funds for the Union Pacific Railroad (UPRR) crossing improvements to comply with Quiet Zone requirements. This project includes the UPRR crossing improvements at West Bewick Street, West Biddison Street, West Dickson Street, West Bolt Street and West Kellis Street. An Engineering Agreement with Kimley-Horn and Associates, Inc. (CSC 51426) was administratively authorized for the design of the project. The contract scope was to prepare final design plans based on a Quiet Zone diagnostic meeting held on June 14, 2017. However, during ninety-nine percent design submittal, the UPRR requested another Quiet Zone diagnostic meeting for the project. The second Quiet Zone diagnostic meeting was held on July 1, 2021. Attendees for the second Quiet Zone diagnostic meeting include representatives from the Federal Railroad Administration (FRA), Union Pacific Railroad (UPRR), City of Fort Worth (CFW), Benesch, and Kimley-Horn and Associates, Inc. The contract scope changed significantly due to the second Quiet Zone diagnostic meeting. This amendment provides compensation to the Consultant for the added scope. The following table summarizes previous contract action and amendments: M&C Amount Justification Authority Date Initial Contract $ 95,120.00 Initial contract to develop Administratively 10/22/2018 design and construction document Amendment No. 1 $ 107,000.00 Additional Engineering This M&C Service Contract Total $ 202,120.00 The funding for the UPRR Kellis Group Quiet Zone Improvements Projects are below: Project Fund Existing Funding http://apps.cfwnet.org/council_packet/mc_review.asp?ID=29704&councildate=3/8/2022[3/15/2022 8:47:14 AM] M&C Review 100751-2017 Railroads 2014 Bond - 34014 $ 95,120.00 101866-2018 Bond Railroad 2018 Bond - 34018 $ 200,000.00 UPRR Total Project Funding $ 295,120.00 M/WBE —A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accordance with the applicable Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. This project is included in the 2014 and 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once dept 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. Funding is budgeted in the TPW Dept Highway & Streets Department's 2014 Bond Program and 2018 Bond Program Funds for the purpose of funding the 2017 Railroads and 2018 Bond Railroad UPRR projects, as appropriated. The above mentioned 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 2014 Bond Program and 2018 Bond Program Funds for the 2017 Railroads and 2018 Bond Railroad UPRR projects to support the approval of the above recommendation and execution of the amendment to the contract. 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 Program Activity Budget Reference# Amount II ID ID I Year (ChartField 2) FROM Fund Department Account Project Program Activity Budget I 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 101866 Waiver UPRR Kellis Group 020122-R1 NW.PDF.pdf (CFW Internal) 101866.PROJECT MAP UPRR KELLIS.pdf (Public) 101866.SAM.gov_Search.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=29704&councildate=3/8/2022[3/15/2022 8:47:14 AM] M&C Review 202022 UPRR KELLIS GROUP ENGINEERING AMEND ONE (1) funds availability.pdf (CFW Internal) City of Fort Worth_51426_UPRR Kellis Group Quiet Zone Improvements—Form 1295 Certificate 100871698. Form.pdf (CFW Internal) FID_Table. revised.xlsx (CFW Internal) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=29704&councildate=3/8/2022[3/15/2022 8:47:14 AM] 101866-EPAM-UPRR Kellis Group Quiet Zone Improvements Final Audit Report 2022-03-28 Created: 2022-03-22 By: Andrea Munoz(Andrea.Munoz@fortworthtexas.gov) Status: Canceled/Declined Transaction ID: CBJCHBCAABAA4F4p2_pUMlb36VQkHpgyj7BjJgvC5X6J "101866-EPAM-UPRR Kellis Group Quiet Zone Improvements" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2022-03-22-3:51:39 PM GMT-IP address:209.194.29.100 �w Document emailed to Iskal Shrestha (Iskal.Shrestha@fortworthtexas.gov) for signature 2022-03-22-4:04:07 PM GMT Email viewed by Iskal Shrestha (Iskal.Shrestha@fortworthtexas.gov) 2022-03-22-8:02:25 PM GMT-IP address:76.233.66.251 Document e-signed by Iskal Shrestha (Iskal.Shrestha@fortworthtexas.gov) Signature Date:2022-03-22-8:10:33 PM GMT-Time Source:server-IP address:76.233.66.251 Document emailed to Van Pham (van.pham@fortworthtexas.gov)for filling 2022-03-22-8:10:35 PM GMT Email viewed by Van Pham (van.pham@fortworthtexas.gov) 2022-03-22-8:14:46 PM GMT-IP address: 104.28.50.175 Form filled by Van Pham (van.pham@fortworthtexas.gov) Form filling Date: 2022-03-22-8:37:06 PM GMT-Time Source:server-IP address:209.194.29.100 C'-r Document emailed to Lissette Acevedo (Lissette.Acevedo(@fortworthtexas.gov)for filling 2022-03-22-8:37:08 PM GMT Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) 2022-03-22-9:35:08 PM GMT-IP address:209.194.29.100 Form filled by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) Form filling Date:2022-03-22-9:35:22 PM GMT-Time Source:server-IP address:209.194.29.100 FORT WORTH, Adobe Sign Document emailed to Martin.Phillips@fortworthtexas.gov for filling 2022-03-22-9:35:24 PM GMT Email viewed by Martin.Phillips@fortworthtexas.gov 2022-03-22-10:08:28 PM GMT-IP address:209.194.29.100 Email viewed by Martin.Phillips@fortworthtexas.gov 2022-03-24-1:04:47 PM GMT-IP address:209.194.29.100 Email viewed by Martin.Phillips@fortworthtexas.gov 2022-03-25-5:49:12 PM GMT-IP address:209.194.29.100 Document canceled by Andrea Munoz(Andrea.Mu noz@fortworthtexas.gov) 2022-03-28-5:20:37 PM GMT-IP address:209.194.29.100 FORT W❑RTH. Adobe Sign