Loading...
HomeMy WebLinkAboutContract 52577-A5 AMENDMENT NO. 5 TO AGREEMENT STANDARD AGREEMENT FOR PROFESSIONAL SERVICES NORTHWEST COMMUNITY CENTER STATE OF TEXAS CITY SECRETARY CONTRACT 52577-A5 COUNTY OF TARRANT WHEREAS, The City of Fort Worth and Brinkley Sargent Wiginton Architects, Inc., (Consultant) made and entered into City Secretary Contract No. 52577 (The Contract) which was administratively authorized, the 26th day of July, 2019, for Phase One, Programming, Schematic Design and Cost Estimating of the Northwest Community Center; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for additional design services for Drainage Study Models and Report. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1 . Article I — Scope of Services, Paragraph (3) shall be added to read as follows: (3) Provide additional design services for the Schematic Design, Design Development, Construction Documents, Bidding/Negotiations and Construction Administration Phases. The cost of this additional service is $24,160.00 including reimbursable expenses. The scope of services is described more fully in Brinkley Sargent Wiginton Architects, Inc. Amendment 5 - Proposal dated May 20, 2022. 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "A". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $1 ,222,031 .00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly." 3. Article III — Substitute the attached revised Section IV into the original Agreement. 4. OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Professional Services AMENDMENT Revision Date:7/1/2019 FT.WORTH, TX Page 1 of 2 All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and i7a,V'e'- administration of this contract, including By: Dana Burghdoff(Jun17,20 16:50CDT ensuring all performance and reporting Name: Dana Burghdoff, AICP requirements. Title: Assistant City Manager Date: J u n 17, 2022 Approval Recommended: Name: Brian Glass Title: Architectural Services Manager Approved as to Form and Legality: By: Stev�(Jun 13,202216:47C-- Name: Steve Cooke Title: Director, Property Management Dept. By: � Attest: 0444��n� Name: John B. Strong pbF°FORT��a p gyp° °tyo��� Title: Assistant City Attorney °~° o Contract Authorization: lat� S �arrr7�GG p v o o=d ° BJannetteS.Goodall(Jun21,202211:22CM °y d M&C: n/a Y' ° Name: Jannette Goodall °°°°°°°°° Title: City Secretary �a��nRXAS�Ad VENDOR: Brinkley Sargent Wiginton Architects, Inc step SAC4k By: Stephen Springs Jun 10, 02210:47 CDT) Name: Stephen Springs Title: Senior Principal Date: J u n 10, 2022 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Professional Services AMENDMENT FT.WORTH TX Revision Date:7/1/2019 Page 2 of 2 ELBRINE E y Attachment"A" SARGENT 00 WIGINTON ARCHITECTS Amendment 5 — Proposal May 20, 2022 FORT WORTH NORTHWEST COMMUNITY CENTER ADDITIONAL SERVICES AND COMPENSATION SERVICES DESCRIPTION: We are pleased to offer the following proposal for additional services as requested. 1) STRUCTURAL ENGINEERING: Modify entrance bridge from a turnkey design-build by contrator, to an engineered design provided by the design team. Refer to attached proposal by Frank Neal & Associates via Jim DeOtte Engineering dated May 20, 2022. $17,100 2) GEOTECHNICAL INVESTIGATION: Additional geotechnical engineering services including subsurface field exploration, lab analysis, and engineering design recommendations for Item 1 above. Refer to attached CMJ proposal #22-8665 dated May 16, 2022. $4,864 3) ARCHITECTURAL COORDINATION FEE: Administration and coordination of above items (10%). $2,196 TOTAL PROPOSAL: $24,160 Dallas Waco Houston Austin 5000 Quorum,Suite 600 900 Washington Ave.,Suite 502 845 McKinney Street,Suite 326 1005 E.St. Elmo, Bldg.8 Dallas,Texas 75234 Waco,Texas 76701 Houston,Texas 77002 Austin,Texas 78745 T 972.960.9970 T:254.722.5988 T: 713-535-0880 T:512.610.4700 www.BSW-Archifecfs.com FWN ' Project Proposal Form Frank W. Neal & Assoc., Inc. Date: 5-20-22 From: David Hartmann, P.E., S.E. Client: James DeOtte Engineering, Inc. Attn: Jim DeOtte, P.E. Project: Ft. Worth Northwest Community Center Bridge Description of Services Provided: 1. ® Schematic Design 7. ❑ Review of Plan by Others 2. ® Design Development 8. ❑ Foundation Only 3. ® Construction Documents 9. ❑ Superstructure Only 4. ® Shop Drawing Review 10. ❑ Renovation 5. ❑ Construction Review - Hourly 11. ❑ Observation & Report 6. ❑ Engineering Only, Client to Draw Project Description: 1. Provide structural design for bridge over drainage area for overflow from Big Fossil Creek. 2. Bridge length approximately 100'. 3. Bridge width approximately 35' with two traffic lanes and walkways on one side. 4. Bridge substructure to be drilled shafts with concrete abutments. 5. Bridge superstructure to be prestressed concrete beams and cast in place concrete deck. 6. Bridge rails to be traffic and combination rails per the City's guidance based on 35 mph design speed. 7. Site visits to observe construction progress. Fee. $17,100 Accepted by: Note: Based upon acceptance of this proposal and when authorization to proceed is given, a contract shall be Name forwarded to the Client. After Contract has been signed, work shall be completed. Signature 1015 W. Broadway Fax (817) 336-8620 Fort Worth, Texas 76104 fwna-eng.com (817) 332-1944 TX. Firm Reg. No. F000296 7636 Pebble Drive CMJ ENGINEERING, INC. Fort worth,Texas 76118 www.cmjengr.com Proposal No. 22-8665 May 16, 2022 Brinkley Sargent Wiginton Architects 5000 Quorum, Suite 600 Dallas, Texas 75254 Attn: Mr. Stephen Springs, AIA, LEEP AP PROPOSAL FOR: GEOTECHNICAL ENGINEERING SERVICES PROPOSED VEHICULAR BRIDGE NORTHWEST COMMUNITY CENTER N. BLUE MOUND ROAD (FM 156) FORT WORTH, TEXAS Dear Mr. Springs: INTRODUCTION CMJ Engineering, Inc. (CMJ) is pleased to submit a proposal for providing geotechnical engineering services in conjunction with the above-referenced project. We prepared this proposal based on an email from you and on the preliminary scope submitted to this office. The project, as currently planned, will consist of a new vehicular bridge for the main access drive to serve the proposed Northwest Community Center, near the connection to N. Blue Mound Road. The single-span bridge length is approximately 100 feet. For purposes of this proposal, it is assumed that all borings are accessible to truck-mounted drilling equipment. In addition, it is assumed that no underground utilities exist at boring locations. Phone(817)284-9400 Fax(817-589-9993 Metro(817)589-9992 CMJ ENGINEERING,INC. Brinkley Sargent Wiginton Architects Proposal No. 22-8665 May 16, 2022 Page 2 SCOPE OF SERVICES I. BASIC SERVICES A. SUBSURFACE EXPLORATION Based on past experience in the vicinity of the project, we anticipate subsurface conditions to consist of soils and rock of the Fort Worth geological formation. Experienced drillers and technicians will evaluate subsurface conditions with a total of two (2) borings drilled to at least 20 feet into unweathered gray limestone to estimated depths of 30 to 35 feet. The field personnel will drill the borings using truck-mounted equipment. Cohesive and non- cohesive soil samples will be obtained using 3-inch diameter Shelby tube samplers and 2-inch diameter standard split-spoon samplers, respectively. In addition, rock encountered will be evaluated by use of Texas Department of Transportation (TXDOT) cone penetration tests. A soils logger will extrude the samples in the field, check the samples for consistency with a hand penetrometer, carefully wrap them to preserve their condition, and return them to the laboratory for testing. A log of each boring will be prepared to document field activities and results. CMJ's personnel will stake the boring locations using hand-held GPS equipment. Approximate locations of the borings will be shown on the plan of borings. Precise surveying of boring locations and elevations is not included in the cost estimate. These services may be provided as Additional Services upon request. At the completion of drilling operations, boreholes will be backfilled with drill cuttings and plugged at the surface by hand tamping. B. LABORATORY SERVICES Considering the planned facilities, anticipated soil conditions and geology, laboratory tests will be required for classification purposes, and to determine strength characteristics. The following types of tests are therefore recommended: • moisture content and soil identification • liquid and plastic limit determinations • percent passing the No. 200 sieve • unconfined compressive strength tests on soils • absorption pressure and/or one-point pressure swell tests • unit weight determinations The specific types and quantities of tests will be determined based on geologic conditions encountered in the borings. CMJ ENGINEERING,INC. Brinkley Sargent Wiginton Architects Proposal No. 22-8665 May 16, 2022 Page 3 C. ENGINEERING SERVICES An engineering report will be prepared to present the results of the field and laboratory data together with our analyses of the results and recommendations. We will provide two copies of the report and an electronic copy. The report will address: • general soil and ground-water conditions • recommendations for bridge foundation type, depth and allowable loading • minimum penetration of piers to resist uplift (if required) • foundation construction requirements • recommended lateral pressures for the design of bridge abutment retaining structures • earthwork recommendations Items other than those specified above, which are revealed by these studies or are necessitated by a change in project scope, may require revised field, laboratory, and engineering services. These services, if required and requested, will be performed as Additional Services. Additional Services are described in Section II. D. COMPENSATION FOR BASIC SERVICES It is proposed that the Basic Services described above be performed on a unit price basis, in accordance with the attached Basic Services Cost Estimate. Based on the anticipated scope and the attached Basic Services Cost Estimate, the total cost of the Basic Services should be on the order of $4,800 to $4,900. For budget purposes, a maximum cost of $4,900 is recommended. This cost for Basic Services will not be exceeded without prior authorization. The estimated costs shown in this proposal are based on the anticipated soil conditions. The final invoice will be based on the specific quantities drilled and tested. If unanticipated conditions are encountered during drilling, we will notify you accordingly. E. SCHEDULE FOR BASIC SERVICES Weather permitting, we plan to initiate these studies within seven days of receipt of notice to proceed, and anticipate that one working day will be required to complete the subsurface exploration for the site (weather conditions permitting). You will receive the final report approximately three weeks following the completion of the field phase. We will make preliminary design data available sooner if necessary. CMJ ENGINEERING,INC. Brinkley Sargent Wiginton Architects Proposal No. 22-8665 May 16, 2022 Page 4 II. ADDITIONAL SERVICES A. AUTHORIZATION AND SCOPE Additional Services will be performed only if specifically requested and authorized by Client. Additional Services may consist of the following: • Additional subsurface exploration, including quantities or items other than described in Basic Services. • Bulldozer or other equipment services required to achieve access to boring locations. • Stand-by time or time in excess of one-half hour required for travel between boring locations. • Additional laboratory services, including quantities or items other than described in Basic Services. • Additional insurance coverage or limits (if available) other than CMJ's standard policies. • Additional engineering services, including personnel time and expenses for items not specifically described in Basic Services. This may include, but is not limited to, additional meetings requested by Client or Client's other consultants, assistance to Client in dealing with regulatory agencies, preparation and engineering assistance in legal proceedings, and evaluation of alternative designs for the project or relocation of structure, following initial submittal of the geotechnical report. • Additional copies of the report, other than the number described in Basic Services. • Any other required or requested services authorized by Client, other than those specifically described in Basic Services. B. COMPENSATION AND SCHEDULE FOR ADDITIONAL SERVICES Additional Services, when authorized by Client, will be in accordance with our Schedule of Fees. Additional Services will be performed at reasonable times and within reasonable schedules as requested by Client. Authorized Additional Services will be billed as a separate item on invoices and a description of the Additional Services will be provided. III. TERMS AND CONDITIONS The scope of services will be performed pursuant to the AIA Consulting Agreement with Brinkley Sargent Wiginton Architects. Thank you for the opportunity to present this proposal. Do not hesitate to call if you have any questions or if you have suggestions regarding changes to the agreement or to the proposed scope of services. CMJ ENGINEERING,INC. Brinkley Sargent Wiginton Architects Proposal No. 22-8665 May 16, 2022 Page 5 We look forward to working with Brinkley Sargent Wiginton Architects on this project. Respectfully submitted, CMJ ENGINEERING,INC. James P. Sappington IV, P.E. President copies submitted: (1) Mr. Stephen Springs,AIA, LEEP AP; Brinkley Sargent Wiginton Architects(by email) CMJ ENGINEERING, INC. GEOTECHNICAL ENGINEERING SERVICES BASIC SERVICES COST ESTIMATE PROPOSAL: 22-8665 DATE: MAY 16, 2022 PROJECT: PROPOSED VEHICULAR BRIDGE NORTHWEST COMMUNITY CENTER N. BLUE MOUND ROAD (FM 156) FORT WORTH, TEXAS SUBSURFACE EXPLORATION Quant. Unit $ Total $ Mobilization (Truck-Mounted Rig) 1 540.00 540.00 Soil Drilling-Intermittent Sampling (0-49 ft.) 70 17.00 1,190.00 Access Time (hr.) 1 250.00 250.00 Underground Utility Check 1 175.00 175.00 Subtotal Subsurface Services $ 2,155.00 LABORATORY SERVICES Moisture Content and Soil Identification 16 7.50 120.00 Liquid and Plastic Limits 4 64.00 256.00 Percent Passing the No. 200 Sieve 2 72.00 144.00 Unconfined Compressive Strength-Soil 3 52.00 156.00 Unit Weight 5 14.00 70.00 Free Swell 2 85.00 170.00 Subtotal Laboratory Services $ 916.00 ENGINEERING SERVICES Senior Principal Engineer 3 148.00 444.00 Staff Engineer 11 102.00 1,122.00 Drafting & Secretarial Support 2 53.50 107.00 Misc. Expense (report production, mileage, etc.) 1 120.00 120.00 Subtotal Engineering Services $ 1,793.00 TOTAL ESTIMATE $ 4,864.00