Loading...
HomeMy WebLinkAboutContract 58493-A1CSC No. 58493-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 58493 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 58493, (the CONTRACT) which was on the 18TH day of November, 2022 in the amount of $619,397.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Camp Bowie Boulevard and Horne Street Intersection Improvements, CPN 103313; 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 $65,850.00. (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 $685,247.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Camp Bowie Boulevard and Horne Street Intersection Improvements Prof Services Agreement Amendment Template CPN 103313 Revision Date: November 23, 2021 Page 1 of 4 APPROVED: City of Fort Worth ,...iam Johnson (5 21,202321:10GMT+2) William Johnson Assistant City Manager DATE: Sep 21, 2023 APPROVAL RECOMMENDED: ^`Z?� ENGINEER Kimley-Horn and Associates, Inc. '4�f 4#ej Scott R. Arnold, P.E. Vice President DATE: August 15, 2023 Lauren Prieur, 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. Shweta Rao, P.E. Senior Professional Engineer OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Camp Bowie Boulevard and Horne Street Intersection Improvements Prof Services Agreement Amendment Template CPN 103313 Revision Date: November 23, 2021 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: N/A DBlack (Sep 21, 202313:49 CDT) Douglas W. Black Sr. Assistant City Attorney 4.04UVp4�� FgR, ATTEST: o_ o9�d O .% o =d , o0 *� �""� / C QQIIn0000000000 nEXaSapp Cl Jannette Goodall City Secretary Date: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 3 of 4 Camp Bowie Boulevard and Horne Street Intersection Improvements CPN 103313 FUNDING BREAKDOWN SHEET City Secretary No. 58493 Amendment No. 1 Department Fund -Account -Center Amount TPW 34027-0200431-5330500-103313-003930-9999 $65,850.00 Total: $65,850.00 City of Fort Worth, Texas Camp Bowie Boulevard and Horne Street Intersection Improvements Prof Services Agreement Amendment Template CPN 103313 Revision Date: November 23, 2021 Page 4 of 4 Kimley»>Horn August 15, 2023 Lissette Acevedo, P.E., PTOE, PMP Transportation and Public Works City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Re: Amendment #1 — Intersection Improvements for Camp Bowie Blvd and Horne St City Project No. 103313 City Secretary Contract No. 58493 Dear Lissette: Kimley-Horn and Associates, Inc. ("Kimley-Horn" or "Consultant') is pleased to submit Amendment #1 in the amount of $65,850.00 to the City of Fort Worth (City) for the design contract (CSN 58493) for Intersection Improvements for Camp Bowie Blvd and Horne St. This amendment is to cover additional services beyond the original scope: • Widening the median along Camp Bowie Blvd on the west side of the intersection to provide zero offset left turn lanes. • Additional survey and design changes for the improvements along Locke Ave. • Additional survey and design changes for the parking lots in the southeast corner of the project to provide connection between two parking areas to facilitate the closing of the driveways. • Additional survey and design for the median opening between Locke Ave and Rosedale St to align with Faron St. 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. By: Abhishek Acharya, P.E. Project Manager FORT WORTH® ATTACHMENT "A" Scope for Enqineerinq Desiqn Related Services for Camp Bowie Blvd and Horne St Intersection 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 this project is to design intersection improvements to improve operations and safety for vehicular and pedestrians traffic at this intersection. This scope of services has been prepared to supplement to the design improvements included on the agreement dated November 18, 2022. WORK TO BE PERFORMED Task 1. Conceptual Design (30%) Task 2. Preliminary Design (60%) Task 3. Final Design (90% and 100%) Task 4. Survey Engineering Services City of Fort Worth, Texas Camp Bowie Blvd and Horne St Intersection Improvements Attachment A CPN 103313 Release Date: 07.22.2021 Page 1 of 4 FORT WORTH® TASK 1. CONCEPTUAL DESIGN (30 PERCENT). 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 develop the conceptual design of the infrastructure as follows. The following additional design will supplement the proposed intersection improvements outlined on the Standard Engineering Agreement dated November 18, 2022. Additional Design will consist of. 1.1 Widening on the eastbound left turn lane to provide zero offset left turns on left turns on Camp Bowie. The original scope of service and the concept provided only show the widening on westbound left turn lanes. 1.2 Keep the Locke Ave approach open on northwest corner based on the direction received from the CITY. 1.3 Close the driveways on the southeast corner of the intersection. Design the connection between two driveways on the southeast corner to provide access to both parking areas. 1.4 Relocate the median opening between Locke and Rosedale on southeast corner of this project to line up with the Faron Street. 1.5 Collect additional topographic survey as outlined on Task 4. Additional survey will consis of following: • Collect additional 50 ft of survey on Locke Ave on this corner to finalize the tie- in with the new geometry. • Collect additional survey to design the driveway connection on the southeast corner of the intersection. • Collect additional survey to finalize the median cut through to lineup with Faron Street. 1.6 Update design decision logs and utility conflict matrix. 1.7 Update Opinion of Probable Construction Cost (OPCC) Because the ENGINEER does not control the cost of labor, materials, equipment or services furnished by others, methods of determining prices, or competitive bidding or market conditions, any opinions rendered as to costs, including but not limited to opinions as to the costs of construction and materials, shall be made on the basis of its experience and represent its judgment as an experienced and qualified professional, familiar with the industry. The ENGINEER cannot and does not guarantee that proposals, bids, or actual costs will not vary from its opinions of cost. City of Fort Worth, Texas Page 2 of 4 Attachment A Camp Bowie Blvd and Horne St Intersection Improvements Release Date: 07.22.2021 CPN 103313 Page 2 of 4 FORT WORTH. TASK 2. 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. 2.1. The Preliminary Design Drawings and Specifications will consist of the following: 2.1.1 Update Paving Sheets 2.1.2 Update Signing and Striping Sheets 2.1.3 Update Grading Sheets 2.1.4 Update Drainage Sheets 2.2 OPCC TASK 3. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Final 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. The Final Design Drawings and Specifications will consist of the following: 3.1.1 Update Paving Sheets 3.1.2 Update Signing and Striping Sheets 3.1.3 Update Grading Sheets 3.1.4 Update Drainage Sheets TASK 4. SURVEY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 4.1 Design Survey • ENGINEER will perform additional field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey will consist of topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. City of Fort Worth, Texas Page 3 of 4 Attachment A Camp Bowie Blvd and Horne St Intersection Improvements Release Date: 07.22.2021 CPN 103313 Page 3 of 4 FORT WORTH® • The minimum survey information to be provided on the plans will consist of the following: • A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 4.2 Temporary Right of Entry Preparation and Submittal • The documentation shall be provided in conformance with the checklists and templates available on the CITY's document management system resources folder. ASSUMPTIONS • The limits of topographic survey are as follows: • 150 linear feet of Locke Ave west of Horne Street • Business parking lots in the southeast corner of the project • Faron Street from W Rosedale Street to Locke Ave DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. City of Fort Worth, Texas Page 4 of 4 Attachment A Camp Bowie Blvd and Horne St Intersection Improvements Release Date: 07.22.2021 CPN 103313 Page 4 of 4 Design Services for Camp Bowie Boulevard and Horne Street Task Order Contract City Project No. 103313 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated in an amount not -to -exceed $65,850.00 for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Senior Project Manager / Project Director $280 Senior Professional / Senior Project Engineer $260 Project Manager $220 Professional / Project Engineer $185 Analyst III / EIT III $165 Analyst II / EIT II $155 Analyst I / EIT 1 $150 Administrative $105 Intern $90 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. City of Fort Worth, Texas Camp Bowie Blvd and Horne St Intersection Improvements Attachment B CPN 103313 Release Date: 12.9.2022 Page 1 of 3 ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Camp Bowie Blvd and Horne St Intersection Improvements Attachment B CPN 103313 Release Date: 12.9.2022 Page 2 of 3 IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Associates, I Engineering Services $55,850.00 I 84.8% Inc. Proposed MBE/SBE Consultants Gorrondona & Associates, Inc. I Survey I $10,000.00 I 15.2% Project Number & Name CPN 103313 — Camp Bowie Boulevard and Horne Street City MBE/SBE Goal = 10% City of Fort Worth, Texas Attachment B Release Date: 12.9.2022 Page 3 of 3 Total Fee MBE/SBE MBE/SBE % Fee $65,850.00 $10,000.00 15.2.% Consultant Committed Goal = 10% Camp Bowie Blvd and Horne St Intersection Improvements CPN 103313 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Intersection Improvements at Camp Bowie Blvd at Horne Street Additional Design City Project No. 103313 Labor(hours) Expense Task Description Senior Project Task No. Manager I Project Director Senior Professional / Senior Project Engineer Project Manager Professional / Project Engineer Analyst III / EIT III Analyst II / EIT II Analyst I / EIT I Total Labor Admin Cost $105 Total Expense Subconsultant Travel Reproduction Cost Task Sub Total 1 MWBE Non-MWBE Rate $280 1.0 Conceptual Design (30-Percent) 0 $260 $220 $185 $165 $155 $150 0 24 0 0 44 0 0 $12,100 $0 $0 $0 $0 $0 $12,100 1.1 WB Right and Left urn Lane 1.2 Locke Ave Modifications 1.3 Rosedale and Locke Median Redesign 1.4 Additional Access Management Modifications 8 8 4 14 1 8 8 $3,930 $3,9301 $0 $3,930 $0 $3,930 $2,1201 $2,120 $0 $2,120 $0 $2,120 rl I 2.0 Prelimina�r``(( Design Percent) 0 0 34 0 0 120 0 0 $26,080 $0 $0 $0 $0 $0 $26,080 ,60 2.1 Preliminar�llesi9n Drawings $0 $0 2.1.1 Update paving sheets 2.1.2 Update signing and striping sheets 2.1.3 Update grading sheets 2.1.4 Update drainage sheets 10 16 40 1 60 1 1 1 $8,4001 $2,4301 $12,8201 $2,4301 $0 $8,400 $0 $2,430 $0 $12,820 $0 $2,430 3.0 Final Design 0 0 16 0 0 0 $15,920 $0 $0 $0 $0 $0 $15,920 3.1 Final Draff (90 % and 100 %) Construction Plans and Specifications 3.1.1 Update paving sheets 3.1.2 Uppd��t�� signing an striping sheets 3.1.3 lJpdat Sjrading s�eets 3.1.4 Update rainage sheets 4 J 4 24 16 1 J 241 $4,6001 $3,3601 $0 $4,600 $0 $3,360 $3,3601 $4,6001 $0 $3,360 $0 $4,606 4.0 Surve_�( and Subsurface Utility Engineering 0 0 2 0 0 2 0 0 $750 $10,000 $0 $0 $0 $10,000 $10,750 4.1 Design Survey 2 2 $750 $10,000 $it0:000 1 $10,750 Totals 01 0 761 461 1 1 54,8501 $10,000 $01 $0 $0 $10,0001 $64,850 Project Summary Total Hours 322 Total Labor $54,850 Total Expense $10,000 MBE/SBE Subwnsultanf $10,000 Non-MBE/SBE Subconsultant $0 10% Sub Mark1 p $1,000 MBE/SBE Participation 15.2% Total Project Cosfl $65,850 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 1 of 1 Camp Bowie Blvd at Horne St Intersection Improvements CPN 103313 FORT WORTH,,,. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Camp Bowie at Horne St Engineering Agreement Amendment M&C: CPN: 103313 CSO: 58493 DOC#: 1 Date: 08/24/2023 To: Name Department Initials Date Out l . Michelle McCullough TPW - initial M Aug 28, 2023 3. Shweta Rao, PM TPW - Signature 41--- Aug 26, 2023 4. Chad Allen, PgM TPW -initial �1 Sep 12, 2023 5. Lissette Acevedo, Sr. CPO TPW -initial C�v Sep 18, 2023 6. Patricia Wadsack, AD TPW - initial LW Sep 19, 2023 7. Lauren Prieur, Director TPW - signature Sep 19, 2023 8. Doug Black Legal - signature ,Wdwb Sep 21, 2023 9. William Johnson CMO -signature W Sep 21, 2023 10. Jannette Goodall CSO - signature —44— Rpg Sep 21, 2023 11. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: []YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a)FortWorthTexas.aov at ext. 7233 or 8363, for pick up when completed. Thank you! Updated 12.07.2022, mdhm