Loading...
HomeMy WebLinkAboutContract 31045-A2 AMENDMENT NO. 2 STATE OF TEXAS S CITY SECRETARY CONTRACT N0. 3joit j,5-Aa (M&C Needed) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and Carter & Burgess, Inc. , (Engineer) made and entered into City Secretary Contract No. 31045, (the Contract) which was authorized by the City Council by M&C C-20374 on the 2nd day of November 2004; and WHEREAS, the Contract involves engineering services for the following project: Trinity Boulevard Culvert Improvements at Valley View Branch, Project No. 00100 WHEREAS, it has become necessary to execute Amendment No. 2 to said Contract to include an increased scope of work and revised maximum 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 M&C C-24870,adopted by the City Council on the 19th day of April 2011 and further amplified in a proposal letter dated November 12, 2010, copies of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $102,851. 00. 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not City of Fort Worth,Texas Amendment to Engineering Agreement OFFICIAL RECORD PMO Official Release Date 6 18 2010 Page 1 of 2 CITY SECRETARY FT. 'WORTH, TX exceed the sum of $415,439.56. 3 . All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of 2011, in Fort Worth, Tarrant County, Texas . 4,000nu��� ATTEST: 'OpO�0 0000 r p. NO Marty Hendrix $ o q City Secretary Apo AV Op000V0 ACY 'S � � APPROVAL RECOMMENDED: APPROVED: Dou as W. Wi sig, P.E. , Fernando Costa Director, Assistant City Manager Department of Transportation & Public Works LQ4S-7 b Gor.trac Authorization Carter & Burgess, Inc. 411 q ENGINEER �,! Date By: Name: Name: Kevin P. Nelson, P.E. Title w/Firm: Vice President 777 Main Street Fort Worth, Texas 76102 APPRO 'AS TO FORM AND LEGALITY: Assistant City Attorney City of Fort Worth,Texas Amendment to Engineering Agreement PMO Official Release Date 6 18 2010 OFFICIAL RECORD Page 2 of 2 CITY SECRETARY �T� WnRTH, TX JACOBSr 777 Main Street Fort Worth,Texas 751;02 U.S.A. November 12, 2010 Mr. Rick Shaffer, P.E. City of Fort Worth Integrated Program Management (IPM) 900 Monroe Street, Suite 201 Fort Worth, Texas 76102 Subject: Amendment#2-9700 Trinity Boulevard Culvert Improvement Contract No.: 31045 DOE No.: 4704 Dear Mr. Shaffer: We appreciate the opportunity to present our proposal to amend the existing Carter & Burgess design contract to include additional floodplain modeling and construction phase services as included in the Amendment#2 Attachment A. Please feel free to contact me at (817) 735-7170 or christine.graygor(CDjacobs.com with any questions. Sincerely, Christine Graygor, P.E. Project Manager Jacobs Engineering Gro«p!nc AMENDMENT NO. 2 -ATTACHMENT "A" Scope for Engineering Design Related Services for Storm Water Improvements Projects 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. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. WORK TO BE PERFORMED Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 9. Permitting TASK 4. FINAL DESIGN (90 PERCENT OR 95 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). ENGINEER shall perform/prepare the following: • Drop Structure structural design/specification and estimate. • Provide Subsurface Utility Engineering (SUE) to Quality Level A, as described below. SUE Level A to include two test holes on the existing 16" waterline on the north side of the Trinity Boulevard culvert. The SUE shall be performed in accordance with CI/ASCE 38-02. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size, material type 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. • Incorporate SUE information into the plans. ASSUMPTIONS Drop structure conceptual design incorporated in the HEC RAS model shown in the July 8th meeting is approved by the City for final design. No additional changes will be made to the HEC RAS model. City of Fort Worth,Texas Attachment A PMO Release Date 06/21/2010 Page 1 of 22 TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .pdf file. The Unit Price Bid Proposal shall also be uploaded in .xIs format (see CFW Bidtools below). • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and Awf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY, as specified in Amendment No. 1. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY, as specified in Amendment 1. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 2 of 7 • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Record Drawings (Conform Set) • The ENGINEER shall submit a set of sealed conformed bond drawings for record storage. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher)file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf PDF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Conformed plans and specifications will be delivered to the CITY and made available on Buzzsaw. The plan submittal shall consist of 10 full size drawings, 5 half-size drawings, and 8 sets of specifications and addenda. Any addenda shall be included separate from the specifications • PDF files will be uploaded to Buzzsaw. • 1 copy conformed full size (22" x 34") bond plans will be delivered to the CITY for record storage. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 3 of 7 • Mylars will not be produced as part of the Bid Phase services. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Conformed construction documents E. Conformed bond plans for record storage TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference, as required in Amendment No. 1. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents, as required in Amendment No. 1. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. See below assumptions. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings (Construction Record Set) • The ENGINEER shall prepare record drawings from information submitted by the inspector and/or Contractor. The drawings shall be submitted as full size (22" x 34") mylar drawings. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 4 of 7 and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf' where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf • PDF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. • For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • Construction duration is assumed 14 months. A duration exceeding this time frame will be considered additional services. • Adequate notice is considered 48 hours. • Jacobs will visit the site once a month for up to 14 regular monthly site visits. • Jacobs will visit the site once during bridge substructure pour assuming adequate contractor/CITY notification. • Jacobs will visit the site once during bridge abutment pour assuming adequate contractor/CITY notification. • Jacobs will visit the site once during bridge slab pour assuming adequate contractor/CITY notification. • Jacobs will visit the site twice during drop structure pour (slab and concrete steps) assuming adequate contractor/CITY notification. • Jacobs will visit the site one additional time for a total number of visits not to exceed 20 visits. Site visits made by the ENGINEER as a result of errors City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 5 of 7 and/or omissions made by the ENGINEER are excluded and will be at the ENGINEER's sole responsibility. • The site visit report will include date, time, name of observer, site pictures, description of the work being performed and a bulleted list of observations. A report will be prepared for each of the 20 site visits. • Scope is not to exceed addressing ten RFIs. RFIs as a result of errors and/or omissions made by the ENGINEER are excluded and will be at the ENGINEER's sole responsibility. • Scope is not to exceed five change orders. Change Orders as a result of errors and/or omissions made by the ENGINEER are excluded and will be at the ENGINEER's sole responsibility. • Record drawings will incorporate contractor's change orders, contractor and inspector markups, and/or CITY as built survey. No as built survey from the ENGINEER is included in this scope. • Changes in site conditions occurring after the project has been let for construction are not the responsibility of the Engineer. DELIVERABLES A. Public meeting exhibits, as specified in Amendment No. 1 B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain necessary permits as follows. 9.1. Storm Water Pollution Prevention Plan • Refer to Original Agreement and Amendment No. 1. 9.2. Environmental Services • Refer to Amendment No. 1 for U.S. Army Corp of Engineers Section 404 permit requirements. 9.3. Floodplain Services - Refer to Amendment No. 1 for general requirements for CLOMR/LOMR permits. The following activities are in addition to items identified in Amendment No. 1. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 6 of 7 • Weir HEC RAS modeling necessary for overflow mapping • Drop structure dimensioning and HEC RAS modeling • Downstream channel grading and HEC RAS modeling • Coordination required for additional HEC RAS modeling listed above ASSUMPTIONS Modeling will be complete after decisions made in the Thursday, July 8th coordination meeting are incorporated — including drop structure design, grading plan and weir placement. Changes in concept will be considered additional services. DELIVERABLES A. Advance copy of hydraulic report that will ultimately be used as LOMR documentation. Advance copy will be used by the City as a means to responsibly control development in potential flood zones. Any written comments received on the advance copy will be incorporated into the document to be used in the LOMR. No additional meetings are assumed necessary for modeling. 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. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 7 of 7 Task No. Task Descr Total Expense Cost Task Sub Total 4.0 Final Design 1 E2$2. Final Draft(90%)Const ,100 $18,511 1 4.1 Specifications-Drop Sin... 4.2 Final(100%)Plans and $0 $16,411 $0 $0 4.3 Project Decision Logs(9 � — $ 4.4 Construction Estimates 4.5 SUE Investigation -$0 x...-`$2,(00 "', , - $4,100 5.0 Bid Phase 5.1 Bid Support '5 $�0© 7342 Sell Contract Docume 5.1.1 Plan Holders List Bidtools development Buzzsaw upload log of $7 0, bid tab $7 5.1. Issue Addenda 5.1. Attend Pre-bid Conferee - $ m 5.1.1 Attend Bid Opening $ 5.1.1 Tabulate Bids and Rec4 5.1. Issue Conformed Con tr-g 6.0 Construction Phase Se .-. 6.1 Construction Support 6.1.1 Attend Preconstruction 6.1. Attend Public Meeting �� ~ 20 Project Site Visits a $0 6.1. Preparation °€ 6.1. n Submittal Review-Shor M Request for Informatio r= 42�i 6.1.E Review " Resubmittals 6.1.E Final Walk Through and �.. �i"act 6.2 Record Drawings 9.0 Permitting 9.1 SWPPP �' 9.2 Environmental Servicesj($tf ` 9.3 Floodplain Services 9.4 TxDOT 9.5 Railroads $0 9.6 TDLR $€ 9.7 City of Fort Worth Parks $0xµ=' $0 54,4t�0 !70274& oJect Summary Total Hours 786 Total Labor $98,346 Total Expense $4,400 Subconsultantl $2,100 Subconsultant $0 Sub Marku $105 Participation 2.0% Project Cost $102,851 I i I� City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 1 of 1 M&C Review Page 1 of 2 Official site of the City of Fort Morn,Texas CITY COUNCIL AGENDA FORT M COUNCIL ACTION: Approved on 4/19/2011 DATE: 4/19/2011 REFERENCE r C-24870 LOG NAME: 20AMEND_2_9700 TRINITY NO.: — CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Amendment No. 2 in the Amount of$102,851.00 to City Secretary Contract No. 31045,an Engineering Agreement with Carter and Burgess, Inc.,for the 2004 Capital Improvements Project-Trinity Boulevard Culvert Improvements (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 in the amount of$102,851.00 to City Secretary Contract No. 31045 with Carter and Burgess, Inc., thereby, revising the total contract cost to $415,439.56. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by infrastructure reconstruction and system maintenance, master planning, enhanced development review and increased public education and outreach. The 2004 Capital Improvement Program (CIP) includes funds for the Trinity Boulevard Culvert Improvements at Valley View Branch Channel. The existing culverts at this location (six 48 inch culverts) are undersized. Approximately 600 linear feet of Trinity Boulevard in the area adjacent to Bell Helicopter is subject to frequent, hazardous overtopping from Valley View Branch. Two deaths occurred at this location in 2000 and several emergency rescues have taken place at this location, including one in June 2009. A Request for Qualifications (RFQ)to provide drainage design was issued by the City in January 2004, and 35 design consultants submitted statements of qualifications, including Carter and Burgess, Inc., (Carter and Burgess). Carter and Burgess was selected to provide design services for drainage improvements. On November 2, 2004, the City Council authorized the City Manager, via M&C C-20374, to execute an engineering agreement with Carter and Burgess for the design of the Trinity Boulevard Culvert Improvements at Valley View Branch Channel in the amount of$96,122.56. The original Engineering Agreement included design of enlarged culverts to replace the existing culverts. During conceptual design, it was determined that the proposed culvert improvements requested by the City,for which the original Engineering Agreement was developed,would not be sufficient to convey the 100-year design storm flow and a bridge structure would be necessary. City staff then requested the consultant to revise the design to include a bridge structure in place of the existing culverts. On June 16, 2009, the City Council authorized the City Manager, via M&C C-23601, to execute Amendment No. 1 in the amount of$216,466.00 for additional survey and design to include a new http://apps.cfwnet.org/council_packet/me review.asp?ID=14980&councildate=4/19/2011 4/19/2011 • M&C Review Page 2 of 2 bridge structure, initial coordination with the United States Army Corps of Engineers, and preparation of a Conditional Letter of Map Revision (CLOMR)and a final Letter of Map Revision (LOMR)to be filed with FEMA by the City. On September 22, 2009, (Ordinance No. 18838-09-2009)the City Council approved the issuance and sale of$45,000,000.00 in revenue bonds in Storm Water Capital Project Bond 2009 Fund, to fund a two-year storm water capital project program. The need for additional design scope has been identified. During the conceptual redesign of the bridge improvements, additional structural improvements within the Valley View Branch channel were determined to be necessary to mitigate hydraulic conditions. Also, additional hydraulic modeling is necessary to further evaluate impacts and benefits of the project to adjacent sites. Amendment No.2 will provide the following: additional structural design necessary to improve hydraulic conditions within the Valley View Channel, assistance during the bid phase and construction phase of the project and additional floodplain studies. Carter and Burgess, Inc., proposes to perform the services for a lump sum fee of$102,851.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. Carter and Burgess, Inc., is in compliance with the City's M/WBE Ordinance by committing to six percent M/WBE participation on this Amendment 2. This project is located in COUNCIL DISTRICT 5, Mapsco 67B and 67C. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund and of the Storm Water Capital Project Bond 2009 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 205280010032 $14,728.00 C200 531200 205280010033 $18,616.00 C200 531200 205280010081 $40.503.61 P227 531200 205280010081 $29,003.39 Submitted for City Manager's Office by; Fernando Costa (6122) Originating Department Head: Greg Simmons (7862) Additional Information Contact: Rick Shaffer(6821) ATTACHMENTS Amendment No 1 Map.pdf http://apps.cfwnet.org/council_packet/me review.asp?ID=14980&councildate=4/19/2011 4/19/2011