Loading...
HomeMy WebLinkAboutContract 39645-A3 CITY SECRETAW C0KRACTW..,Vt67-#3 AMENDMENT No.3 TO CITY SECRETARY CONTRACT No. 39645 WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L. P. , (ENGINEER) made and entered into City Secretary Contract No. 39645, (the CONTRACT) which was authorized by M&C C-23975 on the 15th day of December, 2009 in the amount of $ 691, 460. 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $79, 781 which was authorized by M&C #C-24851 on April 12, 2011, Amendment Number 2 in the amount of $386, 543 . 00 which was authorized by M&C #C-25963 on November 11, 2012; and WHEREAS, the CONTRACT involves engineering services for the following project : AVONDALE-HASLET ROAD, PROJECT NO. 01414; and WHEREAS, it has become necessary to execute Amendment No. 3 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated January 17, 2014, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $274,556. 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article II of the CONTRACT is amended to provide for an increase in IJ 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 $1,432,340. 00. 3 . All other provisions of the Contract, which are not expressly City of Fort Worth " Professional Services Agreement Amendment Tern la e PMO Official Release 8/1/2012 �'� ' °" � s "' Page,of 3 RECEIVED APR 18 2014 1,1 ARM amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Dunaway Associates, L. P. Fernando Costa Mervin Camp 611, 'P.E. Assistant City Manager Director Public Sector Services DATE: ,bC� DATE: _ AP AL RECOMMENDED: Douglas Wiersig, P.E. Director`; Transportation & Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: - I 4 Date: Douglas W. Black Assistant City Attorney ATTEST: '00000000 ° 0 Mary J. a y>s r 0% City Secr ry : City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 - s CRIENARY Page 2 of 3 m Tx I FUNDING BREAKDOWN SHEET City Secretary No. 39645 Amendment No. 3 Department Fund-Account-Center Amount C115 531200-02011502352 $274, 556. 00 Total : City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas FoRTWORTtl COUNCIL ACTION: Approved on 3/25/2014 REFERENCE ** 20AVONDALE HASLET DATE: 3/25/2014 NO.: C-26727 LOG NAME: ENG AMENDS CODE: C TYPE: CONSENT PUBLIC NO NO SUBJECT: Authorize Execution of Amendment No. 3 to City Secretary Contract No. 39645, an Engineering Services Agreement with Dunaway Associates, LP, in the Amount of $274,556.00 for Additional Engineering Services for Avondale Haslet Road from U.S. Highway 287 to Willow Creek Drive, Resulting in a Revised Total Contract in the Amount of$1,432,340.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 3 to City Secretary Contract No. 39645 with Dunaway Associates, LP, increasing the scope of work, for a net change in the amount of$274,556.00, thereby revising the original contract amount to $1,432,340.00. DISCUSSION: This project originally provided for the reconstruction of Avondale Haslet Road from US Highway 287 to Willow Creek Drive. Later in the project improvements to the intersection of Avondale Haslet Road and Farm to Market Road 718 were added. Design of these added improvements was provided for by Amendment No. 2 to this same contract. Recent discussions with the Texas Department of Transportation (TxDOT) have resulted in the need for alterations in the intersection design. Those changes include: 1. Treat the intersection improvements the same as a Texas Department of Transportation led project which will require additional plan work. 2. Adjust the vertical profile of Avondale Haslet Road. 3. Pave the entire intersection of Avondale Haslet Road and FM 718 with asphalt. To accomplish these requirements, this Amendment will include design services for: vertical alignment, asphalt overlay plans, multiple phased traffic control plans, additional plan sheets per Texas Department of Transportation format, additional submittal milestones, additional traffic signal design, two environmental studies, geotechnical study and pavement design report, right-of-way strip map preparation and additional coordination meetings. http://apps.cfwnet.org/council_packet/mc—review.asp?ID=l 9463&councildate=3/25/2014 4/10/2014 M&C Review Page 2 of 2 This contract reflects the following actions: Amount Project Description No C Approved Design of four lane divided roadway from 2 C- Contract $691,460.00 the water tank site to Willow Springs 12/15/2009 Contract Road. 23975 Amendment $79 781.00 Additional design from US Hwy 287 to 4/12/2011 No. 1 water tank site. 24851 Additional roadway and traffic signal Amendment 0- $386,543.00 design at US Hwy 287 and FM 718, 11/12/2012 No. 2 25963 retaining wall design at BNSF rail line. Amendment $274 556.00 Ational scope items per TxDOT design Pending Pending No. 3 requirements. Total $1,432,340.00 M/WBE Office - Dunaway Associates, LP, agrees to maintain its initial M/WBE commitment of 16 percent that it made on the original Agreement and extend and maintain that same M/WBE commitment of 16 percent to all prior amendments up to and inclusive of this Amendment No. 3. Therefore, Dunaway Associates, LP, remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 7, Mapsco 4U, 4V and 5S. 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. TO Fund/Account/Centers FROM Fund/Account/Centers C115 531200 020115023252 $274,556.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Leon Wilson (8883) ATTACHMENTS Location Map Avondale Haslet 01414.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=19463&councildate=3/25/2014 4/10/2014 DUNAWAY EXHIBIT "A" DA No. 2009175.003 January 17, 2014 Mr. Leon Wilson, Jr., P.E. Transportation and Public Works Department City of Fort Worth 1000 Throckmorton Street, 2nd Floor Fort Worth, TX 76102 Reference: Amendment No. 3 City Project No. 01414 City Secretary Contract No. 39645 Dear Mr. Wilson, Dunaway Associates, L.P. (CONSULTANT) respectfully submits this Contract Amendment No. 3 for professional civil engineering and environmental services requested by the City of Fort Worth (CITY) that are beyond our current scope of services. Avondale Haslet Rd- West & East = 287 to East of the BNSF RR) 1. Construction Phase Services (Plan Revisions, RFIs, Site Visits, etc.) 2. Pavement Extension Design East of RR tracks—CITY requested the design of turn lanes into Willow Creek Dr. and Charlotte Ann Lane. This resulted in additional roadway design, drainage design and retaining wall design. 3. Record Drawings (AHR from US 287 to Taylor Frances Lane - 300 sheets both sets)— CITY requested that record drawings be prepared based on red lines made by CITY inspector during construction. 4. Franchise Utility Coordination — CITY requested additional franchise utility coordination associated with the pavement extension east of the BNSF RR to accommodate the additional left turn lanes. Avondale Haslet/FM 718 TXDOT Our original contract for the design of Avondale Haslet Rd from a two lane asphalt roadway to a minor arterial roadway was from the limits of US 287 NBFR to Bates Aston Rd to the east. During multiple public meetings the concern of the congestion across the Avondale Haslet Rd bridge and at the Avondale Haslet Rd/FM 718 intersection was to brought up by the citizens. At that time while we were working with TXDOT on getting the intersection at US 287 NBFR and Avondale Haslet Rd permitted, we brought these concerns up to TXDOT to make them aware. 1 Page DUNAWA v EXHIBIT "A" The City requested Dunaway to come up with a solution to alleviate the congestion at this intersection. The ideal solution was to widen the Avondale Haslet bridge but due to the cost associated with bridge construction, the City decided to pursue a more economical alternative. This alternative was to leave the existing two lane Avondale Haslet bridge in place and add a traffic signal at this intersection. This comprised the scope of services included in amendment #2. As directed, the scope of services in amendment #2 was based on preparation of design plans in City of Ft Worth format, with three design review submittals (60, 90 & 100%) that would be submitted to the City and TXDOT for approval as a permit project. Once permitted by TXDOT, the construction of these improvements would then be added to the existing construction project on the east side of the Avondale Haslet roadway project by change order so that this intersection could be constructed closer to the time of the Wal-Mart store opening. After subsequent meetings with TXDOT it was decided that these improvements would not be approved by permit and would need to be treated as a full TXDOT-let project. TXDOT also requested an adjustment to the vertical profile of Avondale Haslet Rd in addition to overlaying the entire intersection. As a result of this our amendment #2 scope needed to be revised to include vertical profile design, overlay of the intersection, an additional traffic signal design and converting our current City format plans to a TXDOT format set. This amendment#3 will address the additional vertical profile design, preparation of the asphalt overlay plans, the resulting multiple phased traffic control plan, erosion control plan preparation, additional plan sheets per TXDOT format, two additional design submittal milestones (30% & 95%) and the additional traffic signal design. In addition to these basic roadway design services a TXDOT let project will also require additional special services. Those special services will include two environmental studies (BCE for 2014 interim signal design & PCE for 2015 roadway and permanent signal design), geotechnical study and pavement design report, additional ROW strip map preparation and additional meetings. Please refer to the LOE spreadsheet for a comprehensive list of special services required by TXDOT. The following is a break down of the various tasks associated with this scope of work: 5. Roadway Design Services (Paving & Profiles, TCP, S&PM) a. Prepare 30% Submittal Set- Roadway Plans b. Prepare 60% Submittal Set- Roadway Plans c. Prepare 90% Submittal Set- Roadway Plans d. Prepare 95% Submittal Set - Roadway Plans e. Prepare 100% Submittal Set- Roadway Plans 2 Page DUNAWA v EXHIBIT "A" f. OPCC (TXDOT Format) g. SWPPP (TXDOT Format) 6. Drainage Design Services a. Prepare 30% Submittal Set- Storm Drain & Ditch Re-grading Plans b. Prepare 60% Submittal Set- Storm Drain & Ditch Re-grading Plans c. Prepare 90% Submittal Set- Storm Drain & Ditch Re-grading Plans d. Prepare 95% Submittal Set-Storm Drain & Ditch Re-grading Plans e. Prepare 100% Submittal Set-Storm Drain & Ditch Re-grading Plans 7. Traffic Signal Design Services a. Prepare 30% Submittal Set-Traffic Signal Plans - MAST ARM DESIGN b. Prepare 60% Submittal Set-Traffic Signal Plans -WOOD POLE DESIGN c. Prepare 90% Submittal Set-Traffic Signal Plans -WOOD POLE DESIGN d. Prepare 95% Submittal Set-Traffic Signal Plans - MAST ARM DESIGN e. Prepare 100% Submittal Set-Traffic Signal Plans -WOOD POLE DESIGN 8. Geotechnical Engineering Services (TXDOT Format Pavement Design Report) 9. Environmental Services a. TXDOT requires a PCE Environmental Data and Documentation Preparation for the ultimate pavement and signal design project. b. TXDOT requires a BCE Environmental Data and Documentation Preparation for the interim signal design project. 10. General Notes & Specification Documents (TXDOT Format) 11. Construction Phase Services (final observation, site visits (4), RFIs) 12. Project Management (assumed 12 month project duration) 13. Prepare Design Summary Report (DSR) 14. Coordination & Traffic Signal Analysis for accelerated construction of interim signal 15. Design Review Meetings with CITY & County (4) 16. Traffic Safety Review Meeting with TXDOT 17. Design Review Meetings and Coordination with TXDOT (8) 18. Public Meetings (1), meetings with Affected Property Owners (2) and Exhibit Preparation 19. Quantity Summary Sheets (TXDOT Format) 3 Page DUNAWAY EXHIBIT "A" 20. Summary of Small & Large Signs 21. Franchise Utility Coordination 22. Construction Time Estimate 23. Credits—Since the scope of this project changed prior to the completion of the amendment#2 scope, there is a remaining balance in amendment#2 that would no longer be needed. As a result that balance will be credited to this amendment#3 revised scope and fee. SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES AND ASSUMPTIONS 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 services requested by CITY shall be agreed upon in writing by both parties before the services are performed. These additional services include but not limited to the following: • Construction materials testing. • It is understood that a schematic design is not required by TXDOT for this project. • It is understood that the no additional traffic engineering modeling will be required for this project. Last version of traffic study submitted to TXDOT dated 4/17/2013 has been approved and no additional updates will be needed. • It is understood that the design waivers submitted to TXDOT on 5/7/2013 are approved and no additional updates will be needed for this project. • It is understood that the BCE & PCE environmental documents required for this project will be prepared based on the current TXDOT criteria at the time of preparation.Any substantial modifications to TXDOT's criteria will require additional scope to update the reports to the new criteria. A summary of the proposed budget for this contract amendment is as follows (See Exhibit"A-1 for a detailed man-hour estimate of these tasks): Basic Fee Fee 1 AHR West& East US 287 to East of the BNSF RR $ 34,010 2 AHR/FM 718 TXDOT $ 274,628 3 Credits $ 34,082 TOTAL PROPOSED AMENDMENT $ 274,556 4 Page �WDUNAWAY EXHIBIT"A" A summary of the total project is as follows: Contract Description Fee Original Contract Avondale Haslet Roadway Design $691,460 Amendment No. 1 Additional Avondale Haslet Roadway&Storm Design $79,781 Amendment No.2 Additional Avondale Haslet Roadway&Storm Design $386,543 Amendment No.3 Additional BUS 287/FM 718 Roadway Design $274,556 TOTAL PROJECT $1,4321340 M/WBE Participation Civil Associates will provide environmental services and Alliance Engineers will provide geotechnical engineering services as a part of this amendment. City M/WBE Goal—15% M/WBE Goal Provided: 16% Tot. MWBE Contract Orig Contract $107,485 $691,460 16% Amend#1 $28,460 $79,781 36% Amend#2 $41,420 $386,543 11% Amend#3 $50,530 $274,546 18% Cumulative $227,895 $1,432,340 16% Please review the enclosed information and do not hesitate to call me if you have any questions or require additional information regarding this amendment. Sincerely, DUNAWAY ASSOCIATES, L.P. a Texas limited partnership Kervin Campbell, P.E. Associate/Sr. Project Manager Public Sector Services 1 5 Page i r EXHIBIT A-1-MANHOUR ESTIMATE AVONDALE HASLET RD DUNAWAY City Project No.01414 City Secretary Contract No.39645 1/17/2014 NON LABOR&LABOR EXPENSES Hours Task Description Principal Dept.Mg, Traffic Eng, Pri.Mgr. Eng, Tech. Clerical 2014 Billing Rates $210 $158 $152 $131 $105 $89 Avondale Haslet Rd-West&East (US 287 to East of the BNSF RR) General 1 Construction Phase Services Plan Revisions,RFIs,Site Visits,etc. 8 18.75 35.25 40.25 $12,958 2 Pavement Extenslon Design East of RR tracks 1 12.75 '=37.25 .42.5 :$11490 3 Record Drawings(AHR from US 287 to Taylor Frances Lane-300 sheets both sets) 1 9.5 18 38 $8,002 4 Franchise Utility yCoordination 7.5 :4 ':$1,560 Subtotall 0 1 2 1 8 1 48.5 1 90.5 1 124.75 1 0 $34,010 Avondale Haslet/FM 718 TXDOT Roadway Design Services 5 Design Drawings(including TXDOT5tandards) a.Prepare 30%Submittal Set-Roadway Plans 1 24 72 96 $23,370 In.Prepare 60Y Submittal Set-Roadway Plans 1 30 60 <90 $22,080 c.Prepare 90%Submittal Set-Roadway Plans 1 12 36 48 $11,790 d.Prepare 95%Submittal Set-Roadway Plans ' 4 24 72 96 $24,000 e.Prepare 100%Submittal Set-Roadway Plans 2 12 36 48 $12,000 E O inionof Probable Construction Cost Estimates(4 submittals)MOOT Format 4 12 24 :$5,600 g.SW3P(TXDOTFormat) 1 4 1 16 1 $4,070 Subtotal 0 SO 4 1 118 312 394 1 0 $102,910 Drainage Design Services 6 Design Drawings(including TXDOT Standards) a.Prepare 30%Submittal Set-Storm Drain&Ditch Regrading Plans 1 5 15 20 $5,035 b.Prepare 60%Submittal Set-Storm Drain&Ditch Regrading Plans 1 S ?20 :25 $6,215 c.Prepare 90%Submittal Set-Storm Drain&Ditch Regrading Plans 1 5 8 10 $3,068 d.Prepare 95%Submittal Set-Storm Drain&Ditch Re-grading Plans 2 5 ''15 30 $5,245 e.Prepare 100%Submittal Set-Storm Drain&Ditch Re-grading Plans 1 5 8 10 $3,068 Subtotal 0 6 0 25 66 85 0 $22,631 Traffic Signal Design Services 7 Design Drawmgs a.Prepare 30%Submittal Set-Traffic Signal Plans-MASTARM DESIGN 1 2 4 16 $2,718 b.Prepare 60%Submittal Set-TrafficSignal Plans-WOOD POLE DESIGN 2 7 20 44 $8,724 c.Prepare 90%Submittal Set-Traffic Signal Plans-WOOD POLE DESIGN 1 4 8 $1,516 d.Prepare 95Y.Submittal Set-Traffic Signal Plans-MASTARM DESIGN 1 '.1 d8 $1;123 e.Prepare IOD%Submittal Set-Traffic Signal Plans-WOOD POLE DESIGN 1 3 8 $1,385 Subtotal 0 3 0 12 32 84 0 $15,466 Special Services Geotechniol Engineering Services 8 Pavement Desf nRep ort DOTFormat 1st Tier MWBE Sub Subconsuhant Coordination 10%) $995 GeotechnlolSubtotal 0 $10,945 Environmental Services 9 a.PCE Environmental Data and Documentation Preparation DOTFormat-1st TierMWB Sub $33,850 6 KEEEW-mental Dataand Documentation Preparation(TXDOT Format-lStTierMWBFSub :$6730 Subconsultant Coordination 4 48 $8,136 Environmental Subtotal 0 4 0 48 0 0 0 $48,716 General 10 General Notes&S`eclfioation Documents' DOTForma[ 4 8 -`16 2 $4122 11 Construction Phase Servies Rnal observation,site visits(4),RFIs) 20 12 $4,612 12 Project Management(assumed 12 month project duration) 2 =115 38`1 $21;282 13 Pre are Design Summary Re ort DSR 8 16 $3,312 14 Coordina"on&Traf t nalAnalysts for accelerated construction ofthe interim signal 6 i.. 12 $2,772 15 Design Review Meetingswith CITY&County(4) 4 8 4 2 $2,550 16 Traffic Safety Review Meeting with TXDOT 4 i:4 2 $1,310 17 Desi n Review Meetin s and Coordination with TXDOT 8 16 32 16 2 $9,666 18 Public Meetings(1)withAffectedproperty Ownem(2)&Exhibit Preparation 12 t6 $2;664 19 Quanti Summary5heets DOT Format) 1 8 20 40 40 $13,954 20 Summa of5ma11&'Large Signs 4 +18 f8 $2;496 21 Franchise Utility Coordination 20 $3,040 22 Construction Time Estimate 4i 4 :12 $2,180 Subtotal 0 1 3 38 267 128 56 46 $73,960 '.. Amendment#3 Subtotal $308,638 23 Credits a Pre are 9D'h Submittal Set-Roadwa Plans -$16,100 b Prepare 90%Submi[tal Set Storm Drain&Ditch Regrading Plans $8,050 Pre are 100%Submittal Set-Roadvra Plans -$2,550 d Pre are 100%Submittal Set to Re actin Plans $1;525 e Bid Phase Services(pre-bid meeting,Plan distribution management,bid assistance,bid opening) -$5,857 Subtotal 0 -$34,082 i. Subtotal Credits -$34,082 Amendment#3 Grand Total $274,556 r.t r,.m<.taasirs-nxa fi.,r,e a„«.ir 3-r,�r:otao,t�.+v.e,r:w,3 axu 7