Loading...
HomeMy WebLinkAboutContract 43427-A2 CITY SECRETARY CONTRACT NO. 3� �'AD, AMENDMENT No.2 TO CITY SECRETARY CONTRACT No. 43427 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc, (ENGINEER) made and entered into City Secretary Contract No. 43427, (the CONTRACT) which was authorized by City Council by M&C C- 25728 on the 24th day of July, 2012 in the amount of $ 453 , 700; and WHEREAS, the CONTRACT was subsequently revised by:Amendment Number 1 in the amount of $320, 500 which was authorized by M&C # C-26223 May 7, 2013; And WHEREAS, the CONTRACT involves engineering services for the following project : Old Decatur - McLeroy Blvd. to Longhorn Road; and WHEREAS, it has become necessary to execute Amendment No. 2 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 December 1, 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 rn totals $138, 600. (See Attached Funding Breakdown Sheet, Page -3-) Cn m e 2 . m 0 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 o work and services shall be an amount of $912, 800. CA 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD PMO Official Release 8/1/2012 Page 1 of 3 CITY SECRETARY FT.WORTH,TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. Fernando Costa Glenn A. Gary Assistant City Manager Senior VicePresident DATE: G /S. DATE: J� APPR L!ECOMMENDED: 4 tj �'] f Douglas . Wiersig, P.E. Director, Transportation Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: C. Date : -36� Douglas W. Black Assistant City Attorney 0 � T ATTEST: Q d'°� a y y e City Se retary OFFICIAL RECORD City of Fort Worts CITY SECRETARY Professional Services Agreement Amendment'Template PMO Official Release 8/1/2012 FT,(NORTH,TX Page 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 43427 Amendment No. 2 Department Fund-Account-Center Amount TPW C210 531200 202230250630 $138, 600 Total : $138, 600 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 Kimley>>)Horn Page December 1, 2014 Wilma Smith, P.E. City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Amendment No. 2 to City Secretary Contract No. 43427/City Project. No. 01807 Old Decatur Road-McLeroy Boulevard to Longhorn Road Kimley-Horn No. 061018112 Dear Ms. Smith: Kimley-Horn and Associates, Inc. (Engineer) is pleased to submit this Letter Agreement to the City of Fort Worth (City) to provide professional services to prepare additional design services for the Old Decatur Road (McLeroy Boulevard to Longhorn Road) project. Our scope of services, schedule and fee are below. SCOPE OF SERVICES Task 1 —Project Management The Engineer will perform the following services: 1. Meetings with Water Department for Sanitary Sewer The Engineer will prepare for and attend up to two (2) meetings with the City Water Department to discuss the plan for sanitary sewer improvements within the project area and the plan for future development to obtain sanitary sewer. The Engineer will send out meeting summary to all parties documenting the discussion. The design of any sanitary sewer improvements is not included and shall be considered as Additional Services. Task 2—Final Design The Engineer will perform the following tasks in addition to the original contract and Amendment No. 1. 1. Roundabout Plan Revisions. The Engineer will update the plans to reflect the changes in the City Standards for roundabout details. The City Standards were changed after the 80% Submittal. The following tasks will be performed: • Update the roundabout plan sheets based upon City Standard Detail Changes for the truck apron, splitter island and outside mountable curb • Update roundabout detail sheets • Update signing and marking plans for each roundabout 801 Cherry Street.Unit 11,Suite 950.Ft. Worth.TX 76102 Ki m ep Horn Page 2 • Update metro sign details for roundabouts 2. Paving Plan Revisions The Engineer will update the plans to reflect the changes to the design based upon comments received from the City after the 90% submittal. The following tasks will be performed: • Change the 10' sidewalk along the west side to 5' sidewalk, the following sheets will be updated: o Paving Plan sheets o Typical Sections o Cross Sections 3. Striping Revisions The Engineer will update the plans to reflect the changes in the City Standards for pavement markings and markers. The City Standards were changed after the 80% Submittal. The following tasks will be performed: • Change the striping for lane lines from raised pavement markers buttons to lane line pavement markings. • Update details. • Update quantities and quantity summary tables in the plans. 4. Traffic Control/Sequence of Construction Changes The Engineer will evaluate and update the traffic control plans to reflect the changes in sequence of construction based upon the project schedule. The project construction schedule was changed after the 80% plans were complete and required the sequence of construction to be modified to align with the right-of-way acquisition schedule. The following tasks will be performed: • Evaluate the construction sequencing phasing and modify to coincide with the existing right- of-way and easements. Meet with the City to present modifications. • Upon approval from the City, update the traffic control phasing plan sheets. 5. Utility Adjustment— Structural Design for Vault Adjustments There are three (3) existing butterfly valve vaults outside the existing pavement that will be in the proposed roadway pavement that will require inspection, analysis and structural design of modifications to the vaults for new loading requirements due to traffic will be required. I801 Chat-\ Street. I in it 11. Suite 950.Ft. Worth.TX 76102 Kim ey>>> Horn Page 3 Task 3 - Incorporate 48"Water Line into Construction Documents 1. Coordination Meetings with Water Department for 48"Water Main Design The Water Department will be installing a 48" Water Transmission Main along the alignment of Marine Creek Parkway and Old Decatur Road, this work will be incorporated into the Old Decatur Road Construction Contract Documents. The Engineer will prepare for and attend up to eight (8) coordination meetings with the City of Fort Worth Water Department and their design consultant (Freese and Nichols). 2. Update Construction Documents to include Water Department 48" Water Line Project The Water Department will be installing a 48" Water Transmission Main along the alignment of Marine Creek Parkway and Old Decatur Road, this work will be incorporated into the Old Decatur Road Construction Contract Documents. The Engineer will perform the following tasks: • Send survey files and record drawing files to Freese and Nichols • Send design CADD files to Freese and Nichols to incorporate into design at 90%, 95% and final submittals • Update General Notes, Index, and Details and coordinate with Freese and Nichols for submittal to City for 95% and Final Submittal • Coordinate with Freese and Nichols and update Project Manual, Bid Proposal Form and Technical Specifications to include Proposed 48"Water Line items. • Update design base files to reflect proposed 48" Water Line files both plan and profile to coordinate design • Coordinate with Freese and Nichols and update Traffic Control Plan Sheets and Sequence of Construction to reflect the proposed 48"Water Line • Update plan sheets to reflect the proposed 48" Water Line. The following sheets will be updated: o Paving Sheets o Storm Drain Sheets o Utility Adjustment Sheets Task 4—Landscape and Irrigation Design The Engineer will perform the following tasks: 1. Prepare Central Island Landscape Plan for the roundabout at Longhorn Road and Cromwell- Marine Creek Intersection. 2. Prepare Landscape Details and Specifications. Kimley>>>Horn Page 4 3. Irrigation Design. Prepare Central Island Drip Irrigation Plans and Details based upon CITY approved Landscape Design Plan. 4. Prepare Irrigation Details and Specifications. Task 5—Construction Phase Services The Engineer will perform the following tasks in addition to the original contract and Amendment No. 1. 1. The Engineer shall attend up to 40 weekly construction meetings as necessary throughout construction. Send summary notes with action items. 2. Shop Drawing and Samples. Review and respond or take other appropriate action in respect to Shop Drawings and Samples and other data which the Contractor is required to submit, but only for conformance with the information given in the Contract Documents. 3. Respond to Clarifications, Interpretations and Requests for Information. 4. In the event that the right-of-way acquisition will delay construction, the Engineer will work with the City and Contractor to develop alternate construction sequencing/traffic control plan (if necessary). Task 6—Right of Way and Easement Services 1. Aerial Exhibits for Easement and Right-of-Way Acquisition The Engineer will prepare colored aerial exhibits depicting the proposed improvements and the easement or right-of-way needed to aid in Right-of-Way and Easement acquisition. 2. Easement Documents Prepare up to nineteen (19) individual parcel exhibits. Individual parcel exhibits shall be on 8'/2'x11" or 8'/2'x14" paper, shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: • Parcel number. • Area required. • Legal description of the property. • Current owner. • Any existing easements provided by utility companies. • All physical features. • Metes and bounds description of parcel to be acquired. The description shall be provided on a separate sheet from the exhibit. Each type of easement shall be described separately. The above items are necessary for the acquisition of easements required to construct the project. Upon written notification by City of acceptance of the right-of-way strip map, exhibits and instruments, and as directed by City, Engineer's surveyor shall set all corners and points of curvature and tangency for the proposed right-of-way and submit final sealed plans and exhibits, including location of the control points and their coordinates. ■ i� 801 Cherry Street-Unit 11.Suite 950.Ft.Worth.TX 76102 Kinn ey->>>Horn Page 5 The Engineer shall prepare documents to be used to obtain permanent and/or temporary easements required to construct the improvements. The documentation shall be provided in conformance with the checklists and templates available on the City's Buzzsaw site. ADDITIONAL SERVICES Any services not specifically provided for in the above scope will be considered additional services and can be performed at our then current hourly rates. SCHEDULE Engineer will provide our services within a reasonable length of time as expeditiously as practical. Upon receiving a work request from the City with a request for a schedule, Engineer will prepare a schedule outlining the time required to complete the work requested. FEE AND BILLING The Engineer will perform the Services described below on an hourly (reimbursable) basis. Task 1 —Project Management $2,300 Task 2 - Final Design $25,600 Task 3 - Incorporate 48" Water Line $23,100 Task 3 - Landscape and Irrigation Design $26,500 Task 4 - Construction Phase Services $40,000 Task 5—Right-of-Way and Easement Services $21,100 $138,600 Total Hourly(Reimbursable): $138,600 The Engineer will provide the Reimbursable Tasks identified above on a labor fee plus expense basis, not to exceed the sum of$138,600 for the reimbursable tasks, which includes all reimbursable expenses. The not to exceed amount will not be exceeded without the City's prior written approval and amendment of this Agreement. The reimbursable fee breakdowns above are provided for budgeting purposes only and are not intended to represent a specific budget for each reimbursable task. The Engineer reserves the right to reallocate the reimbursable budget among tasks as determined necessary by the Engineer. Labor fees will be billed according to the attached rate schedule, which is applicable for up to one year after the date of execution of this Agreement. Direct reimbursable expenses such as express delivery services, fees, and other direct expenses will be billed at 1.10 times cost. All permitting, application, and similar project fees will be paid directly by the Client. Reimbursable fees will be invoiced monthly based on the actual amount of services performed and expenses incurred. Payment of all fees will be due within 30 days of your receipt of the invoice. Kim ey',O Horn Page 6 MfWBE The Engineer will subcontract a portion of these services to Gorrondona & Associates, Inc. and JQ Infrastructure, LLC. The amount we anticipate subcontracting is $24,270. This represents an M/WBE participation percentage of 19.6% for these additional services. With these additional services, our revised contract amount will be $912,800. This will revise our total contract M/WBE participation from $147,425 (19.0%) to $171,695 (18.8%). 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. Texas Registration No. F-928 Glenn A. Gary, P.E. Senior Vice President KAFTW_Roadway\061018112_FTW OldDecaturPh2\PPP\PostNTPWmendment2\OldDecatur_01807_Amendment_02_Proposal.doc kinileN-horn.coorth. 76102 `o �0 0 0 00 o0 0 o b ¢lo m00000�v 9 ONtD 0) b f� t0 N;OSSSS NNSN O �(I f� t�O N�I�I�NN^ W N H N bNuir 7 O n b N 10 N b b�p tO alb W NAYaa O �Ob W A N)Y C r m N NNM H N;N H N N N N NNN Y W H C O FONN O O�O N N N N N�MMW N O NN NNN ,pOp NO S nOA1 E j L C� O 0 OiV =Jmj5R WU W O H N N N N 1S A w O O H U E f ;a 0 rMCO wa a w m m m N 111 0 m mm g a �� o p CL 0 Z a' � t m m f 4 C 1 m � W W O O N O .0 ,N N m C � O m 2 c n WN :n n ,N N m W W^. t O w W N � N N qq �0 tpp � S pp 1. � f N dry l'1 pf.,•P�W t'f 0...0 N Ir Ir n m�ySOSS �ONi t�1Npp fO O Ntr�l C J O M b NNM N N N W H b NNb HN IW9 NNNN N M N A Z ® 'go E ; L �- C o m ^o 0 0 .0 0 0 0 O 0 m a0 N Y w c d J Q O c CL w w ,_ E U) w ZNZ E m m a w = L U N o2ma °' cai _ m � > ca {6 w O O O OOOfO Q Y o7 O O O O 00000 m O aD 00 b NN N U U O N? m m F N W 9 L 93 O `p b�V �N O � OWN m Q WO y NmON O m 0M O d W b 00D�m♦ON m N O O O 0 Y Y mN'NN b Om OO b 97� �� mfr ♦ N O� O m 1 0 N 0� I a m I Y«M O p O a`- t m a m m is V'y U U m m C 3 p 3 a 2 02 c N m a C p o m a m c u o x m _ m E m E 0 o c c c�3 EUS li c 'pa w e m �' W 3m aom'E� E ro c mE ow m C m y a o Ymn gmem 3aami ropaahS>m.vcEE_xscomm'a U~c0 3m'noQ=omcyfwc9 3mommc Htmw c Um=5UJ c>zco yx maEmJ ammcm 'vr>cdm cmm; aeN'l=qumip'0c�—"'Uocm" �ZmAdu 3m'o��cmmA 21 jpp >n0. 7tN ? 'Nc w mV1 12, muroo .Sa cccl So eSg o o m f co m02o 0- MN m omsuUUacEE ` 2'0c = c io r l L° �g > > mvSmm oomwv ta:? CccEo ccdN�/- '3 c o m:9 o u m c p o@ m m@ m m u a m moo E o o O._ x m m IL li�amfa3a CUIa_O= -3:F2 '3: = x�G p Y f m F. O O O O O O m m F 30 � m� � E z �O U¢a M&C Review Page I of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fo�ii COUNCIL ACTION: Approved on 3/24/2015 REFERENCE ,,,, 20OLD DECATUR DESIGN DATE: 3/24/2015 NO.: C-27241 LOG NAME: MCLEROY TO LONGHORN AMENDMENT-2 CODE: C TYPE: CONSENT PUBLIC NO NO SUBJECT: Authorize Execution of Amendment No. 2 to City Secretary Contract No.43427, an Engineering Agreement with Kimley-Horn Associates, Inc., in the Amount of$138,600.00 for the Design of Old Decatur Road from McLeroy Boulevard to Longhorn Road, Thereby Increasing the Total Contract to $912,800.00 and Adopt Appropriation Ordinance (2014 BOND PROGRAM) (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 2 to City Secretary Contract No. 43427, an Engineering Agreement with Kimley-Horn Associates, Inc., in the amount of $138,600.00 for the design of Old Decatur Road from McLeroy Boulevard to Longhorn as part of the 2014 Bond Program. DISCUSSION: This Agreement is for design services associated with expanding Old Decatur Road from a three-lane undivided roadway to a four-lane divided arterial from McLeroy Boulevard to Longhorn Road, in accordance with the City's Master Thoroughfare Plan. This contract amendment is for additional engineering services required to modify the existing engineering design plans, incorporate updated roundabout design standards/specifications and prepare extra right-of-way and easement documents. In addition to these changes, the scope was revised to include engineering design to add 72-inch steel casing pipe for a Water Department project. The following table summarizes previous contract action and amendments: Amount Project Description MSC Approved Initial Design of Old Decatur Road from Contract $453,700.00 McLeroy Boulevard to Longhorn C-25728 7/17/2012 Road Roundabout design, extension of Amendment No. 1 $330,500.00 Old Decatur Road, preliminary C-26223 5/7/2013 design of Cromwell Marine Creek Road Additional Plan revisions, incorporate changes to RAB Amendment No. 2 $138,600.00 standards, implement changes for Pending Pending the Water Department project, prepare additional Right-of-Way and easement documents Total $912,800.00 http://www.fortworthgov.org/council_packet/mc review.asp?ID=20862&councildate=3/2... 3/31/2015 M&C Review Page 2 of 2 Kimley-Horn Associates, Inc., proposes to complete Amendment No. 1 for a fee not to exceed $138,600.00. Staff considers this fee to be fair and reasonable for the scope of services proposed to be performed. Project funding consists of$599,035.00 from the 2008 Bond program for the initial contract amount of $453,700.00 and$145,335.00 for contingencies which has a current balance of$14,923.50 and $320,500.00 from the Transportation Impact Fees for Amendment No. 1 which has a current balance of $13,165.00 and $2,000,000.00 from the 2014 Bond Program for Fiscal Year 2015 which has no expenditures to date. This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with this 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. 21241-05-2014). M/ BE Office: Kimley-Horn Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to an additional 18 percent M/ BE participation on this Amendment No. 2. The City's goal on this amendment is 18 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 33X, 47B and 47C. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are included in the Fiscal Year 2015 Adopted Budget of the 2014 Bond Program, pursuant to Ordinance No. 21457-09-2014 and funds are available in the General Fund to pay for expenses which will be incurred on this contract until reimbursement can occur from issuance of public securities. The Fiscal Year 2015 Budget appropriated $2,000.000.00 for this project and total project budget is for$8,600,000.00. Upon approval of the above Amendment No. 2, remaining project budget will be$8,461,400.00. TO Fund/Account/Centers FRONT Fund/Account/Centers C210 531200 202230250630 $138.600.00 Submitted for City Manager's Office by Fernando Costa (6122) Originating Department Head: Douglas W. Wersig (7801) Additional Information Contact: Wilma Smith (8785) ATTACHMENTS 20OLD DECATUR DESIGN AMEND 1 MAP OD1 pdf- Adobe Acrobat Pro.pdf http://www.fortworthgov.org/council_packet/mc review.asp?ID=20862&councildate=3/2... 3/31/2015