Loading...
HomeMy WebLinkAboutContract 46418-A1 AMENDMENT No. 1 TO CITY SECRETARY CONTRACT No. 46418 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 46418, (the CONTRACT) which was administratively authorized on the 13th day of February, 2015 in the amount of $ 36, 745 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project : E. Lancaster Traffic Signal Bid Package and Construction Phase Services; 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 a proposal dated November 2, 2015, 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 $12,203. 00. (See Attached Funding Breakdown Sheet, Page -3-) 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 $48,948. 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 last written by a signatory, below. City of Fort Worth ,r , Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 „�j i Pagel of 3 a APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. - _ .. (Sh, Jesus J. Chapa Glenn Gary, P.E. Assistant City Manager Senior Vice President DATE: I DATE: APPROVAL RECOMMENDED: Douglas,, v. Wiersig, P.E. Director, Department of Transportation and Public Works APPROVED AS TO FORM AND LEGALITY: M&C: '2 Date: 15 24................ Douglas W. Black Assistant City Attorney O7> 19 ATTEST : A1 00 y1seT City Se2oetafy City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 46418 Amendment No. 1 Department Fund-Account-Center Amount Total : City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 Kirnley)Morn November 2, 2015 Lissette Acevedo, P.E., PTOE City of Fort Worth—Transportation and Public Works Department 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Amendment#1 02366—E. Lancaster Avenue Traffic Signals Dear Lissette: Kimley-Horn and Associates, Inc. ("Kimley-Horn"or"Consultant") is pleased to submit this Amendment #1 to the City of Fort Worth(City)to provide additional services to collect additional topographic survey and update the traffic signal plans to accommodate paving improvements. The following Scope of Services has been developed based on our discussions with the City. Scope of Services Kimley-Horn will provide the services specifically set forth below. Task 6—Topographic Survey Kimley-Horn will perform the following tasks topographic survey tasks for the intersections of E. Lancaster& Riverside and E. Lancaster&Oakland. Kimley-Horn will perform field surveys to collect horizontal and vertical elevations and other information needed in design and preparation of plans for the project. Information gathered during the survey shall include 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. ® The minimum survey information to be provided on the plans shall include 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 — 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. I(I[n I y) - IVII n Page 2 ASSUMPTIONS ® None. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. Task 7—Traffic Signal Design Kimley-Horn will revised the previously completed traffic signal design plans to accommodate paving improvements. Anticipated revisions include signal pole and ground box relocations, updates to the summary charts, and revisions to signing and striping plans. Additional Services Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current hourly rates Schedule We will provide our services in a mutually agreed upon schedule following Notice to Proceed from the City. Additional services, if desired, will be performed in a timely manner upon authorization by the City. Fee and Expenses Kimley-Horn will perform the services in Tasks 6 and 7 for an hourly, not-to-exceed fee of$12,203.00. All permitting, application, and similar project fees will be paid directly by the Client. Kimley-Horn will not exceed the total maximum labor fee shown without authorization from the Client. 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. 1 , 4l'gymoe" By: Scott R. Arnold, P.E. Project Manager, Assistant Secretary 1 119. � .11 � w u N N cq .(q (Dmq C-4 f--r- C14 0 'i 0 Ci m 61 w 61�69 61� co 61> U) m Ln LO 000 In m i2 0) 'E a c 4A 61)69 E I o (D vi E u X (A 0 'j5 E:2i'o w W 0 0 mU A) 0 15 0)U) w a. IL w w co 0 0 ca Co !�) 0 .0 64 vQ(3 o w W W ca co 2 CL 0 z CD e9 6A e9 12 LU w co (q E ,5 :F U2 0 Z 4) E 0 u to ts .9 w ca 0 00 '3 W 0" 00—— P q C'I U) CO 0 0 to '01"'To to G1 - C m 0 to 0 o 0 04 E U) L- CD a w .2 (n 6 U) M o z t M 4) L) 4, 4-5 0 au) .6 U . W 0 0 04) W 6" _,g L) > a U)LO is 0 (L w .2) 0 04 CA C*4 0 04 �: " C-4 0 W N a. O co U) a NN -q to w E! , o 8 04 u cc w E c\j '0 dO Fl 0 (n (U 7L U2 =co W 7E W >C .2 x t LA a)> a) a) z . (1) > (o d) r N 0 LL E NL 0 m 0 0 0 CL �l 0 0 F- f 41 Elo I v¢a z