Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 26383
STATE OF TEXAS § `` p COUNTY OF TARRANT § CITY SECRETARY CONTRACT NO.cZ S WHEREAS, the City of Fort Worth ("CITY") and Kimley-Horn and Associates, Inc. ("CONSULTANT") made and entered into City of Fort Worth City Secretary Contract No. 24975, ("CONTRACT") which was authorized by the City Council by M&C C-17461 on the 8th day of June, 1999; and WHEREAS,the CONTRACT involves professional services for the following project: Phase I for the Planning and Streetscape Improvements for North Main Corridor between the Tarrant County Courthouse and 28' Street in the Historic Stock Yards (the"Project)"; and WHEREAS, CITY and CONSULTANT desire to add Phase II for the Project. NOW, THEREFORE, CITY and CONSULTANT, acting herein by and through their duly authorized representatives, enter into the following agreement that amends the contract: 1. Scope of Services as outlined Attachment A as incorporated by Article I to City of Fort Worth City Secretary Contract No. 24975 is hereby amended by adding to said Scope of Services Attachment A hereto. Any conflict between the attachments shall be resolved in favor of the Attachment A hereto. The cost to CITY for the additional services to be performed by CONSULTANT is $191,000. 2. Article II of City of Fort Worth City Secretary Contract No. 24975 is amended to provide for an increase in the maximum fee to be paid to CONSULTANT 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 exceed the sum of$471,000 (Phase I and II), or $291,000 (Phase 11 Only) as shown in Attachment B hereto. 3. WRIWy"n li oo ED � ti'c��� G? ° Q1� Paragraph C of Article IV of City of Fort Worth City Secretary Contract No. 24975 is hereby amended to be and read as follows: The CONSULTANT will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the CONSULTANT shall not be liable for the use of such drawings for any project other than the Project described herein. All drawings shall be signed and sealed by a Professional Consultant registered in the state of Texas. A licensed Landscape Architect shall seal landscape and Irrigation drawings. 4. Section G(1) of Article IV of City of Fort Worth City Secretary Contract No. 24975 is hereby amended to include the requirement that the CONSULTANT provide Professional Liability Insurance in the amount of$1,000,000 each claim/annual aggregate. 5. Paragraph G(2) of Article IV of City of Fort Worth City Secretary Contract No. 24975 is hereby amended to add a subparagraph (m)which shall be and read as follows: (m) The Professional Liability insurance policy, if written on a claims made basis, shall be maintained by the CONSULTANT for a minimum two (2) year period subsequent to the term of the respective Project contract with the CITY. 6. Article V of City of Fort Worth City Secretary Contract No. 24975 is hereby amended by adding paragraphs F, G, H, I, J, and K which shall be and read as follows: F. Access to Facilities and Property The CITY will make its facilities accessible to the CONSULTANT as required for the CONSULTANT's performance of its services and will provide labor and safety equipment as required by the CONSULTANT for such access. The CITY will perform, at no cost to the CONSULTANT, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the CONSULTANT's services. The CITY will be responsible for all acts of the CITY's personnel. G. Advertisements,Permits,and Access �aVIV C Q A L kEcc:uRD Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of- way, and access necessary for the CONSULTANT's services or Project construction. H. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the CONSULTANT's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the CONSULTANT for contractor's negligence. I. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the Project, or their sureties, shall maintain no direct action against the CONSULTANT, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the consulting services performed. Only the CITY will be the beneficiary of any undertaking by the CONSULTANT." (2) This Agreement gives no rights or benefits to anyone other than the CITY and the CONSULTANT and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the Project a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against CONSULTANT. J. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the Project. C���N(W ECORD CNN ff"N'ROM oER,M (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the Project. The CITY may provide CONSULTANT a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the Project risks. K. Additional Work, Changes in Work, Supplemental Agreements If the CONSULTANT is of the opinion that any work it has been directed to perform is beyond the scope of this agreement and constitutes extra work, it shall promptly notify the CITY in writing. In the event the CITY finds that such work does constitute extra work and exceeds the maximum amount payable, the CITY shall so advise the CONSULTANT and written supplemental agreement will be executed between he parties as provided in this Article. The CONSULTANT shall not perform any proposed additional work or incur any additional cost prior to the execution, by both parties, of a supplemental agreement. The CITY shall not be responsible for actions by the CONSULTANT or any costs incurred by the CONSULTANT relating to additional work not directly associated with the performance of the work authorized in this contract or as amended. Any services provided on a time and material (T&M) basis shall be in accordance with Attachment C. If the CITY finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the contract, the CONSULTANT shall make such revisions if requested and as directed by the CITY. This will be considered as additional work and paid for as specified in this Article. The CONSULTANT shall make such revisions to the work authorized in this contract that has been completed as are necessary to correct errors appearing therein, when required to do so by the CITY. No additional compensation shall be paid for this work. The terms of this contract may be modified by supplemental agreement if the CITY determines that there has been a significant change in (1) the scope, complexity or character of the services to be performed as noted in v, ��GO�aL [PEND Attachment A; or(2)the duration of the work. Additional compensation, if appropriate, shall be identified. In the event the CITY decides that additional services, as noted in Attachment A, Section II, are required, specific scope(s) of services and appropriate compensation shall be determined. Both parties must execute any supplemental agreement. It is distinctly understood and agreed that the CONSULTANT shall make no claim for extra work done or materials furnished until full execution of the supplemental agreement and authorization to proceed is granted by the CITY. The CITY reserves the right to withhold payment pending verification of satisfactory work performed. 7. Article VI of City Secretary Contract No. 24975 is hereby amended by adding paragraph L which shall be and read as follows: L. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and CONSULTANT arising out of, or in connection with this Agreement or the Project, or any breach of any obligation or duty of CITY or CONSULTANT hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act(9 U.S.C. Sections 10 and 11). (2) Any award greater than$50,000,exclusive of attorney's fees,costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If either party files litigation within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. 8. City of Fort Worth City Secretary Contract No. 24975 is amended by adding thereto Exhibit D, Project Schedule (Estimated), and Exhibit E, Estimated Construction Document Sheet List(Approximate w/Plan Sheets at 1"=20') 9. All other provisions of the City of Fort Worth City Secretary Contract No. 24975 that are not expressly amended herein shall remain in full force and effect. Executed on this the / ay of , 2000. ATTEST: CITY OF FORT WORTH By: Pearson Mike G o ner c` City Secretary Assistant City Manager APPROVED AS TO FORM APPROVAL RECOMMENDED: Assistant City Attorney Hu anga, P. E., Dir Gary Steinberger Transportation& Public Works ATTEST KIMLEY-HORN AND ASSQ04AT S, C.• C • !ilii� C. Hatchel, RLA, ASLA Thomas L. Whalen Senior Project Manager Production Manager 0"- /ga6D Contract Autho ' tion Date CNN MCUMN FT. MW. ATTACHMENT A —Scope of Services General Scope The scope of this project is to finalize the design concepts and prepare construction documents for the pilot project areas on North Main Street in Fort Worth, Texas. The three pilot project areas to be addressed are: A. Paddock Gateway: Viaduct to 4th Street (including intersections) B. Mercado Avenue: Northside Drive to 22nd Street (including intersections) C. Stockyards Gateway: 25th Street to 27th Street (including intersections) The total construction funding allocated is approximately $3,115,000. The consultant will prepare construction documents and participate in the bidding process and construction administration as defined in subsequent sections of this scope of services. Task 1 Project Management Months 1 through 7 Project Management is ongoing throughout the project design phases. Kimley-Horn and Associates (CONSULTANT) will provide coordination and management of all internal elements of the project. Concurrently, the CONSULTANT will coordinate with the CITY's project manager, intra-CITY departments, and other governmental agencies to move the project forward. The CONSULTANT will also monitor all budgetary and documentary aspects of the project including any sub-consultant work. Quality assurance and control will be ongoing throughout the project. Project Coordination The CONSULTANT will direct all aspects of project work by the CONSULTANT'S in-house staff and any sub-consultants to ensure coordination and a timely completion of the project. The CONSULTANT will meet with the project team and send all team members updates with upcoming and anticipated tasks, assignments, and project milestones. City Coordination The CONSULTANT will meet with the CITY and its agencies monthly during the design phases (7 total). At those meetings we will discuss project direction, immediate next steps, anticipated or long-range actions, milestones, coordination factors, and project progress. The CITY will be responsible for identifying, coordinating, and scheduling the appropriate CITY representatives and North Main Street Oversight Committee and Linkages Committee representatives for the meetings if their attendance is required. The CONSULTANT will prepare monthly reports for CITY review. These will include the accomplishments to date, revisions or additional detail for up-coming work, and other information that may effect the project or require refinement. Billings The CONSULTANT uses a Management Information System to monitor all ,a pArgexpense. This will be used to keep the project on schedule and budget. AsGGQ© 14 G:%CIVIL\LP-00WMAINPH2.DOC 1 `0 contract we will be providing the CITY with invoices that show the percent of the project that is complete for each task. This will include the CONSULTANT, sub-consultant, and expense portions of the project. Deliverables: Monthly reports, as part of the invoicing system, outlining work-to-date, milestones, and upcoming events. Meetings Seven (7) monthly meetings with CITY staff. Task 2 Months 1 through 2 Preliminary Design Development Preliminary Design Development will consist of completing the topographic survey and data collection. The CONSULTANT will then generate design concepts based on: 1) The existing conditions survey information and 2) The 05/29/2000 draft budget allocations and directives prepared by the CITY incorporating the increased pilot project funding. Upon completion of the survey and data collection phase the CONSULTANT will meet with the North Main Street Oversight Committee and CITY representatives to discuss the budget allocations, initial design concepts, and pilot project areas. The CONSULTANT will then refine the concepts to create a Preliminary Layout plan. We anticipate one intermediate meeting with CITY representatives to review and refine design alternatives for the pilot project areas. These concepts will then be finalized and presented for comment at a meetings with CITY representatives and one (1) public meeting. A total of five (5) meetings (maximum) will be conducted during this phase (inclu: ing the monthly project management meetings). The following are the subtasks necessary to complete the Preliminary Design Development process. Subtask 2.1 Topographic Survey and Data Collection The CONSULTANT will complete a topographic survey of the pilot project areas. In addition to the topographic survey, the CONSULTANT will complete collecting field data of the redefined pilot projects, based on City of Fort Worth datum base. The purpose of this site investigation is to assess existing conditions for unique design opportunities or constraints that may impact proposed improvements. A base map set (approx. 1" = 20') will be prepared from existing digital files for use in the field. Field notes and/or sketches will be recorded on the base map for use in Subtask 1.2. Photographs may be taken for additional consideration and recording of existing conditions. Subtask 2.2 Preliminary Layout Based on the schematic design concepts approved as part of the Phase I study and field data gathered in Subtask 1.1, the CONSULTANT will prepare an overall plan depicting streetscape enhancements for the updated pilot project areas. Included in this exhibit will be proposed spacing of pedestrian lighting, street trees, specialty railing, and preliminary layout of information kiosks and other site elements. This exhibit will be accompanied with a typical cross section/elevation for each of the proposed pilot projects' streetscape enhanceme §. um(c: a E��0RD 15 �0n, pp�t'EC�ED 5MR U CONSULTANT will review opportunities to create special features at sight lines, intersections and other high visibility areas to reinforce the streetscape theme. As part of this subtask, the CONSULTANT will prepare a preliminary plant list consistent with the CITY of Fort Worth's approved street tree list for review and an initial budget cost estimate will be prepared. Deliverables: Copy of field note map, preliminary layout, and proposed plant list, and budget estimate. Meetings: Two (2) meetings with City representatives, one (1) public meeting, and one (1) presentation to CITY Council. Task 3 Months 2 through 3 Design Development The CONSULTANT will refine the concepts defined in the initial study through the design development process. CONSULTANT will attend meetings with CITY representatives and one (1) public meeting. A total of five (5) meetings (maximum) will be conducted during this phase (including the monthly project management meetings). The following are the subtasks necessary to complete the Design Development process. Subtask 3.1 Detail Development Under this subtask, the CONSULTANT will further define the detailed design of the pilot project areas, as well as analyze existing conditions to identify or design specific items for placement along the street. Preliminary detail sketches and/or manufacturers "cut sheets" of the proposed furnishings and design elements will be provided for review and approval. Initial work on the construction documents (layout, materials selection, lighting, grading, landscape/irrigation sidewalks, paving and drainage improvements) will begin in this phase. Subtask 3.2 Preliminary Opinion of Probable Construction Cost Based on the proposed preliminary layout and conceptual design of site amenities, the CONSULTANT will prepare a preliminary opinion of probable construction costs with both unit pricing and total project improvements. Deliverables: Preliminary details and/or manufacturers' "cut sheets", outline of proposed project specifications, and the preliminary opinion of probable construction costs. Meetings: One (1) meeting with CITY representatives, one (1) public meeting, and one (1) presentation to CITY Council. Task 4 Months 3 through 5 Construction Documents Based on the approved Design Development plans, the CONSULTANT will prepare final construction documents for the proposed streetscape improvements. CONSULTANT will attend two interim reviews by CITY Staff at the 60% and 95% completion stages and one meeting at the 95% stage with North Main Street Oversight Committee. The following are the subtasks necessary to complete the Construction Document process. 16 G\CIVU P-OOWMAINPH2 D Subtask 4.1 Construction Drawings The construction drawing package will consist of plan sets and detail sheets necessary for the completion of the proposed streetscape improvements. The construction drawing set to consist of the following sheets: Cover Sheet Demolition Plans The CONSULTANT will prepare plans showing both existing conditions and those areas to be demolished and removed as part of the proposed streetscape improvements. Layout, Materials and Grading Plans The CONSULTANT will prepare 1" = 20' construction plans which show layout, grading and materials for streetscape improvements. The design for this element will address finish treatment and dimensioning from known points. Related connections or modifications to existing utilities (water, sanitary sewer, and storm sewer) will be detailed and designed. Traffic routing will be addressed if required. The construction plans will also show layout, grading and materials for paving and drainage improvements at locations approved by the City. Paving improvements include sidewalks, sidewalk ramps, median cuts, traffic islands, curb and gutter sections, and profiles. Drainage improvements include manholes, inlets, outfalls, profiles, channel improvements, stormwater pollution prevention, drainage area map and hydraulic computation. City of Fort Worth criteria will be used. The CONSULTANT will also coordinate with the City to determine existing and proposed utilities located within the limits of the project. CONSULTANT will distribute plans to utility agencies for their review and comment. Planting Plans The CONSULTANT will prepare 1"=20' construction plans depicting landscape locations, quantity, sizes, species, and general notes. Irrigation Plans The CONSULTANT will prepare 1" = 20' construction plans depicting irrigation head and piping layout, pipe sizing, water source, controller location(s), zone separation, backflow preventers and construction notes. In addition, any necessary bores or sleeving required will be depicted or noted on the plan set. Lighting/Electrical Plans The CONSULTANT will provide lighting and electrical plans in conjunction with the proposed streetscape improvements. Manufacturer's standard details for the selected lighting portions along with site specific mounting details will be provided. Additionally, the CONSULTANT will coordinate with the City of Fort Worth to identify lighting and foot-candle requirements within the project area and obtain photometric data from the vendor. Project Details The CONSULTANT will provide typical project details for construction including hardscape, landscape and irrigation details pavement, drainage, sidewalks, and sidewalk ramps. Each detail will be of an appropriate architectural scale and include sufficient detail for bidding and 17 Ll construction purposes. In addition, CONSULTANT will provide "cut sheets" for standardized (i.e., manufactured items) site amenities. Subtask 4.2 Project Specifications Beyond the standard specifications of the City of Fort Worth, CONSULTANT will prepare technical and/or performance specifications for the proposed streetscape improvements. These specifications will be submitted along with the 95% construction set to the City of Fort Worth's project manager for review and approval prior to solicitation of bids. Subtask 4.3 Final Opinion of Probable Construction Cost Based on the final approved design and selection of site amenities, CONSULTANT will provide a final opinion of probable construction costs with both unit pricing and total project improvements. These projections will be based on prevailing market information and does not reflect a definitive cost for improvements. Deliverables: 60% construction document review set, 95% construction document review set, and the final opinion of probable costs. Meetings: Two (2) meetings with CITY representatives to review the CITY's comments on the 60% and 95% construction document sets and one (1) public meeting. Task 5 Months 6 through 7 Bidding Assistance and Contract Award The CONSULTANT will provide the following professional services: A. Prepare a Notice to Bidders for publication by the CITY. The CITY shall be responsible for publication of the notice. The CONSULTANT shall provide one (1) set of reproducible plans and specifications for use in printing bid documents and fifteen (15) sets of construction plans and specifications for distribution by the CITY to prospective contractors, suppliers and plan rooms. B. Provide support to CITY staff during the bid phase of the project to pre-qualify prospective bidders, answer questions from bidders, issue interpretations of the contract documents and prepare necessary addenda for the project. C. Prepare for and conduct a pre-bid conference. D. Attend the bid opening for the project, assist in the review and tabulation of the bids received, evaluate the apparent low bidder(s) and make a recommendation regarding the possible award of the contract. E. Prepare contract documents for execution by the contractor, receive and review such documents for completeness and forward to the CITY for review and execution. Meetings: Two (2) meetings with CITY representatives and/or CITY Council. 1- C�1�� k�Cc uRD C ��TV, ,ti, ,EC M1 �Eff 18 .D0C Task 6 Months 8 through 16 Construction Phase Services Construction contract administration and observation services (beyond the bidding phase) will be provided on a limited basis as follows. For the purposes of this agreement, twenty man hours per month ($2,000 x 9 for a total of$18,000) is included for attending monthly meetings, interpreting the plans, and job site visits as requested by the CITY. The CONSULTANT will not exceed this amount without written authorization from the CITY. Meetings: Nine (9) meetings with CITY Representatives (one per month for nine months). Task 7 Month 17 Project Close Out/As Builts CONSULTANT will provide copies of any design sketches or notes generated during the construction phase to the CITY and Contractor so that the contractor can prepare the "As-built Drawings". Consultant shall review the "As-Built Drawings" prepared by the contractor. For the purposes of this agreement, forty man-hours ($4,000.00) is included for project closeout and as- built review. The CONSULTANT will not exceed this amount without written authorization from the CITY. Meetings: One (1) closeout meeting. Additional Services Services which can not be initially identified as necessary to the project, but which may be discovered during performance are considered additional to the scope of work for the contract and can be performed on an individual basis upon written authorization by the CITY. Compensation for additional work shall be provided on a time and material basis unless the engineering effort for a specific task is identified and negotiated with the CITY based on a lump sum basis and approved by a Contract Amendment. Such services shall include: 1. Plotting, computing, and filing plats or subdivisions, and related land planning and partitioning. 2. Additional surveying and construction staking. 3. Preparation of property acquisition documentation or contracts, negotiations with property owners and filing of documents. 4. Attendance at additional neighborhood or community meetings as required by CITY. 5. Redesign to reflect project scope changes requested by the CITY, required to address changed conditions or change in direction previously approved by the CITY, mandated by changing governmental laws, or necessitated by the CITY's acceptance of substitutions proposed by the Contractor. 6. Assistance to the CITY as an expert witness in negotiations, arbitra 'Q�,_Qr_liti connection with the project or in hearings before approving and reg jl,a J;r ?,,e 19G: 19G: E'8vu:tWd 7. Assistance to the CITY as an expert witness in any litigation with third parties, arising from the development or construction of the project, including preparation of engineering data and reports. 8. Preparation and/or submittal of plans, floodplain evaluation studies, or hydraulic analyses for FEMA regarding the effect of floodplain elevations as they relate to the proposed lift station site. 9. Reimbursable expenses for printing or reproduction beyond the scope identified in this agreement. 10. Market Analysis or Economic Feasibility Studies. 11. Municipal Utility Designs for Water, Sewer, or Storm Drainage. 12. Traffic Signal Design, Traffic Studies, or Transportation Planning and Design. �ENID oKERN FEW 20 G:UCML1LP-00WMAINPH2.DOC ATTACHMENT B —Compensation Task 1 Project Management $8,000.00 Task 2 Preliminary Design Development $44,000.00 Task 3 Design Development $63,000.00 Task 4 Construction Documents $141,000.00 Task 5 Bidding Assistance and Contract Award $13,000.00 Task 6 Construction Phase Services $18,000.00 Task 7 Project Closeout $4,000.00 TOTAL $291,000.00 Note: Market studies, economic development plans, and other special services are not a part of this work. This agreement is a lump sum agreement and will not exceed $291,000 without written authorization and a supplemental agreement by the CITY. �GOMID �f�'o U'rL���11;UU9��iNa 21 GACML\P-00\NkWNPh12.DGC ATTACHMENT C —Amendments No Amendments. r 23 G:\CML\LP-00WMAINPH2.DOC ATTACHMENT D — Project Schedule (Estimated) 2000 2001 Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Contract Negotiations/ Contract Approval Project Management PR I I F Task 1 Preliminary Design Development Task 2 Design Development NMI Task 3 Construction Documents Task 4 Bidding/Contracts Task 5 Construction ;, Phase Services Project Close Out/As Builts K • Meeting with City staff ♦ Meetings with North Main Street Oversight Committee, Public and/or Linkages Committee, or City Council Note: The above schedule is an estimate only based on information available at this time. ❑11111110 Wey-Hom and Associates,Inc. 24 GAC1 LVILI P-0OWMAINPH2AOC ATTACHMENT E — Estimated Construction Document Sheet List (Approximate w/ Plan Sheets at 1" = 20') Area A. Paddock Gateway (Viaduct to 4th Street) C1 Existing Conditions and Demolition Plan C2 Layout/Materials Plan C3 Grading/Utilities Plan C4 Details C5 Details E1 Lighting/Electrical Plan E2 Lighting/Electrical Details L1 Landscape Plan L2 Landscape Details IR1 Irrigation Plan IR2 Irrigation Details Area B. Mercado Area (Northside Drive to 22nd Street) C1 Existing Conditions and Demolition Plan - Part A C2 Existing Conditions and Demolition Plan - Part B C3 Existing Conditions and Demolition Plan - Part C C4 Existing Conditions and Demolition Plan - Part D C5 Existing Conditions and Demolition Plan - Part E C6 Existing Conditions and Demolition Plan - Part F C7 Layout/Materials Plan- Part A C8 Layout/Materials Plan - Part B C9 Layout/Materials Plan - Part C C10 Layout/Materials Plan - Part D C11 Layout/Materials Plan - Part E C12 Layout/Materials Plan - Part F C13 Grading/Utilities Plan — Part A C14 Grading/Utilities Plan— Part B C15 Grading/Utilities Plan— Part C C16 Grading/Utilities Plan — Part D C17 Grading/Utilities Plan — Part E C18 Grading/Utilities Plan— Part F C19 Details C20 Details C21 Details C22 Details END Vin ' KUM0 25 G:%CML%P-0OWMAINPH2.00C E1 Lighting/Electrical Plan — Part A E2 Lighting/Electrical Plan — Part B E3 Lighting/Electrical Plan — Part C E4 Lighting/Electrical Plan — Part D E5 Lighting/Electrical Plan— Part E E6 Lighting/Electrical Plan — Part F E7 Lighting/Electrical Details L1 Landscape Plan — Part A L2 Landscape Plan — Part B L3 Landscape Plan — Part C L4 Landscape Plan— Part D L5 Landscape Plan — Part E L6 Landscape Plan — Part F L7 Landscape Details IR1 Irrigation Plan —Part A IR2 Irrigation Plan — Part B IR3 Irrigation Plan — Part C IR4 Irrigation Plan— Part D IR5 Irrigation Plan — Part E IR6 Irrigation Plan —Part F IR7 Irrigation Details Area C. Stockyards Gateway (25th Street to 27th Street) C1 Existing Conditions and Demolition Plan - Part A C2 Existing Conditions and Demolition Plan - Part B C3 Existing Conditions and Demolition Plan - Part C C4 Layout/Materials Plan- Part A C5 Layout/Materials Plan - Part B C6 Layout/Materials Plan - Part C C7 Grading/Utilities Plan— Part A C8 Grading/Utilities Plan— Part B C9 Grading/Utilities Plan — Part C C10 Details C11 Details C12 Details E1 Lighting/Electrical Plan — Part A E2 Lighting/Electrical Plan — Part B E3 Lighting/Electrical Plan — Part C E4 Lighting/Electrical Details L1 Landscape Plan— Part A L2 Landscape Plan— Part B L3 Landscape Plan — Part C � D� Q��� �'GuG�D L4 Landscape Details CI '*rrej IR1 Irrigation Plan — Part A a 26 G:\CIVIL1LP-0OWMAINPH2.DOC IR2 Irrigation Plan — Part B IR3 Irrigation Plan — Part C IR4 Irrigation Details Note: The above sheet is approximate and will vary dependent upon the final project scope determinations made during the design development phase. North Main Street M/WBE Analysis Kimley-Horn will meet the 20% MNVBE requirement by utilizing Brad Gorrondona, R.P.S. as the surveying consultant and Hector Gomez (Electrical Engineer) as the lighting/electrical consultant. Surveying 30,000.00 Brad Gorrondona Lighting/Surveying 30,000.00 Hector Gomez $60,000.00 (Expenditure) $291,000.00 x .20 = $58,200.00 (Goal Amount) 27 G:'GIVIL%P-OOWMAINPN2.DOC City of Fort Worth, Texas 4velffor and Council Consolunication DATE REFERENCE NUMBER LOG NAME PAGE 10/3/00 **C-18260 1 20STREETSCAPE 1 of 2 SUBJECT CONTRACT AMENDMENT NO. 1 WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR NORTH MAIN STREET STREETSCAPE IMPROVEMENTS RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 to City Secretary Contract (No. 24975) with Kimley-Hom and Associates, Inc. for additional design services for North Main Street Streetscape Improvements between the Tarrant County Courthouse and the historic stockyards area for an additional fee not to exceed $191,000. DISCUSSION: The 1998 Capital Improvement Program included $1,560,000 for corridor streetscape improvements to North Main Street from the Tarrant County Courthouse to the historic stockyards area. Funding from state and federal sources increases the total funding by an additional $2,632,960 for this project. On June 8, 1999 (M&C C-17461), the City Council authorized the City Manager to execute an agreement with Kimley-Hom and Associates, Inc. in the amount of$280,000 for: Phase Description Amount 1 Conceptual Urban Design $180,000 2 Construction Pians and Documents for a Pilot Project $100,000 The recommendations from the Conceptual Urban Design Phase provide for development of construction plans for three pilot projects located along North Main Street. These projects will be located in the following areas: • "Paddock Gateway" from Viaduct to 4th Street • "Mercado Avenue" from Northside Drive to 22nd Street • "Stockyards Gateway" from 25th Street to 27th Street. An additional design fee of $191,000 is required to develop construction plans and specifications for all three pilot project areas. The total lump sum fee for Phase 2 is $291,000. Staff considers this fee to be fair and reasonable for the scope of services to be performed. The total construction funding allocated is approximately$3,722,000. A total of $4,192,960 'has been approved for this project: $1,560,000 from the 1998 Capital Improvement Program, $2,232,960 from the Texas Department of Transportation's State Transportation Enhancement Program, and $400,000 from the Federal Highway Administration's Transportation Community Prevention Program. Kimley-Hom and Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 25% M/WBE participation on this contract amendment. The project is located in COUNCIL DISTRICT 2. City of Fort Worth, Texas "Agar And CouncilCommunication DATE REFERENCE NUMBERG NAME PAGE LO 10/3/00 **C-18260 20STREETSCAPE 2 of 2 SUBJECT CONTRACT AMENDMENT NO. 1 WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR NORTH MAIN STREET STREETSCAPE IMPROVEMENTS FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MGJ Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: OCT 3 2000 Hugo Malanga 7800 (from) C115 531200 020115023236 $191,000.00 LM Additional Information Contact: Ctar9 of the City of Fort Worth,Texas Hugo Malanga 7800