HomeMy WebLinkAboutContract 49024-A1CITY SECRETARY
RECEMD AMENDMENT No . 1 COMTRACT NO
OCT 2 4 2018
MITYOMMORM TO CITY SECRETARY CONTRACT No. 49024
CITY SEMEfARY
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and
Associates, Inc. (ENGINEER) made and entered into City Secretary Contract
No. 49024, (the CONTRACT) which was authorized by M&C C-28184 on the 17TH
day of April, 2017 in the amount of $1,800,000 and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Harmon Road Task Order Contract (US 81/287 to Golden Triangle Blvd.)
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 June 26, 2018, 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
$595,000. (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 $2,395,000.
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
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017
Page 1 of 3
OFFICIAL, RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVED:
City of Fort Worth
Susan anis
Assistant City Manager
DATE: -3
APPROVAL RECOMMENDED:
ENGINEER
Kimley-Horn and Associates
"4"o
Scott R. Arnold, P. E.
Assistant Secretary
DATE: _ �I 1116 i d-01 g
Sten�oe�
Inte m Director, Transporation & Public Works Department
Contract Compliance Manager:
By signing, I acknowledge that I am -the person
monitoring and administration of this contract,
performance and reporting requirements.
Leon Wilson Jr., P.E.
Senior Professional Engineer
APPROVED AS TO FORM AND LEGALITY:
QY5���
Douglas W. Black
Assistant City Attorney
ATTEST:
Mary J4 yUei
City Secretary
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017
Page 2 of 3
responsible for the
including ensuring all
M&C:
Date:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FUNDING BREAKDOWN SHEET
City Secretary No. 49024
Amendment No. 1
Department FID Amount
TPW $595,000
Total: $595,000
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017
Page 3 of 3
Kimley»>Horn
June 26, 2018
Leon Wilson Jr, P.E.
Transportation and Public Works
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
Re: Amendment #1 — Harmon Road Improvements from Golden Triangle Boulevard to US 287
City Project No. 100459
City Secretary Contract No. 49024
Dear Leon:
Kimley-Horn and Associates, Inc. ("Kimley-Horn" or "Consultant") is pleased to submit Amendment #1
in the amount of $595,000 to the City of Fort Worth (City) for the Task Order design contract (CSN
49024) for Harmon Road Improvements from Golden Triangle Boulevard to US Hwy 287. This
amendment is to cover additional services beyond the original scope, such as:
• An additional design phase (Phase 3) - Design of two roundabouts at US 287 frontage roads
including TxDOT permitting
• 36" water line relocation design at the intersection of Golden Triangle Boulevard and Harmon
Road
• Xeriscape design for two roundabouts
• Raised crosswalk design for two roundabouts
• Additional design management services based for additional scope (phase 3 design and
scheduling requirements changes)
• Construction sequencing and time determination by a construction manager
• Bidding and construction phase services beyond original scope of services
• ROW and easement services beyond original scope of services
• Survey and subsurface utility engineering beyond original scope of services
A detailed scope of services for the additional services will be included in separate Task Order
Authorizations.
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.
By: Dana Shumard, P.E.
Project Manager
ATTACHMENT B
COMPENSATION
Design Services for
Harmon Road Task Order (from Golden Triangle Boulevard to US 81/287)
City Project No. 100459
Amendment 1
Task Order Rate Schedule
Compensation
A. The ENGINEER shall be compensated in an hourly amount not -to -exceed
$595,000 for personnel time, non -labor expenses, and subcontract expenses in
performing services enumerated in Attachment A as follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Catego[y Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries,
overhead, and profit.
Labor Category
Rate
($/hour)
Project Director
$230
Scheduling Specialist
$215
Project Manager
$200
Senior Project Engineer
$175
Project Engineer
$150
EIT
$120
CADD
$95
Administrative
$85
i. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost.
Direct Expenses (non -labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
ii. Subcontract Expenses. Subcontract expenses and outside services shall
be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
iii. Budgets. ENGINEER will make reasonable efforts to complete the work
within the budget and will keep the City informed of progress toward that end so
that the budget or work effort can be adjusted if found necessary.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 1 of 4
Is
ATTACHMENT B
COMPENSATION
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may
be adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by
the City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER
in performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 2 of 4
AVA
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
FirmPrimary
Responsibility
Fee Amount
%
Prime Consultant
Kimley-Horn and
Associates, Inc.
Engineering Services
$464,600
78.1%
6595,000
$130,400
21.9%
Proposed MBE/SBE Sub -Consultants
Gorrondona &
Associates, Inc.
Topographic Survey, ROW
Documents
$20,300
3.4%
The Rios Group, Inc.
Subsurface Utility Engineering
$110,100
18.5%
Non-MBE/SBE Consultants
TOTAL $595,000
100%
Project Number & Name
Total Fee
MBE/SBE Fee
MBE/SBE
/o
100459 Harmon Road Amendment 1
6595,000
$130,400
21.9%
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 3 of 4
AN
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
To be included with each task order.
City of Fort Worth, Texas
Attachment B
PMO Official Release Date: 8.09.2012
Page 4 of 4
M
CITY COUNCIL AGENDA
Official site of the City of Fort Worth, Texas
FORT��'VORT_H_
COUNCIL ACTION: Approved on 6/26/2018
DATE: 6/26/2018 REFERENCE C-28764 LOG NAME: 202018 BOND PROGRAM
NO.: PROPOSITION A
CODE: C TYPE: NOW PUBLIC NO
CONSENT HEARING:
SUBJECT: Authorize Execution of New or Amendments to Existing Engineering Services Agreements
for Design and Construction Management Services for 22 Major Thoroughfare, Arterial and
Intersection Projects Identified in the 2018 Bond Program (COUNCIL DISTRICTS 2, 3, 4,
6, 7, 8, and 9)
RECOMMENDATION:
It is recommended that the City Council authorize execution of the following engineering contracts or
amendments to current engineering contracts for design and construction management services for major
thoroughfare, arterial and intersection improvement projects identified in the 2018 Bond Program as
indicated below:
Contract Amendments:
1. Amendment No.1, in an amount not to exceed $425,000.00 to City Secretary Contract (CSC) 49226, an
Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements
along Bonds Ranch Road from Hawks Landing Road to Blue Mound Road/FM 156 (101009), for a revised
contract amount not to exceed $1,295,000.00;
2. Amendment No. 1, in an amount not to exceed $90,000.00 to City Secretary Contract (CSC) 49227, an
Engineering Agreement with Halff Associates, Inc., for design of transportation improvements along
Westport Parkway, from Alta Vista Parkway to Beach Street (101019), for a revised contract amount not to
exceed $565,000.00;
3. Amendment No. 1, in an amount not to exceed $843,000.00 to City Secretary Contract (CSC) 49555, an
Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along
Avondale Haslet Road, from Willow Creek Drive to Haslet County Line Road/FM 156 (101014), for a
revised contract amount not to exceed $1,243,000.00;
��mendment No. 1, in an amount not to exceed $595,000.00 to City Secretary Contract (CSC) 49024, an
•' Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements
along Harmon Road, from Golden Triangle Boulevard to US HWY 287 (100459), for a revised contract
amount not to exceed $2,395,000.00;
5. Amendment No. 1, in an amount not to exceed $750,000.00 to City Secretary Contract (CSC) 49229, an
Engineering Agreement with Pacheco Koch Consulting Engineers, Inc., for design of transportation
improvements at the intersection of Kroger Drive at State Highway 377 and Basswood Boulevard at State
Highway 377 (101015), for a revised contract amount not to exceed $1,150,000.00;
6. Amendment No. 1, in an amount not to exceed $1,500,000.00 to City Secretary Contract (CSC) 49556,
an Engineering Agreement with Burns & McDonnell Engineering Company, Inc., for design of transportation
improvements along Cromwell Marine Creek from Boat Club Road to Old Decatur Road (101012), for a
revised contract amount not to exceed $1,900,000.00;
7. Amendment No. 1, in an amount not to exceed $230,000.00 to City Secretary Contract (CSC) 49225, an
Engineering Agreement with Carrillo Engineering, LLC, for design of intersection improvements at S. Hulen
Street and Granbury Road (101017) for a revised contract amount not to exceed $630,000.00;
8. Amendment No. 1, in an amount not to exceed $360,000.00 to City Secretary Contract (CSC) 49228, an
Engineering Agreement with Lee Engineering, LLC, for design of intersection improvements at Park Vista
Boulevard and Keller Haslet Road (101020) for a revised contract amount not to exceed $760,000.00;
New Contracts:
9. An Engineering Agreement with Wier & Associates, Inc., for design of intersection improvements at
Golden Triangle Boulevard and Harmon Road (101013), in an amount not to exceed $250,000.00;
10. An Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements
along W. 7th Street from University Drive to the Trinity River (101555) in an amount not to exceed
$750,000.00;
11. An Engineering Agreement with Schrickel, Rollins and Associates, Inc., for design of transportation
improvements along Riverside Drive from Golden Triangle to Keller Hicks in an amount not to exceed
$700,000.00;
12. An Engineering Agreement with Cobb Fendley & Associates, Inc., for design of transportation
improvements along the University Drive Corridor from Trail Drive to Park Hill (101588), in an amount not to
exceed $900,000.00;
13. An Engineering Agreement with AECOM, Inc., for design of intersection improvements at Crowley Road
and N. Crowley Cleburne Road (101578) and Alta Mesa Boulevard and Crowley Road (101579) in an
amount not to exceed $594,580.00;
14. An Engineering Agreement with Multatech Engineering, Inc., for design of intersection improvements at
E. Seminary Road and Mansfield Highway (101590) and McCart Avenue and Altamesa Boulevard
(101572) in an amount not to exceed $690,778.00;
15. An Engineering Agreement with Pape—Dawson Engineering, Inc., for design :of intersection
improvements at Beach Street and Basswood Boulevard (101582) in an amount not to exceed
$398,195.00;
16. An Engineering Agreement with JT Engineering, Inc., for -design of intersection improvements at E.
Northside Drive and Cold Springs Road (101584) in an amount not to exceed $442,886.80;
17. An Engineering Agreement with Bridgefarmer & Associates Inc., for design of intersection
improvements at W. Long Avenue and Angle Avenue (101583) in an amount not to exceed $455,985.00;
18. An Engineering Agreement with Hayden Consultants, Inc., for design of intersection improvements at S.
Normandale Street and Las Vegas Trail (101591) in an amount not to exceed $528,013.00;
19. An Engineering Agreement with Kimley-Horn and Associates, Inc., for design of intersection
improvements at NW Loop 820 and Marine Creek Parkway (101585) in an amount not to exceed
$432,000.00.
DISCUSSION -
In preparation for the 2018 Bond Program and to advance delivery of projects, engineering contracts were
executed on 13 potential Jump Start Projects (Mayor and Council Communication (M&C) C-28288 June 20,
2017) to further define individual project cost and identify possible risks that would impact costs and
delivery schedules. Funding for these Jump Start Projects (*) was authorized on May 16, 2017 in the
amount of $10M (M&C G-19009). The following summarizes the contract awards for the 2018 Bond
Program 11 Major Thoroughfare and Arterial projects, and 11 Intersection Improvement projects:
2018 Bond Program Major Thoroughfare and Arterial
Project Name
Engineering Consultant
NTE Contract
Amendment
*Bonds Ranch Road- Hawks Landing to
Kimley-Horn & Associates, Inc.
$425,000.00
Blue Mound Road/ FM 156 - CD 7
*Westport Parkway- Alta Vista Parkway to
Halff Associates, Inc.
$90,000.00
Beach Street- CD 7
HDR Engineering, Inc.
$843,000.00
*Avondale Haslet Road- Willow Creek
Engineering
NTE
Drive to Haslet County Line Road - CD 7
Consultant
Contract/Amendment
*Harmon Road- Golden Triangle
Kimley-Horn & Associates, Inc.
$595,000.00
Boulevard to US 287 - CD 7
Carrillo Engineering,
$230,000.00
* US 377 at Basswood Boulevard and
Pacheco Koch Consulting
$750,000.00
Kroger Drive- CD 4
Engineers, Inc.
$360,000.00
*Cromwell Marine Creek - Boat Club Road
Burns & McDonnell
$1,500,000.00
to Old Decatur Road - CD 2
Engineering Company, Inc.
$306,375.00
Cleburne Road - CD 6
*Golden Triangle Boulevard and Harmon
Wier & Associates Inc.
$250,000.00
Road (New Contract) - CD 7
University Drive - Trail Drive to Park Hill
Cobb Fendley & Associates,
$900,000.00
(New Contract) - CD 9
Inc.
Riverside Drive - Golden Triangle
Schrickel, Rollins & Associates,
$700,000.00
Boulevard to Keller Hicks Road (New
Inc.
Contract) - CD 7
Pape -Dawson
$398,195.00
West 7th Street - University Drive to Trinity
HDR Engineering, Inc.
$750,000.00
River (New Contract) - CD 9
JT Engineering, Inc.
$442,866.80
2018 Bond Program Intersection Improvements
Project Name
Engineering
NTE
Consultant
Contract/Amendment
Amount
*S. Hulen Street and Granbury Road - CD
Carrillo Engineering,
$230,000.00
6
LLC
*Park Vista Boulevard and Keller Haslet
Lee Engineering, LLC
$360,000.00
Road - CD 7
Crowley Road and N. Crowley Road
AECOM, Inc
$306,375.00
Cleburne Road - CD 6
Alta Mesa Boulevard and Crowley Road -
AECOM Inc.
$288,205.00
CD8
E. Seminary Road and Mansfield
Multatech Engineering,
$350,900.00
Highway -CD 8
Inc.
McCart Avenue and Alta Mesa Boulevard
Multatech Engineering,
$339,878.00
- CD 6
Inc.
Beach Street and Basswood Boulevard -
Pape -Dawson
$398,195.00
CD4
Engineering, Inc.
E. Northside Drive and Cold Springs
JT Engineering, Inc.
$442,866.80
Road - CD 2
W. Long Avenue and Angle Avenue -CD
Bridgefarmer
$455,985.00
2
Associates, Inc.
S. Normandale Street and Las Vegas
Hayden Consultants,
$528,013.00
Trail - CD 3
Inc.
NW Loop 820 and Marine Creek
Kimley-Horn &
$432,000.00
Parkway - CD 2
Associates, Inc.
Available resources within the General Fund will be used to provide interim financing for expenditures
incurred on projects within the 2018 Bond Program until debt is issued. Once debt associated with these
projects 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 approving the bond election
and authorizing the appropriation of funds.
M/WBE OFFICE — All firms being awarded new engineering contracts/amendments are in compliance with
the City's BDE Ordinance.
These projects are located in COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations, funds are available in
the current capital budget as appropriated, of the 2018 Bond Program Fund. Prior to an expenditure being
incurred, the participating department has the responsibility to validate the availability of funds.
Fundi Department Account Project Program Activity Budget Reference # I Amount
ID ID Year I (Chadfleld 2)
FROM
Fund Department Account Project Program I Activity Budget Reference # I Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
All 1295 Forms.pdf
Maps 2018 Bond Prop Proposition A.pdf
Susan Alanis (8180)
Douglas Wiersig (7801)
Kim Arnold (2552)
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10f1
Complete Nos.1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
12018-368724
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Kimley-Horn and Associates, Inc.
Dallas, TX United States
Date Filed:
06/15/2018
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth, Texas
Date Acknowledged:
d
�lc d
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
CPN 100459
City of Fort Worth Harmon Road Improvements (CPN 100459) — Amendment 1
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Schiller, Mike
Dallas, TX United States
X
Wilson, Mark
Dallas, TX United States
X
Peed, Brooks
Dallas, TX United States
X
Atz, John
Dallas, TX United States
X
5 Check only if there Is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Kevin Hoppers and my date of birth is
My address Is 13455 Noel Road, Suite 700 Dallas TX 75240 USA .
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas County, State of Texas on the 15 day of June 20 18 .
(month) (year)
Signature of authorized agEfneof contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523