Loading...
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