HomeMy WebLinkAboutContract 39645-A31W.'T oilWSWM
1 : -
TO CITY SECRETARY CONTRACT No. 39645
WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L.P.,
(ENGINEER) made and entered into City Secretary Contract No. 39645, (the
CONTRACT) which was authorized by M&C C-23975 on the 15th day of
December, 2009 in the amount of $ 691,460.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number
1 in the amount of $79,781 which was authorized by M&C #C-24851 on April
12, 2011, Amendment Number 2 in the amount of $386,543.00 which was
authorized by M&C #C-25963 on November 11, 2012; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
AVONDALE-HASLET ROAD, PROJECT NO. 01414; and
WHEREAS, it has become necessary to execute Amendment No. 3 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 January 17, 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
totals $274,556.00. (See Attached Funding Breakdown Sheet, Page -3-)
ZM
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 paidk-,by the City for all
work and services shall be an amount of $1,4.32,340.00.
3.
All other provisions of the Contract,
City of Fort Worth OFFICIAL RECORD
Professional Services Agreement Amendment Tem la e
PMO Official Release 8/1/2012 CITY SECRETARY
Page 1 of 3
T IMTHp TX
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.
APPROVED:
City of Fort Worth
Fernando Costa
Assistant City Manager
a
DATE : /'� /•y�
RECOMMENDED:
�, ��
ENGINEER
Dunaway_
sociates� L.P.
�Cervin Camp�11, '�'. E.
Director Public Sector Services
DATE :
Douglas Wiersig, P.E.
Directo Transportation & Public Works Department
APPROVED AS TO FORM AND LEGALITY: M&C0 C
Douglas W. Black
Assistant City Attorney
ATTEST:
V
F
Mary J. ay,,s r / -r- �.,000aoo a
City Secr ry _ ����
City of Fort Worth
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012
Page 2 of 3
OFPICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FUNDING BREAKDOWN SHEET
City Secretary No. 39645
Amendment No. 3
Department
Fund -Account -Center
Amount
C115
531200-02011502352
$274,556.00
Total.
City of Fort Worth
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012
Page 3 of 3
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
F�ftT'{�IORTFI
. �„ �.r_ � . � .,., � _ �. � ._ �� � � � � w_ � . �w�
COUNCIL ACTION: Approved on 3/25/2014
REFERENCE ** 20AVONDALE HASLET
DATE: 3/25/2014 NO : C-26727 LOG NAME: ENG AMENDS
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of Amendment No. 3 to City Secretary Contract No. 39645, an
Engineering Services Agreement with Dunaway Associates, LP, in the Amount of
$274,556.00 for Additional Engineering Services for Avondale Haslet Road from U.S.
Highway 287 to Willow Creek Drive, Resulting in a Revised Total Contract in the Amount
of $1,432,340.00 (COUNCIL DISTRICT 7)
_. _. _ _� ,,w�_ �: � ._�a�_. _ _ _.� w �� �, _ _��r _��� �._ � ��,.,,� �_��, � ��� __... �_ �W .,,�
RECOMMENDATION:
It is recommended that the City Council authorize the execution of Amendment No. 3 to City Secretary
Contract No. 39645 with Dunaway Associates, LP, increasing the scope of work, for a net change in
the amount of $274,556.00, thereby revising the original contract amount to $1,432,340.00.
DISCUSSION:
This project originally provided for the reconstruction of Avondale Haslet Road from US Highway 287
to Willow Creek Drive. Later in the project improvements to the intersection of Avondale Haslet Road
and Farm to Market Road 718 were added. Design of these added improvements was provided for by
Amendment No. 2 to this same contract.
Recent discussions with the Texas Department of Transportation (TxDOT) have resulted in the need
for alterations in the intersection design. Those changes include:
1. Treat the intersection improvements the same as a Texas Department of Transportation led project
which will require additional plan work.
2. Adjust the vertical profile of Avondale Haslet Road.
3. Pave the entire intersection of Avondale Haslet Road and FM 718 with asphalt.
To accomplish these requirements, this Amendment will include design services for: vertical
alignment, asphalt overlay plans, multiple phased traffic control plans, additional plan sheets per
Texas Department of Transportation format, additional submittal milestones, additional traffic signal
design, two environmental studies, geotechnical study and pavement design report, right -of --way strip
map preparation and additional coordination meetings.
http://apps.cfwnet.org/council�acket/mc review.asp?ID=19463&councildate=3/25/2014 4/10/2014
M&C Review
Page 2 of 2
This contract reflects the following actions:
Initial
Contract
Amendment
No. 1
Amendment
No. 2
Amendment
No. 3
Amount
Project Description
No C
Approved
$691,460.00
Design of four lane divided roadway from
the water tank site to Willow Springs
Road.
23975
12/15/2009
$79,781.00
Additional design from US Hwy 287 to
water tank site.
�4/12/2011
24851
$386,543.00
Additional roadway and traffic signal
design at US Hwy 287 and FM 718,
retaining wall design at BNSF rail line.
C _
25963
11/12/2012
$274,556.00
Additional scope items per TxDOT design
and letting requirements.
Pending
Pending
Total (�$1,432,340.00�
M/WBE Office -Dunaway Associates, LP, agrees to maintain its initial M/WBE commitment of 16
percent that it made on the original Agreement and extend and maintain that same M/WBE
commitment of 16 percent to all prior amendments up to and inclusive of this Amendment No.
3. Therefore, Dunaway Associates, LP, remains in compliance with the City's M/WBE Ordinance and
attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form
executed by an authorized representative of its company.
This project is located in COUNCIL DISTRICT 7, Mapsco 4U, 4V and 5S.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Street Improvements Fund.
TO Fund/Account/Centers
Submitted for City Manager's Office bv:
Originatinq Department Head:
Additional Information Contact:
ATTACHMENTS
Location Map Avondale Haslet 01414.pdf
FROM Fund/Account/Centers
C115 531200 020115023252
Fernando Costa (6122)
Douglas W. Wiersig (7801)
Leon Wilson (8883)
$274,556.00
http://apps.cfwnet.org/council�acket/mc review.asp?ID=19463&councildate=3/25/2014 4/10/2014
EXHIBIT "A"
DA No. 2009175.003
January 17, 2014
Mr. Leon Wilson, Jr., P.E.
Transportation and Public Works Department
City of Fort Worth
1000 Throckmorton Street, 2nd Floor
Fort Worth, TX 76102
Reference: Amendment No. 3
City Project No, 01414
City Secretary Contract No. 39645
Dear Mr. Wilson,
Dunaway Associates, L.P. (CONSULTANT) respectfully submits this Contract Amendment
No. 3 for professional civil engineering and environmental services requested by the City of Fort
Worth (CITY) that are beyond our current scope of services.
Avondale Haslet Rd -West &East (US 287 to East of the BNSF RR)
1. Construction Phase Services (Plan Revisions, RFIs, Site Visits, etc.)
2. Pavement Extension Design East of RR tracks — CITY requested the design of turn
lanes into Willow Creek Dr. and Charlotte Ann Lane. This resulted in additional roadway
design, drainage design and retaining wall design.
3. Record Drawings (AHR from US 287 to Taylor Frances Lane - 300 sheets both sets) —
CITY requested that record drawings be prepared based on red lines made by CITY
inspector during construction.
4. Franchise Utility Coordination — CITY requested additional franchise utility coordination
associated with the pavement extension east of the BNSF RR to accommodate the
additional left turn lanes.
Avondale Haslet/FM 798 TXDOT
Our original contract for the design of Avondale Haslet Rd from a two lane asphalt roadway to a
minor arterial roadway was from the limits of US 287 NBFR to Bates Aston Rd to the east.
During multiple public meetings the concern of the congestion across the Avondale Haslet Rd
bridge and at the Avondale Haslet Rd/FM 718 intersection was to brought up by the citizens. At
that time while we were working with TXDOT on getting the intersection at US 287 NBFR and
Avondale Haslet Rd permitted, we brought these concerns up to TXDOT to make them aware.
1 Page
EXHIBIT "A"
The City requested Dunaway to come up with a solution to alleviate the congestion at this
intersection. The ideal solution was to widen the Avondale Haslet bridge but due to the cost
associated with bridge construction, the City decided to pursue a more economical alternative.
This alternative was to leave the existing two lane Avondale Haslet bridge in place and add a
traffic signal at this intersection. This comprised the scope of services included in amendment
#2.
As directed, the scope of services in amendment #2 was based on preparation of design plans
in City of Ft Worth format, with three design review submittals (60, 90 & 100%) that would be
submitted to the City and TXDOT for approval as a permit project. Once permitted by TXDOT,
the construction of these improvements would then be added to the existing construction project
on the east side of the Avondale Haslet roadway project by change order so that this
intersection could be constructed closer to the time of the Wal-Mart store opening.
After subsequent meetings with TXDOT it was decided that these improvements would not be
approved by permit and would need to be treated as a full TXDOTdet project. TXDOT also
requested an adjustment to the vertical profile of Avondale Haslet Rd in addition to overlaying
the entire intersection. As a result of this our amendment #2 scope needed to be revised to
include vertical profile design, overlay of the intersection, an additional traffic signal design and
converting our current City format plans to a TXDOT format set.
This amendment 43 will address the additional vertical profile design, preparation of the asphalt
overlay plans, the resulting multiple phased traffic control plan, erosion control plan preparation,
additional plan sheets per TXDOT format, two additional design submittal milestones (30% &
95%) and the additional traffic signal design.
In addition to these basic roadway design services a TXDOT let project will also require
additional special services. Those special services will include two environmental studies (BCE
for 2014 interim signal design & PCE for 2015 roadway and permanent signal design),
geotechnical study and pavement design report, additional ROW strip map preparation and
additional meetings. Please refer to the LOE spreadsheet for a comprehensive list of special
services required by TXDOT.
The following is a break down of the various tasks associated with this scope of work:
5. Roadway Design Services (Paving &Profiles, TCP, S&PM)
a. Prepare 30% Submittal Set -Roadway Plans
b. Prepare 60% Submittal Set -Roadway Plans
c. Prepare 90% Submittal Set - Roadway Plans
d. Prepare 95% Submittal Set - Roadway Plans
e. Prepare 100% Submittal Set - Roadway Plans
2�Page
EXHIBIT "A"
f. OPCC (TXDOT Format)
g. SWPPP (TXDOT Format)
6. Drainage Design Services
a. Prepare 30% Submittal Set -Storm Drain &Ditch Re -grading Plans
b. Prepare 60% Submittal Set -Storm Drain &Ditch Re -grading Plans
c. Prepare 90% Submittal Set -Storm Drain &Ditch Re -grading Plans
d. Prepare 95% Submittal Set -Storm Drain &Ditch Re -grading Plans
e. Prepare 100% Submittal Set - Storm Drain & Ditch Re -grading Plans
7. Traffic Signal Design Services
a. Prepare 30% Submittal Se4-
0
6001. Submittal Set -Traffic Signal Plans -WOOD POLE DESIGN
c. Prepare 900/. Submittal Set -Traffic Signal Plans -WOOD POLE DESIGN
d. Prepare 951/n Submittal Set -Traffic Signal Plans -MAST ARM DESIGN
e. Prepare 100% Submittal Set- Traffic Signal Plans -WOOD POLE DESIGN
8. Geotechnical Engineering Services (TXDOT Format Pavement Design Report)
9. Environmental Services
a. TXDOT requires a PCE Environmental Data and Documentation Preparation for the
ultimate pavement and signal design project.
b. TXDOT requires a BCE Environmental Data and Documentation Preparation for the
interim signal design project.
10. General Notes &Specification Documents (TXDOT Format)
11. Construction Phase Services (final observation, site visits (4), RFIs)
12. Project Management (assumed 12 month project duration)
13. Prepare Design Summary Report (DSR)
14. Coordination & Traffic Signal Analysis for accelerated construction of interim signal
15. Design Review Meetings with CITY &County (4)
16. Traffic Safety Review Meeting with TXDOT
17. Design Review Meetings and Coordination with TXDOT (8)
18. Public Meetings (1), meetings with Affected Property Owners (2) and Exhibit Preparation
19. Quantity Summary Sheets (TXDOT Format)
3�Page
EXHIBIT "A"
20. Summary of Small &Large Signs
21. Franchise Utility Coordination
22. Construction Time Estimate
23. Credits —Since the scope of this project changed prior to the completion of the
amendment #2 scope, there is a remaining balance in amendment #2 that would no
longer be needed. As a result that balance will be credited to this amendment #3 revised
scope and fee.
SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES AND ASSUMPTIONS
CITY and ENGINEER agree that the following services are beyond the Scope of Services described
in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's
written request. Any additional services requested by CITY shall be agreed upon in writing by both
parties before the services are performed. These additional services include but not limited to the
following:
• Construction materials testing.
• It is understood that a schematic design is not required by TXDOT for this project.
• It is understood that the no additional traffic engineering modeling will be required for this
project. Last version of traffic study submitted to TXDOT dated 4/17/2013 has been
approved and no additional updates will be needed.
• It is understood that the design waivers submitted to TXDOT on 5/7/2013 are approved and
no additional updates will be needed for this project.
• It is understood that the BCE & PCE environmental documents required for this project will
be prepared based on the current TXDOT criteria at the time of preparation. Any substantial
modifications to TXDOT's criteria will require additional scope to update the reports to the
new criteria.
A summary of the proposed budget for this contract amendment is as follows (See Exhibit "A-1
for a detailed man-hour estimate of these tasks):
Basic Fee
Fee
1 AHR West &East US 287 to East of the BNSF RR
$ 34,010
2) AHR/FM 718 TXDOT
$ 274,628
3 Credits
$ 34,082
TOTAL PROPOSED AMENDMENT
$ 274,556
4) Page
EXHIBIT "A"
A summary of the total project is as follows:
Contract
Description
Fee
Original Contract
Avondale Haslet Roadway Design
$691,460
Amendment No. 1
Additional Avondale Haslet Roadway & Storm Design
$79,781
Amendment No. 2
Additional Avondale Haslet Roadway & Storm Design
$386,543
Amendment No. 3
Additional BUS 287/FM 718 Roadway Design
$274,556
TOTAL PROJECT $1,432,340
MIWBE Participation
Civil Associates will provide environmental services and Alliance Engineers will provide geotechnical
engineering services as a part of this amendment.
City M/WBE Goal —15%
M/WBE Goal Provided: 16%
Tot.
MWBE Contract
Orig
Contract $107,485 $691,460 16%
Amend#1 $28,460 $79,781 36%
Amend #2 $41,420 $386,543 11%
Amend #3 $50,530 $274,546 18%
Cumulative $227,895 $1,432,340 16%
Please review the enclosed information and do not hesitate to call me if you have any questions
or require additional information regarding this amendment.
Sincerely,
DUNAWAY ASSOCIATES, L.P.
a Texas limited partnership
vL-�-
Kervin Campbell, P.E.
Associate/Sr. Project Manager
Public Sector Services
5�Page
EXHIBIT A-1 - MANHOUR ESTIMATE
AVONDALE HASLET RD
City Project No- 01414
City Secretary Contract No. 39645
1/17/2014
®UNAway
Hours
Task Description Principal Dept. Mgr. Traffic E gr Prj Mgr Engr. Tech Clerical
2014 Billing Rates $210 $158 $152 $131 $105 $89
Avondale Haslet Rd -West &East (US 287 to East of the BNSF RR1
General
1
Construction Phase Services (Plan Revisions, RFis, Site Visits, etc.)
8
18.75
35.25
40.25
$12,958
2
Pavement Extension Design East of RR tracks
1
12.75 `
37,25
I' 42.5
--$11490
3
Record Drawings AHR from US 287 to Taylor Frances Lane- 300 sheets
both sets)
1
9.5
18
38
$8,002
4
Franchise Utility Coordination
7.5
4
'$1560
Subtotal
0
2
8
48.5
90.5
124,75
0
$34,010
Avondale Haslet/FM 718 TXDOT
Roadway Design Services
5
Design Drawings (including TXDOTStandards)
a. Prepare 3(r/o Submittal Set- Roadway Plans
1
24
72
96
$23,370
In. Prepare 6036 Submittal Set -Roadway Plans
1
30
60
:' 90
$22,080
c. Prepare 90% Submittal Set -Roadway Plans
1
12
36
48
$11,790
d. Prepare 95%Submittal Set Roadway Plans -
4
24
72
96
$24,000
e. Prepare 100o,6 Submittal Set -Roadway Plans
2
12
36
48
$12,000
f. Opinion of Probable Construction Cost Estimates (4 submittals) DOTFormat
4
12
24
'$5;600
g. SW3P(TXDOTFormat)
1
4
12
16
$4,070
Subtotal
0
1 10
1 4
1 118
1 312
394
1 0
$102,910
Drainage Design Services
6
Design Drawings (including TXDOTStandards)
a. Prepare 30%Submittal Set - Storm Drain & Ditch Re -grading Plans
1
5
15
20
$5,035
b. Prepare 60Y Submittal Set -Storm Drain &Ditch Re -grading Plans
1
5
20
;: 25
S$6,215
c. Prepare 90% Submittal Set- Storm Drain & Ditch Re -grading Plans
1
5
8
10
$3,068
d. Prepare 95%Submittal Set Storm Drain &Ditch Re -grading Plans
2
5
15
- 20
.$5,245
e. Prepare 100% SubmittaI Set - Storm Drain &Ditch Re -grading Plans
1
5
8
10
$3,068
Subtotal
0
6
0
25
66
85
0
$22,631
Traffic
Signal Design Services
7
Design Drawings
a. Prepare 3036 Submittal Set -Traffic Signal Plans-MASTARM DESIGN
1
2
4
16
$2,718
b. Prepare 60% Submittal Set Traffic Signal Plans WOOD POLE DESIGN
2
7
20
r 44
$8,724
c. Prepare 90% Submittal Set -Traffic Signal Plans -WOOD POLE DESIGN
1
4
8
$1,516
d. Prepare 95%Submittal Set- Traffic Signal Plans-MASTARM DESIGN
1
1
8
$1,123
e. Prepare 100'/o Submittal Set- Traffic Signal Plans -WOOD POLE DESIGN
1
3
8
$1,395
Subtotal
0
3
0
12
32
84
0
$15,466
Specia(Services
Geotechnical Engineering Services
8
Pavement Desi nReport DOTFormat 1st Tier MWBE Sub's
`$9,950
Subconsuitant Coordination (10%)
$995
GeotechnicalSubtotai
0 1
$10,945
Environmental Services
9 Ia.
PCE Environmental Data and Documentation Preparation DOT Format -1st Tier MWBE Sub
$33,850
b.ECE Environmental
Data and Documentation Preparation DOT Format -1st Tier MWBE Sub
`$Q730
Submnsultant Coordination
4
48
$8,136
Environmental Subtotall
0 1
4 1
0 1
48 1
0 1
0 1
0
$48,716
General
10
General Notes&S ecincation Documents (. DOT Format
4
8
16
2
'r$4122
11
Construction Phase Services (final observation, site visits 4), RFis)
20
12
$4,612
12
Project Management(assumed 12 month project duration)
2
115
;38
$21,282
13
Prepare Design Summary Report (DSR)
8
16
$3,312
14
Coordination&Traffic Signal Analysis for accelerated construction of the interim signal
6
12
:$2;772
15
Design Review Meetings with CITY & County (4)
4
8
4
2
$2,550
16
Traffic Safety Review Meeting with TXDOT
4
4
r2
$1310
17
Design Review Meetings and Coordination with TXDOT 8
16
32
16
2
$9 666
18
Public Meetings (1)`with Affected Property Owners 2 &Exhibit Preparation
12
'.'. 8
$2;664
19
Quantity Summary Sheets DOT Format)
1
8
20
40
40
$13,954
20
Summary of Small
&Large Signs
4
11
R
:$2A96
21
Franchise Utility Coordination
20
$3,040
22
Construction Time Estimate
4
12
$2380
Subtotal
0
3
38
267
128
56
46
$73,960
Amendment tt35uhtotal $308,638
23 Credits
Prepare 90'h Submittal Set -Roadway Plans
-$161100
h
Prepare 90%Submittal Set Storm:Drain&Ditch Regrading Plans
$8,050
c
Pre are 100%Submittal Set-Roadvray Plans
-$2,550
d
Prepare 100% Submittal Set Storm Drain& Ditch Re-grading'Plans
=$1;525
Bid Phase Services (pre -bid meeting, plan distribution management, bid assistance, bid opening)
-$51857
Subtotal
0
-$M,082
Subtotal Credits-$39,082
Amendment #3 Grand Total $274,556
n_ n,R<. xwarrs-an na rye am..raa s-rricaar<orn...,,. a„<.an nr�u