HomeMy WebLinkAboutContract 52483-A5 CSC No.52483-A5
AMENDMENT No. 5
TO CITY SECRETARY CONTRACT No. 52483
WHEREAS, the City of Fort Worth (CITY) and Halff Associates,
Inc. , (ENGINEER) made and entered into City Secretary Contract No. 52483,
(the CONTRACT) which was authorized by M&C No.C-29147 on the 11 day of
June, 2019 in the amount of $ 930, 000 . 00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1
in the amount of $27, 000 . 00 which as administratively authorized on the
23 day of June, 2020; Amendment No. 2 in the amount of $37, 000 . 00 which
as administratively authorized on the 2 day of September, 2020; Amendment
No. 3 in the amount of $35, 945 . 00 which as administratively authorized
on the 28 day of December, 2020; Amendment No. 4 in the amount of
$36, 700 . 00 which as authorized by M&C No. 21-0219 on the 14 day of April,
2021; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
CentrePort Trail Phase I and Phase II project; and
WHEREAS, it has become necessary to execute Amendment No. 5 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 proposal attached hereto and
incorporated herein. The cost to City for the additional design services
to be performed by Engineer totals $56,841 . 00. (See Attached Funding
Breakdown Sheet, Page -4-)
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 $1,123, 486. 00.
3 . OFFICIAL RECORD
City of Fort worth, Texas CITY SECRETARY
Prof Services Agreement Amendment Template Revision Date: August 23, 2021 FT. WORTH, TX
Page 1 of 4
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 subscribed by the City' s
designated Assistant City Manager.
APPROVED:
City of Fort Worth ENGINEER
Halff Associates, Inc.
Valerie Washington(Oct 25,2021 10:37 CDT) &DE�
Valerie Washington Ovid Buchanan
Assistant City Manager Director of Landscape Architecture
DATE: Oct 25, 2021 DATE: October 18, 2021
APPROVAL RECOMMENDED:
Richard Zavala(Oct 21 112:05 CDT)
Richard Zavala
Director, Park & Recreation Department
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the
monitoring and administration of this contract, including ensuring all
performance and reporting requirements .
Jing Yang
Project Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Sycamore Park Phase I
Prof Services Agreement Amendment Template 102014
Revision Date: August 23, 2021
Page 2 of 4
APPROVED AS TO FORM AND LEGALITY: M&C: None
BECIJI' Date : OCt 22) 2021
DBlack(Oct 22,202115:24 CDT)
Douglas W. Black
Assistant City Attorney
a ton
00000. ,
ATTEST: Ay 0o°
0 °°
° op�d
~o 00
�vo 0 d
° °o° �d
°00 °0
Ronald P. Gonzales �j1 °00000000
Acting City Secretary 44 nEXASoAp
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Sycamore Park Phase I
Prof Services Agreement Amendment Template 102014
Revision Date: August 23, 2021
Page 3 of 4
FUNDING BREAKDOWN SHEET
City Secretary No. 52483
Amendment No. 5
Department Fund-Account-Center Amount
0800450 31001-5330500-0800450-100082-5030 56, 841 . 00
Total : 56, 841 . 00
City of Fort Worth, Texas Sycamore Park Phase I
Prof Services Agreement Amendment Template 102014
Revision Date: August 23, 2021
Page 4 of 4
■■■ "' Centreport Trail Phase 2:30%Revised Construction Documents
HALFF Attachment A October
of er 14,2021
■ Fort
■■■ October 14,2021
Amendment No.5 Scope of Services
TASK 1 —SUBSURFACE UTILITY ENGINEERING (SUE)
Based upon the Phase 2 approved alignment, ENGINEER will perform SUE, for the location of the existing
utilities,where applicable, along the T.R.E. R.O.W. and the west side of Trinity Blvd., in accordance with
ASCE Cl/ASCE 38-02 "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility
Data."This standard defines the following Quality Levels:
1. Quality Level-A: Precise horizontal and vertical location of utilities obtained by the actual
exposure (or verification of previously exposed and surveyed utilities) and subsequent
measurement of subsurface utilities, usually at a specific point. Minimally intrusive
excavation equipment is typically used to minimize the potential for utility damage. A
precise horizontal and vertical location, as well as other utility attributes, is shown on
plan documents.
2. Quality Level-B: Information obtained through the application of appropriate surface
geophysical methods to determine the existence and approximate horizontal position of
subsurface utilities. Quality Level-B data should be reproducible by surface geophysics at
any point of their depiction.This information is surveyed to applicable tolerances
defined by the project and reduced onto plan documents.
3. Quality Level-C: Information obtained by surveying and plotting visible above-ground
utility features and by using professional judgment in correlating this information to
Quality Level-D information.
4. Quality Level-D: Information derived from existing records or oral recollections.
Quality Level-B Utility Designating:
Halff will designate the approximate horizontal position of conductive/toneable utilities along the first
1,500ft of the proposed alignment and 50ft on either side of the alignment using geophysical
prospecting equipment and mark using paint and/or pin flags. We anticipate the designation of
approximately 4,500 linear feet of utilities which may include buried communication, electric, natural
gas, or petroleum pipeline. Designation of irrigation lines, HDPE lines, gathering lines, asbestos concrete
and/or PVC lines, as well as PVC lines without tracer wire or access are not part of this Scope of Services.
Because of limited utility record information and the possibility of non-conductive/un-toneable utilities,
Halff cannot guarantee all utilities will be found and marked within the project limits. Available Records
will be provided to Halff by T.R.E., the City of Fort Worth, and the City of Grand Prairie. Halff will
perform additional utility record research as needed to successfully complete the project and be
considered Quality Level-D, depicted according to utility record information only.
TASK 2 —GEOTECHNICAL STUDY (CITY OF FORT WORTH)
This task is based upon the Phase 2 approved alignment.The scope of services provided below shall be
within the Geotechnical Engineer scope of work and will act as additional effort from the original scope
of services included in the Professional Services Agreement dated June 11, 2019.
Page 3
MEN "' Centreport Trail Phase 2:30%Revised Construction Documents
MEN City of Fort Worth
■■■ HALFF October 14,2021
Trail Design Investigation:
Field Investigation,Subsurface Drilling, and Slope Stability Analyses:
1. Drillers and technicians will investigate and evaluate subsurface conditions with:
a. Seven (07)total proposed borings:
i. Two (02) Retaining Wall Borings (Walls exceeding 8 feet in height)
ii. Three (03)Trail Borings (Including Retaining Walls less than 5 feet in height)
iii. Two (02) Bridge Crossing Borings
2. Slope stability analyses, along with Direct Shear and Triaxial Testing, will be performed in areas
where steep slopes are adjacent to the proposed trail alignment.
3. For areas of limited access, tree clearing and site leveling will be performed,where applicable
and if necessary, upon approval from OWNER.
4. Traffic control will be performed along Trinity Blvd. and Roy Orr Blvd., or where applicable to
complete the field work, consisting of signs and cones for all test borings.
Preliminary Engineering Report:
One (01) preliminary engineering report will be prepared to present the results of the field and
laboratory data together with the analyses of the results and recommendations. ENGINEER, in
coordination with Geotechnical Engineer,will provide three (03) 8.5"x11" printed copies and a PDF
electronic copy of the report.The report will address:
1. Plan of borings, boring logs, water level observations, and laboratory test results.
2. Recommendations for drilled piers drilled along steep existing slopes for the pedestrian bridge.
3. Recommendations for bridge approach trail slabs.
4. Foundation recommendations for retaining walls. Global stability analyses will be required
where piers for the pedestrian bridges and for any areas where piers must be constructed along
a steep existing slope.
5. Alternative recommendations for trail constructed adjacent to steep slopes that do not meet
TxDOT requirements for long term stability based on the PI of the sloped embankment.
6. Soil swell PVR below trail.
7. Recommendations for new trail construction.
Final Engineering Report:
One (01)final engineering report will be prepared to present the results of the field and laboratory data
together with the analyses of the results and recommendations. ENGINEER, in coordination with
Geotechnical Engineer,will provide three (03) 8.5"x11" printed copies and a PDF electronic copy of the
report.
Con tin pen cies/Exclusions:
Should unusual or unanticipated conditions be encountered during the field investigations or after the
Preliminary Geotechnical Report has been completed that require additional information during the
design phases, Contingency services meant to provide additional recommendations, analyses, or reports
are excluded.The Contingency Services include:
1. Additional Test Borings, Field Coordination, Utility Clearance
2. Additional Laboratory Testing
3. Additional Tree Clearing, Site Leveling, Dozer Work
4. Application Fee for THE Right of entry and THE Coordination
5. Additional Recommendations for Field Verifications during Construction
Page 4
MEN "' Centreport Trail Phase 2:30%Revised Construction Documents
MEN City of Fort Worth
■■■ HALFF October 14,2021
BASIS OF COMPENSATION (City of Fort Worth)
CENTREPORT TRAIL PHASE 2: 30% REVISED CONSTRUCTION DOCUMENTS
A. Basic Fee Services:
The basis of compensation for Basic Fee services shall be as follows:
Task 1—Subsurface Utility Engineering (SUE) $7,500
Task 2—Geotechnical Study (City of Fort Worth) $49,341
OVERALL TOTAL:
(Tasks 1—2): $56,841
Page 5