HomeMy WebLinkAboutContract 50953-A5 CSC No.50953-A5
AMENDMENT No. 5
TO CITY SECRETARY CONTRACT No. 50953
WHEREAS, the City of Fort Worth (CITY) and HDR Engineering, Inc. ,
(ENGINEER) made and entered into City Secretary Contract No. 50953, (the
CONTRACT) which was authorized by M&C C-28764 on the 26th day of June, 2018
in the amount of $ 736, 105; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1
in the amount of $88, 748 which was administratively authorized on December
13, 2018;and Amendment No. 2 in the amount of $54, 735 which was authorized
by M&C C-29172 on July 1, 2019; and Amendment No. 3 in the amount of $43, 328
which was administratively authorized on May 11, 2020; and Amendment No. 4
in the amount of $51, 965 which was administratively authorized on December
29, 2020; and
WHEREAS, the CONTRACT involves engineering services for the following
project :
West 7th Street, CPN 101555; 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 $77, 647 . (See Attached Funding Breakdown Sheet, Page -
4-)
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas W. 7th Street
Prof Services Agreement Amendment Template CPN 101555
Revision Date: November 23, 2021
Page 1 of 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, 052, 528 .
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 subscribed by the City' s
designated Assistant City Manager.
APPROVED:
City of Fort Worth ENGINEER
HDR Engineering, Inc.
'gana 24L( hdo
Dana Burghdoff eb 1,2022 09:19 CST)
Dana Burghdoff, AICP Lucas A. Bathhurst, P.E.
Assistant City Manager Vice President
DATE: Feb 1, 2022 DATE: Jan 27, 2022
APPROVAL RECOMMENDED:
. Q
WJ(Jan 28,20 14:18 CST)
William Johnson
Director, Transportation and Public Works 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 .
Leon Wilson, Jr. , P.E.
Senior Professional Engineer OFFICIAL RECORD
CITY SECRETARY
City of Fort Worth, Texas Prof Services Agreement Amendment Template FT. WORTH, TX
Revision Date: November 23, 2021
Page 2 of 4
APPROVED AS TO FORM AND LEGALITY: M&C: 22-0028
W-A Date : 01-11-22
DBlack(Feb 1,2022 07:25 CST)
Douglas W. Black
Senior Assistant City Attorney
ATTEST:
a
oo�O100000.FORr4 a
:7�`I`IG��G c1 C700G��GG ` °
Jannette S.Goodall(Feb 1,202213:04 CST) =op 0040,
Jannette Goodall �v 0 0
o 0 d
0
City Secretary °00 0 *d
OFFICIAL RECORD
CITY SECRETARY
City of Fort Worth, Texas FT. WORTH, TX
Prof Services Agreement Amendment Template
Revision Date: November 23, 2021
Page 3 of 4
FUNDING BREAKDOWN SHEET
City Secretary No. 50953
Amendment No. 5
Department Fund-Account-Center Amount
TPW 34018-0200431-5330500-101555-002330-9999-18010199 $77, 647 . 00
Total : $77, 647 . 00
City of Fort Worth, Texas W. 7tn Street
Prof Services Agreement Amendment Template CPN 101555
Revision Date: November 23, 2021
Page 4 of 4
ATTACHMENT A
Scope for Engineering Related Professional Services for Street Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in completing
the project. Both the CITY and ENGINEER have attempted to clearly define the work to be
performed and address the needs of the Project.
WORK TO BE PERFORMED
Construction phase services for West 71h Street from University Drive to the Trinity River Bridge.
Task 6. Construction Phase Services
TASK 6. CONSTRUCTION PHASE SERVICES
ENGINEER will support the construction phase of the project as follows:
6.1 Construction Support
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• The ENGINEER shall review shop drawings, samples and other submittals submitted
by the contractor for general conformance with the design concepts and general
compliance with the requirements of the contract for construction. Such review shall
not relieve the Contractor from its responsibility for performance in accordance with
the contract for construction, nor is such review a guarantee that the work covered by
the shop drawings, samples and submittals is free of errors, inconsistencies or
omissions. The ENGINEER shall log and track all shop drawings, samples and other
submittals in BIM 360.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work.
ASSUMPTIONS
• Sixteen (16) site visits are assumed.
• Four (4) submittal reviews are assumed.
• Thirty-two (32) RFI's are assumed.
• Ten (10) revised plan sheets for Change Orders are assumed.
DELIVERABLES
A. Response to Contractor's RFIs
B. Review of Change Orders
C. Review of shop drawings
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 1 of 1
W. 7th Street
CPN 101555
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Design Services for West 71" Street
From University Drive to the Trinity River Bridge
AMENDMENT 05
City Project No. 101555
Time and Materials with Rate Schedule Project
I. Compensation
A. The ENGINEER shall be compensated for personnel time, non-labor expenses,
and subcontract expenses in performing services enumerated in Attachment A
for an amount not to exceed $77,647 as follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category 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 2020/2021
Rate
$/hour
Project Director $246
Technical Director $246
Sr. Project Manager $234
Project Manager/Task Leader $195
Sr. Engineer $170
Utility Coordinator $164
Sr. Landscape Architect $170
Engineer $144
Landscape Architect $144
EIT $125
GIS $119
CAD $104
Administrative /Accounting $79
ii. 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.
iii. Subcontract Expenses. Subcontract expenses and outside services shall
be reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
W. 7th Street
CPN 101555
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
iv. 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.
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.
W. 7th Street
CPN 101555
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee %
Amount
Prime Consultant
HDR Engineering, Inc. Project Management & Engineering $77,647 100%
Services:
• Construction Phase
Services
Proposed MBE/SBE Sub-Consultants
N/A
Non-MBE/SBE Consultants
N/A
TOTAL $ 77,647 100%
Project Number& Name Total Fee MBE/SBE Fee MBE/SBE
West 71" Street Design $ 77,647 $ 0 0 %
City MBE/SBE Goal = 0% Consultant Committed Goal = 0%
W. 7th Street
CPN 101555
M&C Review
Official
CITY COUNCIL AGENDA FORT '4'ORfll
Create New From This M&C
DATE: 1/11/2022 REFERENCE**M&C 22- LOG NAME: 20WEST 7TH STREET
NO.: 0028 ENGINEERING AMENDMENT 5
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 9) Authorize Execution of Amendment Number 5 to an Engineering Services
Agreement with HDR, Inc., in the Amount of$77,647.00,for the Design of West 7th
Street from University Drive to Trinity River, for a Revised Engineering Services
Contract Amount of$1,052,528.00 (2018 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment Number 5 to City
Secretary Contract Number 50953, an Engineering Services Agreement with HDR Inc., in the
amount of$77,647.00 for the design of West 7th Street from University Drive to the Trinity River for
a revised engineering services contract amount of$1,052,528.00 (City Project No. 101555).
DISCUSSION:
The 2018 Bond Program includes funding for roadway improvements along West 7th Street from
University Drive to Trinity River. The scope includes design and construction of 4-lane street section
including pedestrian, landscape, illumination, traffic signal, and bike lane improvements.
Amendment No. 5 provides for additional construction phase services from HDR, Inc. to address
requests for information, submittal reviews, Fort Worth and Western Railroad coordination, and site
visits.
The following table summarizes previous contract actions and amendments:
Number M&C Amount Justification Date
Initial Contract C $736 105.00 Design of West 7th Street 6/26/2018
27147 Improvements
Amendment Design Stayton Street Re-
No. 1 NA $88,748.00 Alignment and Norwood Street 12/13/2018
Signalization
Amendment C- Design of Woolery Street
No. 2 29172 $54,735.00 Signalization and Additional 6/25/2019
Traffic Operations Analysis
Design services to breakout
Amendment NA $43,328.00 Stayton Street Re-Alignment as a 5/08/2020
No. 3 separate design and construction
project
�Amendment NA $51 965.00 71andscape and irrigation design F12/29/2020
No. 4 ton Street Re-Alignment This
http://apps.cfwnet.org/council_packet/mc review.asp?ID=29580&councildate=l/11/2022[1/14/2022 11:16:32 AM]
M&C Review
Amendment This project is
No. 5 M&C $77,647.00 See Above included
in the
Contract $1,052,528.00 2018
Total Bond
Program. Available resources within the General Fund will be used to provide interim financing until
debt is issued. Once debt associated with the project 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 canvassing the bond election (Ordinance Nos. 23209-05-2018)
and subsequent actions taken by the Mayor and Council.
The project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the 2018 Bond Program Fund for the West 7th St -Univ to Trinity R project to
support the approval of the above recommendation and execution of the amendment. Prior to any
expenditure being incurred, the Transportation & Public Works Department has the responsibility to
validate the availability of funds.
TO
Fund Department Account Project I Program Activity ` Budget Reference# Amount
ID ID i I Year i (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference# Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by: Dana Burghdoff (8018)
Originating Department Head: William Johnson (7801)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
20WEST 7TH STREET ENGINEERING AMENDMENT 5 funds availability_pdf (CFW Internal)
7TH ST WEST_MC MAP.pdf (Public)
FID table for 101555.XLSX (CFW Internal)
FORM 1295 Amendment No. 2 -CPM 101555.pdf (CFW Internal)
SAM.goy_Search.pdf (CFW Internal)
http://apps.cfwnet.org/council_packet/mc review.asp?ID=29580&councildate=l/11/2022[1/14/2022 11:16:32 AM]