Loading...
HomeMy WebLinkAboutContract 42547-A2 ANENDMENT No.2 =1 C1 Ty TO CITY SECRETARY CONTRACT No. 42547 WHEREAS, )' and TranSystems Corporation, D A TranS_ystems Corporation Consultants,, (ENGINEER) I7C-lade and entered into City Secretary Contract No. 42547, the CONTRACT) which was authorized by the I _y Council _y y of November, 2011 in the amount of $243, 322 . 00 and Amendment #1 administratively approved on October 26, 2012 'n the amount nt f $13, 0101 . 00! for a reprised contract amount of $256, 332 . 00 - and WHEREAS, the CONTRACT CT in volves engineering services for the following ro]ect: North Fort Worth .intersections; and WHEREAS. It has become necessary to execute Amendment No. 2 to the CONTRACT to include an increased scope of wolrk and revised fee. NOW THEREFORE, CITY and ENGINE R, acting herein by and through their duly authorized represent a ives, enter into the following agreement, which amends the CONTRACT: Article I of the CONTRACT CT s amended to include the additional engineering services, specified an Attachment nt "A" June 27, 2013, a copy of which 'is attached hereto and incorporated herein. The cost to the City for the additional design services to be performed by Engineer totals $39, 7911 . 50 See Attached Funding Brea k � n Sheet, Page 3) . 2 . Article II or the CONTRACT T is amended to provide for an increase in the :fee to be paid to Engineer for all work and services performed under the C;o�ntract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $296, 123. 501. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . City Of Fort Worth Professional Services Agreement Amendment Template PMO+off 'ial Release 8/1/2012 Page 1 of 3 rOFFICIA,L RECEIVED IUL 10 2013 IF FT 0 Wo NJ T To WORTH, TX EXECUTED and EFFECTIVE as, of the date last written by a signatory, be I ow. AP PROVE D City of Fort Worth T'ranSy'stems Corporation DBA TranSystems Corporation Con,s u 1 tan t:s 0000"'��............ Fernando Costa Raul Pena I"Y 1,, P.E. Assistant City Manager Senior Vic resident DATE DATE APPROVAL, RECOMMENDED: LJ Z Doulgla W. Wiersi I g, E'. Direct4 r, Departmien f T'riansipoifat ion o b ,And Public Works, APPRO, AS TO FORM AND LEGALITY: M&C Date.- Douglas W. Black Assistant City Attoirney don?% 00 ATTEST. A7 %04F0 0 6 0 Mary e City Se reta,ry 0000(you 0 AY x 44�0' City of Fort Worth Professional Services Agreement Amendment Template PM01 Official Release 8/'1/2012 Page 2 of 3 OFFICIAL RICORD CIV$60ROTARY ! "t,WORTH$TX FUNDING BREAKDOWN SHEET City Secretary No Amendment No. Department Fund-A count-Center Amount C 531200 2023910165230 $39r791 . 50 Total : $ f71 . 0 _____....................____ City cif Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/'1/2012 'age 3 of 3 ATTACHMENT "A" The scope set forth herein defines the work to be performed by the ENGINEER in comlpll'eting: the Project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Prepare Design of Roundabout at Intersection of Mark IV Parkway and Cantrell Samson. WORK TO; BE PERFORMED Task 1. Project Management Task 2. Design of Roundabout Task 3. Survey and Right-of-Way Documentation Task 4. Opinion of Probable Cost, TASK 1. PROJECT MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of' ENGINEER's and CITY's time and resources. ENGINEER will manage change,, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. Managing the Team of Lead, manage and direct design team activities * Ensure quality control is practiced in performance of-the work * Communicate internally among team members * Task and allocate team resources TASK 2. DESIGN OF ROUNDABOUT The ENGINEER shall provide exhibit layout for a roundabout at Intersection of Mark IV Parkway and Cantrell Samson., • Horizontal' Geometry • Select overall size of roundabout • Select lane,widths and configuration • Develop splitter island' configurations • Develop cross-walk locations • Establish the truck apron location • Check for entry and exit, path overlap • Check 0 angle between each entry and exit leg • Check loiokback angle at each yield line • Check turning movements of design vehicle and busses (emulate emergency vehicle) • Perform sight distance analyses pier NCH RP 672 • Verify Compliance with Fastest Path Analysis per NCHRP672: • Entry Path R, • Circulatory Path R2 ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 7127/2009) PAGE I OF 2 o, Exit Path R3 • Circulatory Path for Left Turns R4 • Right Turn Path R5 • Summary table of Fastest Path for all approaches Verify Turning movement of design vehicle using AutoTURN: • Left turn movement for each approach • Right turn, movement for each approach • Through movement for each, approach • Verify Turning movement of city bus, using AutoTURN to approximate fire vehicles and schooll busses ensuring no encroachment on the truck apron,for these common vehicle: o Left turn movement—this is the most critical and' has the largest swept path within the circulatory roadway Sidra Capacity Analysis to confirm geo,metrics. Establish grading for the roundabout to establish general construction limits. Sight Distance Analysis will be performed to confirm the intersection can function, properly. Provide Plan and Profile sheets., • Develop Typical sections. • Determine all A and Bicycle requirements. • Provide cross sections. TASK 3. SURVEY AND, RIGHT-OF-,WAY DOCUMENTATION • Provide topographic survey to com ploy ent the existing, survey. • Prepare Right-of-Way documentation to acquire property. TASK 4. OPINION OF PROBABLE COSTS. ENGINEER will provide the CITY an opinion of probable costs for project items. ASSUMPTIONS The ENGINEER will prepare for and attend three(3) review meetings with the CITY. • Evaluation of pavement markings and signing is included. • Evaluation of lighting system included. • Design vehicle to establish the geometry of the intersection will be a WE 7 truck due to the proximity of Fed Ex Center. DELIVERABLES A. Exhibit B. Plans and Specification Opinion of Probable costs for project items,and ROW needs ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 7127/2009) PAGE 2 OF 2 9 Mar N at C 1l Samson TrainSystems Corporation Consultants 06/27t2013 MIN DesO Services HOU'RL'Y' TE WORK Touil Em Mane 1 Prolod I SIe6w Design RPLS Survey Tech Clett4 4 Estmla% CORK TASK DESCRiPTION Ma C 1' 1,%rOO 130,00 12500 1 �. �� Projed M 4 m th 1170, 3 3 $ ,00 Saw si t 2 S MOO S 2 OMOO Flame and S flcxftns Sidra ALatis 2 8 1590.00 2 32 8 12 S 7 370.E Pty and Profile Shmts 4 401 S 4AM.00 1,w30. G Sde"ks/ADA 2 690„ X 32 ,201. b- S ?4 OMOO S of end! 5&15.00 s 5 815. 3 250.00 RrAw and Bain CMMIS 131., t Meed!%U3 3 975 isub-toW $ 316,7100 Exewmm s 130.00' Plan, sets� 130.E MMS V*U sub-total T $91M.00 3911M.01 F