HomeMy WebLinkAboutContract 42547-A4 CITY SECRETARY 42 ., A'
f,'o`0KRACT NOV 6+
AMENDMENT o."
TO, CITY SECRETARY CONT'RACT' No. 42SI47
WHEREAS., the City of Fort Worth (CITY) and ra'n'Sys t em's Corporation
dbaTranS_ystems Corporation onsul tarts, (ENGINEER) rude and entered into
City Secretary Contract ntract No . 42547, the CONTRACT) whi c h was authorized b'
M&C C-25255 on the 1st dad of Nove mber,, 2011 in the amount of
$243 , 322 . 001; and
WHEREAS, the CONTRACT was subsequently revised y- Amendment Number
1 in the amount of $13,, 010 . 00 which was administratively authorize on
October 2 6, 2012, Amendment.� .. Number i n.. the amount of $1 3 9, 7 9I 1. ✓1 0 which
was administratively authorized can July 9,, 2013 ; and Amendment Number 3
in the amount of $48, 0315 . 010 wh h was authorized 'y &:.0 # 26496 can
October 15th, 2013 for a revised contract amount of $344 , 158 . 50 .
WHEREAS, the C ONT c T involves engineering services for the
following roD ect
North Fort Worth Intersections, and
necessary WHEREAS,, 'it has, become to execute Amendment N . to the
CONTRACT to include an increased scope of work and revised fee .
NOW' THEREFORE, CITY and ENGINEER, acting herein y and through their
duly authorized zed re r sentat.fives, enter into the following agreement,
which amends the CONTRACT:
Article T of the CONTRACT is a mended to include the additional
engineering services pcc�i fi ice. a proposal dated Hove er 4 h i 2013 a
copy of which is attached hereto and incorporated herein.. The cost to
City for the additional design servi
c ces to be performed by Engineer
totals $48,, 910. 010.
(See Attached Funding Breakdown Sheet, fag
2 .
Article 1I of the CONTRACT is amended to provides for an increase in
the fee to be paid to ngineer 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 $393,, 068. 50.
3 .
City of Fort Worth
Professional Services Agreement Amendment Template
1O,Official release 8/1/2012
Page 1 of 3 OFFICIAL RECORD
0
RECEIVED JAN 24 17,014 CITY SECIRETARY
'
�14,` Wn�RTR,TX
T
W'A71WWW4 Yra r+'4 M Wta vWu uW,a011aI NMuuai..
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.
APPROVED:
City o f Fort Worth TranSystems Corpora Ll"on dba.
TranSystems Corporation
Consul Cants
W...............
Fez-nando Coista Raul Pena Ill., PE
Ass,istart City Manager Sent o-r Vice President
DATE: '/j V MV114 DATE:
fit &&o
I W
APPIR L RECOMMENDED:
LCD u(:Tla W. wiersig, P.
Director,, Transportatl')ln and Public Works Department
APPROVED AS TO FORM AND LEGALITY: M&C :
ft Date: Lt 11
(ke- VVN, IrC +
Assistant City Attorney
ATTEST:
00
0
kip 0
40
Ma Al
J a r
COO
City Sec ry
01
City of Fort Worth OFFICIAL RECORD,
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012 CITY SECRETARY
Page 2 of 3
FT, "WN,
FUNDING BREAKDOWN SHEET
City Secretary No, 42547-A4
Amendment No . 4
Department Fun -Account-Centel Amount
$48, 910 . 00
............................
Total : $48, 910 . 00
OFFICIAL RECORD ,
om
w
, F
Fo rte'"!moo rth
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012 TX
Page 3 of 3 FTe WORT'Hi
ww�
TranSystems
Bank of America B,u�i ding
500 West 7thStreet
Suite 11
Fort Warth, TX 76102
Tel 81:7 3391 8950
Fax 817 336 2,247
www.transystems.com
November 14, 2013
Lissattc Acevedo, P.E.
Project Manager
City of Dort Worth Transportation and Public Works
Infrastructure Design and Construction Division
1 000,Throckmortcn St.� RM 266
Fort Worth, TX 76102
E: Amendment No. Mark IV Parkway-design surveys and Subsurface Utility Engineering(SUE)
Dear Ms.Acevedo,
We appreciate the opportunity to present this proposal to your consideration. The work to he performed is
design surveys and SUE for Mark IV Parkway from Cantrell-Sansorn to III-820 as described in attachment
Design surveys and Subsurface Utility Engineering (SUE):
1. Project Management $ 4,480.00
2. Design surveys orrondona&Assoc.) $ 12,600.00
3.. SUE(Dios Group) 3 1830.00
LUMP SUiM TOTAL FOR AMENDMENT 4
It you have,any questions,, please teal tree to give me or Chad Gartner a call. I look forward to hearing from
you.
Sincerely,
Trans stems Corporation:,Consultants
�Xw
Raub Pena I I I,PE
Principal-Senior Vice President
OFFICIAL REECORD
CITY SECRETARY
FT. WORT,Ht TX
ATTACHMENTA
SCOPE OF SERVICES
AMENDMENT' NIO. 4
Mark IV Parkway in North For Worth
FORT WORTH TEXAS
PROJECT UNNDERSTANl DINIG
The ENGINEER understands that the CITY is requesting professional services for the survey
i
and subsurface utility en giineering for arterial improvements in North Fort Worth. The project
generally consists of the design surveys and subsurface utility engineering for following
improvements:
1. Mark IV Parkway from the Westbound Frontage Road of IH-820 to Cantrell Samson
Approximately 2800 LF of NB Mark IV Parkway.
SCOPE OF SERVICES
If services beyond those defined in this scope are required, the CITY and ENGINEER shiall,
attempt to negotiate a written amendment to this Agreement. ENGINEER shall not proceed with
wort on any additional services prior to the CITY and ENGINEER executing a written
amendment. The Scope of Services includes the following primary tasks-
* Task 1 - Project Management
* Task 2 - Design Survey
* Task 3 — Subsurface Utility Engineering
Task 1 - Project Management
Project management will occur throughout the duration of the Project. The ENGINEER will
provide the following project management services-
Managing the Project Team
Coordinate with survey subconsultant.
• Prepare monthly invoice and status reports to be and e-malled to the project team (CITY
and Engineer's staff).
Task 2 Desl`qn Suer eye
The ENGINEER will provide the following, design survey services:
Ground survey to identify and locate existing topographic elements for the project limits.
The limits of survey shall include the following:
• Mark IV Parkway from the Westbound Frontage Road of IH-82,0 to Cantrell
Samson —Approximately 2800 LF of NB Mark IV Parkway.
• The design survey shall also include the north intersection of Mark IV Parkway
with Loop 820 access road.
The topographic survey for the roadway shall include 50-foot cross-sections extending
from the west right-of-way to 25 feet past the proposed ri'ght-of-way and shall extend 50-
foot any intersecting roadway, and at all grade, breaks. The topographic survey shall
include, but not limited to, locating all existing features such as!water valves, curb &
gutter, asphlalt, sidewalks, medians, fences, driveways, storm & sewer manholes, storm
poll Sill--
inlets, storm outfalls, trees 4 if and larger, tops and toes of slope,
Page 1 of 3 OFFICIAL RECORD
F'
CITY SECRETARY
7
FITe WORTH,TX
signs! telephone risers and other visible features. Cross-sectio�n shall be performed at all
storm outfalls, being at face of culvert and 150 feet upstream and downstream of culvert.
Coordinate with franchise utility companies to locate and mark their utilities prior to
performing the -field survey.
Prepare digital terrain model (DT'M).,
Tie all public improvements to existing CITY monument system.
0 Prepare a final topographic drawing in digital format (including contours and breaklines
showing the features located in the field.
as 3-Subsurface Utility Engineering (SUE)
The scope of this proposal includes Quality Levels (QL), "A"" and "'B"'. The scope of work involves
QL"B": designating of the utilities, in Mark IV Parkway right of way beginning, at the south right of
way of Cantrel-Sansom, south to the north right of way of 1H' 2o. Water, waste water, storm,
telephone and street lighting facilities will be designated. Mine (9) test holes are assumed in this
scope of work. The location of the QL"A"will be determined after review of the QL ""B"
deliverable.
SUE,work required for this project will be performed in general accordance with the
recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02
(Standard Guideline for the Collection, and Depilct,ion of Existing Subsurface Utility Data). As
described in the mentioned ASCE publication, four levels have been established to describe the
quality of utility location and attribute information used on plans. The four quality levels are as,
follows:
• Quality Level D (QL"D") — Information derived from existing records;
• Quality Level C (QL)':C))) - QUD" information supplemented with information obtained by
surveying visible above-ground utility features such as valves, hydrants, meters, manhole
covers, etc.
• Quality Level B, (QL"B") — Two-dimensional (x,y) information obtalined through the
application and interpretation of non-destructive surface geophysical methods. Also
known as "designating''' this quality level provides the approximate horizontal, position of
subsurface utilities within approximately one foot.
• Quality Level A (QL"A") —Also known as "locating", this quality level provides precise three
dimensional (x,y,,z) information at critical locations by exposing specific utilities. Non-,
destructive vacuum excavation equipment is used to expose the utilities at specific points
which are then tied down by survey.,
It is the responsibility of the SUE, provider to perform: dlue-diligen,ce, with regard to record's
research (QL "ID") and acquisition of available utility records. The due-diligence provided for this
project will consist of reviewing the "As-Bulilt" documents preivious,ly compiled by others. Utilities
that are not identified through these efforts will be here forth referred'to, as "unknown"! utilities. The
defined work area will be scanned using electronic prospecting equipment to search for
"unknown)) utilities. TSC is not responsible for designating and locating these "unknown)) utilities.
Additional Services
Services below shall be considered additional and shall be performed on an individual basis
upon authorization, by the CITY. Such services shall include, but are not limited to, the,following.
1. Additional Bidding Phase Services or more than one bid package
2. Additional geotechnical investigation and pavement design ICU
OFFICIAL RECORD :
Page 2 of 3 CITY SECRETARY'
ITY 31 rJ
WCORTH,TX
3. Construction Contract Administration Services
4. Design services beyond preliminary study of the existing 20, inch water line.
5. Design services for sanitary sewer,
6. Establishing additional horizontal or vertical control beyond scope identified above
7. Construction Staking
8. ROW and/or easement negotiation and acquisition
9. Redesign,to reflect project scope changes requested by the CITY, required to address
changed conditions or change in direction previously approved by the CITY, mandated
by changing governmental laws, or necessitated by the CITY's acceptance of
substitutions proposed by the Contractor
10. Environmental asselssmen�t, permitting, or remediation
11. U'tility Relocation design beyond the improvements, identified above
12., Retaining wall design
13. Additional plan submittals beyond the number identified above
OFFICIAL RECORD
D
CITY SECRETARlY
FT WORTH9 TX
Page 3 of 3
< T--- CD
0 C%i r1i V� CIS 06
r— M met 9zj-
6c�to!j,tol�in 1 411) 619 bq
C) C> a)
C)
9
OD CD
o W
ui ui
En rn
cf) w
CD cDl
co co
co
V--:,
co m
09 6-k
o9l,
".ld m
+ 15
CL)
46
0 ,
'l
0 cn
E1.. tort
C)
ui
�r- (f) 'r- CD CD 00
"It "It *111,
>- 15 c"i cli
CID m
Ln 2 0
LU
CD
LL,W
c>
m
C.
06
UJ C:>
E,
CSC F CdO
ch E <
.7
A
W
LL
i
0 c L-0
w
Ln
0 Ln
u CD C14
V) CN r-
6..
CD
1;6 q
r-L cz7
c%j
7
CL IM
-t7
70
lob
co
0
CL
C17
(n OFFICIAL RECORD
CD
ED CV V)
0) 0
2 CITY SECRETARY
1
a) Y1
ED m
E en c "
cc) Lui W FTm WORTH, TX
M 0 L-
E > 0
W cn
CD co =m c c (D =
= Cn
0), 0
co m 0
-0
M =3 0
0 0
z 2!
cn
cn
w =$ 0
City of Fort Worth, Texas
M ,
r and uounci %.00 Mu
DATE: Tuesday, January 14, 2014 REFERENCE NO.: **C-26638
LOG NAME.-' 2,OS UE & SURVEY MARK IV ARTERIAL
SUBJECT:
Authorize Execution of Amendment No,. 4 to City Secretary Contract No. 25 7, an Engineering Services
Agreement with Transystems, Corporation Consultants in the Amount of$48,910.00 for Design Surveys
and Subsurface Utility Engineering to Prepare the Final Design of a Four-Dane Divided Arterial Road on
Mark IV Parkway from the Westbound Frontage Road of IH-8,2,0 to Cantrell-Samson Road in North Fort
Worth for a Revised Total Contract in the Amount of$3913,069.00 (COUNCIL DISTRICT 2)
.......................-..........___................................. .......... ....................... ............................__.................._......... ......... .................__...... ........
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment No. 4 to City Secretary
Contract No. 425,4,7, an Engineering Services Agreement with Transystems Corporation Consultants in
the amount of$48,910.00, for the collection of design surveys and subsurface utility engineering in order
to prepare plans for the final, design of a four-lane divided arterial roladway on Mark IV' Par kway from
westbound, frontage road of IH-820 to Cantrell Samson Road in north Fort Worth.
DISCUSSION:
, _1W
This Amendment is to incorporate the des,ign, of the arterial roadway for Mark IV Parkway between IH-820
and Cant'rell-Samson Road with the existing Design Services Agreement to prepare plans and
specifications for the design of a roundabout at the intersection of Mark IV Parkway and Cantrell-Samson
Road,. This arterial project is pending, however, Staff recommends coordinating these two projects and
building them as one unit to achieve cost savings, uniform and consistent unit prices and less disruption to
the traveling public. Construction of Mark IV Parkway is contingent upon approval of the proposed 2014
Bond by City Council and a vote of the general public. Interim funding for these design services, is
available from the Contract Street Maintenance fund. The following table summarizes previous contract
actions:
............... .......
..I.........................
Pr Pr
No. 01652 Amount Descripbon, M&C No. Appiroved
......... ................... ............... .............. ............................... ......................................................................................................... ..................
Design, services for
the preparation, of
plans and
specifications for
intersection
Initial $243,322.01dimprovements at C,-25255 11/01/20111
Contract four locations, in
'North Fort Worth
including adiding left
and right turn lanes
ith signal
,modifications
.............. .............
............... .......
Amendment for
additional surveys
Logname: 20SUE SIJRVEY MARK IV AR'FEPJAI_, PaLle I of
fa
rw
to acquire ROW to
build permanent
Amendment traffic signall and full
1311 010.00 pavement section at Approved Administratively 110/26/201
the intersection of
Mark IV at Cantrell
Samson Road
................. .. ......................... ------- .....................
Ameindm�ent, to
perform feasibility
study and
determine right-of
-
mend ment 391791.5&way requirements to Approved Administratively 7/10/2013
No. 2 build a, roundabout
linstead of traffic
signal at Mark IV at
Cantrell Samson
Na W ..�w
lRoadi
...........................
Amendment to
acquire right-of-way
to proceed with
Amendment $ 48$035.00 development, of final, C-264916 1,0/15/13
No. 3 plans for a
roundabout on Mark
IV at Cantrell
Samson Road
.......... ...N
Amendment o. 4,
for design su�rveys,
and cud-surface
utility engineering
Amendment 48,9 101 00 for preparation of Pending Pending
No 14 final arterial
roadway on Mark IV
between IH-820 and
Cartrell Samson
Road
............
................
......................... ........... .........Total $3931068.50
..............------ ......... .............. ........ ............ ........ ...........
This project is located in CO,U�NCIL DISTRICT 2, Mapsco 49B and 49F.
1-11-1111.1111-1-1......... ............... ..........
FISCAL INFORMATION / CEUIFICATIONII:
The Financial Managernent Services Director certifies that funds are available in the current, capital,
budgety as appropriated, of the Contract Street Maintenance Fund.
........... ............. ............
FUND CENTERS:
TO Fund/Acgount/Cent ers FROM F'und/Account/Centefirs
0293 531200 202230165230 $4 8,,910 0 O
................ ........... .......... .............
.C.ERTIFICATIONS:
Logname.- 20SUE SURVEY MARK.IV ARTERIAL Rage 2 of 3
4
Submitted for Cl'ty Manager's Office by: Fernando Costa (6122)
Originating Dielpa�rtme Head.: Douglas W. Wiersig (7801)
Additional Information Ciontact: Todd Estes (5448)
.......... ...........
ATTACHMENTS
1. 0165220 SUE & Survev,.docx (CFWlnternal)
2. 0293, Unsplecified.docx (CFW Internal)
)
3. Mark IV Exhibi (Public)
Logname: 20SUE SURVEY MARK TV ARTERIAL Page 3 of'3