Loading...
HomeMy WebLinkAboutContract 37204 Amendment No. 1 STATE OF TEXAS § CITY SECRETARY NO. 31a04- COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Teague Nall and Perkins, Inc., (Engineer) made and entered into City Secretary Contract No. 35525 (the Contract) which was authorized by the City Council by M&C C-22177 on the 12th day of June 2007; and WHEREAS, the Contract involves engineering services for the following project: Lebow Channel Roadway Crossing Replacement at Brennan Street, 28th Street and Dewey Avenue Project No. 00778, DOE No. 5683 WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum 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 revised scope in engineering services specified in a proposal letter dated February 21, 2008, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $76,510.00. 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of $437,582.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. ORIGINAL Contract Amendment No. 1 Page 1 of 2 Executed on this the 4h day of 2008, in Fort Worth, Tarrant County, Texas. ATTEST: 1 x.utfior i zatiou Cori Tact Marty Hendri City Secretary ®--- nate APPROVAL RECOMMENDED: APPROVED: 01 A. Douglas Rademaker, P.E. Fernando Costa Director, Department of Assistant City Manager Engineering Teague Nall and Perkins, Inc. ENGINEER By: Name: Ty Hilton, P.E. Vice President 1100 Macon Street Fort Worth, Texas 76102 APPROVE S TO F 7 EGALITY: Amy Ra e Assistailt City Attorney !rU3 Contract Amendment No. 1 Page 2 of 2 Responsive Service. Reliable Results. X-? TEAGUE NALL AND PERMNS Civil Engineering Surveying Landscape Architecture Planning February 21, 2008 Mr. Richard Argomaniz, P.E. City of Fort Worth Department of Engineering 1000 Throckmorton Fort Worth, Texas 76102 Re: Lebow Channel Crossing Replacement: Brennan St.,28th St.,And Dewey Ave. City Project No.00181 TNP No. FTW 06305 Dear Mr.Argomaniz: Teague Nall and Perkins, Inc. is submitting this fee Amendment to the above referenced contract based on additional services requested. The following is a brief description and cost for the additional services provided on this project: Additional Services to prepare Environmental Documents As you know,the Texas Department of Transportation(TxDOT)has requested the 28th Street portion of the project be separated from the other two crossings such that it can be let as a TxDOT project. One of the requirements of TxDOT is that a Programmatic Categorical Exclusion be prepared to address environmental issues surrounding the project. In addition,TxDOT's environmental group has determined that the Old Trail Drivers' Park Shelter is in the THC Atlas as a WPA structure. This requires a limited cultural resources survey which is itemized below. ■ Programmatic Categorical Exclusion $ 18,700 ■ Cultural Resources Survey $ 1,100 Subtotal $ 19,800 Additional Services for Right-of-Way Acquisition The following services are included to support the acquisition of two (2) properties required for the construction of the 28th Street Culvert Replacement. The following items are included: ■ Secure Title Commitment and Title Insurance for each parcel • Appraisal Report and Review Appraisal ■ Negotiation Services ■ Clear Title and Closing Services All services will be in compliance with CITY and TxDOT requirements. The property acquisition will follow "The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970" (Uniform Act). Property appraisals and review appraisals will be prepared by independent professional appraisers qualified to testify at commissioner's hearings or trial as necessary. Negotiation services will consist of contacting and meeting with the property owners to explain the project and the impacts on their property (MAPO); making the offer to purchase the property at the appraised price; coordinating any counteroffers with the CITY; securing title clearing documents required by the Title Company;and, scheduling and securing the funding from the CITY for closings. Negotiations will continue in a good faith effort until such time as the parcel is acquired by deed or it is ! determined that further negotiations will be non-productive. r' 1100 Macon Street Fort Worth,Texas 76102 817.336.5773 phone 817.336.2813 fax www.tnp-online.com Fort Worth * ._ Denton Mr.Richard Argomaniz,PE,February 21,2008,Page 2 of 3 It is important to realize that project time constraints may require the acquisition process to move into the legal system. Relocation assistance will be required for these acquisitions. The scope of this assistance will be developed throughout the negotiation process and a fee will be provided to the City as a separate contract amendment. In addition, the need to approach property acquisition through the eminent domain process will be determined throughout the negotiation process. If necessary,the scope and fee for services to aid and coordinate with the City's legal representative will also be provided as a separate contract amendment. ■ Property Appraisals $ 17,050 ■ Review Appraisals $ 3,300 ■ Title Costs $ 8,360 ■ Negotiation Services $ 11,000 ■ Project Management and Coordination Meetings with City/TxDOT $ 7,000 Subtotal $ 46,710 Mobilization and Additional Labor Costs At a meeting with TxDOT on January 17,2008, TxDOT informed the City that the 28th Street culvert project would be a TxDOT-let project with a letting date of August 2008. To meet the letting,TxDOT indicated that final plans were to be submitted to TxDOT on February 25,2008,whereas our contract called for plans to be complete in August, 2008. TxDOT stated at the meeting that if the schedule were not met, the project funding (over$800,000)would be lost. After learning of the accelerated schedule for the 28th Street culvert from TxDOT,TNP immediately mobilized to assist the City in developing a plan to meet this critical deadline. Our project management team worked internally to remove other project commitments from the design team and increased their hours to be worked each week until the deadline is met. Additionally,we participated in numerous coordination meetings with TxDOT and the City;developed plans to address new project requirements, such as an environmental study and right-of-way acquisition; and, involved senior principals in the firm to oversee the fast-track activities. TN incurred additional expense in the weeks after our meeting with TxDOT as we quickly worked to put a plan together to meet the new project requirements. We also have incurred and will continue to incur extra labor charges for the overtime put in by our design team to meet the accelerated schedule. ■ Engineering Services for TxDOT $ 10,000 Total Contract Amendment No. 1: $ 76,510 Summary of Contract Fee: T/PW Work Phase Revisions: Original Contract Amount: $ 361,072 Original Revised Amendment No. 1: $ 76,510 51 $ 62,500 $ 62,500 Revised Contract Amount $ 437,582 31 $ 89,571 $ 112,524 32 $ 179,144 $ 225,050 33 $ 29,857 $ 37,508 TOTAL $ 361,072 $ 437,582 Mr.Richard Argomaniz,PE,February 21,2008,Page 3 of 3 M/WBE Project Participation (Including Amendment 1) Consulting Firm Prime Responsibility Amount Percent Prime Consultant: Teague Nall and Perkins, Inc. Engineering & Proj. Mgmt. $ 322,703 73.7% M/WBE Consultants: Integrated Environmental Solutions Environmental Consulting $ 70,535 16.1% GM Enterprises Geotechnical Services $ 5,000 1.1% Alpha Graphics Printing/Reproduction $ 9,844 2.3% Gorrondona &Associates, Inc. Surveying Services $ 26,500 6.1% Goodrich, Schechter&Associates Property Appraisal Review 3,000 0.7% M/WBE Subtotal $ 114,879 26.3% Total for Professional Services $ 437,582 100.0% Thank you for consideration of this contract amendment request. If you have any questions, please do not hesitate to call me. Sincerely, TEAGUE NAL P KINS,I C. Micha I W Ilbaum, P.E. Copy: Mr. Ty Hilton, PE-TNP o:\projects\itw06305\docs\contract\_contract amend 01.doc r^'ry7�t�7'j ;1 �;ns�jl}jl�l f n. .,•^^�t r Sj n•7 M&C Request Review Page 1 of 2 FoRoRTH CFWnet City of Fort Worth Employee Intranet s/aa/coos Staff Action Tracking Council Agenda M&C Employee Directory ACToday Employee Classifieds PRS IT Online Departments (- Print M&C COUNCIL ACTION: Approved on 5/20/2008 DATE: 5/20/2008 REFERENCE NO.: **C-22809 LOG NAME: 30AMEND1 LEBOW CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No. 35525 with Teague Nall & Perkins, Inc., in the Amount of$76,510.00 for Lebow Channel Roadway Crossing Replacement at Brennan Street, 28th Street and Dewey Avenue (Project No. 00778) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 to City Secretary Contract No. 35525 with Teague Nall & Perkins, Inc., in the amount of.,$76,510.00 for Lebow Channel Roadway Crossing Replacement at Brennan Street, 28th Street and Dewey Avenue (Project No. 00778), revising the total contract amount to $437,582.00. DISCUSSION: On June 12, 2007, (M&C C-22177) City Council authorized the City Manager to execute an engineering agreement with Teague Nall & Perkins, Inc., in the amount of$361,072.00 for the Lebow Channel Roadway Crossings Replacement at Brennan Street, 28th Street and Dewey Street. The subject project is part of the Lebow Channel Watershed Plan that was included in the 2004 Capital Improvement Program (CIP). Various improvements have been identified under this plan that include the elimination of dangerous low water crossings, enlargement of undersized bridges and culverts, channel bed enlargement and acquisition of flood prone properties. This project will provide engineering plans and specifications for the replacement of the undersized drainage crossing culverts at Brennan Street, 28th Street and Dewey Avenue. The 28th Street drainage culverts are located in the right-of-way of State Highway 183. The Texas Department of Transportation (Tx DOT) has agreed to participate in the funding for the construction of these culverts. The 28th Street facilities will be let as a Tx DOT project and plans and specifications will be developed in accordance with that agency's requirements. In order to qualify for the Tx DOT funding for the current fiscal year, it will be necessary to generate final engineering plans and specifications in a shortened time frame. In addition, due to the larger planned facilities required to convey the storm water, it is necessary to acquire two existing commercial properties. The original engineering agreement required Teague Nall & Perkins, Inc. to submit final plans and specifications in August of 2008. In order to qualify for the Tx DOT funding it is necessary to deliver final documents six months earlier. The consulting engineer has agreed to allocate additional resources to finalize the plans within the Tx DOT schedule, prepare the plans and specifications in accordance with the Tx DOT-format and assist in the acquisition of the required right-of-way. Amendment No. 1 for this contract will provide the following additional professional services: • Preparation of a Programmatic Categorical Exclusion to address environmental issues surrounding the project. This includes a limited Cultural Resources Survey due to the existence of a historical file://C:\Documents and Settings\ArgomaR\My Documents\DRAINAGE\LEBOW\M&C Request ... 5/22/2008 M&C Request Review Page 2 of 2 structure within the project area. • Preparation of documents and negotiations with property owners to support the acquisition of two commercial properties within the area of the planned improvements. • Mobilization of additional resources to support the development of plans and specifications to meet the shortened schedule. Teague Nall & Perkins, Inc., proposes to perform the necessary design work for a lump sum fee of $76,510.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. M/WBE - Teague Nall & Perkins, Inc., is in compliance with the City's M/WBE Ordinance by committing to 27 percent M/WBE participation for this Amendment No. 1. The City's goal for this Amendment is 10 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 62H. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 531200 202280077831 $22,953.00 C200 531200 202280077832 $45,906.00 C200 531200 202280007833 $7,651.00 Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Richard Argomaniz (8653) ATTACHMENTS 1 file://C:\Documents and Settings\ArgomaR\My Documents\DRAINAGE\LEBOW\M&C Request ... 5/22/2008