Loading...
HomeMy WebLinkAboutContract 38180-A1 CITY SECRETARY CONTRACT NO.-� S 19 G - A AMENDMENT M MBER 1 STATE OF TEXAS S COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (CITY) and Freese & Nichols, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 38180, (the CONTRACT) which was authorized by the City Council on the 21Ht day of January, 2009; WHEREAS, the Contract involves engineering services for the following project: Lake Worth Dredging Project - Phase II 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 additional engineering services specified in the attached Scope of Services, copies of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $878, 058 . 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 $2,397,337.00. OFFICIAL RECORD Page -1- CITY SECRETARY FT. WORTH, TX 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED on this the 21 S-�r day of Ma((!() 20]x- in Fort Worth, Tarrant County, Texas. ATTEST: APPROVED: Mu ` ,�: IL fuCJ a pa°� foil*op0000po $°ay� mox e d Fernando Costa lu°o °CitySecretary Assistant City Manager 000 0o*0 0000000 ix 0, r APPROVED AS TO FORM APPROVAL RECOMMENDED: LEGALITY S. Frank Crumb, Director Assistant City Attorney Water Department ATTEST. FREESE and NICHOLS, INC. , 1 Thomas Haster, P.E. Principal 5L4- Contract huthorizatioa Dat0- OFFICIAL RECORD Page -2- CITY SECRETARY FT. WORTH, TX Attachment A Scope of Services BASIC SERVICES A. DREDGING FINAL DESIGN, PHASE I DREDGING The final design for Phase I dredging areas is included in these services. Preparation of the 50%, 90% and 100% design submittals will be based upon the approved preliminary dredging design that is included in the original contract. The following services will be provided for the Phase I dredging design: 1. Attend a kickoff meeting with the City to review the preliminary design information and determine the scope and delineation of the areas to be dredged. Discuss schedule and any special project requirements. 2. Perform site visits as needed with City staff to finalize the layout of the corridor for the dredge material delivery pipeline and return water pipeline. 3. Evaluate and provide recommendations on final locations of allowable construction staging areas, lake entry locations, and access routes. 4. Coordinate with Silver Creek Materials on location of proposed pipeline corridor. 5. Obtain GIS level alignments of existing water and wastewater lines along the pipeline corridor from the City, and include this information in the plan sheets. 6. Determine locations along the pipeline corridor where pipe must be installed underground to maintain traffic accessibility. 7. Provide recommendations on maximum construction noise level requirements. 8. Coordinate construction plans, specifications and contract documents with environmental permitting requirements. 9. Prepare schematic level exhibits and drawings as needed for inclusion in environmental permit application. 10. Attend up to 4 progress meetings during the project with the City to discuss project status and work through questions and issues on the project. 11. Retain third party peer review services to review the Phase I design. 12. Prepare 50%, 90% and final plans, specifications and contract documents for the Phase I and Phase II designs. Provide design and criteria for the following: A-1 a. Cover sheet and general notes b. Overall project layouts c. Acceptable construction staging areas and access requirements d. Dredge area limits and grading plans e. Typical grading cross sections f. Pipeline corridor plan and ground surface profile g. Site maintenance requirements h. Public access coordination requirements i. Noise mitigation requirements j. Water quality control and testing requirements k. Sediment testing requirements I. Submittal requirements m. Standard City of Fort Worth contract documents and specifications n. Standard construction details o. Requirements for subcontracting with Silver Creek Materials for disposal p. Pre-qualification requirements 13. Provide the City with 5 hard copies of the 50% and 90% plans, specifications and contract documents. 14. Provide the City with 5 half-size plan sets, 5 full-size plan sets, and 5 specifications and contract documents sets of the final design. 15. Determine bid items and quantities, and prepare a detailed bid form for insertion into the bid documents. B. BID PHASE SERVICES The following services will be provided during the Phase I construction bid phase. 1. Attend up to 2 project progress meetings. 2. Assist City in securing bids. Provide a copy of the notice to bidders for City to use in notifying construction news publications and publishing appropriate legal notice. The cost for publications shall be paid by City. 3. Secure the services of CivCast for upload and distribution of bid documents and other related documents. These documents shall also be uploaded to the City of Fort Worth Buzzsaw system. 4. Maintain information on entities that have downloaded or have been issued a set of bid documents. Distribute information on plan holders to the City, interested contractors and vendors on request. 5. Assist City by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders if necessary. A-2 6. At City's request, assist City in opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by City. 7. Assist the City in conducting a pre-bid conference for the construction project and coordinate responses with City. Response to the pre-bid conference will be in the form of addenda issued after the conference. Attend the tour of the project site after the pre-bid conference. 8. Assist City in the preparation of Construction Contract Documents for construction contract. Provide ten (10) sets of Construction Contract Documents which include information from the apparent low bidders bid documents, legal documents, and addenda bound in the documents for execution by the City and construction contractor. Distribute five (5) copies of these documents to the contractor with a notice of award that includes directions for the execution of these documents by the construction contractor. Provide City with the remaining five (5) copies of these documents for use during construction. Additional sets of documents can be provided as an additional service. 9. Furnish contractor copies of the drawings and specifications for construction pursuant to the General Conditions of the Construction Contract. 10. Attend City Council meeting if requested by the City to assist in presentation of the letter of recommendation of award. C. CONSTRUCTION PHASE SERVICES Upon completion of the bid phase services, FNI will proceed with the performance of construction phase services as described below. FNI will endeavor to protect City in providing these services however, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. If general conditions other than FNI standards are used, the City agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI and their subconsultants on this project to be listed as an additional insured on contractor's insurance policies. 1. Attend up to 12 progress meetings during construction. A-3 2. Assist City in conducting one pre-construction conference with the Contractor and review construction schedules prepared by the Contractor pursuant to the requirements of the construction contract. 3. Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Review contractor's submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. 4. Make up to 12 visits during construction, appropriate to the stage of construction to the site (as distinguished from the continuous services of a Resident Project Representative) to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort FNI will endeavor to protect the City against defects and deficiencies in the work of Contractors and will report any observed deficiencies to City. Visits to the site in excess of the specified number are an additional service. It is understood that the City will provide resident project representation services with City staff, and this is not in FNI's services. 5. Notify the contractor of non-conforming work observed on site visits. Review quality related documents provided by the contractor such as test reports, equipment installation reports or other documentation required by the Construction contract documents. 6. Interpret the drawings and specifications for City and Contractor. Investigations, analyses, and studies requested by the Contractor and approved by OWNER, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service. 7. Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the City to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the City. Documentation of field orders, where cost to City is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the Owner are an additional service. Substitutions of materials or equipment or design modifications requested by the City are an additional service. 8. Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of contractor claims and make recommendations to the City on the merit and A-4 value of the claim on the basis of information submitted by the contractor or available in project documentation. Endeavor to negotiate a settlement value with the Contractor on behalf of the City if appropriate. Providing these services to review or evaluate construction contractor(s) claim(s), supported by causes not within the control of FNI are an additional service. 9. Conduct, in company with City's representative, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, and warranties from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two trips are an additional service. 10. Revise the construction drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints of"Record Drawings" shall be provided by FNI to City. SPECIAL SERVICES A. PUBLIC MEETINGS DURING CONSTRUCTION PHASE FNI will attend and assist with coordination and presentation at up to 4 public meetings during the construction phase. The following services will be provided: 1. Prepare exhibits and information and provide to the City for its use in distributing public notifications of the meetings. 2. Attend meetings with the City to discuss objectives and presentation materials needed for each public meeting. 3. Prepare public meeting presentation materials, boards and handout materials. 4. Attend the public meetings and assist with presentations and obtaining feedback from meeting attendees. 5. Take notes at the meetings to record questions, comments and feedback from meeting attendees, and prepare meeting minutes. 6. Assist the City with preparing responses to questions, comments and feedback from meeting attendees. A-5 B. LAKE WORTH PRELIMINARY TRAIL ROUTE STUDY The purpose of this study is to provide City staff with recommendations on developing a recreation trail alignment around the perimeter of Lake Worth. Project Management 1. Conduct and document one (1) kick-off meeting with City staff to introduce team members and review the project scope. 2. Prepare and distribute monthly project status reports throughout the study process. 3. Assist the City in one (1) public meeting to discuss the project. For the meeting, prepare materials such as maps, charts, and tables to present and distribute to meeting participants. Prior to the public meeting, attend a meeting with the City to coordinate meeting topics and materials. Data Collection and Site Analysis 4. Obtain base data from City and other available sources for study area coverage equal to the greater of: a) farthest boundary of individual shoreline parcel, b) location of Primary Bike & Jogging Trail shown in Fig.4.6 of Fort Worth Comprehensive Capital Improvement Implementation Project, c) nearest public collector street full right-of-way, or d) 1000 feet from the elev. 594 shoreline. Project data will include: aerial photography, topography, parcel ownership, existing and proposed land use, existing and proposed public utilities, and generalized tree cover. 5. Obtain and review applicable reports and studies from City and other available sources (i.e. Joint Land Use study, Lake Worth Vision Plan, etc.). 6. Perform site visits within study area and document existing conditions with photographs and map notations. Trail Route Study 7. Meet individually with City departments (Water, Parks, Planning and Development, Transportation/Public Works, and Fort Worth Nature Center) to seek input when considering trail routes. Once input has been received, hold a meeting with all departments to review the recommended project criteria for the route analysis. 8. Perform a preliminary recreation trail routing analysis around the perimeter of Lake Worth (excluding the Joint Reserve Base Naval Air Station property). Consider the following in the trail route alignment: a. City-owned land around the lake b. City-owned park land c. City-owned right-of-way for streets and utilities d. Possible future trail access points A-6 9. Prepare project maps and exhibits illustrating preliminary trail routing analysis. Present draft maps and exhibits to City staff for review and comment. Conduct one (1) meeting with City staff to review preliminary trail routing analysis. 10. Provide recommendations for land parcel holding, disposal, or acquisition based upon the preliminary trail routing analysis. Conduct one (1) meeting with City staff to review recommendations for land parcel holding, disposal or acquisition. 11. Prepare a draft report summarizing trail route analysis. The report will document route criteria, design standards, and assumptions used in developing the route analysis. Provide five (5) copies of the draft report for City review. Incorporate comments as necessary and issue five (5) copies of the final trail route analysis report. C. LAKE WORTH DAM EMERGENCY ACTION PLAN (EAP) The purpose of this is to develop an Emergency Action Plan (EAP) for Lake Worth Dam to satisfy Texas Commission on Environmental Quality (TCEQ) dam safety regulations. This work will build upon the completed dam breach analysis study for Lake Worth Dam. Emergency Action Plan (EAP) Development 1. Coordinate with the City to identify emergency management, staffing, and resources available to incorporate into the EAP for Lake Worth Dam. 2. Prepare a draft EAP document. Incorporate the breach analysis report for Lake Worth Dam, including breach inundation maps, into to EAP. Provide five (5) copies of the draft report for City review. 3. Attend one (1) meeting with City staff to discuss review comments. Incorporate comments as necessary into a final draft EAP. 4. Submit the final draft EAP to the TCEQ for their review. Incorporate TCEQ review comments as necessary. 5. Upon incorporating review comments from the City and TCEQ, provide five (5) copies of the final EAP. D. ENVIRONMENTAL PERMITTING FOR PHASE II DREDGING PROJECT Perform literature search and field investigations required for developing an application for a standard Section 404 individual permit (IP) authorization. Based on previous correspondence with the USACE for the Phase I dredging project, an Individual Permit was deemed necessary for the Phase II dredging project. A-7 1. Prepare a letter to the USACE requesting a pre-application meeting. This letter will include a brief description of the project, its purpose and need, a map of the project location and layout, and other pertinent information. Attend pre-application meeting with the USACE. 2. Once the dredge locations (including individual boat docks) have been selected; FNI will assemble data such as aerial photos and project limits in digital format for the field survey of new, previously unsurveyed areas (including mitigation areas within the lake) and create a data dictionary in the GPS data logger for data collection. 3. Conduct pedestrian and floating survey of the new, previously unsurveyed proposed dredging locations (including individual boat docks and mitigation areas) to identify potential environmental features that may trigger permitting requirements. This scope assumes that the City will provide a boat for the floating survey. Evaluate whether any water bodies found would be considered jurisdictional under USACE regulations; identify the type of water body, (i.e., emergent or forested wetland, open water, stream, etc.); and estimate the aerial extent of the affected portion of a water body. 4. Revise the Lake Worth Jurisdictional Determination Report (JDR) prepared for Phase I dredging to include new, previously unsurveyed areas, including mitigation areas within the lake. The report will include a description of field observations; an opinion of whether or not jurisdictional waters are present, and if so, the type, and results from the functional assessment. Provide five (5) copies of the draft report for City's review. The JD report will be submitted with the permit application to the USACE. 5. Conduct an alternatives analysis following the USACE 404(b)(1) alternatives analysis guidelines. The goal of this task will be to identify environmental issues that can be used to select an alternative that will minimize and avoid impacts to waters of the U.S. and other resources. 6. Evaluate dredging impacts by estimating the area of impact to waters of the U.S. based on the extent of the proposed project. Include notice of any identified potential environmental issues associated with the proposed dredging. 7. Evaluate potential mitigation requirements that could be required based on the impacts of the proposed project to waters of the U.S. and other resources, as applicable, in Lake Worth. Compare on-site mitigation versus the purchase of mitigation bank credits and provide recommendations in a memorandum report for the City's review and comment. 8. Once the project design is sufficiently complete to ensure no substantive changes will be made, FNI will prepare the IP application for the proposed project. FNI will attach all appropriate documents as required and formatted in compliance to USACE guidelines. FNI will submit the draft IP application to the City for their review and comment. FNI will finalize the application based on the City's comments and submit the application to the USACE along with copies for the environmental resource agencies. A-8 9. Prepare a 401 Water Quality Certification Questionnaire for City's review and comment. Incorporate City's comments and submit the final Questionnaire to the TCEQ with a copy to the USACE. 10. Prepare a draft conceptual mitigation plan for City's review and comment. The Plan will be prepared based on the assumption that no functional assessment will be required. Instead, this scope assumes that the USACE will concur with the assumption that compensatory wetland mitigation will be based on a ratio of impact acreage to mitigation acreage. Functional assessment is considered as an additional service in this scope. Provide environmental input into the design of the on-site mitigation. Finalize the conceptual mitigation plan based on City's comments and submit it to the USACE for comment. 11. Follow up with the USACE to address questions and requests for information leading up to the USACE public notice of the application. 12. Address public and resource agency comments on the IP application as requested by the USACE. 13. Address questions or comments from the TCEQ regarding the 401 Water Quality Certification Questionnaire. 14. Consult and meet with the USACE. Attend one meeting at the site with the Corps and up to two meetings with the Corps at the Fort Worth District office. The on-site meeting may include meeting with other resource agencies. 15. Finalize the compensatory mitigation plan based on consultation with the USACE and other agencies, as required. 16. Coordinate with Project Team throughout the project to communicate discussions with regulatory agencies and provide environmental input into the design of the project components. This coordination will include up to 8 meetings with the Project Team. E. SPECIAL CONSTRUCTION PHASE SERVICES If authorized by the City, FNI shall perform construction phase services that are in addition to the services listed in BASIC SERVICES Item C above. These services shall include: 1. Assist the City with preparation of a plan and grid system for measurement and calculation of field construction quantities. 2. Receive field quantity measurements from the City and/or Contractor and review or calculate quantities to be used in the Contractor's monthly pay estimates. This shall also include attendance during field measurements when needed. A-9 3. Upon completion of the project, utilize field measurements taken during construction and prepare an "as-built" contour map of the areas that were dredged. 4. FNI environmental personnel will attend up to 5 site visits during construction to assist with any issues or questions associated with environmental testing or permit compliance. ADDITIONAL SERVICES Additional Services which can be performed by FNI, if authorized by City, which are not included in the above described services, are described as follows. If any of these services are requested by the City, FNI will submit a scope and fee proposal to the City. 1. Design, bid and construction phase services for construction projects in excess of the one included in this amendment. 2. Preliminary and final design of trail. 3. Field layouts or the furnishing of construction line and grade surveys. 4. Making property, boundary and right-of-way surveys, preparation of easement and deed descriptions, including title search and examination of deed records. 5. Making revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously given by OWNER or 2) due to other causes not solely within the control of FNI. 6. Furnishing the services of a Resident Project Representative to act as OWNER's on-site representative during the Construction Phase. The Resident Project Representative will act as directed by FNI in order to provide more extensive representation at the Project site during the Construction Phase. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the Resident Project Representative and assistants, FNI shall endeavor to provide further protection for OWNER against defects and deficiencies in the work. Furnishing the services of a Resident Project Representative is subject to the provisions of Article I, D and Attachment RPR. If OWNER provides personnel to support the activities of the Resident Project Representative who is FNI or FNI's agent or employee, the duties, responsibilities and limitations of authority of such personnel will be set forth in an Attachment attached to and made a part of this AGREEMENT before the services of such personnel are begun. It is understood and agreed that such personnel will work under the direction of and be responsible to the Resident Project Representative. OWNER agrees that whenever FNI informs him in writing that any such personnel provided by the OWNER are, in his opinion, incompetent, unfaithful or disorderly, such personnel shall be replaced. A-10 7. Preparation of Conformed or "As Bid" plans and specifications for use during the construction phase. These documents shall involve the incorporation of addenda items into the Contract Documents through modification of the electronic files and reprinting of the plans and specifications inclusive of the incorporated changes. 8. Assisting OWNER in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). 9. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. 10. Assisting OWNER in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this AGREEMENT. 11. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. 12. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this agreement. 13. Services required to resolve bid protests or to rebid the projects for any reason. 14. Visits to the site in excess of the number of trips indicated for periodic site visits, coordination meetings, environmental personnel site visits or contract completion activities. 15. Any services required as a result of default of the contractor(s) or the failure, for any reason, of the contractor(s) to complete the work within the contract time. 16. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. 17. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. 18. Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. 19. Design modifications required to meet wetland mitigation success criteria required by the USACE. A-11 Environmental Additional Services 1. Conduct a functional assessment following the USACE's preferred methodology, such as TXRAM, of waters of the U.S. being impacted by the proposed project during the pedestrian/floating survey described above. Data from this assessment would be incorporated into the mitigation plan. 2. Cultural resources investigation of any Phase II dredging or mitigation related activity areas. 3. Preparing data and reports for assistance to OWNER in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. 4. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other assistance required to address environmental issues, beyond that which is discussed in the scope. 5. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. 6. If required by the USACE and environmental resource agencies, FNI will conduct a survey for any threatened or endangered species of concern. 7. Preparation of a Texas GLO Grant of Easement application. 8. Preparation of an application for a Texas Parks and Wildlife Department permit for dredging materials from state-owned waters. 9. Sediment characterization, i.e. Tier III and Tier IV evaluations. 10. If required by the USAGE, FNI can assist the City with holding a Public Hearing by preparing public notices, submitting notices to local newspaper(s); providing verbatim transcript services, attending the public hearing; and incorporating the hearing record into the permitting documents. A-12 MEMBER I GUIRIN MINNOW 1110111611, MON1011111' ' 1118101111111 111 1111111 full liiiiiiiiiiiiiiiiii I Jill fil M11111111 1111111111111 11, IN IN 111111111111 1 1111111111 111 U - -----------... u NMI m h FIN61144 N ORMAN 'M MEN I-I MISS 0:011 1 11 0: Coll lull I lull I I Milml 11 IN 111 11 11 IIIIIIIIIIIII I WIN 11 10011 11:0 1111 11111 oil I MEMO M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORS II T COUNCIL ACTION: Approved on 3/6/2012 - Ordinance No. 20081-03-2012 and 20082-03-2012 REFERENCE ,, 60FREESE AND NICHOLS LAKE DATE: 3/6/2012 NO.: C-25473 LOG NAME: WORTH DREDGING DESIGN PH 1 AMEND1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 with Freese and Nichols, Inc., in the Amount of $878,058.00 for a Total Contract Amount of$2,397,337.00 for Engineering and Design Services for the Lake Worth Dredging Project Phase 1, and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Lake Worth Gas Lease Capital Improvement Fund by $878,058.00 from Gas Well Revenues; 2. Authorize the transfer of$878,058.00 from the Lake Worth Gas Lease Capital Improvement Fund to the Water Capital Projects Fund; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$878,058.00; and 4. Authorize the execution of Amendment No.1 with Freese and Nichols, Inc., for engineering and construction services associated with the Lake Worth Dredging Project Phase 1 in an amount not to exceed $878,058.00. DISCUSSION: On January 8, 2008, the City Council amended the Gas Well Revenue Distribution Policy to allow for revenues derived from lease bonuses and royalties from properties in and around Lake Worth to be used for the execution of the 2007 Lake Worth Capital Improvements Implementation Plan. One of the major projects of this plan is the Lake Worth Dredging Project. In March 2008 Freese and Nichols, Inc., (Freese and Nichols) was selected for the Phase 1 services. During contract negotiations the decision was made to execute the design of the Lake Worth Dredging Project Phase 1 in two parts as a cost saving strategy due to the complexities of acquiring a permit through the Army Corps of Engineers (ACOE). On December 16, 2008, (M&C C-23262) the City Council authorized an Engineering Agreement with Freese and Nichols, Inc., in the amount of$1,519,279.00 for the initial design of the Lake Worth Dredging Project Phase 1 . Under this contract Freese and Nichols, Inc., has conducted field investigations and surveys, performed disposal site analysis, developed preliminary plans and specifications for dredging, coordinated with the ACOE and other agencies on permitting and performed project management. Under the proposed Amendment No. 1, Freese and Nichols, Inc., will finalize permitting with the ACOE for both Phase 1 and Phase 2, complete design for the dredging project based on ACOE comments and provide bidding assistance for Phase 1. They will also perform general and special construction services to monitor dredging operations and the calculation of dredge material quantities for the Lake Worth Dredging Project Phase 1. In addition they will perform a preliminary Trail Route Study for the hike and bike trail around Lake Worth and develop an emergency action plan for the Lake Worth Dam as required by the Texas Commission on http://apps.cfwnet.org/council_packet/mc_review.asp?ID=16390&councildate=3/6/2012 3/8/2012 M&C Review Page 2 of 2 Environmental Quality (TCEQ). The fee for services for Amendment No.1 are as follows: Final Design $162,422.00 Contract Management Services $217,204.00 Environmental Permitting $154,104.00 Construction Phase Services $212,833.00 Trail Route Study 1$114,132.00 Dam Emergency Action Plan $ 17,363.00 Total Amendment No. 1 $878,058.00 The Water Department staff is currently in negotiation with Freese and Nichols, Inc., for a new design contract for the Phase 2 plans, specifications and construction management services. This will complete the remaining design and construction management services required for the Lake Worth Dredging Project. This contract will be brought to the Council for approval in the near future. The proposed Amendment No.1 with Freese and Nichols, Inc., for the Lake Worth Dredging Project Phase 1 will be for an amount not to exceed $878,058.00 with a revised maximum fee of $2,397,337.00 for this contract. Freese and Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to an additional three percent M/WBE participation on this Amendment/Change Order No. 1. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budget, as appropriated, of the Lake Worth Gas Lease Capital Improvement Fund and the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers _1.1 C246 538070 601159990100 $878,058.00 1&2) C246 538070 601159990100 $878.058.00 2&3) $878,058.00 P253 472246 607560116630 4) P253 531200 607560116630 $878.058.00 3) P253 531200 607560116630 $878,058.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Paul Bounds (8567) ATTACHMENTS 60FREESE AND NICHOLS LAKE WORTH DREDGING DESIGN PH 1 AMEND1 MAP.pd 60FREESE AND NICHOLS LAKE WORTH DREDGING PH 1 AMEND 1 A012 C246.doc 60FREESE AND NICHOLS LAKE WORTH DREDGING PH 1 AMEND 1 A012 P253.doc http://apps.cfwnet.org/council_packet/mc_review.asp?ID=16390&councildate=3/6/2012 3/8/2012