Loading...
HomeMy WebLinkAboutContract 40243-A4 AMENDMENT NO. 4 TO AGREEMENT FOR ARCHITECTURAL DESIGN SERVICES RENOVATE and EXPAND the GENERAL TERMINAL BUILDING at MEACHAM INTERNATIONAL AIRPORT STATE OF TEXAS § § CITY SECRETARY CONTRACT NO. COUNTY OF TARRANT § WHEREAS, The City of Fort Worth and Hahnfeld Hoffer Stanford (Architect) made and entered into City Secretary Contract No. 40243 (The Contract) which was authorized by the City Council by M&C C-24215, the 11th day of May, 2010; and WHEREAS, further amendment is necessary for additional design services to increase the scope of work for the subsurface utility engineering survey; and NOW THEREFORE, City and Architect, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article 1.1, SECTION I —SERVICES OF THE ARCHITECT, a paragraph is added to read as follows: "Provide additional design services for increasing the Civil Engineering Consultant's proposed scope of work to include (QL-"B") Subsurface Utility Engineering. The cost of this additional service is $11,000.00. The scope of services is described more fully in the Hahnfeld Hoffer Stanford's letter dated March 17, 2011 subject: Proposal for Additional Civil Survey Work — Underground Utilities, City of Fort Worth, Texas, Meacham Airport Terminal Building Renovation— Phase 1 (Amendment No.4) including attachments noted as Exhibit A "Teague Nall Perkins Proposal" and Exhibit 1 "Limit of Scope Plan" and the attached email dated March 18, 2011, subject: Meacham Terminal Building Contract Amendment for Underground Survey, which are attached hereto and as Attachments"A" and "B" and made a part of this Agreement." 2. Paragraph 1 of SECTION V- COMPENSATION TO ARCHITECT, is amended as follows: "The total compensation for all of the assignments to be performed by Architect as described in CHARACTER AND EXTENT of ARCHITECT'S SERVICES hereof shall be a fixed fee of $257,025.00 plus up to $13,200.00 in reimbursable expenses." 3. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. I EXECUTED this the J'�day of 2011, in Fort Worth, Tarrant ounty, Texas. Hahnfeld Hoffer Stanford APPR IP 01 By: By: is ael J. offer Fernan Costa Principal Assistant City Manager APPROVAL COMMENDED: RECORD ' By: By: 1)(�, C5e4 Greg n E, Acting Director, artha "Marty" He rix Transp atio & Public Works Dept. City Secretary pOq 'FQ0 °���r. 00000000 APPRO D O M AND LEGALITY: M&C No M& ired °00 F� Contract Authorization ,`o o 0 By Bla6k..._- Date v 0 o rF YJ ° `�4 r6?i OHO O° q 00000°0 .Cy C17y T 'r?` aann�h�oA�S°��, # , Fes. ��..r �M�fJ"l "AD Stanford March 17,2011 Mr. Dafton Murayama Architectural Service Manager Facilities Management Group Transportation and Public Works Department City of Fort Worth 401 West 13th Street Fort Worth,Texas 76102 RE: Proposal for Additional Civil Survey Work-Underground Utilities City of Fort Worth,Texas Meacham Airport Terminal Building Renovation-Phase 1 (Amendment No.4) Dear Mr. Munryama: I am sending you this proposal for the Underground Civil Survey work necessary to proceed with design of the Phase 2 work. The survey of Underground Utilities in and around the Terminal Building performed by Gorrondonna Associates under the Airport Master Planning Contract, did not contain information critical to our design and construction plans for the renovation of the Terminal Building. The proposal attached is from Teague Nall&Perkins, (Exhibit A),and would complete the underground location survey of the utilities near the building as shown in"Exhibit 1"attached to their proposal. Please amend our contract to include these services.Thank you. Sincerely, HAHNFELD HOFFER STANFORD architects planners Interiors Eric A.Claycamp,AI LEED A BD+C Associate Principal/Project Manager Accepted: Title: Date: Cc: David Stanford-Hahnfeld Hoffer Stanford Eric Hahnfeld-Hahnfeld Hoffer Stanford Attachments: Exhibit A-Teauge Nall Perkins Proposal Exhibit 1 -Limit of Scope Plan Q F; s. . y;it�l CYY I Y A i F r.t Raw '.� iii_ - T a` �'�=iN� � x; ��a4 far'``�,o r ye � r&'�•�. �+fa- P ti. 4 o t N!* TEAGUE NALL AND PERKINS Civil Engineering Surveying Landscape Architecture Planning EXHIBIT A AUTHORIZATION FOR PROFESSIONAL SERVICES PROJECT NAME: Meacham Field Terminal CLIENT: Hahnfeld Hoffer Stanford Architects (HHS Architects) HHS Architects (CLIENT) hereby requests and authorizes Teague Nall and Perkins, Inc., (SUE Provider) to perform the following services: SCOPE OF BASIC SERVICES: Based on information provided by URS Corporation on this project that are more particularly described within the Specific Scope of this document and outlined by exhibit 1- Add SUE exhibit.pdf. This work will be conducted within general compliance with CI/ASCE 38-02 (Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data". This standard establishes and defines four quality levels for data collection that are briefly described as: ❑ Quality Level D(QL"D")-Information collected from research of existing records or oral discussions. ❑ Quality Level C ( QL "C") - Information obtained by surveying and plotting visible above-ground utility features and by using professional judgment in correlating this information to quality level D information • Quality Level B (QL — "B") — Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. Quality level B data should be reproducible by surface geophysics at any point of their depiction. This information is surveyed to applicable tolerances defined by the project and reduced onto plan documents. • Quality Level A (QL — "A") - Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previousiously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. It is the responsibility of the SUE provider to perform due-diligence with regard to records research (QL"D") and acquisition of available utility records. The due-diligence provided for this project will consist of visually inspecting the work area for evidence of utilities and reviewing the available utility record information. Utilities that are not identified through these efforts will be here forth referred to as"unknown"utilities. TNP personnel will scan the defined work area using electronic prospecting equipment to search for"unknown" utilities. However, TNP is not responsible for designating and locating these"unknown" utilities Specific Scope Article I: (OL-"B") Subsurface Utility Engineering TNP will perform (QL=`B") Subsurface Utility Engineering within the clouded areas represented on exhibit-1 Add SUE.pdf. This data will depict horizontal data at accuracy levels in compliance with ASCE 38-02. Vertical information will be approximated using the best data available. Prior to beginning field designating activities, TNP's field manager will review the project scope of work and available utility records. Once these initial reviews are complete, the field manager and technicians will begin designating the approximate horizontal position of specified subsurface utilities within the specified project limits. A variety of geophysical equipment will be used to depict the location of utilities (electromagnetic induction) will be used to designate metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Non- metallic/non-conductive utilities will be designated using other proven methods, such as rodding, and probing. Where access is available, a sonde will be inserted into the utility line and traced using electromagnetic induction. If access is not available for non metallic utilities or additional data is needed, additional services may be requested at crucial locations to provide(QL-"A") SUE Services to identify the location and attributes of utilities. f y Article II: Survey Services Survey services will be required for surveying and plotting all visible utility features. All horizontal survey data will be acquired by robotic total stations and placed on the Texas State Plane Coordinate System North Central Zone, at Grid. All vertical survey data (Elevations) will be acquired via trigonometric methods and will be referenced to either FEMA or City of Fort Worth vertical control stations. Project Deliverables: TNP will provide THE CLIENT,with an electronic SUE utility site plan depicting the data discovered through the SUE process in a format to be specified by THE CLIENT, if sealed hard copies are required please see additional services. Proposed Work Schedule: TNP will begin our field within 7 days upon authorization by the client. Article 1 and 2 work will be delivered to the client within 21 days of authorization. This delivery will be in electronic format unless otherwise specified by the client. COMPENSATION to be on a basis of the following: 1. BASIC SERVICES: Article I: TNP will perform (QL-"B") Subsurface Utility Engineering Services,to collect horizontal location of underground utilities, for a lump sum fee of$5,000 Article II: TNP will perform Survey services including, tying all utility marks discovered during the SUE Process, plotting field data and the creation of electronic deliverables for a lump sum fee of $6,000 2. ADDITIONAL SERVICES: shall be considered additional work and shall be reimbursed at standard TNP hourly rates or TNP standard rates as shown on Attachment A for items provided in-house. Direct expenses shall be reimbursed at cost times a multiplier of 1.10 for non-labor, subcontract or mileage items, except for subcontracted or outsourced survey services, which shall be billed at rates comparable to TNP's billing rates for similar services,as shown on Attachment A. a.) Land planning, lot layout and configuration, preliminary plat preparation, final plat preparation, zoning applications, zoning exhibits, preliminary utility plans, drainage studies and preliminary drainage plans; b.) Property research and real property surveying for easements, right-of-ways or plats; c.) Preparation of real property transfer documents, exhibits or plats; d.) Participation in real property acquisition; e.) Trips and meetings beyond a 100 mile radius of Fort Worth; f.) Subcontract charges, photocopies, plan reproduction, computer charges, etc. not described in BASIC SERVICES or Attachment 'A'; g.) Printing, copying, plotting and document reproduction; h.) Construction inspection. f ,. r .. 'AP=.'f 'v Ely, 3. PAYMENT TERMS: CLIENT shall be billed monthly for services rendered and pay promptly upon receipt of invoice. Billings for fixed fee services shall be based on the percentage of work complete. Delays of payment in excess of 30 days from invoice date may result in cessation of services until payment is received. Additionally, SURVEYOR may withhold all work products and documents until payment is received in full. Time shall be added to the project schedule for any work stoppages resulting from Client's failure to render timely payment. Agreement by CLIENT to this contract acknowledges available funding for the proposed services provided by the SURVEYOR. Payment for services shall not be contingent upon the Client's available project specific funds, or anticipated future funding. Article 111 CONTRACT PROVISIONS: Contract provisions are attached hereto and made a part hereof. Authorization: Please execute and return a signed copy for our files. Receipt of an executed copy of this contract or a signed project-specific purchase order will serve as notice to proceed. No work shall commence on the project until an executed copy of this contract or purchase order is received by SURVEYOR. By signing below or on a purchase order, the signer warrants that he or she is authorized to execute binding contracts for the CLIENT Approved by CLIENT: Submitted by Consultant: Hahnfeld Hoffer Stanford Architects Teague Nall an Per , Inc. Tom R By: Title: Prince Date: Date: March 16, 2011 .F PROVISIO S ��/� 1. AUTHORIZATION TO PROCEED 10. PAYMEN TNP,INC. i�'1v7.) Signi this agreement shall be construed as authorization by CLIENT for TNP,Inc. Monthly Invol ill be Issued by TNP,Inc.for all work performed under the terms to pr with the work,unless otherwise provided for in this agreement of this agreement. owes are due and payable on receipt. If payment is not received within 30 days invoice date,all work on CLIENT's project shall cease 2. LABOR OSTS and all work products and d nts shall be withheld until payment is received by TNP,Inc. Labor Costs shall be the amount of salaries paid TNP,Inc.'s employees TNP. Time shall be added to the schedule for any work stoppages resulting for work rformed on CLIENTs Project plus a stipulated percentage of such from CLIENT's failure to render pay within 30 days of invoice dale.Interest at salaries to ver all payroll-related taxes,payments,premiums,and benefits. the rate of 1%%per month will be cha on all past-due amounts,unless not permitted by law, in which case, interest wil charged at the highest amount 3. DIRECT EXP NSES permitted by law. TNP, Inc.'s Di Expenses shall be those costs incurred on or directly for the CLIENT's Proje , including but not limited to necessary transportation costs 11. LIMITATION OF LIABILITY including mileag at TNP, Inc.'s current rate when its, or its employee's, TNP,Inc.'s liability to the CLIENT for any cause or combination uses is in the automobiles are u ,meals and lodging,laboratory tests and analyses,computer aggregate, limited to an amount no greater than the fee earne under this services, word pr sling services, telephone, printing and binding charges. agreement. Reimbursement for ese expenses shall be on the basis of actual charges when furnished by commer al sources and on the basis of usual commercial charges 12. ADDITIONAL SERVICES when furnished by TN Inc. Services not specified as Basic Services in Scope and Attachment 'A' will be provided by TNP,Inc.as Additional Services when required. The GHE014 sgreee 4. OUTSIDE SERVICES When technical or profess nal services are furnished by an outside source,when approved by CLIENT,an ditional amount shall be added to the cost of these Ben+pensedem. services for TNP,Inc.'s admt 'strative costs,as provided herein. 13. SALES TAX 5. OPINION OF PROBABLE CO n accordance with the State Sales Tax Codes, certain surveying services are In providing opinions of probabl cost the CLIENT understands that TNP,Inc.has xable. Applicable sales tax is not Included in the fee set forth and will be added no control over costs or the pri of labor,equipment, or materials,or over the o and collected when required by state law. Sales tax at the applicable rate will be Contractor's method of pricing,an that the opinions of probable cost provided to ind ted on invoice statements. CLIENT are to be made on the bas' of the design professional's qualifications and experience. TNP, Inc. makes no arranty, expressed or implied, as to the 14. SUR YING SERVICES accuracy of such opinions as compar to bid or actual costs. Ina ance with the Professional Land Surveying Practices Act of 1989, the CLIENT ' informed that any complaints about surveying services may be 6. PROFESSIONAL STANDARDS forwarded the Texas Board of Professional Land Surveying, 12100 Park 35 TNP,Inc.shall be responsible,to the lev of competency presently maintained by Circle,Bui g A,Suite 156,MC-230,Austin,Texas 78753,(512)239-5261 other practicing professional engineers in a same type of work in the State of Texas,for the professional and technical so dness,accuracy,and adequacy of all 15. LANDSCAPE RCHITECT SERVICES design,drawings,specifications,and other w and materials furnished under this The Texas Bo of Architectural Examiners has jurisdiction over complaints Authorization. TNP,Inc.makes no other warra ty,expressed or implied. regarding the pro ssional practices of persons registered as landscape architects in Texas. The LIENT is informed that any complaints about landscape 7. TERMINATION architecture service be forwarded to the Texas Board of Architectural Examiners, Either CLIENT or TNP, Inc. may terminate this uthorization by giving 10 days Hobby Building: 333 uadalupe, Suite 2-350, Austin, Texas 78701, Telephone written notice to the other party. In such event C ENT shall forthwith pay TNP, (512)305-9000,Fax(5 )305-8900. Inc.In full for all work previously authorized and pert ed prior to effective date of termination. If no notice of termination is given, lationshlps and obligations 16. INVALIDITY CLAUSE created by this Authorization shall be terminated upon mpletion of all applicable In case any one or more of a provisions contained in this Agreement shall be held requirements of this Authorization. illegal,the enforceability of a remaining provisions contained herein shall not be impaired thereby. 8. MEDIATION In an effort to resolve any conflicts that arise during the d ' n or construction of 17. PROJECT SITE SAFETY the project or following the completion of the project, CLIENT and the TNP,Inc.has no duty or responsi 'ty for project site safety. CONSULTANT agree that all disputes between them arising ut of or relating to this Agreement shall be submitted to nonbonding mediation less the parties 18. DRAINAGE CLAUSE mutually agree otherwise. The parties to this Agreement recognl that the development of real property has the potential to increase water runoff n downstream properties, and that such The CLIENT and the CONSULTANT further agree to include a si lar mediation increase in runoff increases the possr ility of water damage to downstream provision in all agreements with independent contractors and consul nts retained properties The CLIENT agrees to indemnt and hold the CONSULTANT harmless for the project and to require all independent contractors and consults Is retained from any and all claims and damages arisi ,directly or indirectly,from water or also to include a similar mediation provision in all agreements with su tractors, drainage damage to downstream properties esulting from the development and subconsudants,suppliers or fabricators so retained,thereby providing for ediation construction of the Project. CLIENT sha not be required to reimburse as the primary method for dispute resolution between the parties t those CONSULTANT for any claims or expenses sing out of the Project if it is agreements. determined by a court of competent jurisdiction t CONSULTANT was negligent In the performance of its duties and obigati , and that CONSULTANT's 9. LEGAL EXPENSES negligence was the direct cause of damage to a roperty downstream of the In the event legal action is brought by CLIENT or TNP,Inc.against the othe to Project. enforce any of the obligations hereunder or arising out of any dispute conoeml the terms and conditions hereby created,the losing party shall pay the prevailing 19. CONSTRUCTION MEANS AND METHODS AND JOBS SAFETY party such reasonable amounts for fees,costs and expenses as may be set by the Means and methods of construction and jobsite safety are the sole responsibility of court the contractor. or, Attachment A TEAGUE NALL AND PERKINS, INC. Standard Rate Schedule for Reimbursable/Multiplier Contracts Effective January 1, 2011 to December 31, 2011* Engineering/Technical From To Principal $150 - $230 Per Hour Project Manager $120 - $200 Per Hour Senior Engineer $110 - $210 Per Hour Engineer $85 - $140 Per Hour Landscape Architect/ Planner $110 - $170 Per Hour Landscape Designer $ 70 - $110 Per Hour Designer $85 - $120 Per Hour Senior Designer $100 - $150 Per Hour CAD Technician $60 - $90 Per Hour Senior CAD Technician $75 - $110 Per Hour IT Consultant $120 - $150 Per Hour IT Technician $85 - $120 Per Hour Clerical $50 - $80 Per Hour Resident Project Representative $70 - $120 Per Hour Surveying Survey Office Manager $130 - $180 Registered Professional Land Surveyor $120 - $150 S.I.T. $70 - $100 Senior Survey Technician $70 - $100 Junior Survey Technician $50 - $80 1-Person Field Crew w/Equipment** $115 2-Person Field Crew w/Equipment** $135 3-Person Field Crew w/Equipment** $150 4-Person Field Crew w/Equipment** $170 Subsurface Utility Engineering Hourly Rate SUE Engineer $160 SUE Technician $95 1-Person Designator Crew w/Equipment $110 2-Person Vacuum Excavator Crew w/Equipment $250 (Travel and Stand-by) SUE QL-A Test Hole(0—4 ft)*** $750 per hole SUE QL-A Test Hole (4.1 —8 ft)*** $900 per hole SUE QL-A Test Hole (8.1 — 12 ft)*** $1,150 per hole SUE QL-A Test Hole (12.1 —20 ft)*** $1,500 per hole ^'4 IQ rq Direct Cost Reimbursables l'� Amu I Mr (M mme 64993mC^W Photocopies, Scans& PDF Files: $0.10/page letter and legal size bond paper, B&W $0.20/page 11"x 17"size bond paper, B&W $1.00/page letter, legal and 11"x 17"size bond paper, color $2.00/page 22" x 34" and larger bond paper or vellum, B&W $4.00/page 22" x 34"and larger bond paper or vellum, color Plots: $1.00/page 11"x 17"size bond paper, B&W $2.00/page 11"x 17" size bond paper, color $4.00/page 22" x 34"and larger bond paper or vellum, B&W $6.00/page 22" x 34"and larger bond paper or vellum, color $6.00/page 22"x 34"and larger mylar or acetate, B&W Mileage $0.50/mile All Subcontracted and outsourced services shall be billed at rates comparable to TNP's billing rates shown above. Rates shown are for calendar year 2011 and are subject to change in subsequent years. Equipment includes Truck,ATV, Robotic Total Station, GPS Units and Digital Level. **Pncing includes 2-Person crew, designating for excavation, survey, vehicle costs,and field supplies. OF I EXHIBIT 1 16 USA lx� `�, \ \ /\\ `\aft!/.r. �`t \ / 6 g ''1 ,� -z 4J• � �7 �°� 17 I/C -24 OU . Meza, Alfonso __ __ A�TpGHM ►.1'C '� " From: Eric Claycamp [eclaycamp @hahnfeld.com] Sent: Friday, March 18, 2011 5:00 PM To: Murayama, Dalton; Meza, Alfonso Cc: Johnson, Ruseena; Welstead, Bill; Charlotte Swords; Eric Hahnfeld Subject: Meacham Terminal Building Contract Amendment for Underground Survey Follow Up Flag: Follow up Flag Status: Red Attachments: Meacham Terminal Contract Ammendment 4.pdf Alfonso: Attached is the Contract Amendment proposal for Underground Survey Services. We opted to go forward with TNP in lieu of Gorrondonna. Let me know if I need to send anything else. Sincerely, Eric A. Claycamp, AIA, LEED AP BD+C Associate Principal Director of Sustainability Hahnfeld Hoffer Stanford 200 Bailey Avenue,Suite 200 Fort Worth,Texas 76107 817-302-0650 d 817-302-0692f 817-946-5517c www.hahnfeld.com COLLABORATION. INNOVATION. TRANSFORMATION. The info(mation contained in this message,tncioding any fifes transmitted within or by attathilrent,is confidentrll,and may he prividep ed and p ute cted from disrinsure,if the reader of this message Is not the intended fecipwrr you,,re hereby notified tha+t any disc rn inaClon,dlStr,bution or copyut of t:.i<,;,,M nrrnic.+ ion stri.tly prohit,too.if y17u havft received this communication In error,please notify us Irnmediately by replying to the rnr SSoP,e , a pem�arently deleUnf;it. OFI? _ wax r Y 3/31/2011