HomeMy WebLinkAboutContract 32301-A6 CSC No.32301-A6
AMENDMENT No. 6
TO CITY SECRETARY CONTRACT No. 32301
WHEREAS, the City of Fort Worth (CITY) and Teague Nall and Perkins,
Inc. , (ENGINEER) made and entered into City Secretary Contract No. 32301,
(the CONTRACT) which was authorized by M&C C-20925 on the 30th day of April,
2005 in the amount of $243, 900 . 00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1
in the amount of $17, 600 . 00 which was administratively authorized on January
31, 2007; Amendment Number 2 in the amount of $599, 650 . 00 which was
authorized by M&C #C-23031 on September 9, 2008; Amendment Number 3 in the
amount of $123, 897 . 00 which was authorized by M&C #C-25219 on October 18,
2011; Amendment Number 4 in the amount of $24, 505 . 00 which was authorized
by M&C #C-25896 on October 2, 2012; Amendment Number 5 in the amount of
$8, 540 . 00 which was authorized Administratively on December 20, 2017; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
2004 GIP Stream WF-4 (Lebow Channel) Hydrologic and Hydraulic
Analysis, Project No. 00084; and
WHEREAS, it has become necessary to execute Amendment No. 6 to the
CONTRACT to include a revised scope of work.
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 change in scope
for engineering services specified in a proposal dated October 18, 2018, a
copy of which is attached hereto and incorporated herein. There shall be
no additional cost to the City for the change in scope of the engineering
services .
2 .
Article II of the CONTRACT regarding engineering fees shall remain
unchanged.
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2 017 OFFICIAL RECORD
Page 1 of 4
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 and EFFECTIVE as of the date last written by a signatory,
below.
APPROVED:
City of Fort Worth ENGINEER
Teague Nall and Perkins, Inc.
Da�Burghdoff(A 2,2020 :51EDT)
Dana Burghdoff Ty Hilton, PE
Assistant City Manager Vice President
DATE: Aug 2, 2020 DATE: Jul 30, 2020
APPROVAL RECOMMENDED:
William Johnson
Director, Transportation and Public Works Department
Contract Compliance Manager:
By signing, I acknowledge that I am the person responsible for the
monitoring and administration of this contract, including ensuring all
performance and reporting requirements .
Michael Wellbaum(Jul 30,202012:08 CDT)
Michael Wellbaum, PE, CFM
Project Manager
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2 017 OFFICIAL RECORD
Page 2 of 4
CITY SECRETARY
FT. WORTH, TX
APPROVED AS TO FORM AND LEGALITY: M&C: N/A
-, Date: Jul 30,2020
�'F�.ci-m_seze
Mack(Jul 30,202015:15 CDT)
Douglas W. Black
Assistant City Attorney
b-O-p4Uan��
apF FORr�ad�
0
ATTEST: � YY
duoo
000 o=d
l i Y UV.19 V �T oo °° p
4 nEXAsa�
Mary J. Kayser
City Secretary
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2 017 OFFICIAL RECORD
Page 3 of 4
CITY SECRETARY
FT. WORTH, TX
FUNDING BREAKDOWN SHEET
City Secretary No. 32301
Amendment No. 6
Department Fund-Account-Center Amount
TPW 59651-0200431-5330500-000084-0O2830 $ 0 . 00
Total : $ 0 . 00
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017
Page 4 of 4
Mtn
p www.tnpinccom
October 18,2018 engineers
surveyors
landscape architects
Mr.Mike Bennett,P.E.
City of Fort Worth
T/PW Storm Water Management Division
900 Monroe Street
Fort Worth,Texas 76102
RE: Fee Proposal for Contract Amendment No.6-2004 CIP
Stream WF-4-Lebow Channel Hydrologic and
Hydraulic Analysis
City of Fort Worth Project No.00084
(TNP Project No. FTW 15081)
Dear Mr. Bennett:
Teague Nall and Perkins is submitting this fee amendment for the above referenced contract based on additional
services required.The following is a brief description and cost for the additional services to be provided on this
project:
Location
The project site is associated with L1, L2, and a portion of L3 segments of the Lebow Channel Project.
Specifically, these segments center around the Brennan Avenue crossing of Lebow Creek, which is
Segment L2 identified in the Section AOA Permit.
Description of Additional Services:
Task 1-Mitigation Speciblist Construction Monrtorvtg
Fee: $10,494.00(fixed fee)
The approved USACE permit included a special condition that requires the City of Fort Worth
to have a mitigation specialist oversee the construction of the project. The special condition
states that "The permittee shall retain a qualified mitigation specialist(biologist,ecologist or
other specialist qualified in stream and wetland restoration,enhancement,and creation work),to
oversee project construction to the extent necessary to ensure compliance with all mitigation
requirements of this permit. The permittee shall have this mitigation specialist conduct all
monitoring and produce any required monitoring reports."
Under this task we will provide professional services to conduct nine (9) construction inspections
during the 290-day construction period. We will prepare a brief memorandum documenting the
site inspection as it relates to the conditions of the section AOA permit and mitigation plan.
Task 2-Cultural Resources Specialist Construction Monitoring
Fee: $4,560.00(fixed fee)
Similar to the mitigation specialist,the USACE conditioned the individual permit to require an
archeologist providing construction monitoring. The special condition stipulated "During
construction,a qualified archeologist will periodically monitor the permit area for the presence of
buried features or sites. If buried cultural remains are encountered during construction,the remains
shall be avoided and the USACE contacted to assess the site for eligibility to the National Register
of Historic Places and to comply with 33CFR325 (Appendix C) and 36 CFR 800."
Fort Worth-5237 N.Riverside Drive,Suite 100 Fort Worth,Texas 761 37-81 7.3365773
Allen-825 Watters Creek Boulevard,Suite M300-Allen,Texas 75013-21 AA61.9867 Denton-1517 Centre Place Drive,Suite 320-Denton,Texas 76205-9A0.383d177
Registered by the Texas 13—rd of Professional Engineers,Firm No.F-230 Reg.,eyed by the Texas Bo—d of Professional Land Surveying,Firm No.1 001 1 6-00
We will provide professional services to conduct six (6) construction inspections during and
shortly after earth disturbing activities have occurred. We will provide a brief memorandum of the
findings regarding cultural resources. In the unlikely event that a cultural resources artifact or site
is identified, we will request a work stoppage in the immediate vicinity and provide
necessary coordination documentation to the USACE. The USACE will determine the next steps
required to alleviate the Section 106 process,which are specifically excluded from this task.
Special Conditions
This scope of services is to provide a construction monitoring on the Brennan Street. In the event
that an unexpected archeological site is unearthed during this project,the USACE will provide the
coordination with the State Historic Preservation Officer and determine the mitigation
requirements to alleviate the impacts. Due to the speculative nature of this mitigation potential,
we specifically exclude these services from this agreement. If a site is identified and after the
mitigation requirements are identified,we will provide an additional agreement for these services.
Similarly, if there is some mitigation that is desired to be changed or the individual permit is
necessary to be changed, these services will be conducted under another agreement.
Task 3—Mitigation Warranty Services
Fee:$55,407 So(Time&Matena<s—see attached k bor rate sheet,materiels passed though at cost)
The construction contractor will plant and maintain the mitigation area for 1 year after the initial
installation. We anticipate construction activities to begin in November 2018 with initial plant
material installation and temporary irrigation occurring in September or October 2019. The
construction contractor would be responsible for any mortality arising from the initial planting
and would replant back to the original density by September or October 2020. The replanted
plant materials would not be irrigated, as the Section 404 permit conditions do not allow for
more than 1-year post initial planting. This warranty scope of services would initiate 1-year post
contractor replant after the annual compliance monitoring (ACM) is completed on 01 October 1 of
that year. The ACM will report on deficits associated with the plant material survival and
exotic invasive species encroachment. We will then replant the required number of trees/shrubs
to the initial planting rate and hydromulch native grass seed in areas that did not establish. We
will provide services to control exotic invasive plants every year through the 5-year warranty
period. The species to be treated are identified in the USACE approved mitigation plan and will
be treated through a combination of cutting and herbicide. We will provide a licensed pesticide
applicator.
Task 4-Annual Compliance Monitoring(ACM)
Fee:
2020 ACM $4AW.00(fixed fee)
2021 ACM $4,000.00(fixed fee)
2022 ACM $4,000.00(fixed fee)
2023 ACM $4AW.00(fixed fee)
2024 ACM $4AW.00(fixed fee)
2025 ACM $4AW.00(fixed fee)
We will conduct four monitoring efforts on the Brennan Avenue project. Annual compliance reports
are to be provided to the USACE on 01 October of each year and will continue until all success
criteria are established. The initial monitoring report will establish the monitoring procedure along
with a project description, project history, aerial photographs, and as-built exhibits,which are
all required components of following the Fort Worth District monitoring guidelines. This data will
2
then be carried forward and simply updated in subsequent monitoring reports. The subsequent
reports will detail the quantitative assessment of vegetative cover,tree survival,if any colonization
of invasive species,and adherence to the conditions of the mitigation plan. The reports will include
photographic documentation of the site monitoring investigations and recommendations for adaptive
strategies to address deficiencies in the restoration efforts.
In the event of any deficiencies or issues with the mitigation effort, IES will present these
immediately to the client, along with possible solutions to correct the issue.
Special Conditions
The IES warranty cost assumes that there will not be any more than 35 percent mortality during the
second year; which is the first year the trees/shrubs have no supplemental water. Similarly, IES'
cost assumes that there will not be more than 50 percent of the area to be replanted with native grass.
Task 3 assumes that there will be no more than 35 percent mortality one year after the contractor
ceases irrigation;therefore, this scope of services is to install 35 percent of the required trees/shrubs
per acre and up to 50 percent of the area in native grass. If there is greater mortality, additional
planting efforts will be coordinated under a change order to this agreement. IES will not be
responsible for additional planting efforts in subsequent years.
The annual compliance monitoring period is scoped for five years,starting 01 October 2020. If the
plant materials do not meet the success criteria and require replanting, the monitoring window is
required to be re-set. This scope of services assumes that the success criteria will be achieved by the
end of 2025.
Task 5 project Mariaigement
Fee: $6,55I A6(fixed fee)
Integrated Environmental Services, LLC. will be providing the services described in Tasks 1-A above
as a subconsultant to Teague Nall and Perkins, Inc. (TNP). TNP will continue to manage the project
including preparation of invoices and status reports during the terms of the contract.
Description of Services to be Removed from Contract:
Task 6—Survey Replotting of Previously Purchased Properties
Fee: $101,012.96 Crest
The project no longer requires the surveying services for previously purchased projects. This scope of
services is deleted from the contract and the associated fee is credited back to the City.
Summary of Contract Amendment No. 6 Fees:
Task 1: $ 10,A9A.00
Task 2: $ A,560.00
Task 3: $ 55,A07.50
Task A $ 2A,000.00
Task 5: $ 6,551.A6
Task 6: $ -101,012.96 (credit)
Total: $ 0.00
3
Summary of Contract Fee:
Original Contract Amount: $ 243,900.00
Amendment No. 1: $ 17,600.00
Amendment No.2: $ 599,650.00
Amendment No.3: $ 123,897.00
Amendment No.4: $ 24,505.00
Amendment No.5: $ 8,540.00
Amendment No. 6: $ 0.00
Total Contract Amount: $1,018,092.00
Thank you for consideration of this contract amendment request.If you have any questions,please do not hesitate
to call me.
Sincerely,
tnp
League nail &perkins
TY lvton
Ty Hilton,P.E.
Project Manager
4
100
integrated environmental solutions
COMMERCIAL
Personnel and Other Direct Costs Rates Sheets:
Personnel: Rate:
Executive $250.00/hour
Wetland Biologist,IV $167.00/hour
Wetland Biologist,III $115.00/hour
Wetland Biologist,II $95.00/hour
Wetland Biologist,I $75.00/hour
Environmental Technician $65.00/hour
Environmental Specialist,IV $225.00/hour
Environmental Specialist,III $115.00/hour
Environmental Specialist,II $95.00/hour
Environmental Specialist,I $75.00/hour
Principal Investigator $100.00/hour
Project Archeologist $65.00/hour
Cultural Resources,Tech $45.00/hour
Equipment and Other Costs: Rate:
Vehicle Mileage Approved IRS rate
GPS—Geo-Explorer XT(Sub-Meter Accuracy) $100.00/day
Aerial Drone Usage $25.00/hour
ATV $175.00/day
Tolls $1.00/each
Camera,Digital $10.00/day
Field Supplies—Standard Flagging $75.00/day
Field Supplies—Extended Flagging $150.00/day
Any other costs will be billed at direct cost. Effective 01 January 2017
Integrated Environmental Solutions, LLC. 610 Elm Street,Suite 300
McKinney,Texas 75069 ; www.intenvsol.com
Telephone:972.562.7672