HomeMy WebLinkAboutContract 56888-A4CSC No. 56888-A4
AMENDMENT No . 4
TO CITY SECRETARY CONTRACT No.56888
WHEREAS, the City of Fort Worth (CITY) and Graham Associates, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 56888, (the
CONTRACT) which was administratively authorized on the 27th day of December,
2021 in the amount of $98,085.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1
in the amount of $2,479,025.00 which was authorized by M&C 22-0518 on June
28, 2022, Amendment No. 2 in the amount of $97,360.00 which was
administratively approved on April 3, 2023, Amendment No. 3 in the amount
of $125,124.45 which was authorized by M&C 23-1017 on November 28, 2023;
and
WHEREAS, the CONTRACT involves engineering services for the following
project:
WJ Boaz Road Widening Improvements, CPN 103299; and
WHEREAS, it has become necessary to execute Amendment No.4 to the
CONTRACT to include an increased scope of work and revised 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 proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $72,160.00. (See Attached Funding Breakdown Sheet, Page
-4-)
OFFICIAL RECORD
2.
CITY SECRETARY
FT. WORTH, TX
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
City of Fort Worth, Texas WJ Boaz Road Widening Improvements
Prof Services Agreement Amendment Template 103299
Revision Date: 03/08/2024
Page 1 of 3
the Contract, as amended, so that the total .fee paid by the City for all
work and services shall be an amount of $2,871,754.45.
0
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 subscribed by the City`s
designated Assistant City Manager,
APPROVED:
City of Fort Worth
00*
Jesica McEachern
Assistant City Manager
DATE: Jan 7, 2025
ATTEST: �Foer�n
a �F00000 o, �dp
Od�4 nE6p5,00
Jannette Goodall
City Secretary
APPROVED AS TO FORM AND LEGALITY:
i9�
Douglas Black (Dec 31, 2024 10:58 CST)
Douglas W. Black
Sr. Assistant City Attorney
ENGINEER
Kasper/Graham ssociates, Inc.
Mark Burckhard, P.E.
Vice President
DATE: 121011624
M&C No.#: N/A
M&C Date: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 03/08/2024
Page 2 of 3
WJ Boaz Road Widening Improvements
103299
FUNDING BREAKDOWN SHEET
City Secretary No. 56888
Amendment No. 4
Project CF1- CF2 -
Fund Dept ID Account Bond Amount
ID Activity
Reference
30108 0200431 5330500 103299 002330 $72,160.00
Total: $72,160.00
City of Fort Worth, Texas WJ Boaz Road Widening Improvements
Prof Services Agreement Amendment Template 103299
Revision Date: 03/08/2024
Page 3 of 3
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
W.J. Boaz Road, West Half
City Project No. 103299
Amendment No 4
Task No.
Task Description
PrlrtclPal
Sonlor
En Inror
9
p
y d
11 arol.alsr
R
9�
En Inner
Sonlor
Mn algn
R Public
Survey.En
Pro oct
g• I
Laborl
Pro act
H rol.
yd
Yrl
Survey
Ma nager
Project
Coord.
7xh IV
T,xh III
Toth II
Man
Surv.Y
2 Man
Su—y
Cbrlcal
Total Labor
Coct
Exponce-.
Subconsuhant
MWBE
Roprod.ettom
Tack Sub
Total
Rat.
S375
$226
5226
$175
$226v 1
5226
mw 1 5175
5165
1140
$135
5726
Silo
$700
$130
1 $70
2
evnt
7�n�( i�p;17
0
0
0
D
0
0
0
a
0
a
0
0
0
0
0
96%
$49650
dl
2.t �AFs 9 G ftY�sam
2-2 alna.a om ErI on.
2 rwRnca U1111ty Enal—d—IRI-Gr.
`{'�n/j�S��$I,.,111(�y�tlaalfOnIPOVCnl.n1 D.cign
z s CP`1'pjgn �trhga�wln°°`Qq
�.� l.uO1tt6t NCR Cl.11R1911!
1
I
549.650
9650
4.0 Final ,p
0
0
0:�
a
0
0
0
0
0
0
0
a
0
0
$0
l0 000
$10 000
Con on iPsm¢nd Sj}(p/?Iacll1klau°ns
<�12 Tmfflc n ana
4 11 U% PI II 0
C.naduc0on d ) a a di,
Sp.dkkadcm ineudhg anothar —l— In 18
42 rh-th.
Water and Sewer (100%)P.S. d E. Ueken
422 Eri—rh.l
4.3 Pro ea 0'-w Lo 100%
I
Sl0.ao0
SteooD
E°ll,moiea if10g°R.V
4.4V7n-,
9.0D
0
0
0
0
0
0
0
0SD
950 0
i 950
e. Gaa
9.� �61 g`� f 11tSYn y�da Eocloov
i} Mlndne Gaakl
9.6 . rntj
yy j7 mn.1h1so?0ulttMttpy CoardhMori. ro —.1
r°.�ion C°
I
I
I 15.950
I
I
6950
T.M1.1
a
1 0
0
0
0
0
0
0
a
0
0
0
0
0
1 0
0
1
5o
566.6D0
City of Fort Worth, Taxes
Attachment B - Level of Effort Supplemom
PMO OfOdal R.l.oxa Del.: 5.19.2010
Prol..t Summary
Total HOura
0
Tots! Lab.r
s3.99
Total Exponle
SOM
MWBE Subcomultam
565,600.00
10% Sub M.rkup
$6,580,00
MWBE P.rtidpad°n
90.91%
1 off
Graham Associates, Inc. TBPE Firm F-1191 I TBPLS Firm 101538-00
GRAHAM
ASSOCIATES
October 15, 2024
Alexandra Ayala, P.E.
Senior Project Manager
City of Fort Worth
600 Six Flags Drive, Suite 500 1300 Summit Avenue, Suite 419 Fort
Arlington, TX 76011 Worth, Texas 76102
817.640.8535 8k7.633.5240 fax 817.332.5756
Transportation And Public Works
200 Texas Street
Fort Worth, Texas 76102
Re: W.J. Boaz Road (Boat Club Road to Elkins School Road)
City Project No: 103299 Contract Amendment No 4
Dear Alex:
Graham Associates, Inc. is preparing this letter of proposal to
perform the following tasks:.
TASK 1: Graham Associates, Inc. sub -consultant for Level "A"
Subsurface Utility Engineering vacuum truck and survey work. Rios
Group is asking for an additional $49,650.00 for these tasks. This is
based on additional pot holes required by other departments for
utility clearances.
TASK 2: Graham Associates, Inc. sub -consultant dakan Engineering is
asking for an additional $10,000.00 to perform design on 5 existing
16inch valve boxes that would be under future roadway pavement.
This will require special details for removing and replacing the top
of each valve box and cover.
TASK 3: Graham Associates, Inc. sub -consultant Symonds Ecology is
asking for an additional $5,950.00 to perform additional work to try
to eliminate the $260,000.00 cost of mitigation credits recently
required for the project.
TASKS 1-3 are an additional $65,600.00 plus an additional 10% for
Graham Associates of $6,560.00.
In conclusion the maximum fee for contract amendment no. 4 would
be $72,160.00.
We Zook forward to working with you and your staff to complete this
project.
Sincerely,
Mark Burckhard, P.E.
Vice President
i� THE Mos GRoup
Mark Burckhard, P.E.
Graliam Associates, Inc.
600 Six Flags Drive, Suite 500
Arlington, Texas 76011
RE: Subsurface Utility Engineering
WJ Boaz Road -- Amendment I -- UTL24-403
Dear Mr, Burckhard:
7400 Sand Street I Fort Worth, Texas 76118
817.345.7500 p 1817.345.7505 f
June 26, 2024
The Rios Group, Inc. (TRG) is pleased to submit a cost proposal for Subsurface Utility Engineering
(SUE) required for the above referenced project, This proposal is based oil information contained in
your email elated Tune 20, 2024.
Introduction
TRG will perform the SUE work required for this project in general accordance with the
recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02 (Standard
Guideline for the Collection and Depiction of Existing Subsurface Utility Da(a). As described in the
mentioned ASCE publication, four levels have been established to describe (lie 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 utility records;
• Quality Level C (QL"C") - QL"D" 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 obtained through the
application and interpretation of non-destructive surface geophysical methods. Also known
as "designating" this quality level provides the horizontal position of subsurface utilities
within approximately one foot.
• Quality Level A (QL"A") — Three dimensional (x,y,z) utility information obtained utilizing
non-destructive vacumiY excavation equipment to expose utilities at critical points which are
Then tied down by surveying. Also known as "locating", this quality level provides precise
horizontal and vertical positioning of utilities within approximately 0.05 feet.
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 Clue -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. TRG personnel will scan the defined work area using electronic
prospecting equipment to search for "unknown" utilities. However, TRG is not responsible for
designating and locating these "unknown" utilities.
SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION
www.rios-group.com
Mr. Burcktlard
M Boaz Road, COM
June 26, 2024
Page 2 of
Scoue of Work
Based on information provided by Graham Associates, Inc. (GAI), TRG has developed a preliminary
scope for the SUE work required for this project. The scope of work nlay be modified, with GAT's
concurrence, during the performance of (lie SUE fieldwork if warranted by actual field findings,
The scope of this proposal includes Quality Level "A".
Twenty-three (23) QL "A" test holes will be included in the budget, Test hole locations will be
determined by GAT and TRG once the QL "B" SUE deliverable has been reviewed. TRG will have
all designating marks and test holes surveyed using project control point data provided by GAI.
Any necessary Right -of -Entry (ROE) permits will be provided by GAI prior to the start of TRG
fieldwork.
Deslanating Procedures
Prior to beginning field designating activities, TRG'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 known subsurface utilities
within the specified project limits. A suite of geophysical equipment (electromagnetic induction,
magnetic) will be used to designate metallic/conductive utilities (c.g, steel pipe, electrical cable,
telephone cable). TRG will establish routine/ordinary traffic control (codes and free-standing
signage, etc.) whenever required as part of our standard pricing. If non -routine traffic control
measures are required (barricades, flag person, changeable message board, etc.), these services will
be considered extra.
Accurate collection and recording of designated utilities is a critical component of the SUE process.
TRG utilizes a proven method of collecting and recording survey information once the utilities have
been designated in the field. TRG's field manager will produce detailed sketches depicting each
utility as well as relevant surface features such as roadways, buildings, manholes, fire hydrants,
utility pedestals, valves, meters, etc. Each utility will be labeled with a unique ID code. For
example, if two different water lines exist on the project, one will be labeled WI and the other W2.
Paint and pin flags will be used to designate the utilities in the field. A labeled pin flag or paint
mark will be used to mark each location where a survey shot is required. The locations will be
numbered sequentially for each individual utility line. For example, if there are 10 shots required
on water line WI, the points will be numbered WI-1 through W1-10.
Locatine Procedures
TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at (lie required
locations. Due to the rislc of damage, TRG will not attempt to probe or excavate test holes on
any AC water lines unless approval is obtained from the owner in advance. Once each utility is
located, TRG will record the utility type, size, material, depth to top, and general direction. Each
test hole will be assigned a unique ID number and will be marked with a nail/disk. The test -hole ID
number and other pertinent utility information will be painted at each test -hale location,
SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION
www.rios-group.com
Mr. Burckhard
WJ 13oaz Road, COM
June 26, 2024
Page 3 of 3
We have assumed that all test holes will be in areas that are accessible to truck -mounted equipment,
and that routine traffic control (tortes and free-standing signage, etc.) will be required during the
performance of the QL "A" SUE work.
Deliverables
TRG will produce a utility Zile, in AutoCAD format, depicting the type and horizontal location of the
designated utilities. The size of each utility will be presented in (lie utility file if (Iris information is
indicated on available record drawings. TRG will also provide a summary sheet of the test hole
coordinate data and depth information. GAT will provide TRG with base maphopographic tiles for
use in preparing the utility file.
Schedule
Field work can commence within approximately 2 weeks after receipt ofNTP. TRG estimates that
the work can be completed in approximately G weeks,
Promsed Tees
TRG proposes to provide the services as described above for a cost of Forty -Nine Thousand Six
Hundred Fifty Dollars & 00/100 ($49,650.00). A breakdown of cost is included as "Table I" for
this proposal.
Please mole that this estimate is based on an assuny)tion of quantities. TRG will only invoice far
quantities actually pe) formed. This is a trot -to -exceed amount, If it appears that quantities will be
erceederl, TRG will notify GAI and request authorization to submit a supplemental agreement to
iucl ease the fee prior to proceerliug with adilitional wog k.
We look forward to working with you on this project. If you have any questions or require additional
information, please contact nte.
Sincerely,
The Rios Group, Ine.
Lt t
V6111,-
Eric Webb, P.E.
Dallas Bratich Manager
SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION
www.rios-group.com
`I HIE 1MS'GROUP
(a
Estimate for Subsurface Utility Engineering
WJ Boaz Road, COFW - Addendum I
Table I
Direct Expenses
-------------------
Rate
Units
Unit aescri01q!l
Sub Total Dotes
Admin./Permit
$
-- -
Spp.00
-------- --
0
LS
___. ...._._._..._.__..._....
_
-
Traffic Contra
$ --`
2�000.00
5
]__$
10,000.00
Survey
- - 2,500.00
1
-DAY
_ _ RAY
$
2,5oo.op
Sub -Total
$ 12,500.00
QL "B","C&D"
Rate
Units __
Unit description
Sub -total
.............. .
QL °B" Daily
$
2,506.00 1
0
1 DAY
( $
-
Sub -Total
$ -
QL "A" (Ha lap)
.SUE .Test
-_--•-----..n.nn
Depth
...........
. ..
Rate
- -----------
Assumed
------------------
Unit Descripllan
------------------------------
Sub -total
quaritily
0.4 ft.
.-$--------
60
-----i'3------
------- EA
$
4,7.QO-
4 8 ft.
-----------
190=0-
______-----.-----__
EA.
--------...................
$
1 00
j.........
8-12 ft.
$ ---...-----
1?550.00_
. 7._ _
.--. _-----
--EA- -
------ —
$
__ 101850.00_
fl.
2,300.00
ii
EA
$---
Pavement Coring
- --
$
200.00
-- - - -
15
--
EA $
- - -------2,300.00
3 000.00
QL "A" Sub -Total
-------------------------
----------------------
26
.....
•-------------------...--------
$ 37 150.00
Total Estimated Cost -- 49,660.00
SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION
7400 Sand St. Fort Worth, TX 7I3118 1 817-345-7600
www.rtos-group.com
JAKAN ENGINEERING, PLLC
EiY01 EERInd
September 5, 2024
Mark Burckhard, PE
Vice President
Graham Associates, Inc.
600 Six Flags Drive, Suite 500
Arlington, Texas 76011
STRUCTURALAND MIL ENGINEERING
P.Q. pox 391
Frisco, TX 75034
TOPE Registered Firm No. F-13414 • HUD Vendor 46945
Subject: City of Fort Worth
WJ Boaz Road
From Boat Club Road to 600' East of Elkins School Road
CON Water Vault Structural Design
Dear Mr. Burckhard:
We appreciate the opportunity to provide you with this proposal for our professional services for the traffic
Intersection study and light design. The following are our fees for the associated scope of work requested.
1.0 Scope of Basic Services
Jakan Engineering proposes the following basic scope of services:
• Special Water Vault Design and Signed and Sealed Details (5 locations)
• Bidding support phase
• Coordination with design team including Traffic Engineer
2.0 Scope of Additional Services
The following are not included In the Basic Services and will be considered as Additional Services, If required
or requested:
• Geotechnical investigation.
• Construction observations and report.
• Any other services not specifically included In Basic Services.
Additional services, if requested will be based on an hourly rate of $200 per hour,
3.0 Compensation
Page 1 of 2
ENGINEERING
Jakan Engineering proposes to perform the Basic Services outlined In section 1 on the basis of Lump Sum
amount of $10,000.
4.0 Authorization
Please Indicate your approval by signing one copy of the proposal and returning it to us.
We thank you for considering Jakan Engineering for this project. Should you have any questions please feel
free to call.
Yours truly,
JAKAN ENGINEERING, PLLC Aizreed & Accepted
By:
Name:
Son Ngo, P.E., MLSE, CFM Title:
President
Date:
Page 2 of 2
Ar.-4F(Olmands
�� y
�(�:
,tune 27, 2024
Mr. Mark Burckltard, P.E.
Graham Associates
600 Six Flags Drive
Suite 500
Arlington TX 76011
2920.Cee St., x-( ffoor
Greennli(tc, rexas7S40,
(972) 496-4701
Re: Additional Services for Section 404 Nationwide Permit Application for Boaz
Rd. from Elkins School Rd., West to Seth Barwise St. Located in Ft. Worth,
Tarrant County, Texas
Dear Mr. Burckltard:
Purpose
The purpose of the following scope is to continue coordination with the USACE attd the client
concerning the completion of mitigation and Nationwide Permit submittals for the proposes{ work
within jurisdictional waters.
Scope of Services
The tasks outlined in the Scope of Services presented below are those normally undertaken for
compliance with Sections 404 and 401 of the Clean Water Act. This Act and the regulation
promulgated from it define jurisdictional areas and regulate most activities within tltent, The
USACE and the Texas Commission on Environmental Quality (TCEQ) are Ilse lead agencies for
the enforcement of these regulations.
Task 1- Nationwide Permit for Proposed Remaining Work
This task includes the completion of an U.S. Army Corps ofCnginecrs Section 404 Natiomvide
Permit application for the proposed work. As part of this effort, the following ittay be necessary:
ltliliui�al ---c� 04 appliot}tion
• Reevaluation of water features
• Develop au impact analysis of the proposed project and reasonable alternatives to avoid
or ntinitnize impacts to jurisdictional areas
t�ui�nl raItTes
Op --Q lt4lt BHiee9�aer ir�atlati
TasV2 , ' i ation Coordinatlon/ mpliance
Work under this tas coordination efforts with the USACE attd the Client regarding
Ettitigatiott effoi,ts f oa�dinatm ation completion and negotiating USACE approval.
Fee and Billing
The following budget is based on estimated man-hours for each task according to assumptions
described above. Should additional effort be required above and beyond that described in the
above scope, Symonds Ecology will bill the client for additional effort according to the attached
rate schedule.
Additional Services for mitigation an w Hotmty (according to attached
rate schedule) NTH ,
,5�,qsv Met
As to these tasks, direct reasonable reimbursable expenses for express mail fees, ATV expenses,
and mileage will be billed at 1.10 times cost. An amount will be added to each invoice to cover
the reasonable costs of in-house duplicating, local mileage, and postage.
Closure
In addition to the matters set forth herein, our Agreement shall include and be subject to, and only
to, the terms and conditions in the attached Standard provisions, which are incorporated by
reference. As used in the Standard Provisions, the term "the Consultant" shall refer to Symonds
Ecology, Ltd. and the term "the Client" shall refer to Graham Associates.
If you concur in all the foregoing and wish to direct us to proceed with the set -vices, please have
authorized persons execute both copies of this Agreement in the spaces provided below, retain one
copy, and return (lie other to us. Fees and times stated in this Agreement are valid for sixty (60)
days after the date of this letter.
2
,AT
�q onds
�r
{I �: puqq
We appreciate the opportunity to provide these services to you. Please contact me if you have any
questions.
Very truly yours,
Symonds Ecology, Ltd.
,it�d77UKJ
By: Terri Symonds, REP
Environmental Biologist
Attachment --Standard Provisions
Agreed, to this day of
Graham Associates
By:
Name:
Title:
Standard Rate Schedule
(Hourly Rate)
Senior Review
Senior Professional
Professional
Technical Staff
Support Staff /Technician
Effective December I, 2022
Exhibit "A"
$200
$175
$130
$ 120
$ 90
4
103299-EPAM-Professional Services
Agreement Amendment No. 4
Final Audit Report 2024-12-24
Created: 2024-12-23
By: Andrea Munoz (Andrea. M unoz@fortworthtexas.gov)
Status: Filled
Transaction ID: CBJCHBCAABAADIcYRc6U8PQ1811Hsx_yBOMN-MgpOPGE
"103299-EPAM-Professional Services Agreement Amendment N
o. 4" History
Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-12-23 - 10:38:59 PM GMT- I address: 204.10.90.100
Form filling automatically delegated to Jaylyn Harrelson (Jaylyn.Harrelson@fortworthtexas.gov) by Wendi
Hedlund (wend i.hedlund@fortworthtexas.gov)
2024-12-23 - 10:40:05 PM GMT
Document emailed to Wendi Hedlund (wendi.hedlund@fortworthtexas.gov) for filling
2024-12-23 - 10:40:05 PM GMT
Document emailed to Jaylyn Harrelson (Jaylyn.Harrelson@fortworthtexas.gov) for filling
2024-12-23 - 10:40:05 PM GMT
&o Form filled by Wendi Hedlund (wendi.hedlund@fortworthtexas.gov)
Form filling Date: 2024-12-24 - 1:43:38 PM GMT - Time Source: server- IP address: 204.10.90.100
Q Agreement completed.
2024-12-24 - 1:43:38 PM GMT
FORTW❑RTHg I Paw m"Y
Adobe
Acrobat Sign
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Professional Services Agreement
Amendment No. 4
M&C: CPN: 103299 CSO: 56888 DOC#:
Date: 11/14/2024
To:
Name
Department
Initials
Date Out
1
Mark Burkhardt — Graham
Consultant— signature
q4,P, 6•
11ligleo2,
MBurckhard@grahamcivil.com
2
Wendi Hedlund — Bus. Support
TPW — review
- y
Dec 24, 2024
3
Alejandra Ayala — PM
TPW - review
011t of office
4
Raul Lopez — Program Mngr.
TPW — review
kppvd via
vloft. m: 1635
5
Lissette Acevedo — Sr. CPO
TPW — review
" "
6
Patricia Wadsack — AD
TPW — review
" "
7
Lauren Prieur — Director
TPW - signature
" "
8
Doug Black — Legal
Legal - signature
7A—
Dec 31, 2024
9
Jesica McEachern — ACM
CMO - signature
im
Jan 7, 2025
10
Jannette Goodall - CSO
CSO - signature
4L
Jan 8, 2025
11
TPW Contracts
TPW
DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City
Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and
take the next steps
NEEDS TO BE NOTARIZED: ❑ Yes X No
RUSH: ❑ Yes X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No
ROUTING TO CSO: X Yes
Action Required:
❑ As Requested
❑ For Your Information
X Signature/Routing and or Recording
❑ Comment
❑ File
FEW
❑ Attach Signature, Initial and Notary Tabs
i
ICPN:
Project Name:
1 Consultant:
l Contract
CSN 56888
Administratively Approved 12/27/2021
Amendment No. 1 CSN 56888-A1
M&C 22-0518 6/28/2022
Amendment No. 2 CSN 56888-A2
Administratively Approved 4/3/2023
Amendment No. 3 CSN 56888-A3
M&C 23-1017 11/28/2023
Amendment No. 4 CSN 56888-A4
JUSTIFICATION OF CONTRACT CHANGES
103299
WJ Boaz Road Widening Improvements
Graham & Associates
Contract Change Total to Date Justification
$98,085.00 Original contract to expedite design services.
$ 2,479,025.00 $ 2,577,110.00 Amendment for full engineering design services.
$ 97,360.00 $ 2,674,470.00 Added utility relocation services and right-of-way
acquisition services.
$ 125,124.45 $ 2,799,594.45 Additional right of way revisions needed after review of
roundabout.
Add Environmental Assessment for TxDOT LOSA approval.
Add relocation services for parcels (4) that contain homes
that will be rendered unconforming structures after right
of way acquisition.
$ 72,160.00 $ 2,871,754.45 Additional Level A Test Holes are needed, design 5
underground valve boxes, and additional work needed for
the Nationwide Permit