Loading...
ST9902-AG041012AGENDA REQUEST FORM1t rrEM CAPTION: T X E C I Y F COPPELL DEPT: Engineering /Public Works DATE: October 12, 2004 ITEM #: 7/C Consider approval of amending the contract with Teague, Nall & Perkins, Inc. for the design of West Sandy Lake Road (from Denton Tap to S.H. 121) in an amount of $141,820 as provided for in CIP funds; and authorizing the City Manager to sign. GOAL(S): ' EXECUTIVE SUMMARY: APPROVED BY CITY COUNCIL 4y ABOVE DATE Motion to Approve M - York S - Suhy Vote - 7 -0 This revision to the contract for the design of West Sandy Lake Road (from Denton Tap to Freeport Pkwy.) will allow the project to continue on schedule for construction of the project. Staff will be available to answer any questions at the Council meeting. FINANCIAL COMMEN "rS: Funds have been allocated from Street CIP interest earnings to cover this amendment. Agenda Request Form - Revised 09104 DocdmenWame: #WSandy Lake Rd. -IAR MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To: Mayor and City Council From: Kenneth M. Griffin, P.E., Director of Engineering /Public Works Date: October 12, 2004 RE: Consider approval of amending the contract with Teague, Nall & Perkins, Inc. for the design of West Sandy Lake Road (from Denton Tap to S.H. 121) in an amount of $141,820, as provided for in CIP funds; and authorizing the City Manager to sign. On December 12, 2000 City Council approved a contract with Teague, Nall and Perkins, Inc. for the design of West Sandy Lake Road (from Denton Tap to S.H. 121). It was anticipated at the original award, that the project would be split into two phases. It was also originally anticipated that the first phase would begin during the 2003/04 budget year and that the second phase would begin during the 2005/06 budget year. During the same timeframe, the City of Coppell had submitted to Dallas County for a grant under a new program that Dallas County had started to offset a portion of the cost of Sandy Lake Rd. In April 2001, Dallas County notified us that our grant request in an amount of $1,300,000 had been approved. However, the money would not be available until 2006. During FY 2002/03, the funding for West Sandy Lake Rd. was pushed back approximately one year to take into account the funding from Dallas County for a portion of West Sandy Lake Rd. During the actual design phase of West Sandy Lake Rd., several changes were made to the construction plans that created delays on the project. One change was reducing the number of lanes on Sandy Lake Rd., from S.H. 121 to Royal Ln., from 6 -lanes to 4 -lanes. The original intent was to build 6 -lanes at that location; however, the thoroughfare plan only calls for a 4 -lane roadway in 6- lanes of right -of -way. Making that change will save approximately $300,000 in construction cost. Another change made was to reduce the width of the roadway from 27 -feet to our standard 25 -foot roadway. We had used 27 -feet on the section of Sandy Lake Rd. between MacArthur Blvd. and Denton Tap. However, the additional width along this roadway was creating design problems associated with the existing development on both sides; and also reducing the width that will allow us to save some additional trees along Sandy Lake Rd. To compensate for the reduction in street width, we are including a portion of the City's Trail System Master Plan with this project that will go from State Rd. to Coppell Rd. south. This will connect with the existing trail on Coppell Rd. north. That change will save approximately $125,000 on the project. Because of the design changes and the project schedule, Teague, Nall and Perkins has requested additional compensation on this project. The majority of the compensation requested by Teague, Nall and Perkins has to do with labor cost projected out to the new construction timetable. Also, because of the adjusted scheduled on the project, there has been additional development taking "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" place adjacent to Sandy Lake Rd. Most notably there has been intensive work with the West Sandy Lake development on the north side of Sandy Lake Rd., east of State Rd. A substantial amount of the drainage associated with Sandy Lake Rd. flows through that property so there has been intense coordination between the developer's engineer and Teague, Nall and Perkins concerning channel configurations, proposed detention, discharge elevations, etc. The original request from Teague, Nall and Perkins was for $153,400. After discussion with Teague, Nall and Perkins, the adjusted request is for $141,820. The reduction of the approximately $11,000 is in the compensation requested for the change in project schedule. There was some confusion at the award of this project on when the actual monies would be available. Taking that into account, Teague, Nall and Perkins has adjusted their fee request downward by approximately $11,000. The overall changes in the design contract will save the City over $400,000 in construction cost and will allow the City to take advantage of the 1.3 million dollar grant from Dallas County. Staff recommends approval of the amendment to the contract with Teague, Nall and Perkins, Inc. in the amount of $141,820. Staff will be available to answer any questions at the Council meeting. "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" UY 17 r -J :I n W f4 :W to INL!p A S 2— 0 1500 Feet 4, A. w 211A 4'� 71 Y -tdil al 7.1 Ow K.W. 2�.7 L I �Na t vi WL 'M -,e,.mq A Zz 7� ri. k jt� 4 p. A4,. 7 N r _ -Q6 r N, 41 V% 4� t �VO Proposed Roadway Construction West Sandy Lake Road City of Coppell Project ST99-02 S: \Scott \Arc Vie\AAmi&c_exhibit&.aprXVl Sandy Lake Rd COPPELL Created in G.L9. M TEAGUE NALL AND PERKINS Nr ENGINEERS ♦ SURVEYORS ♦ CONSULTANTS August 23, 2004 Kenneth M. Griffin, P.E. Director of Public Works and Engineering City of Coppell 255 Parkway P.O. Box 478 Coppell, Texas 75019 RE: WEST SANDY LAKE ROAD PROJECT # ST 99 -02 (TNP Project No. CPL00243) Dear Ken: Per your discussion with Mike Jones regarding the requested fee revision to the contract for the above referenced project, we have further evaluated our basis of justification for the request. More specifically, we have reviewed the project timeline as it compares to the supplemental schedule information you provided to us for the project that included CIP Gantt charts from July 2000, October 2000, and July 2001. The project timeline proposed by TNP and included in the final contract was a result of an understanding by TNP that the City wanted to expedite the western portion of the project so that construction could possibly begin in October 2003. Based upon the contract language, it was generally understood that time was to be of the essence, and a project schedule was developed to achieve the City's goals. The schedule was based upon meeting notes and recollection by those in attendance from TNP at pre- contract meetings held to discuss the project. As you know, a portion of our fee revision request is for delays in anticipated labor efforts, which have resulted in increased operation and labor costs for TNP and its subconsultants at each stage of the project that is beyond our anticipated timeline. Therefore, in light of the questions you have recently raised regarding the intended timeline, we have considered a reduction in the requested fee revision to help alleviate potential concern. You will find enclosed a revised Modification to the Scope of Services for the referenced project in accordance with the applicable provisions of the Consulting Engineers Contract. Thank you for the opportunity to discuss these matters, and the opportunity to serve the City of Coppell on this important roadway improvement project. We are privileged to work as an extension of your staff. Sincerely, TEAGUE NALL AND PERKINS, INC. Mark J. Hollid y, P.E. xc: Michael A. Jones, P.E. 12160 North Abrams Road, Suite 508 • Dallas, Texas 75243 • 214.461.9867 phone • 214.461.9864 fax Z'7_1 Tn/CP o / —./ S'. wwwtnp- onlihe.com CITY OF COPPELL Consulting Engineer's Contract Modification to the Scope of Services I. Project Schedule The project schedule shall be modified according to the Actual and Projected timelines as shown on the attached Gantt chart. If significant changes occur to the new schedule, then additional contract modifications will be necessary. Generally, the new timeline goals are as follows: Complete Phase 1 Final Plans Begin Phase 1 Construction Phase 2 Preliminary Plans Phase 2 Final Plans Phase 2 Bidding /Construction II. Scope of Work a. Roadway Section August 2004 4`h Quarter 2004 3rd Quarter 2004 — 1" Quarter 2005 2nd Quarter 2005 — 4`h Quarter 2005 2007 -2009 The project will be designed as a 4 -lane divided roadway, from Denton -Tap Road to State Rd. /Freeport Parkway and a 4 -lane divided roadway from State Rd. /Freeport Pkwy. to S.H. 121, with a wide dividing median to allow for a future 6 -lane divided roadway section. b. Existing Conditions TNP shall confirm existing conditions of project site upon authorization to proceed with design of each phase, including re -survey of platted boundaries, and associated improvements. TNP shall design drainage systems, utility relocates, and driveway /median openings to accommodate relevant new developments that occur during significant project time delays. C. Coordination with Dallas County TNP shall coordinate as necessary with Dallas County during the design and construction of Phase 2, including necessary meetings and documentation. Design and plan preparation standards, including design software, shall remain as those used in Phase 1. III. Compensation The Engineer shall be paid an additional lump sum fee for the above described Additional Scope of Services in an amount of One Hundred and Forty -one Thousand, Eight Hundred and Twenty, and no /100 Dollars ($141,820). This amount includes the following increases: Engineering Design & Construction Services: $111,100 Design Surveys (Incl. Tree Survey): $2,400 Property Surveys & RNV -Esmt. Documents: $10,200 LandscapeArchitecture: $10,700 CLOMR: $1,700 LOMR: $1,700 Section 404 Permit Application: $2,600 Royal Lane Design $1,420 TOTAL $141,820 AGREED: THE CITY OF COPPELL By: i Date: Attes Page 2 AGREED /ACCEPTED: TEAGUE NALL AND PERKINS, INC. By: Date: —L -ell —D Attestt: -' " Lf OD 0 O N O O N t0 O O N N O O N N C.................................. m O ............................... ..................... ......................... E N C. O N CL C E E N cx O O O 0-0 U 0' Q a� O I M p cc d (0-0 J U N Tm -0 L U C N >m N O O N O ■ O N N N U C C N N N N O m y N L 'p a m Q U 9 C N L CL N r (0 d N d L IL L d C 0) h f4 m N C m N O_ m m 0 C E N m N C N 0 C = L d m L d 0 U m L d ` m -� m U L .� N m C ` C N O ,E E 3 C m C m y c m 0 N U O y C O U m U m O) f0 E L m 7 U O C01 D N C C LL C C m A is > to U d o � i� m a a) U rn m U rn o Z Y m m 7 7 E 7 U N 0 m 7 0 e0 U d 7 C U N gn m U "' U U U C U C O 'O_ U 'O_ O H fn U Q Q d Q d LL Q LL d m Q m d