Loading...
HomeMy WebLinkAboutContract 33582 AMENDMENT NO. 1 STATE OF TEXAS § CITY SECRETARY CONTRACT NO.a3MD (No M&C Needed) COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Carter & Burgess, Inc., Consultants (Engineer) made and entered into City Secretary Contract No. 30109 (the Contract) which was authorized by the City Council by M&C C-20071 on the 11th day of May, 2004; and WHEREAS, the Contract involves engineering services for the following project: Engineering Contract for Alliance Airport Runway Extension Project, Phase 4—Design of FM156, Railroad and Eagle Parkway. 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 a proposal letter dated April 4, 2006, a copy of which is attached hereto and incorporated herein. The net cost to City for this amendment is $0.00. 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$2,859,099.19 (Original Contract Amount). 3. All other provisions of the contract, which are not expressly amended herein, shall remain in full force and effect. ��� I Tk;1 l9 EXECUTED on this the day of , 2006 ,_ in Fort Worth, Tarrant County, Texas. APPROVAL RECOMMENDED: PR VED: �". Douglas Rademaker, P.E. Marc Ott Director, Department of Assistant City Manager Engineering Carter&Burgess, Inc. ENGINEER ATTEST: Marty Hendrix, City Secretary B Name: Fred Evans Senior Vice-President APPROVED AS TO FORM AND LEGALITY: rz Assis ant Ci A orney NO:M&C 777 Main Street Carter Surgess ForL Worth,TX 76102 Phone: 817-735-60(N) Fax: 817-735-6148 vvww.e-h.com April 4, 2006 Mr. Timothy Ward President Alliance Air Services 2221 Alliance Boulevard, Suite 100 Fort Worth, Texas 76177 RE: Alliance Airport Runway Extension Project- Phase IV Dear Mr.Ward: 1 have received two requests from my subconsultants to increase their budget amounts for additional work performed in association with the Alliance Airport Runway Extension Project- Phase IV. One request is for additional work for land acquisition services and the other is for additional design services for FM 156. LopezGarcia Group, the subconsultant designing the relocation of FM 156, has been impacted by 2 issues, the elimination of the BNSF Connector Track and by TxDOT and City of Fort Worth revising the drainage criteria to be used in the design of the highway bridges over Henrietta Creek, Elizabeth Creek and an unnamed tributary of Elizabeth Creek. The Connector Track was planned to run from the south end of the Intermodal Yard to the east, crossing over Henrietta Creek and under proposed FM 156 to the Auto Unload Facility. The elimination of the BNSF Connector Track resulted in the redesign of the FM 156 bridge at this location. The changes to the drainage design criteria have resulted in revising and resubmitting the Conditional Letter of Map Revision Reports (CLOMR) and revising the bridge designs for Henrietta and Elizabeth Creeks and the unnamed tributary. I have attached a summary stating the additional work and costs. The amount requested by LopezGarcia was $104,445. 1 prepared an independent fee estimate for the work involved. My independent fee estimate for the FM 156 work is $91,685.41. 1 negotiated the cost of the work with LopezGarcia and agreed upon an amount of $94,603.78. 1 believe this amount to be fair and reasonable and recommend accepting the negotiated amount. James Daniels and Associates, the land acquisition subconsultant, has requested additional funds be added to their budget to cover additional work and costs not anticipated at the time their scope of work and fee proposal was originally prepared. Carta & hic. Carter& BL1R!Q,>Con>ultant,. 1n,:. C&B ;�rchiteetti/Fin�ineei T, r, ('cLH �r;hilect,/k.n�inccr,. P.C. C&B ;\e.N-ala. Inc. CIA 'A- ' A- � �� A Mr. Timothy Ward April 4, 2006 Page 2 These costs are associated with labor and expenses to acquire 3 additional parcels of land, attend additional meetings, revise appraisals based on attorney' review comments and the additional cost of title policies for acquired properties. I have attached a breakdown of the remaining work tasks and cost to complete each task for your consideration. The amount requested is$70,455. 1 prepared an independent fee estimate for the additional land acquisition work and title policies. My independent fee estimate for this work was greater than the estimate prepared by James Daniels. Therefore, I accepted their proposal as submitted. I believe this fee to be fair and reasonable and recommend accepting the subconsultant's proposal. I would like to resolve this issue by reprogramming funds in the Phase IV contract. There is approximately$909,324 allocated for rail design that has not been spent. As you know, we are on hold with this task pending the outcome of negotiations with the BNSF. A contract modification will probably be required once we have agreed on an alignment and scope of work. Therefore, I would like to reduce the amount remaining in the rail design budget by$165,058.78 and add $70,455 to James Daniels budget for Land Acquisition and Title Polices and add $94,603.78 to LopezGarcia's budget for FM 156 Design. Thank you for your consideration of this request and please advise if this course of action is acceptable. Sincerely, W./61.t Jeffrey J. Toner, P.E. Program Manager Attachment cc: Brad Penn —James Daniels & Associates Juan Sierra— LopezGarcia Group H:Uob\010819\Phase w\Program Management\CorraspondencmAFW Add Funds Request 4-04.08.doc C.O LQ1 & NUr-,:— IIIC t .tt'(CI S 1lIKr C„( trll UILi1Ilh. 1111 ( ,tli �rt:(litc�h/1.1\�inct r,, lnc. ( cLl; \r�hiti�tlln�Inr�r,, P.C. t'&Ll \c�atl.l. (n(.. CO ��. WRON"IN, TEX. Carter:.-Burgess Independent Fee Estimate Alliance Airport Runway Extension Project Phase IV Prepared by: Carter&Burgess Task Sub Independent Sub Consultant's Negotiated Consultant Fee Estimate Fee Proposal Fee FM 156 Re-Design LopezGarcia $ 91,685.41 $ 104,445.00 $ 94,603.78 Land Acquisition&Title Policies Daniels&Assoc $ 74,255.03 $ 70,455.00 $ 70,455.00 Total Fee $ 165,940.44 $ 174,900.00 $ 165,058.78 Carter--:Burgess INDEPENDENT FEE ESTIMATE Alliance Airport Runway Extension Project Phase IV FM 156 Bridge Re-Design Labor Hour Estimate Task Project Senior Sr Structural Structural Civil Senior CADD Admin Manager Engineer Engineer Engineer Engineer Designer Technician Assistant Bridge Layouts 8 40 48 80 Foundation Layouts 4 40 Analysis and Design for 100 year Storm 8 80 80 Analysis and Design for 25 year Storm 8 80 80 Prepare CLOW Resubmittal 24 40 40 40 24 24 Total Hours 52 200 80 48 200 40 104 24 Fee Estimate Hours Hourly Cost Rate Project Manager 52 $ 50.00 $ 2,600.00 Senior Engineer 200 $ 48.00 $ 9,600.00 Sr Structural Engineer 80 $ 48.00 $ 3,840.00 Structural Engineer 48 $ 43.00 $ 2,064.00 Civil Engineer 200 $ 35.00 $ 7,000.00 Senior Designer 40 $ 30.00 $ 1,200.00 CADD Technician 104 $ 25.00 $ 2,600.00 Adminstrative Assistant 24 $ 18.00 $ 432.00 Total Salary Cost $ 29,336.00 Overhead Rate 171.77% $ 50,390.45 Sub-Total $ 79,726.45 Profit 15% $ 11,958.97 Total Labor Cost $ 91,685.41 Total Cost $ 91,685.41 September 6, 2005 RE: Alliance Airport Runway Extension Project—Relocation of FM 156 Mr. Jeff Toner, P.E. Carter& Burgess 777 Main Street Fort Worth, Texas 76102 Dear Mr. Toner: LOPEZGARCIA GROUP is requesting an increase in our fees for professional services due to a change in the roadway geometry and design criteria. The original roadway bridge over Henrietta Creek near Haslet was designed to also span a proposed railroad connector track. Once the proposed connector track was removed from the project, the Henrietta Creek bridge was re-designed to span only the creek. A considerable amount of hydraulic design was involved with the original roadway bridge crossing the creek and the railroad due to the complex nature of the crossing. All of the hydraulic design for the Henrietta Creek bridge was re-evaluated. The three bridges along the proposed new location of FM 156 were originally designed to meet the City of Fort Worth hydraulic design criteria. In recent discussions with TxDOT, we were directed to design these bridges to meet TxDOT hydraulic design criteria. The hydraulic design criterion of each organization is so very different that the bridges had to be completely re-designed. In order to expedite the project schedule, a large portion of the bridge design had already been completed. A Conditional Letter of Map Revision (CLOMR) had been prepared and submitted to several entities for review. This CLOMR had to be updated with the new bridge sizes, which requires extensive hydraulic analysis. Therefore, a summary of our proposed additional fees is included. I am available to discuss the enclosed documents with you at your earliest convenience. In the meantime, please call me if you have any questions. aw, /01" Juan M. Sierra, P.E. Project Manager LOPEZGARCIA GROUP Enclosures (3) JMS/jta CITY 011-MIA112Y lopagardagroup.com �Y. . ca I U i,I T EKE § 5ƒ} }} , , }\ # ` \ } \ § # \ � \ ) e 2 o > ; ! % § - E/()! ; - \ } }}\\\}(\ CarternBurgess Engineering Cost Estimate Scope Change Project No.:0 108 19.420 Structure: FM 156 Bridges By:TLD Date:August 5,2005 Description: Two Locations TxDOT Type IV precast concrete beams (2)12'Traffic Lanes (1)8.00'Outside Shoulder plus Type T501 Rail (11 8.00'Inside Shoulder plus Type T501 Rail 42.00'Overall Width-0 degree skew-horizontally curved To be constructed using 1993 TxDOT Standard Specifications Bridge Layout & Preliminary Design: Item Description PM PE EIT Tech Total Manhours Unnamed Crk Bridge Layout (1 sht) 8 8 12 30 58 Elizabeth Crk Bridge Layout (3 skits) 10 24 36 50 120 Preliminary Structure Design 4 12 18 8 42 22 44 66 88 220 2004 Rate $48.00 $37.50 $27.00 $25.40 $1,056.00 $1,650.00 $1,782.00 $2,235.20 $6,723.20 10% 20% 30% 40% Engineering Cost Estima te:(use multiplier of 3.1823) $21,395.24 Total Manhours: 220 Required Data Final roadway cross section Final vertical and horizontal geometric alignments Final hydraulic requirements and location of structure over creeks Final geotechnical information with TxDOT criteria for bridge structures No architectural\aesthetic treatments have been considered No special traffic or pedestrian railing has been considered No retaining walls have been considered-sloped header banks r m i ss a0tla onai Cosxts:Rev Cosi Est &a40p5 ��! § /)k ; - \ } ) 2 # \ \ k 2 § 2 E § § § § \ # K § \ g \\/, 2 0 \ 21,r I --I.- ! ) ! §§/§ §§§ § :| ■ \ S \ )(-§))§N §)2 § \2 } \ Carter==Burgess INDEPENDENT FEE ESTIMATE Alliance Airport Runway Extension Project Phase IV Land Acquisition &Title Policies Labor Hour Estimate Project Appraiser Right of Way Manager Agent Acquire 3 Additional Parcels 24 72 24 Complete negotiations&Close 8 Parcels 40 40 Additional Meetings 40 40 24 Appraisal Revisions 4 16 Total Hours 108 168 48 Fee Estimate Hours Hourly Salary Rate Cost Project Manager 108 $ 50.00 $ 5,400.00 Appraiser 168 $ 45.00 $ 7,560.00 Right of Way Agent 48 $ 25.00 $ 1,200.00 Total Salary Cost $ 14,160.00 Overhead Rate 171.77% $ 24,322.63 Sub-Total $ 38,482.63 Profit 15% $ 5,772.39 Total Labor Cost $ 44,255.03 Additional Title Policy Cost $ 30,000.00 Total Cost $ 74,255.03 a ''✓U db� U'SG4o ADDITIONAL TASKS FOR ALLIANCE AIRPORT PROJECT Remaining Tasks: Purchase of Additional 3 Parcels: $5,500 each ...........................................$16,500 Complete Negotiations with AA and Airport Authority..............................$ 3,000 Judge, Peterson &Peterson-Complete Negotiations and Close $2,000 each...................................................................................................$ 6,000 Weil-Complete Negotiations with Administrator of Estate..........................$ 1,500 Shelton-Complete Negotiations and Close...................................................$ 1,500 Cole-Complete Negotiations and Close........................................................$ 1,000 BNSF-Complete Negotiations and Close.....................................................$ 1,000 TxDOT 156,Railroad and Eagle Parkway-Abandonment Issues $1,000 each...................................................................................................$ 3,000 Proposed Eagle Parkway-Negotiations and Close........................................$ 1.500 Total..........................................................................................................................$35,000 Less Remaining in Contract................................................................................... (1,700) NetAdditional ..........................................................................................................$33,300 Remaining Title Policies and Closing Costs ................................................$51,750 Less Remaining in Budget for Title Policies.............................................U21,000) Net Additional for Title Policies and Closing Costs ................................................$30,750 Total - Net.............................................................................................................................$64,050 Contingency............................................................................................................................... 10% Total Net Additional Funds Requested.................................................................................$70,455 CITY MrCIPMARY e City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/3/2007 DATE: Tuesday, April 03, 2007 LOG NAME: 55ALL AMEND 3 REFERENCE NO.: **C-22041 SUBJECT: Authorize the Execution of Amendment No. 3, an Agreement with Carter & Burgess, Inc., for Phase IV of the Program Management Services for the Runway Extension Project at Fort Worth Alliance Airport :1;. RECOMMENDATION: It is recommended that the City Council authorize the City Manager to authorize the execution of Amendment No. 3 to City Secretary Contract(CSC) No. 30109 with Carter& Burgess, Inc., in the amount of $489,934.12 for Phase IV of the Program Management Services for the Runway Extension Project at Fort Worth Alliance Airport. DISCUSSION: On March 27, 2001, (M&C C-18528) City Council approved a contract with Carter & Burgess, Inc., for Program Management Services for the Runway Extension Project at Fort Worth Alliance Airport. These services are to be performed in multiple phases, as funds are made available. On May 11, 2004, (M&C C-20071) City Council approved CSC N<--3F1-0-9-;Nth Carter & Burgess, Inc., for Phase IV Program Management Services in the amount of $2,8W, 9.19. The contract includes the design of FM-156, design of Burlington Northern Santa Fe (BNSF) railroad relocation, design of Eagle Parkway, FM-156 environmental updates, land acquisition and program management services. On June 5, 2006, (CSC No. 33582) Amendment No. 1 was approved to increase the budget amount to be paid two subconsultants to Carter & Burgess, Inc. for additional services. No additional funds were required for Amendment No. 1. On February 9, 2007, (CSC No. 34866) Amendment No. 2 was approved to reduce the Carter & Burgess contract by $744,265.00 to remove the design of BNSF railroad relocation due to changes requested by BNSF which were not part of the original scope of the runway extension project. The changes requested by BNSF require further discussion between the City and BNSF and an update to the environmental assessment. This Amendment No. 3 in the amount of $489,934.12, provides for the redesign of a bridge on FM-156 to allow for the BNSF connector track for an auto unloading facility, and to break the construction phase of FM-156 into two phases to allow time needed for the redesign of the bridge. This connector track and the requisite bridge were removed from the scope when BNSF requested changes to the rail relocation from the original scope of the runway extension project. When the City of Haslet learned of this change it requested that the connector track and bridge remain in the project, because the alternative would leave the existing mainline in Haslet. The original project scope called for the abandonment of the rail line through the town of Haslet. FAA funds from Runway Extension Grant 3-48-0296-27-2005 will be used for this amendment. Existing land credits that remain from the original land donation for Alliance Airport will be used for the City's 5 percent in-kind match. M/WBE — Carter & Burgess, Inc., is in compliance with City's M/WBE Ordinance by committing to 84.93 percent M/WBE participation. The goal on this project is 30 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 7P. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 539120 055218035200 $489,934.12 Submitted for City Manager's Office b Marc Ott(8476) Originating Department Head: Angie Highland (Acting)(5402) Additional Information Contact: Angie Highland (5402)