Loading...
HomeMy WebLinkAboutContract 50427-A1 AMENDMENT NO. 1 TO AGREEMENT STANDARD AGREEMENT FOR PROFESSIONAL SERVICES ROOF REPLACEMENT PROJECT—ALLIANCE CONTROL TOWER STATE OF TEXAS CITY SECRETARY CONTRACT NO. o COUNTY OF TARRANT WHEREAS, The City of Fort Worth and Conley Group, Inc. (Consultant) made and entered into City Secretary Contract No. 50427 (The Contract) which was administratively authorized on the 21 th day of March , 2018, for Project generally described as: Roof Replacement Project — Alliance Control Tower; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for additional design services for Phase II — Low Roofs, NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1 . Article I — Scope of Services, Paragraph (3) shall be added to read as follows: (3) Provide additional design services for the design and detailing of Phase II. The cost of this additional service is $16,000.00 with no reimbursable expenses. The scope of services is described more fully in Conley Group, Inc.' s Letter/E-mail dated July 20, 2018, subject: "City of Fort Worth CSC#50427 — Alliance Airport Control Tower Reroofing Project — CGI Requested Additional Fees — P18- 6131.1. 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "B". However the total fee paid by the City shall not A; exceed a total of $77,000.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement 2�209 accordingly." Fti0 ��oR�H — l)FHI.1AL RECORD City of Fort Worth,Texas 4 � �cilzEu�A�r Standard Agreement for Professional Services-AMENDMENT No.f Revision Date:8/16/2016 0T)( Page 1 of 2 F� '�YQ&T 2 3. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED this the /51— day of —nal al 6/L , 2019, in Fort Worth, Tarrant County, Texas. Conley Group, Inc. APPROVED: By: By: ��7(k Bill Tonley esus J. Chapa Pre ident Assistant City Manager APF'ROV ECO ENDED: RECORDED: e3 By: ( By: p� Rcg r Ve cable. , Il terim Director Mary J. Ka `. Pr perty anaiii��`v■■■e ent Department City Secretary APPROVED AS TO FORM AND LEGALITY: M&C Not Required Contract Authorization By: 2J n B. trong ssistant City Atto y Form 1295 Certification: Not Required 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. By: Brian R. Glass,AIA Architectural Services Manager City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Professional Services-AMENDMENT No.1 CITY SECRETARY Revision Date:8/16/2016 Page 2 of 2 FT, rH,'7X Meza, Alfonso ATTACHMENT "B" From: Ron Rapacz <rrapacz@conleygroup.com> Sent: Friday, July 20, 2018 11:40 AM To: Shaw, Dakota Cc: Her], Barney; Bill Conley; Sherri Conley; Mike Bowers; Diana Ostrowsky; Sally Graff Subject: City of Fort Worth CSC#50427 -Alliance Airport Control Tower Reroofing Project - CGI Requested Additional Fees - P18-6131.1 Dakota: I met with Barney H yesterday, prior to our Control Tower Support Building Existing Roof Surveys in preparation to begin Phase 2 documentation for their roof replacements, and discussed the current CGI Fee status for this Project. Barney H requested that I send you this email, and copy him,for CGI's request for additional funds to complete this Project. The original Proposal and Contracted fees for this Project were based on the preparation and delivery of a single Project, in conjunction with the lead consultant Summit Consultants, Inc. HVAC modifications to the Building, consisting of biddable and permittable Construction Documentation and Construction Administration and Project Representation Services for the reroofing of the Control Tower and its Control Tower Support Buildings' Roofs. As you are aware, in the course of the Project's development,this singular Project has been broken into 2 independent Projects: • The Control Tower and Control Tower Eyebrow Reroofing Project—Phase 1. o Negotiated Construction Contract with City of Fort Worth's pre-contracted General Contractor. • The Control Tower Support Buildings' Reroofing Project—Phase 2. o To be Bid. CGI's current Contract is based on the following single Project fee breakout: • Construction Documents and Bid Services—Low Slope Roof and Barrel Vault Roof Reroofing: $28,300.00 • Construction Administration/Project Representation Services: $32,700.00 o (Includes 35 days of On-Site Project Representation Services) Although this fee structure was reasonable for a single project's implementation, based on the current 2 Phase approach and site conditions encountered and anticipated, at this time CGI is requesting additional funds to complete the current Phase 2 Project Construction Documentation and Construction Administration and Project Representation Services work for the following reasons: • Construction Documentation: Additional Fees Requested -$16,000.00. o The original Scope of Work was based on the preparation of a single set of Construction Documentation for a single Construction Project. ■ Duplication of efforts in creating a second (2"d) separate set of Construction Documentation is above and beyond the original Contracts Scope of Work and additional funds are required to complete this additional work. o The work involved in the complex detailing and documentation of the Control Tower and Control Tower Eyebrow's roofs and detail conditions encountered exceeded expectations; in addition to the inclusion of additional detailing and specifications for new roof hatches, access ladder, lightning protection stations, etc. and similar items resulting in the need for additional non-conventional and unforeseen details and documentation. ■ Based on our site visit yesterday,the Control Tower Support Buildings' Roofs appear to be relatively simple with limited conventional details and a few special condition details required, however the preparation of a second set of Construction Documentation for Bidding purposes is beyond the original Scope of Work and will require additional funding to complete. ■ At this time,the involvement of an MEP Engineer for possible roof and/or overflow drain design and documentation is not anticipated, however may be required. • The Generator's roof currently does not have Code required overflow drainage. If alternate overflow drainage is not feasible (scuppers or overflow openings in the existing limestone copings),then the addition of MEP Engineering Services will be required for the design and documentation of the overflow system/s. • Construction Administration and Project Representation Services: No Additional Fees Requested at this time. o Regarding the Construction Administration and Project Representation Services Contracted for this Project, additional funding is not being requested at this time due to the following unknowns. ■ Current Contract allows for typical Construction Administration Support and thirty-five (35) days of On-Site Project Representation Services for a single consecutive construction Project, however this fee is now required to cover two (2)separate construction Projects with a resultant Construction time period greater that the original single Project Construction time period anticipated. Whether the City of Fort Worth will require full or part-time time On-Site Project Representation Services at this time is unknown. That decision will determine if the fee is adequate of not. • Phase 1 should not use up all of this fee. Phase 1 roofs are small but relatively complex and the full or part-time On-Site Project Representation Services is only required during the reroofing of these roofs. • Phase 2 roofs are relatively simple, and if properly manned by the roofing contractor with multiple crews, can be accomplished rather quickly. The remaining fees from the Phase 1 Construction Administration and full or part-time time Project Representation Services may or may not be adequate to complete the Project. Again,full or part-time On-Site Project Representation Services is only required during the reroofing of these roofs. o The length of the anticipated reroofing Construction time may be lengthened if removal and re-installation of the existing limestone copings is required to properly flash the new roofing system to the existing parapet walls. That determination is still pending the Roofing Manufacture's acceptance of alternate flashing system details to qualify for the required Roofing Manufacturer's Warranty coverage. Your consideration and acceptance of the requested Change Order for the required additional funding is greatly appreciated. Sincerely, Ronald R. Rapacz,RA,NCARB Conley Group,Inc. 5800 E.Campus Circle,Ste 250 Irving,Texas 75063 Phone:972.444.9020 Fax: 972.444.9737 2 ALLIANCE AIRPORT CONTROL TOWER - PROPOSED PH-2 LOW ROOFS FEE BREAK-OUT CONLEY GROUP, INC. 2018 BILLABLE RATE SCHEDULE Principal P $225.00/hour Senior Architect/Engineer/Consultant SR AEC $210.00/hour Senior Project Manager SR PM $175.00/hour Architect/Engineer/Consultant AEC $175.00/hour Project Manager PM I $150.00/hour CADD/IT/Database Manager CADM $105.00/hour Sr.Project Representative SR PR $95.00/hour Registered Roof Observer RRO $85.00/hour Administrative Assistant/Accounting AAA $85.00/hour Project Representative PR $75.00/hour CADD Draftsman CADD $70.00/hour Project Clerk/Data Entry PC/DE $70.00/hour Mileage $ .545 a mile-IRS Allowable Rate Reimbursables(Travel, Subcontractors,etc.) Cost plus 10% PROPOSED FEE STRUCTURE TYPE OF SERVICE ROLE RATE HOURS FEE GENERAL PROJECT MANAGEMENT PROJECT MANAGEMENT SR AEC $210.00 4 $840.00 ADMINISTRATIVE AAA $85.00 2 $170.00 SITE INVESTIGATION SITE INVESTIGATION ROOF PLANS CADM $105.00 2 $210.00 SITE INVESTIGATION SR AEC $210.00 4 $840.00 AAA $85.00 4 $340.00 CONSTRUCTION DOCUMENTATION DRAWINGS CADM $105.00 16 $1,680.00 CADD $70.00 80 $5,600.00 SR AEC $210.00 4 $840.00 SPECIFICATIONS SR AEC $210.00 16 $3,360.00 AAA $85.00 2 $170.00 MEETINGS 90% PLAN REVIEW SR AEC $210.00 3 $630.00 100%PLAN REVIEW SR AEC $210.00 3 $630.00 PRE-BID MEETING SR AEC $210.00 3 $630.00 BID RESPONSES SR AEC $210.00 1 $210.00 BID AWARD SR AEC $210.00 3 $630.00 TOTAL $16,780.00 CONLEY GROUP INC. REQUESTED FEE (FEE BREAK-OUT) $16,000.00