Loading...
HomeMy WebLinkAboutContract 58818-A1CSC No. 58818-A1 AMENDMENT NO. 1 OF FORT WORTH CITY SECRETARY CONTRACT NO. 58818 BETWEEN THE CITY OF FORT WORTH AND JACOBS ENGINEERING GROUP, INC. This AMENDMENT NO. 1 ("Amendment") to City Secretary Contract (CSC) No. 58818 (Agreement) is made and entered into by and between the CITY OF FORT WORTH ("City"), a home rule municipal corporation organized under the laws of the State of Texas, acting by and through Dana Burghdoff, its duly authorized Assistant City Manager, and Jacobs Engineering Group Inc. ("Engineer"), acting by and through Sindhu Avalokita, its duly authorized Operations Leader. RECITALS WHEREAS, On April 15 and April 22, 2020, a Request for Qualifications (RFQ) was advertised for, among other services, Future Grant Related Projects at Fort Worth Alliance Airport ("Airport"), and on May 8, 2020, Engineer was selected; WHEREAS, On February 2, 2023, City and Engineer entered into City Secretary Contract ("CSC") No. 58818 ("Agreement"), for "Design & Bidding Support Services for Phase III of the Taxiway Papa Extension Project" ("Project"); WHEREAS, additional design services are needed to update the current centerline lighting on the southernmost portion of the Airport from incandescent to LED for consistency with the lights on the newly constructed portions of Taxiway Papa; WHEREAS, the cost of the additional design services for the centerline lighting will be $37,367.34; and WHEREAS, City and Engineer have both agreed to (i) add the Additional Services to the Scope of Work under the Agreement; (ii) update the compensation section of the Agreement to include the additional $37,367.34 cost required for the Additional Services, bringing the total not to exceed amount to $184,625.95; and (iii) incorporate the additional costs into the compensation schedule under Attachment B of the Agreement through this Amendment. NOW, THEREFORE, for good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, City and Engineer hereby agree as follows: 1. The Agreement is hereby amended by deleting Article II, "Compensation and Term of Agreement," in its entirety and replacing it with the following: OFFICIAL RECORD Amendment No. 1 to CSC No. 58818 CITY SECRETARY Between the City of Fort Worth and Jacobs Engineering Group Inc. for FT. WORTH, TX Additional Design Services for Taxiway Papa Phase III Page 1 of 3 Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in an amount not to exceed $184,625.95 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. 2. Attachment A, "Scope of Work" of the Agreement is hereby amended by adding the Additional Services listed in Attachment A of this Amendment. 3. Attachment B, "Compensation" of the Agreement is hereby amended by adding the additional labor hours and cost breakdowns for the Additional Services in Attachment B of this Amendment. 4. For this Amendment only, the parties agree that invoices will only be issued by Engineer upon completion of all work identified within the Scope of Work attached to this Amendment within Attachment A. 5. Except as expressly modified in this Amendment, all other terms and conditions of the Agreement shall remain in full force and effect. 0 The statements set forth in the recitals above are true and correct and form the basis upon which City and Engineer have entered into this Amendment. 7. All other provisions and conditions of the Agreement that are not expressly amended herein or directly in conflict with the provisions and conditions of this Amendment shall remain in full force and effect. (Signature page to follow) Amendment No. I to CSC No. 58818 Between the City of Fort Worth and Jacobs Engineering Group Inc. for Additional Design Services for Taxiway Papa Phase III Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have executed this Amendment in multiples on Jul 3, 2023 BY: CITY OF FORT WORTH nAn4 BU"t1/W7MC Dana Burghdoff (M 3, 202YA:44 EDT) Dana Burghdoff Assistant City Manager Date: J u l 31 2023 APPROVAL RECOMMENDED: By: Roger Venables Director, Aviation 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. Erin Roden Senior Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY BY: JACOBS ENGINEERING GROUP INC. Sindhu Avalokita Operations Leader Date: 6-30-2023 By: l//� :,e,— Thomas Royce Hansen Assistant City Attorney 4� FORT°aa »o Op °tea 9D ATTEST: P,Aa Form 1295 No. N/A �^�-�'*�s aaIl4b�an5'Op JUannette Goodall M&C No. N/A City Secretary M&C Date: N/A OFFICIAL RECORD Amendment No. 1 to CSC No. 58818 CITY SECRETARY Between the City of Fort Worth and Jacobs Engineering Group Inc. for FT. WORTH, TX Additional Design Services for Taxiway Papa Phase III Page 3 of 3 Jacobs May 17, 2023 Mr. Tyler Dale City of Fort Worth Aviation Department 201 American Concourse Suite 330 Fort Worth, TX 76106 Jacobs Engineering Group Inc. 777 Main Street Fort Worth, TX 76102 T + 817-735-6000 Reference: Repackage Design of Taxiway P Extension Phase III - Amendment 1 City Project No. 103000 & 103668 Dear Mr. Dale: Jacobs is pleased to submit our proposal for Perot Field Fort Worth Alliance Airport to authorize and fund engineering services for the Repackage Design of Taxiway P Extension Phase III - Amendment 1. This Letter constitutes a proposal which may be accepted by the execution of Amendment 1 as part of the AFW Taxiway Papa Phase III Design Agreement (City Secretary Contract (CSC) No. 58818) executed on February 2, 2023. Jacobs has proposed a Lump sum fee for professional services in the amount of $37,367.34. The table below illustrates a summary of our fees which is included in our proposal. Jacobs Engineering Group Inc. Aviation Alliance, Inc. Engineering Services Electrical Engineering $19,243.19 $19,243.19 Services Please advise if further information is required. We appreciate this opportunity to be of service and look forward to working with you on this project. Sincerely, --/O - //�;�� _� A . . Thomas Mills — Project Manager Tom Mayer — Program Manager Jacobs Engineering Group Inc. Jacobs Engineering Group Inc. CC: Christian Childs; Terri Carpenter; File 2 Enclosures: Attachment A — Scope of Work Attachment B — Lump Sum Fee Proposal Jacobs Engineering Group Inc. Repackage Design of Taxiway P Extension Phase Ill Amendment 1 Proposal Jacobs ATTACHMENT A SCOPE OF WORK Repackage Design of Taxiway P Extension Phase 111 Amendment 1 Jacobs Engineering Group Inc. Proposal Jacobs Attachment A Scope of Work Repackage Design of Taxiway P Extension Phase III - Amendment 1 Perot Field Fort Worth Alliance Airport PROJECT DESCRIPTION Taxiway P is a parallel taxiway to Runway 16R-34L at Perot Field Fort Worth Alliance Airport (AFW) and services Aircraft Design Group V (ADG-V) aircraft accessing facilities on the west side of the airport. Phase III of Taxiway P will include the extension of Taxiway P to the north by approximately 675 feet and construction of approximately 325 feet of Taxiway F between Taxiway P and Runway 16R-34L. Amendment 1 will include an Additive Alternate to replace the taxiway centerline lights and circuit conductors that that fall within Taxiway B, transition across Runway 34L pavement, and Taxiway P including the Taxiway C and D connectors that were installed as part of the West Cargo & Taxiway project. These improvements will replace the old incandescent centerline lights with LED for consistency in accordance with FAA criteria along the designated SMGCS route and Taxiway D. The Taxiway P Extension Phase III Amendment 1 improvements will include: • Removal and Replacement of the old incandescent Taxiway centerline lights for Taxiways B, C, D, and P • Removal and Replacement of Taxiway centerline light circuit conductors within the pavements for Taxiways B, C, D, and P where taxiway centerline lights are being replaced. SCOPE OF SERVICES This scope of work for this contract includes repackaging the Taxiway P Extension Phase 2 Bid Alternate 1 Bid Documents dated May 28, 2021, and updating the design to ensure conformance with the new Advisory Circular (AC) 150/5300-13B. Amendment 1 will include the design of an Additive Alternate to replace the taxiway centerline lights and circuit conductors. that fall within Taxiway B, transition across Runway 34L pavement, and Taxiway P including Taxiway C and D connectors that were installed as part of the West Cargo & Taxiway project. This scope of work will result in plans and specifications suitable for requesting bids from contractors. This scope of work includes three (3) submittals. AFW staff and the local Federal Aviation Administration representative(s) (FAA) will receive the first submittal for review at the 95% level of completion. Upon receipt of comments, a comment resolution meeting, and incorporation of comments, the Engineer will resubmit the design package at the 100% level of completion and issue the construction documents for bidding upon acceptance of the 100% design. Each submittal will include: • Construction drawings • Specifications and contract documents • Engineer's design report • Construction Safety Phasing Plan (CSPP) • FAA Form 7460-1 (95% submittal only) FAA Advisory Circulars referenced throughout this document refer to current editions at the time of contract execution. Repackage Design of Taxiway P Extension Phase 111 AttochmentA Amendment 1 Jacobs Engineering Group Inc. Page 1 of 4 Proposal Jacobs 1 \ -11 \ EXISTING RAMP1 70 A TAXIWAY CENTERLINE LIGHTWG .� Figure 1: Taxiway P Extension Phase III Amendment 1 Centerline Lights 9. ADDITIVE ALTERNATE 01 9.1. Project Management Management activities will consist of planning, scheduling, budgeting, stakeholder coordination, and communication for the development and advancement of the design of the Project. 9.2. Subcontract Management The Engineer will manage all subconsultants' contracts including contract scope, fee, executed agreements, monthly invoicing, and MWBE reporting, as necessary. 9.3. Quality Control The Engineer will prepare a Project Specific Quality Plan (PSQP) tailored to meet the City of Fort Worth (COFW) and FAA requirements and defines the internal Engineer's review process and subsequent approval for each deliverable. The Engineer's PSQP will follow FAA design guidelines and regulations and include design checklists for final preparation packages (estimate, specifications, special provisions, certifications, etc.). Every item of work or document produced will require at least one additional level of review before submission to AFW. 9.4. Construction Drawings The Engineer will prepare all drawings in a 22-inch by 34-inch format, issued as PDF files for the 95% submission, 100% submission, and Issued for Bid (IFB). The construction drawings will include the following sheets: • Cover Sheet and Index • General Notes and Legend • Contract Layout Plan • Construction Safety and Phasing Plans • Airfield Lighting and Signage General Notes and Legend Repackage Design of Taxiway P Extension Phase 111 AttochmentA Amendment 1 Jacobs Engineering Group Inc. Page 2 of 4 Proposal Jacobs • Airfield Lighting and Signage Demolition Plans • Airfield Lighting and Signage Layouts • Airfield Lighting and Signage Circuit Layouts • Airfield Lighting and Signage Schedules • Airfield Lighting and Signage Details 9.5. Engineer's Design Report The Engineer will prepare an Engineer's Design Report in accordance with FAA guidance. The report will address the general scope of the project, provide a listing of applicable FAA standards, and address key operational issues identified in the CSPP. The report will also address the process and considerations for pavement design, drainage design, airfield lighting and signage, NAVAIDs, pavement marking, environmental impacts, utility lines in the work area, requested modifications of AIP standards, identification of any non-AIP work, DBE participation, project schedule, and project budget. 9.6. Construction Safety And Phasing Plan (CSPP) The FAA requires submission of a CSPP for projects that lie within the AOA on Part 139 certified airports. The Engineer will develop a CSPP that includes detailed phasing plans as well as identifies coordination, phasing, areas and operations affected by the construction activity, protection of NAVAIDs, contractor access, wildlife management, FOD management, HAZMAT management, notification of construction activities, inspection requirements, underground utilities, penalties, special conditions, runway and taxiway visual aids, marking and signs for access routes, hazard marking and lighting, protection of runway and taxiway safety areas, object free areas, obstacle free zones, approach / departure surfaces, and limitations on construction as outlined in AC 150/5370-2G. 9.7. Airspace Submittal In administering Title 14 of the Code of Federal Regulations (CFR) Part 77, the prime objective of the FAA is to promote air safety and the efficient use of the navigable airspace. To accomplish this mission, aeronautical studies are conducted based on information provided by proponents. The Engineer will submit the CSPP electronically through the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA). The FAA typically requires 90 days for a determination. 9.8. Construction Cost Estimate The Engineer will develop a detailed cost estimate for the 95%, 100%, and Issued for Bid submittals that includes unit prices and quantities for each bid item measured from the design plans. Estimates of construction cost represent the Consultant's best judgment as a design professional familiar with this type of construction work. It is recognized, however, that neither the Consultant nor the Owner has control over the cost of labor, materials or equipment, or the Contractor's methods of determining bid prices, or competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that bids will not vary from the Owner's Project budget or from any estimate of construction cost prepared or agreed to by the Consultant. Repackage Design of Taxiway P Extension Phase 111 AttochmentA Amendment 1 Jacobs Engineering Group Inc. Page 3 of 4 Proposal Jacobs ASSUMPTIONS. CLARIFICATIONS. AND EXCLUSIONS The following services are excluded from this scope and will be performed as an additional service, if required for the project: • Additional topographic surveying • Additional geotechnical investigation and/or report • Environmental studies and reports, including application for Categorical Exclusion, Environmental Assessments, or Impact Statements • Replacement of existing taxiway centerline lights does not include surveying or checking existing light base spacing for compliance with current standards. Assumption is that existing layout satisfactorily complies with standards when light bases were originally installed. Repackage Design of Taxiway P Extension Phase 111 AttochmentA Amendment 1 Jacobs Engineering Group Inc. Page 4 of 4 Proposal Jacobs ATTACHMENT B LUMP SUM FEE PROPOSAL Repackage Design of Taxiway P Extension Phase 111 Amendment 1 Jacobs Engineering Group Inc. Proposal Jacobs Attachment B Lump Sum Fee Proposal JACOBS PROGRAM DIRECTOR TOM MAYER 2.00 2.00 JACOBS PROJECT MANAGER THOMAS MILLS $61.00 42.00 42.00 JACOBS SENIOR AIRFIELD ENGINEER SHALYCE CHILDERS 20.00 20.00 JACOBS AIRFILED ENGINEER JASON GATMAITAN 32.00 32.00 JACOBS AIRFIELD ENGINEER RICH MEISSNER 8.00 8.00 JACOBS AIRFILED ENGINEER FAHBIAAHMED 12.00 12.00 JACOBS ADMINISTRATIVE ASSISTANT HEATHER ORTON 12.00 12.00 $61.00 128.00 128.00 TOTALS EXPENSES ADD ALTERNATE HOURS 01 EXPENSE MILEAGE (36 MILES X $0.625) EXPENSE RATE/EACH $22.50 SUBTOTAL EXPENSE $45.00 TOLLS 1 $8.00 $16.00 TOTAL EXPENSES 00 ASSUMPTIONS FOR EXPENSES TRIPS TO FORT WORTH, TX 1 2 $105.46 $111.38 $21.68 $238.52 $433.67 $43.37 $477.04 $73.33 $77.44 $15.08 $165.85 $6,332.50 $633.25 $6,965.75 $76.92 $81.24 $15.82 $173.97 $3,163.10 $316.31 $3,479.41 $57.84 $61.08 $11.89 $130.82 $3,805.59 $380.56 $4,186.15 $65.52 $69.20 $13.47 $148.19 $1,077.73 $107.77 $1,185.50 $32.84 $34.68 $6.75 $74.27 $810.27 $81.03 $891.29 $32.35 $34.16 $6.65 $73.17 $798.18 $79.82 $878.00 $16,421.04 $1,642.10 $18,124.15 Repackage Design of Taxiway P Extension Phase III Attachment B Amendment 1 Jacobs Engineering Group Inc. Page 1 of 3 Proposal Jacobs Attachment B Lump Sum Fee Proposal TASK 9 DETAILED MANPOWER BREAKDOWN IJACOBS PROJECT MANAGER THOMAS MILLS 42.00 16.00 4.00 4.00 4.00 4.00 2.00 8.00 IJACOBS SENIOR AIRFIELD ENGINEER SHALYCE CHILDERS 20.00 12.00 8.00 IJACOBS AIRFILED ENGINEER JASON GATMAITAN 32.00 16.00 8.00 8.00 IJACOBS AIRFIELD ENGINEER RICH MEISSNER 8.00 4.00 4.00 IJACOBS AIRFILED ENGINEER FAHBIAAHMED 12.00 4.00 4.00 4.00 IJACOBS ADMINISTRATIVE ASSISTANT HEATHER ORTON 12.00 8.00 4.00 Attachment 8 Jacobs Engineering Group Inc. Repackage Design of Taxiway P Extension Phase 111 Amendment 1 Page 2 of 3 Proposal Jacobs Attachment B Lump Sum Fee Proposal TION ALLIANCE SENIOR ENGINEERING PM $56.25 28.00 28.00 TION ALLIANCE CADD MANAGER 49.00 49.00 TION ALLIANCE SENIOR SUPPORT 14.00 14.00 $56.25 91.00 91.00 TOTALS ADD ALTERNATE EXPENSES HOURS 01 ASSUMPTIONS FOR EXPENSES TRIPS TO FORT WORTH, $93.98 $205.30 $44.89 $42.30 $92.40 $20.21 $38.22 $83.49 $18.26 $16,684.30 $344.17 $8,379.82 $154.91 $6,600.51 $139.97 $1,703.96 $2,502.64 $1,256.97 $9,636.79 $990.08 $7,590.59 $255.59 $1,959.56 $19,243.19 Repackage Design of Taxiway P Extension Phase III Attachment B Amendment 1 Jacobs Engineering Group Inc. Page 3 of 3 Proposal FORT WORTH Routing and Transmittal Slip Aviation DOCUMENT TITLE: M&C N/A CPN DATE: 6/30/2023 TO: 1. Roger Venables 2. Royce Hansen 3. Dana Burghdoff 4. Jannette Goodall IJ 59 Department Taxiway Papa Phase III Design Amendment 1 103668 CSO # 58818 DOC# INITIALS DATE OUT Jul 1, 2023 Jul 3, 2023 THKII- b8 Jul 3, 2023 DB 7 Jul 7, 2023 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 ❑ No Action Required: ❑ As Requested ❑ For Your Information 1 Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Tyler Dale at ext. 5416 for pick up when completed. Thank you.