Loading...
HomeMy WebLinkAboutContract 45163-A4CSC No. 45163-A4 AMENDMENT NO.4 OF FORT WORTH CITY SECRETARY CONTRACT NO. 45163 BETWEEN THE CITY OF FORT WORTH AND GARVER, LLC. This AMENDMENT NO. 4 ("Amendment") to City Secretary Contract (CSC) No. 45163 ("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 Garver, LLC. ("Engineer"), acting by and through Mitchell McAnally, its duly authorized Texas Aviation Director. RECITALS WHEREAS, On November 27, 2013, City and Engineer entered into City Secretary Contract ("CSC") No. 45163 ("Agreement"), an agreement for the Design of Airport Improvements along North Main Street ("Project") at Fort Worth Meacham International Airport ("Airport"); WHEREAS, On May 30, 2017, City and Engineer entered into Amendment No. 1 of the Agreement for additional construction management services with Engineer and the execution of a construction agreement with The Anchor Group Inc. for the construction of new fencing along North Main Street; WHEREAS, On January 9, 2018, City and Engineer entered into Amendment No. 2 of the Agreement for additional construction administration and Resident Project Representative (RPR) services; WHEREAS, On April 22, 2021, City and Engineer entered into Amendment No. 3 of the Agreement for additional design for the Project; WHEREAS, additional utility surveying services ("Additional Services") have been requested by the Texas Department of Transportation (TxDOT) to confirm the exact locations and depths of existing gas, water, electrical lines and other utilities for the Project, bringing the total number of Subsurface Utility Engineering (SUE) holes from 10 to 40; WHEREAS, the costs for the Additional Services to the Agreement will be $54,937.00; and WHEREAS, City and Engineer have both agreed to (i) update the compensation and term of the Agreement to include the additional $54,937.00 cost required for the Additional Services bringing the total not to exceed amount to $913,722.00; (ii) incorporate the Additional Services into the Scope of Work within Attachment A of the Agreement; and (iii) incorporate the additional costs into the compensation schedule under Attachment B of the Agreement. NOW, THEREFORE, for good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, City and Engineer hereby agree as follows: OFFICIAL RECORD CITY SECRETARY Amendment No. 4 to CSC No. 45163 FT. WORTH, TX Between the City of Fort Worth and Garver, LLC. for Airport Frontage Design Page 1 1. The Agreement is hereby amended by deleting Article II, "Compensation and Term of Agreement," in its entirety and replacing it with the following: Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in an amount not to exceed $913,722.00 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 either (i) the expiration of the funds; or (ii) 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. 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. 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. 5. 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. [Signatures follow] Amendment No. 4 to CSC No. 45163 Between the City of Fort Worth and Garver, LLC. for Airport Frontage Design Page 2 IN WITNESS WHEREOF, the parties hereto have executed this Amendment in multiples on Aug 16, 2023 BY: BY: CITY OF FORT WORTH GARVER, LLC. f/ate SL � 3M,* Dana Burghdoff (Au 6, 202 7 CDT) Dana Burghdoff Mitchell McAnally Assistant City Manager Texas Aviation Director Date: Aug 16, 2023 Date: 08/15/2023 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: Thomas Royce Hansen Assistant City Attorney 4.d4UU�n�� C�*..'o FOR 0a' ATTEST: at°ooForm 1295 No.: 2023-1025474 Ov'-z lo ?pa* o °� c\ b �1--- A aa� nEXA?44a Jannette Goodall City Secretary M&C No.: 23-0489 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&C Date: 6/13/2023 ATTACHMENT A SCOPE OF WORK RE: Subsurface Utility Investigation Main Street, Meacham Airport, Fort Worth TX: SUE emerged over the last few decades as a means to characterize the risks associated with utility mapping. The American Society of Civil Engineers (ASCE), in publication CFASCE 38-02, defines SUE as a branch of Civil Engineering that involves mapping existing subsurface utilities and depicting those utilities to certain quality levels. These different quality levels can be defined as follows: • Quality Level "D": Information derived from existing records and/or oral recollections, • Quality Level "C": Information obtained by surveying and plotting visible above -ground utility features and by using professional judgment in correlating this information to quality level D information. • Quality Level `B": Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities (aka Designating). • Quality Level "A": Precise horizontal and vertical location of utilities obtained by the actual exposure and subsequent measurement of subsurface utilities, usually at a specific point (aka Locating). The scope of this proiect will Provide utilitv mapping to Oualitv Levels A and B as specified below. This proposal involves designating utilities within the project limits as depicted in the provided exhibit to set up test holes and vacuum excavate up to 30 test holes as requested. Contractor will use record information provided by Client, City and franchise utilities to help identify all known utilities. In addition, Contractor will attempt to obtain information from site personnel. This can be a very valuable tool for learning the history of utility installations at the project site. LEVEL B The scope of work involves designating depicted utilities at each test hole location by conventional geophysical means. Utilities that will be marked include franchise and site utilities. Contractor will mark the location of the designated lines in the field using a combination of paint and pin flags. Upon completion of the field designating activities, Contractor will prepare a field sketch of the utilities found and note any changes to provided exhibit. If additional utilities are found not depicted on provided exhibit, Contractor will inform Project Manager (PM) to determine if test hole is needed. Once all known Level B or toneable utilities are designated, Contractor will scan the defined work area(s) to search for Level D or non toneable utilities. These Level D "nontoneable" utilities can be defined as: utilities shown on the SUE plans depicted by utility record drawings, or recollected by site personnel and or have no above ground features in close proximity to the project area. In order to find unknown utilities, Contractor will perform passive and inductive sweeps of the area. These sweeps will be conducted north to south, east to west and diagonally across the project area(s). If unsuccessful, other means to locate these lines can be used (water jet probing and trenching) at additional Time and Material costs. Note: Geophysical search and records research does not guaranty all utilities will be found. Residential services and irrigation/sprinkler systems are not included in this investigation. Limits of any thrust blocking are also excluded. Non conductive material utilities, i.e. PVC waterlines may require advanced geophysical methods to designate and are not included in this proposal. LEVEL A Contractor will vacuum excavate up to 30 test holes as requested. If required, additional Test Holes will be completed at additional costs. These areas are assumed to be easily accessible with our VacMasters System 4000 vacuum excavation trucks. Contractor will contact one call prior to begin work. Contractor will attempt to designate each line prior to completing a test hole. If the line is non toneable, Contractor will dig on the one call marks. Contractor will open width of test hole V of each side of the center line of the one call marks attempting to expose the utility. If no utility is found this will be considered a dry hole and counted as a completed test hole. Contractor will also contact PM and have the location remarked or suggest a new location for the test hole. If rock or "dirty backfill" is encountered Contractor will contact PM to determine if the test hole should be relocated or abandoned. Assumptions: 1. All locations are accessible 2. Each location will be investigated using both direct and passive geophysical methods to include pipe and cable locators. 3. Client provides survey control and base map LTRA's Responsibilities • Level B Designate utilities within project limits at each Test Hole location • Provide PM afield sketch to identify any changes to provided exhibit • Vacuum excavate up to 30 test holes • Survey Level B and Level A findings • Prepare SUE plan sheets — CADD in Microstation Client Responsibilities • Provide LTRA with an electronic CAD background file of the project area • Provide any available records information • Help coordinate access if necessary • Review updated Field Sketch and provide new test hole locations if applicable Schedule Designating — 5 ea. — 10 hour work days. Locating — 10 ea. — 10 hour Days depending on soil conditions and utility depths. Work to begin within one week after receipt of notice to proceed. ATTACHMENT B COMPENSATION PROJECT FEE SCHEDULE FOR: Garver - Main St Mecham Airport - Fort Worth TX Designate and Vacuum excavate Utilities (See SCOPE: page 2 for Details) ESTIMATED TIME TO COMPLETE: *10 Days - 3 Person Crew- 10 hour Day SUBMITTAL: CAD deliverable. Client provides CAD topo background and survey control CURRENT PROJECT ESTIMATES Standard Job Description Rate Hrs./Days/Miles Total Project Manager $ 236.00 2 $ 472.00 SUE Field Manager $ 168.00 15 $ 2,520.00 Senior SUE Tech $ 113.00 100 $ 11,300.00 SUE TECH 3 $ 97.00 100 $ 9,700.00 SUE TECH 2 $ 81.00 50 $ 4,050.00 SUE TECH 1 $ 62.00 100 $ 6,200.00 Senior Utility Coordinator $ 158.00 $ - Utility Coordinator $ 110.00 $ - Sr. CADD Technician $ 126.00 $ - CADD Technician $ 104.00 20 $ 2,080.00 Technical Support $ 63.00 10 $ 630.00 Designating Truck $ 30.00 100 $ 3,000.00 Locating Truck $ 75.00 100 $ 7,500.00 Field Supplies $ 50.00 10 $ 500.001 GPR equipment - Single Channel $200/ day $ - Manhole Scanner- equipment only $300/ day $ - Concrete cores $250 / core $ - Concrete breaking and restoration $200 / each $ - Lodging $85 / day $ - Meals $35 / day $ - Traffic Control & Permits $ 1,250.00 2 $ 2,500.00 Mobilization - Project Specific $ - $ - 2 Man Survey Crew $ 165.00 24 $ 3,960.00 Survey Technician -Coordination $ 105.00 5 $ 525.00 PROJECT TOTAL 1 $ 54,937.00 Create New From This M&C REFERENCE **M&C 23- 55FTW AIRPORT FRONTAGE DATE: 6/13/2023 NO.: 0489 LOG NAME: PROJECT DESIGN AMENDMENT IV CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2) Authorize Execution of Amendment No. 4 to City Secretary Contract No. 45163, an Engineering Services Agreement with Garver, LLC, to Increase the Contract Amount by $54,937.00 for Additional Utility Survey Services on the Airport Frontage Improvements Project at Fort Worth Meacham International Airport RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 4 to City Secretary Contract No. 45163, an engineering services agreement with Garver, LLC, to increase the contract amount by $54,937.00 for additional utility survey services on the Airport Frontage Improvements project (City Project No.100602) at Fort Worth Meacham International Airport. DISCUSSION: On November 5, 2013, Mayor and Council Communication (M&C C-26550), the City Council authorized the execution of an engineering services agreement with Garver, LLC (Garver), in the amount of $356,092.00 for the design of airport improvements along North Main Street (Project) at Fort Worth Meacham International Airport (Airport) and $50,000.00 for project management, administration, and related services of these improvements. On May 16, 2017 (M&C C-28247), the City Council authorized the execution of Amendment No. 1 to City Secretary Contract No. 45163 for additional construction management services in the amount of $176,810.00 with Garver. It also authorized the execution of a construction agreement with The Anchor Group Inc (Anchor Group), in the amount not to exceed $1,420,709.38 for the construction of new fencing along North Main Street. On November 5, 2018 (M&C C-26550), the City Council authorized the execution of Amendment No. 2 to City Secretary Contract No. 45163 to increase the amount under the Agreement by $12,942.00 for additional construction administration and Resident Project Representative (RPR) services for the Project. The construction of the fence line along North Main was completed in June of 2018. On June 25, 2019 (M&C C-29175), the City Council authorized the rejection of all bids for the Project. On March 2, 2021 (M&C 21-0160), Amendment No. 3 to City Secretary Contract No. 45163 was executed in the amount of $312,941.00 with Garver for additional design of the Project. Amendment No. 4, if approved, will be for additional utility surveying services for the Project. The additional survey services will confirm the exact location and depths of existing gas, water and electrical lines, as well as other utilities. Ten (10) Subsurface Utility Engineering (SUE) holes were included in the original agreement, however the Texas Department of Transportation (TxDOT) has requested additional SUE holes for the Project. This amendment will fund an additional thirty (30) holes, bringing the total count to forty (40). This Project places an emphasis on the Airport's frontage to North Main Street, which begins just south of Interstate 820 and extends south to Northwest 38th Street (see attached map). This Project will include utility adjustments (burying electric delivery lines along North Main Street), improving drainage infrastructure, upgrading lighting and landscaping, and creating a cleaner, more attractive entry to the airport and its businesses. Funding is budgeted in the Aviation Gas Lease Cap Project Fund for the purpose of funding the 55FTW Airport Frontage Improve project, as appropriated. Since no City salaries will be charged to this Project, indirect cost recovery does not apply. Meacham International Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Aviation Gas Lease Cap Proj Fund for the 55FTW Airport Frontage Improve project to support the approval of the above recommendation and execution of the Amendment. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. TO Fund Department ' Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ID I ID Submitted for Citv Manaqer's Office bv: Oriqinatinq Department Head: Additional Information Contact: ATTACHMENTS FID Table.xlsx (CFW Internal) Form 1295.pdf (CFW Internal) Fund Availabilitv.ioc( (CFW Internal) Mao.pdf (Public) Program Activity Budget Year Dana Burghdoff (8018) Roger Venables (6334) Tyler Dale (5416) Reference # Amount (Chartfield 2) FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: North Main Street Improvements Project Design Amendment No. 4 M&C 23-0489 DATE: 8/15/2023 TO: 1. Aaron Barth 2. Roger Venables 3. Royce Hansen 4. Dana Burghdoff 5. Jannette Goodall 59 CPN 100602 CSO # 45163 DOC# INITIALS DATE OUT Aug 15, 2023 Aug 16, 2023 Aug 16, 2023 TH Z� DB Aug 16, 2023 Aug 21, 2023 JS6 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 0 No RUSH: ❑ Yes 0 No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: 0 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. 541 for pick up when completed. Thank you.