HomeMy WebLinkAboutContract 39252-A5 (2)AMENDMENT NUMBER 5
STATE OF TEXAS 0 CITY SECRETARY CONTRACT NO . 39 9. -AS-
COUNTY OF TARRANT o
WHEREAS , the City of Fort Worth (City) and Jacobs Engineering Group , Inc. (Engineer) made and
entered into City Secretary Contract No. 39252 , (the Contract) which was author ized by the City Counc·1 by
M&C C -23735 on the 18th day of August 201 O; and
WHEREAS, the Contract involves engineering seNices for the following project:
Alliance Runway Extension Phase 8
WHEREAS, it has become necessary to execute Amendment No . 5 to said Contract to incl l de
an increased scope of work and revised maximum fee for additional program manage ni ent
services , additional land acquisition services for BNSF Main Line and Connector Track and for
construction phase services for John Day and Keller Haslet Roads ;
NOW THEREFORE , CITY and ENGINEER , acting herein by and through their duly authori ed
representatives , enter into the following agreement , which amends the Contract:
1.
Article I of the Contract is amended to include the additional engineering services specifie b in
the proposal letter dated June 17, 2011, a copy of which is attached hereto and incorpo rd ted
herein . The cost to City for the additional services to be performed by ENGINEER t~tal
$544 ,787.59.
2.
Article II of the Contract is amended to provide for an increase in the fee to be pai to
ENGINEER for all work and services performed under the Contract , as amended , so that the tbtal
fee paid by the City for all work and services shall not exceed the sum of $3 ,304 ,871.92.
Page -1-
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
08 -05-11 A10 :3 8 IN
3 .
All other provisions of the Contract , which are not expressly amended herein , shall remain i full
force and effect.
EXECUTED on this the :5~ day of ~ , 2011 in Fort Worth , Tarrant County, Texas .
APPROVAL RECOMMENDED: ;~;r----
Kenneth L. ·Penney , Jr., A.A .E.
Aviation Director
Engineer
By :_
Name : kvin 'P. Nels.on
Title : ~ic.-e.. °ff~,ide.t'-f-
APPROVED AS TO FORM AND LEGALITY:
..Dot1 §-Black 111~ /"/ / 1< ~ 5, e
Assistant C ity Attorney
,;,ntrac t. Authori zatioll
---~ ~.~:.J,1-l,.J.,JJ ,~---
p,<:1t e f
ATIEST:
Authorizat ion :
Fernando Costa
Assistant City Manager
Date: ___ _
Page -2-OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
JACOas·
June 17, 2011
Mr. Tim Ward
President
Alliance Air/Aviation Services
2221 Alliance Blvd, Suite 100
Fort Worth , TX 76177
Re: Alliance Airport Runway Extension Project
Phase VIII -Contract Amendment No. 5
Dear Mr . Ward :
The original Phase VIII contract included services for program management, design and land
acquisition . Construction management and construction support services for Earthwork Package
3 and John Day and Keller Haslet Roads were not included in the original scope of work because
the scope of work and fee for these services could not be accurately determined at that time . The
scope and cost of these services are dependent upon the duration of the construction contract.
This duration of the construction contract is usually determined during the end of design process.
A separate contract could have been issued for Earthwork Package 3 construction management
and construction support services instead of including them in Contract Amendment No . 3 and a
separate contract could have been issued for the John Day and Keller Haslet Road construction
support services instead of including them in Contract Amendment No . 5 , however, the overall
cost would have been the same.
Therefore, I am requesting an amendment to the Alliance Airport Runway Extension Project -
Phase VIII contract for additional program management services, additional land acquisition
services for the BNSF Main Line and Connector Track and for construction phase services for
John Day and Keller Haslet Roads. A brief justification of these additional services is described
in the following paragraphs . A detailed scope of work and fee proposal is attached for your
consideration .
Program management services are a function of the duration of the contract. This amendment
will revise the completion date for land acquisition services from August 4, 2011 to December 9,
2011 . This results in approximately 18 additional weeks of program management activities .
Additional land acquisition services are necessary to account for the changes to the BNSF right-
of-way and utility easements that have occurred since November 2010. Since the original
submittal of the BNSF Main Line and Connector Track alignment in November, there have been
five (5) major changes to the right of way and easements . Each major change has affected
approximately 60 tracts of land, resulting in the addition of parcels and easements and the re-
work of previously identified parcels and easements . Also included with the additional land
acquisition is the cost to prepare and submit to BNSF the due diligence packages for right of way
and easements associated the Main Line and Connector track, including the cost of ALT A
surveys. As mentioned above, these changes add approximately 18 weeks to the schedule.
We have successfully bid the John Day Road and Keller Haslet Road construction projects .
Construction is anticipated to begin in August of this year and will required engineering services
in support of the construction activities . These services will occur over the length of the
construction contract which is 300 calendar days.
There have also been some questions as to the numbe r a nd t iming of the last few contract
amendments and whether or not some of these contract amendments could have been
combined . Contract Amendment No. 3 , for add it ional land acquisition services , was submitted to
the City of Fort Worth on January 26 , 2011, approved by Council April 12 , 2011 and f ully
e xecuted on May 5 , 2011 . During this time , the Jacobs' Team continued to advance the work
even though the contract amendment had not been approved . We incurred additional cost and
could not invoice for this work until the amendment was ex ecuted wh ich took a total of 14 weeks .
Contract Amendment No. 4 , for Earthwork Package 3 construction management services , was
submitted to the City of Fort Worth on April 1 , 2011 and was approved at the May 17 , 2011 City
Counc il Meeting . Combining Contract Amendment No . 3 and No . 4 would have further delayed
the approval of Contract Amendment No . 3 .
Combining Contract Amendment No . 4 and Contract Amendment No . 5 is not practical due to
schedule issues related to the Earthwork Package 3 construction contact. The City Council
awarded the construction contract for Earthwork Package 3 on April 12 , 2011 . Contract
Amendment No . 4 for Earthwork Package 3 construction management services was approved at
the May 17 , 2011 City Council Meeting . We needed Contract Amendment No. 4 approved to
issue the notice to proceed to the construction contractor. Comb ining Contract Amendments No.
4 and No . 5 would delay the start of the Earthwork Package 3 construction contract to late July .
A summary of the work items for Contract Amendment No. 5 is shown below . The detailed
scopes of work , fee proposals and schedule are attached fo r your info rmation .
Jacobs -Program Management
Jacobs -Construction Support Services
TranSystems -Land A cquisition Services
$63 ,177.54
$80 ,121 .05
$122 ,100 .00
$232 ,000 .00
$47,389.00
$544,787 .59
ANA -Surveying and Legal Descriptions
Gorrondona -Surveying and Legal Descriptions
Total cost increase for Contract Amendmen t No. 5
DBE Participation for Contract Amendment No . 5 $232 ,000 .00 42 .59 %
Original Contract Amount
Previous Amendments
Contract Amendment No. 5
New Contract Amount
DBE Participation Amount for New Contract Amount
DBE Participation % for New Contract Amount
$1 ,323 ,029 .89
$1,437 ,054.44
$544,787 .59
$3 ,304 ,871 .92
$1 ,056 ,333 .67
31 .96 %
Thank you for your attention to this request. Should you have any questions or comments
regarding this matter please feel free to contact me at 817 -735-7004 or by email at
Jeff.Tone r@Jacobs .com.
Sincerely~
Ml::r.PE
Program Manager
cc : Patrick Buckley -City of Fort Worth
Ruseena Johnson -City of Fort Worth
Aya Ealy -City of Fort Worth
JACOBS.
Alliance Airport Runway Extens ion P_~oject -Phase VIII I
I ·-..
Contract Amendment No . 5 I I
I r-· --I I
I I ·-···----------1-:l~ I -·-1 !~~! List and Summary of Fees
I I [
_[ ___________ .... _ I
Co nsul~~~t --1 Task Amount I Task ~ I DBEAmount ' I I I i . I
I I I I -I I I I -,--·· --·---j·--·--··-·--·--·-I
--~g~m Management i Jacobs $ 63,177 .54 i
I I I
--80,121 .0 5 1
·-
l
!Construction Phase Services -John Day & Kelle r Haslet I !
I
Jacobs 1 $ Roads ----· -I i I -
/Land Acqu istion · I l i I
TranSystems I $ 122,1 00.00 I ··-,---La nd A~n & Phase 1 En vironmenta l Services
Field Surveys , Le gal De s~ion s and Exhib its !. A.N.A I S 232 ,0 00 .00 $ 232,0 00.0 0
I Field Surve , Legal De sc ripti ons and Exhibi ts I Gorrondona 1$ 47 ,3 89.00
i I I
I I
' I Total Fee l . -------1 $ 544,787.59 l -' ----
I I
I DBE Part ic i patio n
___ I ----------
42.$9%
I I I
=~r--I
I ~ ·--i ---r I l ~
I -"--·--···--·--···-·-----·--· .... I --~--·--I ~~--::J ! . ..
I I I
JACOBS. 7-;7 ~t;:iin StiC~l
For! W,,nh. TX ;1,10~ U.S.:\
1.~J? ,]5-W\J(l F;,x: l.~17.7 3 5-(>148
June 14, 201 1
Alliance Airport Runway Extension Project .. Phase VIII
Contract Amendment No. 5
Program Management
Scope of Work
The schedule for the land acquisition will extend beyond the scheduled completion
date, revised in Contract Amendment No. 3, due to changes for the BNSF Main
Line and Connector Track right-of-way and easements. Jacobs wiff provide
additional program management services during this time , estimated to be an
additional 18 weeks . During t his time Jacobs will:
• Conduct bi-weekly project coordination meetings
• Conduct add itional stake holder meetings
• Prepare and distribute meeti ng minutes
• Monitor and adjust the program schedule
• Monitor and adjust the program budget
• Maintain the document control system
• Admin ister the prime and subcontract agreements
• Provide technical and graphic support for the program
• Provide technica l reviews of the land acquisition documents
• Coordinate with BNSF, FAA , Alliance Airport and City of Fort Worth
Jacobs will also provide program management services associated w ith tasks
identified in City of Fort Worth/ Burl ington Northern Santa Fe Relocation
Agreement. The work identified below is for reporting requirements for the BNSF
Main Line Relocation and Connector Track . During t his time Jacobs wi ll:
• Prepare monthly status repo rt s
• Review BNSF monthly status reports
• Review BNSF monthly pay request
JACOBS~
Jacobs Fee Proposal
Alliance Airport Runway Extension Project • Phase VIII
Contract Amendment No. 5 14..Jun-11
Program Management Services
Labor Hour Estimate Program Deputy Senior Project CADD Technical Adnil n
ManaQer PmoramMar Enalneer Controls Mar. Tech Assistant Assistant
Program Management
Conduct Bi-Weekly Progress Meetings 18 18 18 I
Conduct Stakeholder Coordination Meetinos 18 I
Preoare & Distribute Meeting Minutes 9 18 I
Maintain Projec t Schedules 9 4
Uodate Proiect Budoets 9 4 I
Maintain Document Control Svstem 18 I
Administer Contracts & Sub-Contracts 9 4 18 I
Technical & Graohic Sunnnrt 20 20
Technical Review. ROW Acauisilion 72 I
Coordinate with BNSF 18 I
Coordi nate with FAA. Alliance . Ft. Worth 18
COFW I BNSF Aareement I
Preoare Monthlv Status Reoort 9 8
Review BNSF Monthly Status Report 9 8
Review BNSF Monthly Pay Request 9 8 I
I
I
Total Hours 135 0 90 12 20 116 0
Fee Proposal Hourly Hours Labor
Rate Cost
Program Manager $ 112.00 135 $ 15,120.00
Deputy Program Manager $ 63.00 0 $ -
Senior Eng ineer $ 55.00 90 $ 4 ,950.00
Proj ect Controls Manager $ 30.00 12 $ 360.00
GADD Techn ician $ 31 .00 20 $ 620.00
Technical Assistant $ 24 .00 116 $ 2,784.00
Administrative Assistant $ 19.00 0 $ .
Salary Cost $ 23,834.00
Overhead Rate @ 126 .85% $ 30.233.43
Sub· Total $ 54,067.43
Profit@ 15% s 8 ,110.11
JEG Labor Cost S 62,177.54
Expenses
MIieage $ 250.00
Courier/Express Mall $ 50.00
Printing & Plotting $ 200.00
Reproduction $ 500.00
Total Expenses $ 1,000.00
Total Program Management Cost $ 63,17 7.54
~7: Main Street
fort Wnrth. TX ,(,1(1'.'. lJ.S.:\
I ~17.735-0(~)(1 Lox: 1.~17 :JS·t•l-l8
June 14, 2011
Alliance Airport Runway Extension Project .. Phase VIII
Contract Amendment No. 5
Construction Phase Services -John Day & Keller Haslet Roads
Scope of Work
The scope of work for construction phase services is summarized below. The labor hour
estimate for these services is based upon a three hundred (300) calendar day
construction contract.
• Attend the Pre -Construction Meeting
• Attend the Public Meeting
• Conduct a Monthly Site Visit and Prepare Observation Report (estimated at 12
meetings)
• Respond to Requests for Information
• Review Shop Drawings and Submittals
• Participate in the Final Walk Through and Prepare Punch List
• Prepare Record Drawings
• Project Administration Activities
JACOBS~
Jacobs Fee Proposal
Alliance Airport Runway Extension Project· Phase VIII
Contract Amendment No. 5 14-Jun-11
Construction Phase Services • John Day & Keller Haslet Roads
Labor Hour Estimate Program Project Project Project CADD Technical Adrriin I Manaaer Manaaer Enaineer Controls Mar. Tech Assistant Assls~nt
Construction Phase Services I
Atte nd Pre-Conslruction Conference 4 4
Attend Public Meetina 4 4
Proiecl Site Visits & Reoort Pr"""ration ( 12) 96 96 36
Review Submitta ls 16 40
Respond ta Reouesls for Information 16 80
Prepare Chance Order Documents 24 60 80
Final Walk Throuah & Punch List Preoaration 8 8 I 6
Preoare Record Drawinas 8 24 60
Project Administration 20 10
Total Hours 0 196 336 10 140 0 42
Fee Proposal Hourty Hours Labor
Rate Cost
Program Manager $ 112.00 0 $ .
Project Manager $ 55.00 196 $ 10,780 .00
Project Engineer $ 40.00 336 $ 13,440.00
Project Controls Manager $ 30.00 10 $ 300.00
GADD Technician $ 31.00 140 $ 4,340.00
Technical Assistanl $ 24.00 0 $ -
Administrative Assistant $ 19.00 42 $ 79800
Salary Cost $ 29.658.00
Overhead Rate @ 126.85% $ 37,621.17
Sub -Total $ 67,279.17
Profit@ 15% $ 10,091 .88
JEG Labor Cost $ n,371.05
Expenses
M il eage $ 500.00
Courier/Express Mail $ 50.00
Printing & Plotting $ 200.00
Record Drawing (Mylars) $ 2,000.00
Total Expenses $ 2,750.00
Total Program Management Cost $ 80,121.05
April 12, 2011
Jeff Toner
Jacobs Engineering
777 Main Street
Fort Worth , Texas 76102
Re: WFXJ2000 Alliance Airport Runway Extension Project Phase VIII
Contract Modification Request #4
Dear Mr . Toner :
Tran Systems
500 West Seventh Street
Suite 1100
Fort Worth. TX 76102
Tel 817-339-8950
Fax 817 -336-2247
www.transystems.com
Please let th is serve as request for a modification to contract for Right of Way acquis ition and Phase I Env ironmental.
This amendment is for work outside the scope of the original contract. Th is work will be cons idered "Addi ti onal
Serv ices ".
Acquisition
Acquisition on two (2) additional parcels on BNSF Mainline Relocation .......... $4,250 each= $8,500
Significant and multiple changes in fie ld notes and non -Alta surveys that requires extensive coordinating with
appra isers , title company and surveyo rs, as well as numerous discuss ions with attorney .
Seventy-seven (77) parcels ..................................................................... $525 per parcel = $40,425
Corrections or changes to field notes
Any occurrence after date of th is request ( 4/12/11) ................................................. $400 per parcel
Due Diligence Package to BNSF for Mainline Relocation and Connector Track
This scope of work was not included in origina l contract.
Sixty-six (66) parcels ............................................................................... $750 per parce l = $49,500
Appraisal
Appraisals on two (2) additional parcels ......................................................... $2,500 each = $5,000
Updates due to minor revisions in field notes (minor changes in area)............ $500 each as necessary
Updates due to major revisions in fie ld notes (i.e., change in damages , highest and best use
or take now affects improvements) ................................................... $650 as necessary
On Hold Fee fo r reports assigned (as requested); then put on hold for six {6} months. Work done prior to parcel
being put on hold will now have to be updated and revised .
Fee is for work done to date and will be in addition to normal appraisal fee .
Pa rcels inc luded in this request to date are P1, P3A. 3B , 4 and 12
Five (5) parcels ............................................................................................... $1,475 each= $7,375
Appraisal Review
Reviews on two (2) additional parcels .......................................................................... $650 = $1,300
Updates-minor rev isions .......................................................................... $450 each as necessary
Updates -major revisions .......................................................................... $600 each as necessary
"As necessary" fees will be in addition on a case by case scenario; unknown at this time.
Environmental
Alterations, start-stops and delays have resulted in changed focus , prior ities, schedules to be re-worked, delays and
project flow alterations . This resulted in additional site visits , rescheduling of site interv iew appointments ; as well as
alterations to partially comp leted reports . Th is has caused ineffic iency by sw itching study from one parcel or gr , up to
a different parcel or group mid-stream ................................................................................... $10,000
Total known contract modification request at this time ................................................. $122 ,100
Since rely ,
~
Brad Penn
Assistan t Vice Pres ident
Sen ior Pro ject Manager
2
1.
2 .
3 .
4 .
5 .
1331 Airport Freeway
Suite 410
Euless, Texas 76040
(817) 33S-9900
Fax (817) 335-9955
AUTHORIZATION FOR PROFESSIONAL SERVICES
PROJECT NAME:
PROJECT No.:
Alliance Runway Extension -BNSF Mainline Relocation
10-0370.03 MOD #3
CLIENT: Jeff Toner. P.E .
Jacobs Engineering
ADDRESS: 777 Main St.
Fort Worth , Texas76102
SCOPE OF SERVICES:
See attached Exhibit 'A' and layouts for detail Scope of Services.
COMPENSATION:
PROFESSIONAL SERVICES
P repare property acquisition Documents in ALT A Survey Format and
Requirements (60 ROW, 40 Utility Easements , and 10 Temporary Construction
Easement documents r the ori inal contract and contract MOD No. 2
$ 110,0 0
Additional Utility Coordination (John Day Road and Keller-Haslet Road)
additional compensation to coordinate the utilities temporary and penmanent for
Keller-Haslet Road and John Da Road .
$ 22 ,0010
Additional Permanent Utility Easement Document per Revised BNSF Mainline
Plans dated May 11, 2011 per AL TA Survey requirements (not to exceed and
additional 30 documents
Additional Temporary Construction Easement Document per Revised BNSF
Mainline Plans dated May 11, 2011 per ALT A Survey requirements (not to
exceed and additional 10 documents
Boundary Survey for Briscoe Clark Company per City of Fort Worth
Re uirements
Total
TOTAL ENGINEERING COMPENSATION: ~ $232,000.00 !Lump Sum
$ 79,0010
$ 13,001
$ a.oo p
$232,000.0()
Additional services not covered in this authorization and its attachments will be provided
on an hourly basis per Exhibit 'B'.
Services covered by this authorization shall be performed in accordance with
PROVISIONS stated on the attached form.
By:
Title:
Approved for CLIENT Accep~/t1tA. Consultants, L.L.C.
____ By ~•!14 PE ~bi ~ ...
--------------Title: Vice President
Date: Date: 05/12/2011 -----------------------------
CLIENT SA nSFACTION IS OUR BUSINESS
ANA Scope -Phase B -MOD 3--0riginal Job No 090590.doc
AN .A Consultants, L.L.C . Exhib it A -Scope of Services
AN.A Consultants, L.L.C . (herein referred to as ANA) is prepared to provide specific
civil enginee ring services for the Alliance Runway Extens ion -BNSF Mainline
Relocation-Mod No. 3 (herein refer to as PROJECT) for Jacobs
Engineering (herein called JACOBS).
1.0 INTRODUCTION
The purpose of this scope of work (SOW) is to provide engineering services , technical
manpower, and deliverables for the preparation of Right-of-Way Documents to be
implemented for the PROJECT.
1.1 Project Summary
Th is modification is to address increase scope of work from the original
contract and contract MOD No. 2 for the follow ing items:
• Additional preparation requirements needed for 2005 AL TA
survey requirements for the 60 ROW, 40 Permanent Utility
Easements, and 10 Temporary Easements per the original
contract and contract MOD No . 2.
• Additional time required for utility coordination services on John
Day Road and Keller Haslet Road .
• Preparation of an additional 30 Permanent Utility Easements
per 2005 ALT A survey requirements .
• Boundary Survey for Briscoe Clark Company property .
1.2 Information to be Provided by JACOBS
Upon receiving a notice to proceed (NTP), JACOBS shall furn ish the
necessary hardcopy and electronic copy of the PROJECT CADD files
necessary for or incidental to the performance of work set forth herein for
the completion of the Right-of-Way Parcel Documents. These files
include but are not limited to the following :
• Project Border Sheet
• Project CADD Standards
• Overall alignment and aerial photo with alignment layout
• Ex isting and Proposed BNSF Rail Plan and Profile plan sheets
includ i ng drainage . (All phases during the construction p lan
prepa ration)
• All Design Sheets (Plan-Plan Sheets and/or Plan-Profile sheets ; ie .
cut sheets) as required by the client to prepare signing and strip ing
sheets with all necessary reference files attached for reference use.
(Al l phases during the construction plan preparation)
• Any property documents including right-of-way , deed sketch , field
notes , title research , etc. previously used on any projects
associated with the Alliance Airport Runway Extension. (All phases
during the construction plan preparation)
ANA No . 10-370.03
Confidential
Alliance Runway Ext. -BNSF Reloc. -MOD 3
Page 2 5/12/2011
AN.A. Consultants , L.L .C. Exhibit A-Scope of Services
• All Right-of-Way and property map electronic files in MicroStation
format related to any project associated with the Alliance Runway
Extension project. (All phases during the construction plan
preparation)
• All field notes, field sketches, MicroStation CADD fries , ASCII fi les ,
electronic files related to the project benchmarks and project control
points . (All phases during the construction plan preparation)
• All information needed to establish GPS equipment on appropriate
project coordinate base.
2.0 SCOPE
ENGINEER will support and perform activities related to ROW and land as outlined
below, per direction and guidance from the JACOB's Project Manager.
Task 1: AL TA Survey (2005) Right-of-Way Document Preparation
• The JACOBS shall determine rights-of-way areas needed for construction of
the project. ANA is not responsible for determining right-of-way parcel size or
area . Right-of-Way areas that are altered after giving ANA notice to proceed
with right-of-way document preparation will require additional compensation
to modify said right-of-way documents.
• ANA shall prepare documents to be used to obtain right-of-way required to
construct the improvements .
• ANA shall submit the right-of-way acquisition documents to JACOBS PM for
real property acquisition. ANA will not perform any services related property
acquis ition .
• The documentation shall be provided in conformance with the checklists and
templates available per Table A of the 2005 AL TA Survey Requirements, with
the exception of items 1. 5 , 6, 7(b), 7(c). 10, 11(a), 12 , 14, 15, 16, 17 , 18, and
19 .
• The documentation on the AL TA survey for the topographic survey and
identifying existing utilities on properties will be provided by Multatech's
survey and engineering data used to prepare engineering design for the
BNSF Mainline track .
Task 2: AL TA Survey (2005) Pennanent Utility Easement Document Preparation
• The JACOBS shall determine utility easement areas needed for construction
of the project. ANA is not responsible for determining utility easement parcel
size or area . Easement areas that are altered after giving ANA notice to
proceed with easement document preparation will require additional
compensation to modify said easement documents .
ANA No . 10-370 .03
Confidential
Alliance Runway Ext. -BNSF Reloc . -MOD 3
Page 3 5/12/2011
AN.A Consultants , L.l.C. Exh ibit A -Scope of Services
• ANA shall prepare documents to be used to obtain permanen t utility
easement required to construct the improvements .
• ANA shall submit the permanent utility easement documents to JACOBS PM
for real property acquisition. ANA will not perform any services related
property acqu isition .
• The documentation shall be provided in conformance with the checklists and
templates availab le per Table A of the 2005 AL TA Survey Requirements, w ith
the exception of items 1, 5, 6, 7(b), 7(c), 10 , 11(a), 12 , 14 , 15 , 16 , 17, 18 , and
19.
• The documentation on the AL TA survey for the topographic survey and
ident ifying ex isting utilities on properties will be provided by Multatech 's
survey and engineering data used to prepare engineering des ign for the
BNSF Mainline track .
Task 3: ALTA Survey (2005) Temporary Construction Easement Document
Preparation
• The JACOBS shall determine temporary construction easement areas
needed for construction of the project. ANA is not responsib le for determining
utility easement parcel size or area . Easement areas that are altered after
giving ANA notice to proceed with easement document preparation will
require additional compensation to modify said easement documents .
• ANA shall prepare documents to be used to obta in temporary construction
easement required to construct the improvements.
• ANA shall submit the permanent utility easement documents to JACOBS PM
for real property acquis ition . ANA w ill not perform any services related
property acquisition .
• The documentation shall be provided in conformance with the checklists and
templates available per Table A of the 2005 ALTA Survey Requirements , with
the exception of items 1, 5, 6, 7(b), 7(c), 10, 11(a), 12 , 14 , 15 , 16, 17 , 18, and
19 .
• The documentation on the ALTA survey for the topographic survey and
identify ing existing util ities on properties will be prov ided by Multatech's
survey and enginee ri ng data used to prepa re engineering design for the
BNSF Mainline track .
3.0 ADDITIONAL SERVICES
If authorized by JACOBS to perform any other services not included in the bas ic
serv ices listed above , ANA may perform Optional services for additional
compensation on a re imbursable hourly basis or by amendment to current
contract. Providing Uti lity Coordination for BNSF Mainline relocation , Subsurface
Util ity Eng ineering , and Topographic Survey services are not included in the
ANA No . 10-370 .03
Confidential
Alliance Runway Ext . -BNSF Reloc. -MOD 3
Page 4 5/12/2011
AN .A. Consultants, L.L.C . Exhibit A -Scope of Services
scope of work and will require additional compensation if required by the City of
Fort Worth or BNSF.
Deliverables
•!• Convert original contract and contract Mod. 1 Right-Of-Way and Easement
documents to meet 2005 ALTA Survey Requirements listed above (60 ROW,
40 Utility Easements. and 10 Temporary Construction Easement documents
per the original contract and contract MOD No. 2). Field monuments tor Right
of Way Acquisition ONLY will be 5/8 inch iron rod with cap .
•:• Prepare additional Permanent Utility Easement Documents per 2005 ALTA
Survey requirements listed above (not to exceed 30 documents).
•!• Temporary Construction Easement Documents per 2005 ALTA Survey
requirements listed above (not to exceed 10 documents).
•!• Boundary Survey for Briscoe Clark Company property .
3. COMPENSATION
Lump Sum Fee
The ENGINEER will accomplish the Basic Services for a lump sum fee of
$232,000.00 . plus "Additional Expenses not included in Fee
Proposal" and required sales taxes on certain related services (if any).
The following "Additional Expenses not included in Fee Proposal" will be billed at
our cost plus 10%; for both Basic and Optional Services:
a) Platting, application, inspection, filing, review or other fees paid directly by
ANA on behalf of JACOBS at the prerogative of ANA so as to expedite
submittals, rather than waiting for JACOBS to provide check for these fees
prior to the time of submittal.
b) Any cost related to purchasing and maintaining additional insurance
requirements required by railroad in order to enter and work on railroad
property to complete the project.
c) Any cost related to permits in order to enter and work on railroad or city
property to complete the project.
d) Any costs related to preparing Temporary Right-of-Entry Documents for
surveying or construction purposes.
e) All courier delivery including but not limited to local couriers, FedEX, UPS,
and Express US postal Mail. (This will be billed at Direct Cost)
f} All Reproduction costs, excluding in house plotting and data processing .
ANA No . 10-370.03
Confidential
Alliance Runway Ext. -BNSF Reloc. -MOD 3
Page 5 5/12/2011
AN .A Consultants . L.L.C . Exhibit A -Scope of Services
g) Any costs related to installing field monuments using concrete and brass
disks .
h) Any cost related to Subsurface Utility Engineering .
i) Any cost related to Topographic Surveying .
Billing for Basic and/or Optional Services: will be made monthly on a "percent
complete" basis for fees listed as lump sums. or on an hourly reimbursable basis
for other Optional Additional Services . Payment of each invoice will be due with in
15 days of rece ipt by JACOBS of invoice from ANA Compensation and payment
thereof is not contingent upon the consummation of any closing. loan, real estate
transaction , zoning , plat or plans approval, or any other permit or condition . An
interest charge at the rate of 1.5% per month will be assessed to any amounts
outstanding more than 30 days from the invoice date. ANA may suspend its
services without liability for consequential o r other damages if payment is not
received with i n 30 days of any billing.
ANA No . 10-370.03
Confidential
Alliance Runway Ext. -BNSF Reloc. -MOD 3
Page 6 5/12/2011
AN.A. Consultants, L.L.C . Exhibit B -Hourly Rates
Attachment 8-1
Hourly Rate Schedule
Work Title Hourly Rate
Principal $205.00
Controller $165.00
Quality Control Manaaer $175.00
Project Manager I Project Engineer $150.00
Project Manaaer / Proiect Surveyor $150.00
Enaineer Intern I Survey Intern $115.00
Engineering Designer/ Survey Technician $105.00
2-Man Survey Crew $135.00
GPS Survev Crew $160.00
Specification Writer $60.00
Reproduction $30.00
Word Processor/ Secretary $38.00
Any extra work that is not in the Scope of Work, the Consultant fees will be based
on the above hourly rates schedule.
ANA No. 10-370.03
Confidential
Alliance Runway Ext. -BNSF Reloc. -MOD 3
Page 7 5/12/2011
AN .A. Consultants, L.L .C. Contract Provisions
PROVISIONS
AUTHORIZATION TO PROCEED
Signing ttjs form shall be construed as authorization by CLIENT for A .N.A.
to proceed with the work . unless otherwi se provided for in the
authorization .
LABOR COSTS
A .N.A .'s Labor Cost shall be the amount of salaries paid A .N .A.'s
employees for the work performed on CLIENTS Project plus a stipulated
percentage of such salaries to cover all payroll-related taxes, payments.
premiums. and benefits.
DIRECT EXPENSES
A .N .A's Direct Expense shall be those costs incurred on or directly for the
CLIENT'S Project including but not l imited to necessary transportation
costs including milage at A .N .A .'s current rate when its automobiles are
used, meals and lodging, laboratory test and analyses , computer services,
word processing services, telephone . printing and binding charges.
Reimbursement for these EXPENSES shan be on the basis of actual
charges when furnished by A .N.A. Consu ltants, L.L .C.
OUTSIDE SERVICES
\Nhen technical or professional services are furnished by an outside
source. when approved by the CLIENT . an add itional amount of 10% shall
be added to the cost of these services for A .N.A 's administrative cost.
COST ESTIMATES
Any cost estimates provided by A .N.A. will be on a basis of experience and
judgement, but since it has no control over market conditions or bidding
procedures AN.A . cannot warrant that bids or ulti mate construction costs
will not vary from these cost estimates .
PROFESSIONAL STANDARDS
A .NA shall perform its professional services pu rsuant to the standard of
care which would be applied by a reasonable and prudent registered
professional engineer in the State of Texas providing services under the
same or si milar scope of service for the same or similar types of projects .
WARRANTY
A .N.A.'s services are professional services limited to the exercise of
judgment and the rendering of advice and opinions and , as such. A .N.A.
makes no warranty, express or i mplied .
TERMINATION
Either CLIENT or A.NA may terminate th is authorization by giving 30
days written notice to the other party. In such event CLIENT shall forthwith
pay A .NA i n full for all work previously authorized and performed prior to
effective date of termination . If at any time the CLIENT suspends the work
of the project for any reason , the con tract shall be terminated after 90 days
of notice to suspend work . If no notice of term inat ion is given, relationships
and obligations created by this Authorization shall be terminated upon
completion of all applicable requirements of this Authorization .
ARBITRATION
All claims . d isputes. and ot her matters in question arising of. or
relating to , th is Authorization or the breach thereof may be de ided by
arbitration in accordance with the rules of lhe American A 1bitration
Association then obtaining . Either CLIENT or A.N.A. may iljl itiate a
request for such arbitration , but consent of the other party to such
procedure shall be mandatory . No arbitration arising oul of, or r~ating to
this Authorization may include. by consolidation , joiner. or in a my other
manner, any add itional party not a party to this Authorization .
LEGAL EXPENSES
In the event legal action is brought by CLIENT or A.N.A. against t other
to enforce any of the obligations hereunder or arising out of any dispute
concerning the terms and conditions hereby created , the losil]g party
shall pay the preva il ing party such reasonable amou nts for fees. dost and
expenses as may be set by the court . I
PAYMENT TO A.N.A., LLC.
Monthly invoices will be issued by A.N.A. for all work performed under the
terms of this agreement . Invoices are due and payable on !receipt.
Interest at the rate of 1.5% per month wiU be charged on all A3st-<lue
amounts . unless not permitted by law , in which case , interest will be
charged at the highest amount permitted by law.
LIMITATION OF LIABILITY
A .N.A .'s liability to the CLIENT for any cause or combination of uses is
in the aggregate , lim ited to an amount no greater than the fee earned
under this agreement.
ADDITIONAL SERVICES
Services In addition to those specified in Scope wiK be provided b~ A.N .A .
if authorized in writing by CLIENT. Additional services will be paid Jfor by
CLIENT as indicated in attached Basis of Compensation or as negotiated.
SALES TAX
In accordance with lhe State Sales Tax Codes. certai n surveying services
are taxable . Applicable sales taxJ§...n.21 included in the above pr' posed
fee . Sales tax at an applicable rate will be indicated on Invoice
statements .
SURVEYING SERVICES
In accordance with the Professional Land Surveying Practices Act of
1989, the client is informed that any comp laints about surveying Sf!rvices
may be forwarded to the Texas Board of Professional Land Suri"eying,
7701 North Lamar, Suite 400. Austin . Texas 78752 , (512) 452-942 .
In case any one or more of the provisions contained n this
Agreement shall be held illegal, the enforceability of the re i ning
provisions contained herein shall not be Impaired thereby.
AUGUS
ANA No . 10-370 .03
Confidential
Alliance Runway Ext. -BNSF Reloc . -MOD 3
Page 8 5/12/2011
II
Gorrondona & Associates, Inc.
Jacobs
Attn: Ms. Christine Graygor
777 Main Street
Fort Worth. Texas 76102
May 11, 2011
Re: Revisions to AL TA Surveys for Keller-Haslet Road, Alliance Runway Ext Ph Ill,
Tarrant County, Texas
Dear Ms. Graygor.
Gorrondona & Associates , Inc. (G&AI) is p leased to submit this proposal for professional
land surveying services for the above referenced project. The following item ized
surveying services are to be provided by G&AI :
ATLA SURVEYS
Revised AL TA Surveys -Revise four { 4 ) ALT A Boundary Surveys on four ( 4)
proposed easements , designated Parce ls 1UE-Pt1 , 1UE-Pt2, 1DE and 1AE, on the
west side of Keller-Haslet Road. The revised surveys will conform to the 2011
Minimum Standard Detail Requirements for ALT A/ACSM Land Title Surveys, and will
include items 2, 3 , 4, 7a . 8 , 9 , 11 band 13 of Table A thereof.
Gorrondona & Associates, Inc. can provide the above professional land surveying
services for a lump sum fee of $ 1,552.00. If you have any questions or requi r e
additional information please contact me at (817) 496-1 424.
Sincerely,
Richard Kennedy, RP.LS.
Project Manager
Pagel of I
7524 Jack Newel ! Slvd . So .• Fort Wo rt h, Texas 76118 • 817.496 .1424 • Fax 817 .496 1768 • www .ga-inc.net
,e (.·~,·th--
II
Gorrondona & Associates, Inc.
Jacobs
Attn: Ms . Christ ine Graygor
777 Main Street
Fort Worth, Texas 76102
March 10, 2011
Re: ALTA Surveys for Keller-Haslet Road, Alliance Runway Ext Ph Ill, Tarrant
County, Texas
Dear Ms. Graygor,
Gorrondona & Associates, Inc. (G&AI) is pleased to submit this proposal for professional
land surveying and subsurface utility services for the above referenced project. The
following itemized surveying services are to be provided by G&AI :
ATLA SURVEYS
1.) ALTA Surveys -Prepare five (5) ALTA Boundary Surveys on one (1) fee simple
tract, designated Parcel 3A, and four (4) proposed easements , designated
Parcels 1UE-Pt1. 1UE-Pt2, 1DE and 1AE, on the west side of Keller-Haslet Road.
The surveys will conform to the 2011 Minimum Standard Detail Requirements for
ALT A/ACSM Land Title Surveys, and will include items 2, 3, 4, 7a, 8, 9, 11 b and
13 of Table A thereof.
AMOUNT $ 5,600.00
2.) Subsurface Utility -Locate subsurface utilities, marked by G&AI, within ten (10)
feet of the five (5) above referenced surveys as required in Table A. Item 11 b of
the 2011 Minimum Standard Detai l Requirements for Al T A/ACSM land Title
Surveys.
AMOUNT $ 5,500.00
Gorrondona & Associates, Inc . can provide the above professional land surveying and
subsurface utility services for a lump sum fee of$ 11,100.00. If you have any questions
or require additional information please contact me at (817) 496-1424.
Sincerely,
Richard Kennedy, R.P.L.S.
Project Manager
Page I of l
7524 Jack Newell Blvd. So .• Fort Worth, Texas 76118 • 817 496.1424 • Fax 817 .496.1768 • www.ga-inc.net
II
Gorrondona & Associates, Inc.
Jacobs
Attn: Ms. Christine Graygor
777 Main Street
Fort Worth , Texas 76102
May 6 , 20 11
Re: Revision of Parcel 8DE to Parcel BA, Alliance Runway Ext Ph Ill, Tarrant
County, Texas
Dear Ms . Graygor,
Gorrondona & Associates, Inc. (G&AI) is pleased to submit this proposal for professional
land surveying services for the above referenced project. The following itemized
surveying services are to be provided by G&AI :
Revision of Parcel SOE to BA
Revise Parcel 8DE Parts 1 through 9 (Permanent Drainage Easement) to Parcel 8A
Parts 1 through 9 (Right-of-Way Acqu isition). After right-of-way documents have been
approved , set new right-of-way monumentation. Right-of-way takings will be on a per
parcel basis for a fee of $1,800.00 per document less the fee of $1000.00 per
document as previously invoiced leaving a net total fee of $800 .00 per document.
Gorrondona & Associates, Inc . can provide the above professional land surveying
services for a lump sum fee of $ 7,200.00. If you have any questions or require
add itional information please contact me at (817) 496-1424.
Sincerely ,
GORRONDONA & ASSOCIATES
\
Richard Kennedy, RP.LS.
Project Manager
Page I of I
7524 Jack Newell 81vd. So.• Fort Worth. Texas 7611 8 • 817.496 .1424 • Fax 817 496 .1768 • www.ga-inc.net
II
Gorrondona & Associates, Inc.
Jacobs
Attn: Ms. Christine Graygor, P.E.
777 Main Street
Fort Worth, Texas 76102
Re: Alliance Runway Extension Phase Ill Project
June 13, 2011
Final Plat for John Day Road / Barnwood Drive Right-of-Way
Annexation Document for the City of Fort Worth
Additional AL TA Surveys for BNSF
Dear Ms. Graygor:
Gorrondona & Associates, Inc. (G&AI) is pleased to submit this proposal for
professional land surveying services for the above referenced project. The
following itemized surveying services are to be provided by Gorrondona &
Associates, Inc.:
I. Right-of-Way Plat
A.) Prepa re a Final Plat to City of Fort Worth platting standards of
approximately 8,700 feet of John Day Road and approximately 1 , 100 feet
of Barnwood Drive . After review make the necessary changes to the plat
and prepare the plat for final submittal to the City of Fort Worth. All ROW
Markers have been set during acquisition of the right-of-way.
~00~ ~~~
II. City of Fort Worth Annexation Document
A.) Prepare an annexation document to City of Fort Worth standards of
approximately 145 acres between existing John Day Road and proposed
John Day Road/Barnwood Drive, including legal description and exhibit.
The proposed John Day Road/ Barnwood Drive to be purchased and
platted previous to the annexation.
Amount $7,500.00
Page 1 of 2
7524 Jack Newe ll Blvd . So .• Fort Worth . Texas 761 18 • 817 .496 1424 • Fax 817 .496.1768 • www .g a-inc .net
Ill. Additional ALT A Surveys for Parcel No. 1
A.)Prepare three (3) additional ALTA Boundary Surveys on three (3) proposed
easements , designated Parcels 1UE-Pt3. 1TE-Pt1 and 1TE-Pt2, on the
west side of Keller-Has let Road . The surveys will conform to the 2011
Minimum Standard Deta il Requirements for ALTA/ACSM Land T itle
Surveys, and w ill include items 2 , 3, 4, 7a, 8, 9, 11b and 13 of Table A
thereof.
Amount $3,400 .00
IV. Additional ALTA Surveys for Parcel No. 12
A.)Prepare three (3) ALTA Boundary Surveys on three (3) proposed
easements, designated Parcels 12UE-Pt1, 12UE-Pt2 and 12TE-Pf3 across
the BNSF Property and Keller-Haslet Road. The surveys will conform to the
2011 Minimum Standard Detail Requirements for ALTA/ACSM Land Title
Surveys, and will include items 2 , 3, 4, ?a, 8, 9 , 11 b and 13 of Table A
thereof.
Amount $ 4,200 .00
Gorrondona & Associates, Inc. can provide the above professiona l land
surveying services for a lump sum fee of $23,600.00, plus sales tax (8 .25%) of
$1,947.00 (not required with Sales Tax Exemption Form), plus $1,990.00 for
appl icable platting fees. The Total fee of this proposal is $27,537.00. If you have
any questions or require additional information please contact me at (817) 496-
1424.
Sincerely,
GORRONDONA & ASSOCIATES, INC .
Richard Kennedy, R.P.L.S.
Project Manager
Page 2 of 2
JACOBS
M156
iT" M 156 Nor1h Con,tructlon
t""r FM 156 Soulh Construction
t,,-
t,;-IBNSF ~In LIM • Connec1or Track
t,T BNSF Pl'elim OeStgr, & Environm41fllal
r,r Prep,a,1e BNSF Relocation Agreement
t,. Council Appfoves SNSF Agreement
if" Ag1eement Executed by t6FW & BNSF
-it BNSF Reviews Prelirrinary Engineenng Repol'1
"1T COFW Re5POl)ds 10 BNS F Review Convnont,
-;r comment Close Out Meeril'IQ
11 BNSF 60% Design
"T ROW Acclutsilion MOO 5
"'Ji'" BNSF Fil\l!J Design
"lT COFW AIIYiew o! BNSF Fio1I DHlgn
"lr' BNSF Mainl,ne Bid & Awa.rd
""fi" BNSF Main Line Construction ..,,.
'"N" FAA Reimbursa ble Agreeemenl1
--,,-
11" John Day• Kelle,-Hasi.t Road
"lT 65%Design
,r ROW Acquisition MOD 5
Ti FinelOe~
"'D" Bid and Award
Alliance Airport Runway Ext ens ion Project Schedule
I -•-I I
1460d•Y• Tue 512il1>-4 Frl 6J27/08
150d,y, Sal 6128/08 Mon11/24/08
501 days Tue 11/25/08 Fri41'9/10 _ ..
1512d,y,
I
Mon2/23/09 Wed7/3113
Mon 1/18J1( 330Gays Mo,,2/23/09 "''"' 184days Mon 11/2/09 Tue 514/1 --.. --:.
0 dayst Tue S/4/10 Tue S/4/1( r;..-1,._ .... ,,:::·--
13days WedS/5/10 MonS/17111 ..,_,..t:,~OFW I -
30c1ays Tue S/18/10 Wed 6116/1( ,_._._,, ~~
Thu611711 0 Thu71111
. ,.,"
ISdays COfW ._._,-, II "8tt:•• C--1
Oday,: Mon7119/10 Mon7/\9/IO C-...-CklN 0.-~
·~7119
!09days Mon7/1 9/1 0 Thu 11/4/10 .,., ..... o...,,n•
400days Fri 1 115/10 Fn 12/9/II
195days Fri 11/5/10 WedS/18/11
30days Thu S/1 9/11 Fri611711 1
90"'ys We<:110/5ll l Mon 1/2/12
S48c1ays Tuel/3112 We<:17/3113
586days! Thu8126110 Mon4/2/12
I
903d1y, Thu 1n11 0 Wed"27f121P----------..;-=~'-''.;;;'-=;;;~=---------------
98daysj Thu1 nl10 Wed4/14/IC H'!I.Onlpl tilt
505doy•!. T"-'4115/IO Tho9Jl/11 I ,ow~,•--• ---=•"
383days; Thu4115/IO MonS/2/11 ia-"""""""""""'_""' ___ ;;::;;;::;:;;;;;a,,I"'."_. __ _
120daySi Thu515/T1 Thu9/1/11 ... -.. -.
!
:
Updated 6/14/11
,,.
.... cOl'lstNClionMOos --·····t-300days.--·· FriW1~&/2~ ~-·
"VIE.1gleP.,1ouy
,r Ellgle Parkway ROW Acquisition ..,,.
:ff" Runw,y & Tutlw'ay Extension
r'ff" Early Euthwort,; Package
l4f E.lrthwon:Package2 ,..
r,;-Earthwork & UUUtiu • P1ckag1 3
rn' Earthworl,,& Ulili1es ·Package3Design
r"!f Earthworl. & Utilites -Package 3 Bid & Award
!°Jr Earthwol1t & Ulilitles • Pack.age 3 Construclion MOD
5
Earthworlt P1r;kage 4, E1g le Parkw,y • Twy A
Design
Bid&A-rd
Conslfuct!on
EJ:t1nd Rwy 16R & Rwy 16L
Design
Bid& Award
Construciion
I 90 d1y,~
90days
l 5184daysj
1211:Jday&i
631 d1y,T
690d1ys
261days
139days'
180days
T 14112d,ys
J79days
90days:
s.tsdayS:
1550days'
I
925days1
90day1
s.t6days
Mon 2/4/13
Mon 2/4/13
Sun4/21/02
Sun4/21/02
Sun3/27/05
Thu1f7/10
Thulf7/1 0
Thu 1113/1 1
Wlld &/111 1
We412/1110
Mon412/12
Wed 12/1110
Thu7/4/1 J
Mon 4/2/12
Mon4/2/12
Fril0/3/14
Thul/1/15
sa\514113
SatS/4/1~
W1d6J211116
Thu 11/3105
Sun 1V17f06
Sun 11127/111P-------..;';.•-.. •.•.;.•• ... •;;;-... ·,.•-=~-' ______ ._ 11111
Fri 9/2411 b,_o,kl \l'llM,tt•Pa<,o,-io.•
TueS/31/1 1 ,.-,-.,.. ... ,.,,,,.:.~·.,,
&.,n1 1127/11 •--1.li•io.·P-,c-~;oo•
Wed12/31 /14
Mon411S/1
Mon2/28/II
Wed12/3 1/14
wtd6129116
Mon 10/13/14
Thu 1/1/15
W&d 6/29/16
eaLP:::::.:11n I •K -,w
11
b ,-.,..P•cko,-t,b .. P.,lrwaJl"'1A
II ........ ············· ... t,'·== ..... ==---=-===·r·
·-------...--------------··-.............. •M..,• ........... •~---------------...------------------"""""""""-'"--=*-'=======••U ' llollAWat·:~/1
,..w,,1,.,,_._,.,,_Y11·•-~--.. ._,_,_.."°°'"-
M&C -Council Agenda Pag 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/19/2011
DATE: Tuesday , July 19, 2011 REFERENCE NO.: **C-5025
LOG NAME: 55AFW RWY EXT P8 AMO 5 -JDR/KHR
SUBJECT:
Authorize Execution of Amendment No. 5 to City Secretary Contract No. 39252 in the Amount of
$544,787.59 with Jacobs Engineering Group , Inc ., for Construction Support Services , Additional Land
Acquisition Services and ALT A Surveying Associated with the Relocation of John Day Road and Keller
Haslet Road and the Relocation of the Burlington Northern Santa Fe Railroad Mainline for the Allianc
Runway Extension Project (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute amendment No . 5 to Qity
Secretary Contract No. 39252 in the amount of $544 ,787 .59 with Jacobs Engineering Group, Inc., for !
construction support services , additional land acquisition services , and AL TA surveying associated w ilt h
the relocation of John Day Road and Keller Haslet Road and the relocation of the Burlington Norther
Santa Fe Railroad Mainline for the Alliance Runway Extension project. The total fee paid by the City f r all
work and services under this contract shall not exceed the sum of $3 ,304 ,871 .92.
DISCUSSION:
Jacobs has identified the following additional services that were not in earlier agreements: additional
construction support services , additional land acqu isition services and ALT A surveying associated with the
relocation of John Day Road and Keller Haslet Road and relocation of the Burlington Northern Santa Fe
Railroad (BNSF) Mainline for the Alliance Runway Extension project. Staff has determined that the
services and fees proposed are reasonable for the project.
On March 28 , 2001 , (M&C C-18528) the City Council approved hiring Carter and Burgess , Inc. (now
Jacobs Engineering Group , Inc.) for Phase I program management services for the Runway Extensio
Project at Fort Worth Alliance Airport. Subsequently , similar services have been performed in multiple
phases under individual agreements as funds became available.
On August 18 , 2009 , (M&C C-23735) the City Council approved a contract in the amount of-$1,323 ,029 .89
with Jacobs Engineering Group , Inc ., for phase VIII for the runway extension project which included
program management for the design of Earthwork Package No . 3, John Day Road relocation , Keller
Haslet Road relocation and ALP Update at Fort Worth Alliance Airport.
On April 20, 2010 , (M&C C-24187) Amendment No. 1 in the amount of $471,179.70 was to add additional
program management and land acquisition services associated with the relocation of the BNSF mainl 1ne
and connector track which was not included in the original contract.
On June 23 , 2010 , (no M&C required) Amendment No. 2 in the amount of $49,708.63 was approved ~b
increase funding for Phase I Environmental Site Assessment associated with the relocation of the BNSF
mainline due to the need to change the alignment to separate the rail line from an existing natural gas well
pad site.
On April 12 , 2011 , (M&C C-24855) Amendment No . 3 in the amount of $546,621.29 was approved fo
additional program management and land acquisition services for the relocation of the BNSF connect I r
track and mainline. The amendment was necessary to account for the additional parcels and changes in
http://apps .cfwnet.org/ ecouncil/printmc. asp ?id= 15 549&print=true&DocType= Print
M&C -Council Agenda Page 2 of2
the right-of-way requirements due to two changes in the alignment.
On May 17 , 2011, (M&C C-24909) Amendment No. 4 in the amount of $369 ,544 .82 was approved for
construction support services , material testing and surveying associated with the construction of the
Earthworks Package No . 3 for the Alliance Runway Extension.
This Amendment No. 5 in the amount of $544 ,787 .59 has been proposed for construction support
services , AL TA surveys and additional land acquisition services required for the Fort Worth Alliance
Airport Runway Extension. The initial scope of the project included boundary surveys only . Later in the
project , the consultant learned that the BNSF would only accept ALT A surveys for the relocation of the
BNSF rail lines. The construction support services included are for the construction phase of the relocation
of John Day Road and Keller Haslet Road which has recently been awarded. The additional land
acquisition is required to cover the costs to the project management team for three other changes to the
BNSF mainline alignment which occurred after Amendment 3 was agreed upon .
The total fee paid by the City for all work and services unde r this contract shall not exceed the sum of
$3 ,304 ,871.92 .
Federal Aviation Association funds from Runway Extension Grant 3-48-0296-43-2011 will be used for this
project. Existing land credits that remain from the orig inal land donation for Alliance Airport will be used for
the City's five percent in-kind match.
Jacobs Engineering Group , Inc. agrees to maintain its initial M/WBE commitment of 20 percent that it
made on the original agreement and extend and maintain that same M/WBE commitment of 20 percent to
all prior amendments up to and inclusive of this Amendment No. 5. Therefore Jacobs Engineering Group ,
Inc., remains in compliance w ith the City's M/WBE Ordinance and attests to its commitment by its
signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized
representative of its company .
This project is located in COUNCIL DISTRICT 2 , Mapsco 7P .
FISCAL INFORMATION/ CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget , as appropriated , of the Airport Grants Fund.
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
GR14 541200 055218517800
Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
Patrick Buckley (2443)
1. 55AFW RWY EXT P8AMD 5 00960 Project Map.pdf (Public)
2. 960 FAR -P8A5 .pdf (CFW Internal)
3. 960 MWBE APC -P8A5 .pdf (CFW Internal}
4. AFW MOD 5 explana t ion .pdf (CFW Internal)
5. Availc1b le funds 21 &_517.doc (CFW Internal)
http ://apps.cfwnet.org/ ecouncil/printmc.asp ?id= 15 549 &print=true&DocType= Print
$544.787.59
8/4/2011
M&C -Council Agenda Pagd 2 of2
the right-of-way requirements due to two changes in the alignment.
On May 17, 2011, (M&C C-24909) Amendment No. 4 in the amount of $369,544.82 was approved for
construction support services, material testing and surveying associated with the construction of the
Earthworks Package No. 3 for the Alliance Runway Extension.
This Amendment No. 5 in the amount of $544,787.59 has been proposed for construction support
services, ALT A surveys and additional land acquisition services required for the Fort Worth Alliance
Airport Runway Extension. The initial scope of the project included boundary surveys only. Later int'
project, the consultant learned that the BNSF would only accept AL TA surveys for the relocation oft e
BNSF rail lines. The construction support services included are for the construction phase of the relo , tion
of John Day Road and Keller Haslet Road which has recently been awarded. The additional land
acqaisittorris-re-qoire-cttcr cover tt.e-cosrs-to-ttre-projecrmanagement team fortnree otner c anges to1ne
BNSF mainline alignment which occurred after Amendment 3 was agreed upon.
The total fee paid by the City for all work and services under this contract shall not exceed the sum 011
$3,304,871.92.
Federal Aviation Association funds from Runway Extension Grant 3-48-0296-43-2011 will be used to ri this
project. Existing land credits that remain from the original land donation for Alliance Airport will be used for
the City's five percent in-kind match.
Jacobs Engineering Group, Inc. agrees to maintain its initial M/WBE commitment of 20 percent that it
made on the original agreement and extend and maintain that same M/WBE commitment of 20 percert to
all prior amendments up to and inclusive of this Amendment No. 5. Therefore Jacobs Engineering Gnl>up,
Inc., remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its
signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized
representative of its company.
This project is located in COUNCIL DISTRICT 2, Mapsco 7P .
FISCAL INFORMATION/ CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Airport Grants Fund.
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
AITACHMENTS
FROM Fund/Account/Centers
GR14 541200 055218517800
Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
Patrick Buckley (2443)
1. 55AFW RWY EXT P8AMD 5 00960 Project Map .pdf (Public)
2. 960 FAR -P8A5 .pdf (CFW Internal)
3. 960 MWBE APC-P8A5 .pdf (CFW Internal)
4. AFW MOD 5 explanation .pdf (CFW Internal)
5. Available funds 218517 .doc (CFW Internal)
http://apps.cfwnet.org/ ecouncil/printmc.asp?id= 15 549&print=true&DocType= Print
$544,787.59