Loading...
Resolution 4469 - Contract Change - Meridian Road Reconstruction Project1919 RESOLUTION NO. 4469 A RESOLUTION TO ALTER AND AMEND THE CONTRACT WITH ROBERT PECCIA AND ASSOCIATES ON THE NORTH MERIDIAN ROAD RECONSTRUCTION PROJECT, STPU 6701(6). WHEREAS, the City on October 10, 1995 did enter into a contract with Robert Peccia and Associates, Helena, MT for the reconstruction of North Meridian Road and WHEREAS, certain elements in the project required additional work, as well as time to complete; and said additional work and time requirements could not have been necessarily foreseeable when the original construction contract was entered into, and said changes are contained in Exhibit "A", attached hereto and are by this reference made a part hereof; and WHEREAS, upon the advice and recommendation of Jim Hansz, Public Works Director, it appears in the best interests of the City to approve said changes and alterations. NOW THEREFORE, pursuant to the provisions of Section 7-5- 4308(1) MCA be it hereby resolved: 1. The alterations and modifications of the contract between the City of Kalispell and Robert Peccia and Associates, dated March 24, 1999, as set out in Exhibit "A" attached hereto are hereby approved, and 2. As soon as the alterations and modifications are agreed to in writing, signed by the City Manager, as hereby approved by the Council, this approval thereof shall be in effect. PASSED AND APPROVED BY THE CITY COUNCIL AND SIGNED BY THE MAYOR OF THE CITY OF KALISPELL THIS 19TH DAY OF APRIL, 1999. ATTEST: Theresa White City Clerk 1 WMI-13ribridi Wm. E. Boharski Mayor 1929 EXHIBIT A CIVIL TRANSPORTATION, ENVIRONMENTAL ENGINEERS PA an SW W COM AMM Ksbft vaum sera 00 447-IM FAX iN u7-M March 24, 1999 Mr. Jim Hansz, P.E. Director of Public Works / City Engineer City of Kalispell P.O. Sox 1997 - Kalispell, MT 59903-1997 Subject: STPU 6701(5) North Meridian Road - Kalispell C.N. 2950 Dear Jim: This letter reiterates the items discussed in my December 17, 1998 letter, and also provides the additional costs associated with combining the plans for phases R and Ill of the subject project. Item No. 2 in my original letter, the additional cost of proportioning the storm drain items, has been deleted. However, we have added in several additional items based upon MDrs final plan review comments. The original contract between the City of Kalispell and Robert Peccia and Associates (RPA) for work on the North Meridian Road project was signed on October 10, 1995. The official Notice to Proceed was issued on October 19, 1995 with a scheduled project completion date of March 15, 1997. The total contract amount was $370,149.20. Since the original agreement was signed, five supplemental agreements have been approved. They are as listed below: Supplement No. i - $6770 for additional subsurface utility work. Supplement No. 2 - $31,300 for splitting the project into three phases. Supplement No. 3 - To extend the contract completion_ date to August 14,1998. Supplement No. 4 - To remove the right-of-way appraisal and acquisition work from the contract. This supplement reduced the contract amount by $60,041. Supplement No. 5 - $43,750 for retaining walls, hydraulics report, underdrain system, sanitary sewer and water main stub -outs, and other miscellaneous Mork. The current contract ceiling is $391,928. Our work on this project is essentially complete as the final Utility Plans were submitted on October 8, 1998, the final Right -of -Way plans on October 21, 1998, and final road plan check prints on November 9, 1998. We are currently addressing comments from the final road plan review submittal. As we previously discussed., RPA is approximately $76,000 over budget on this project at this time. So, although we very much dislike having to request additional funds, we would like to point out several areas where we think additional work or work beyond the scope of the original agreement and/or supplements was necessary. We do believe that some of the cost overrun is our own fault, Mainly due to some staffing and scheduling situations, and are not requesting funds to cover all of our overrun, but rather, only that which we consider to be extra work or extenuating circumstances. I would also bike to point out that RPA will complete this project to everyone's satisfaction regardless of the outcome of this reouest. 1 there was not a clear-cut separation of the extra work from the other wodt. However, using old time sheets and our cost aecotting systm we hit" 1 the best we can to fairly estimate the cost of the extra work. For the items originally discussed in my December 17, 1998 letter, we are not asl*g for any additional profit, but only for the actual cost of performing the wort 'lbe additional cost associated with combining the plans for phases H and H does include profit, as does the additional work based on MDT's final review comments. The cost breakdown for each of the items is shown on the attached sheets. The following list briefly describes the extra work and the associated cost - 1. Signing and striping plans are usually on the same plan sheets. However, due to the complex nature of this project, it became necessary to separate the signing and striping into separate sets of plans. This resulted in 6 additional plan sheets for Phase I and 3 additional for Phase K If this had not been done, the plan sheets would have been very cluttered and very difficult to read and follow. Cost = $1882. 2. Revisions to the striping plan south of Idaho Street per the MDT Traffic Engineering Section required extension of the project limits to the south. This necessitated preparing a new roadway plan and profile sheet and recalculating quantities. The new road plan sheet resulted in the treed for new R/W, signing and pavement marking sheets. Cost = $3407. 3. The cost of splitting the project into 3 separate sets of plans was covered under Supplemental Agreement No. I However, we did not anticipate the trickle down effect frc m one phase to another when changes were required. For example, following the plan -in -hand for Phase 1, we made the necessary changes and thought we were done with that set of plans. However. when we held the plan -in -hand for Phases II and III, changes agreed to at that time resulted in having to go back and make many of the same changes to the Phase One plans. In general, when a change was made on one phase, it required changes in the plans for other phases also. Cost = $4941. 4. Supplemental Agreement No. 3 dated October 7. 1997, removed the R/W appraisal and acquisition services fivm our agreement. Subsequent to this, MDT apparently re-evaluated their workload and came back to us with a request that are submit a new proposal to handle the R/W work on'the project. We initially contacted Mary Nelson, since he was our original subconsultant for this work, to see if he would still be interested in doing this work. Mary declined so we contacted DuBray Land Services from Billings. They were interested and developed a comprehensive and detailed proposal for the work. After numerous discussions and meetings with MDT, the decision was made that MDT would do the work with their own in-&ouse personnel. I know that the City of Kalispell did not request this and was not in favor of it, however, it did amount to a considerable amount of time and work for me. We had to submit plans, prepare a proposal for our portion of the work, attend meetings, and generally coordinate preparation of the new proposal. Again, I realize that this was requested by MDT and not the City, so I am not sure how you might want to handle this. Cost = $4150. 1922 5. Addition of a new approach for the UPS hiciliry required a complete re -design of the Three Mile Intersection. The re. design included roadway, signing, pavement markings, signal and lighting plans. Re -drafting of all of these plans was also necessary and included se -doing the geometric layout of the intersection. Cost = $4764. 6. Some time was spent on the design and details for four right -in, right -out approaches including the City Service approach. Also, extra time was spent on design, coordination and correspondence resolving the City Service approach issue. Including these approaches resulted in additional work on signing and pavement marking plans. Cost = $1019. 7. An arch pipe was originally selected for the storm drain system from Station 9+80 to 13+10 so there would be no enanmhment into the base course. MDT later determined that the encroachment was acceptable and requested that the plans be changed accordingly. Ibis required additional drafting on storm drain detail sheets , roadway cross -sections and some additional cost analysis. Cost = $707. 8. Some time was spent meeting with property owners adjacent to the north end of the project to discuss their preference for retaining walls or 6:1 slopes. These meetings resulted in the addition of several short retaining walls to the plans. Additional design and drafting was necessary to include these in the plans. Cost = $1091. 9. Contrary to past practices and not anticipated on this project, MDT required a detailed geometric layout sheet for each major intersection on the project. Six new plan sheets were needed for Phase I for the intersections at US 2, Husky, Two Mile, Wyoming, Liberty and Three Mile. Two new sheets were needed for Phase II for the intersections at Parkway and US 93. Cost = $5906. 10. The original contract was signed in October, 1995 with completion expected in March, 1997. Because of the relatively short time frame anticipated, we did not include any additional funds for salary increases. In reality, we have had three pay increases since that time; July, 1996, July, 1997 and July, 1998. Supplemental Agreements No. 2 and 5 did incorporate some of these increases as they were based on salary rates in effect at the time they were signed However, much of the work on the project was accomplished at rates higher than those used to develop our proposal. The impact of these increased rates was determined based on work accomplished after each year's increase was given taking into account - - - - Supplements Two and Five. Cost = $891 b. 11. At the February 22, 1999 meeting at the MDT Missoula District office, it was derided to combine the plans for Phase U & IIL Cost = $3448. 12. Combine the plans for the FW&P storm drain items w419 2 3 North Meridian Rd. construction plans. Cost = $216. 1 13. Add typical sections for the curbed ptw transitions on intersecting streets, and revise the surfacing quantity frames accordingly. Cost = $773. 14. Revise the sidewalk frame to show quantities for intersecting .. ` streets on separate lines. Cost = $227. TOTAL COST = $41,347 We realize that we are asking for a significant adjustment in our fee fairly late in the project development process and should have brought up some of these issues earlier. However, we will certainly appreciate your consideration of our request at this time. Our goal all ,tong has been to complete this project to the City's and MDT's satisfaction and, as stated earlier, we will complete the project regardless of the outcome of this request. We enjoy working for the City of Kalispell and certainly do not want to jeopardize the tryst and working relationship that has developed over the last few years. Sincerely, ROBERT PECCIA AND ASSOCIATES Gordon L Larson, P.E. Manager, Streets and Highways Division GLL cc: file NORTH MERIDIAN ROAD KALISPELL MANHOUR AND COST ESTIMATE Item No. 1 - Eng. Designer CADD Item No. 2 = Proj. Engineer. Proj. Engineer CADD 16 his. x $15.00 = $240 401us. x:$12.57 = S495 $735 $735 x 1.56 Overhead = 11147 Sub -Total $1882 161jrs. x-$19.35 = $310 24 hrs. x S 17.79 = _ $427 48 hrs. x $12.57 = 3524 _ $1331 $1331 x 1.56 Overhead = 52075 Sub -Total $3407 1924 Item No. 3 - Prof. Engineer 16 hrs. x $19.35 = $310 Proj. Engineu 16 hrs. x $17.79 = $285 CADD 40 hm x S 12.37 = $495 Eng. Designer 48 hrs. x $17.50 =$qQ $1930 $1930 x 1.56 Overhead = 53011 Sub -Total $4941 Item No. 4 - Proj. Manager 60 hrs. x $27.02 = S 162I - $1621 $1621 x 1.56 Overhead = RQ Sub -Total $4150 Item No. 5 - Proj. Engineer 16 hrs. x $17.79 = $285 CADD 60 hrs. x $12.37 = $736 Eng. Designer 48 hrs. x $17.50 = 20 $1861 $1861 x 1.56 Overhead =UM - Sub -Total $4764 Item No. 6 - Proj. Engineer 8 hrs. x S 19.35 = $155 Proj. Engineer 8 hrs. x $17.79 = $142 CARD 8 hrs. x $12.57 = s l01 $398 $398 x 1.56 Overhead = 5C21 Sub -Total $1019 Item No. 7 - Proj. Engineer 8 hrs. x $19.35 = $155 Proj. Engineer 4 hrs. x $17.79 = $71 CADD 4 hrs. x $1257 = _M $276 $276 x 1.56 Overhead = S43 i Sub -Total $707 Item No. 8 - Proj. Engineer 6 hrs. x $17.79 = $107 CADD 8 hrs. x $12.37 = $101 Eng. Designer 8 hrs. x $14.42 = $115 Des. Engineer 6 hrs. x $17.16 =Q $426 $426 x 1.56 Overhead = _M Sub -Total $1091 Item No. 9 - Proj. Engineer 16 hrs. x $19.35 = $310 CARD 80 hrs. x $12.37 = $1006 Eng. Designer 60 hrs. x $15.87 = 5952 $2268 $2268 x 1.56 Overhead = 53538 Sub -Total $5806 Item No. 10 - Costs billed between 7-1-96 and 7=1-98 = $86,486 .$86,486 x 0.05 (7-1-96 raise) _ $4324 Costs billed between 7-1-97 and 7-1-98; = $74,717 - - $74,717 - 28,802 (Supp.-No. 2) = $45,915 $45,915 x [0.05(7-1-96 raise) + 0.05(7-1-97 raise)]=$4592 Costs billed after 7-1-98 = $12,663 $12,663-$20818(Supp. No. 5) _ s Sub -Total $8916 1 1 1 Item No. 11 - Proj. Engineer CARD 10 hrs. x $18.80 = $188 1 925 32 hrs x $1237 a $3% Eng. Designer Sub -Total $824 _ $824 x 12% Profit = $99 Sub -Total $1384 Direct Job Costs ComputerTime (32 hrs x $5.00) $160 Subconsultant Fee Sub -Total $1240 — Total (Item Na 11) $3448 Item No. 12 - Pro}. Engineer 2 hrs. x $18.80 = $38 CADD Sub -Total $75 $75 x 12% Profit ; $g Sub -Total $126 Direct Job Costs Computer time Sub -Total $15 Total (Item No. 12) $216 Item No. 13 - Prof. Engineer 7 hrs. x $18.80 = $132 CADD Sub -Total $26$ $268 x 12% Profit = — $32 5419 5450 Sub -Total Direct Job Costs Computer time M hrs. 55.001 x S55 $55 _ Sub -Total Total (Item No. 13) $773 j 1 Item No. 14 - Prof. Engineer CADD Direct Job Costs 3 hrs. x $18.80 = 2hrs. 512.37 $56 x = Sub -Total 521, $81 $81. x 12% Profit = $10 Sub -Total $136 Computer time Sub -Total $14 - Total (Item No. 14) $227 TOTAL 1 19 TRANSPORTATICK ENVIRONMENTAL. ENGINEERS P.a an sw On Caro. Am= How" Ymms sera WO "7-soon FAX WS "7-SM6 March 24, 1999 Mr. Jim Hansz, P.E. Director of Public Works / City Engineer City of Kalispell P. O. Box 1997 Kalispell, MT 59903-1997 Subject: STPU 6701(5) North Meridian Road - Kalispell C.N. 2950 Dear run: As discussed at our recent meeting in Missoula, we are sending you 2 copies of our proposals to appraise and acquire the right -of --way for the North Meridian Road project, We are actually submitting 3 separate proposals; one to appraise and acquire the R/W for Phase i only, another to appraise and acquire the R/W for Phase H only at a later date, and another to appraise and acquire the R/W for the entire project. The R/W subconsultant we are proposing to use for this work is called the R/W Acquisition Group, headquartered in Bozeman. They have about 6 appraisers in the group scattered thoughout the state including Roger Jacobson in Kalispell. We are presently using them as a subconsultant to perform the R/W appraisal and acquisition on Columbia Heights - Hungry Horse and have been very pleased with their performance. Additional information about the R/W Acquisition Group is attached for your review. If you have any questions or need any additional information please let me know. Sincerely, ROBERT PECCiA AND ASSOC TES Gordon L. Larson, P.E. Manager, Streets and Highways Division GLL CC.* file L' 1 Ll 1927 1 1 1 COMM" ""Mff - WV A."u AND AC"ffM - KWU f • ! • M PMIICEti f001E O , SEMMU No COC: p#Opol t 110rEllt PEGdA AMi ASSOCMM MORrFImmm ADAO - I[MJfip L � � ■ter, �� �� ■�r��� �� �w LAIGMTa oft aft."T 0 a" ADaffm" ma oft LAIIIIIOA aMW asm LAIMIM WAMWft LABaR MM MOM -Ti-exam U&S" a mom mats u DMCT cars no t oaeffa.ZENCM fat. fuffa.w TOTAL mats soorfr Rwmgpaft P►LAM fig m fats VA" 192 8 - Aamudstratin Otllow P.O. Box 1301 Boeamn, Mr 59772 Phone 406-597-5747 Fax 406-597-5203 March 20, 199P Right -of -Way Acquisition Group, LLC Appraisal, Appraisal Review, NegoUdoo. Acquisition. Relocation Mr. Gordon L. Larson, P.E. Robert Peccia dl: Associates P.O. Box 5653 Helena, MT 59604 Re: North Meridian Road - Kalispell . STPU 6701(6) Dear Mr. Larson: RA �, :.a, ■ R.wr •� R.. Orr. f MAR 22- 3 1999 ROBERT PECCIA & ASSOCIATES Detmis C. Fbeger. MAL Mgt WiUiam A Faro, MAI Stevm A hall, MAI Roger D. bmbrao, MAI Robed D. Kambel, MAI [Gail P. %Ceaena. MAI The Right-Qf-Way Acquisition Group submits this proposal for the appraisal and acquisitim of right of way on the North Meridian Road - Kalispell project - It appears from the plans that a total of 64 parcels wifi require some form of an appraisal, including determinations of value. We anticipate that all of the members of the Right -Of -Way Acquisition Group, except Dennis C. Hoeger, may be involved in the appraisal of these parcels. A complete axles catalog will be prepared for the project by Roger Jacobson. Based on the sales in the catalog we will be able to prepare all of the reports needed on the project. We estimate that it will take approximately 33 days to gather and confirm the required sales information The cost of preparing this sales catalog is estimated at =500. Parcels 1, 2, 13, 22, 23, 25, 28, 31, 33, 35, 36, 38, 39, 42, 48, 49, 51, 53, 54, 57, 63, 65 and 66 wig probably be determinations of value. We estimate the cost of preparing these 23 valuations at $350 per parcel, for a total cost of $9,050. Parcels 3, 4, 52, 7, 8, 9, 10, 11, 12, 14, 16, 17, 18, 19, 27, 29, 30, 32, 34, 37, 41, 43, 44, 45, 46, 50, 52, 55, 56, 58, 59, 60, 61 and 62 will probably require a RWA 155 report. We estimate the cost of preparing these 34 valuations at $1,750 per parcel, for a total cost of $59,500. Parcels 15, 21, 24 and 26 will also require a RWA 155, but these are appraisals with more complex issues. We estimate the cost of preparing these 4 valuations at S2,400 per parcel, for a total cost of $9,600. Parcels 6, 40 and 64 will require an RWA 155 or a complete narrative appraisal report due to the complex issues associated with these parcels. The estimated cost to prepare these reports is $5,000 per parcel, for a total cost of S 15,000. From an inspection of the project, it appears that a total of 11 signs will be impacted by the project requiring cost estimates. The added cost to obtain estimated for these signs is $1,870. Negotiations Mr. Ron Olson will be primarily responsible for the negotiations on this project. He has provided the following cost estimate. Parcels 1 - 4, 5, 6, 9 - 18, 21 - 46, 48 - 51, 59, 60, 62, 64 and 65 are acquisition parcels at a cost of $1,400 per parcel, for a total cost of $70,000 for the 50 parcels. Parcels 7 and 8 are State/Federal parcels estimated to cost $1,000 per parcel, for a total cost of $2,000. 1 1929 Parcels 4, 19, 52, 53, 54, 55, 56, 57, 58, 61, 63 and' 66 have construction permits only at an estimated cost of$600 per parcel, for a total cost of $7,200 for the 12 parcels. Relocations will be negotiated for S1,500 per parcel; we estimate that parcels 6, 15 and 64 may be involved in relocation, for a total cost of $4,500. Mr. Olson's cost estimate includes the negotiations for signs. We anticipate that Mr. Olson will prepare the deeds for the project and the cost will be $150 per parcel, for a total cost of $9,600. Dennis C. Hoeger will act as manager for the project. The management is expected to include _ meetings with MDOT staff, Gordon Larson, and with some land owners. W. Hoeger will coordinate, as needed, between MDOT, Gordon Larson, appraisers and negotiators. ffis time will be billed at S85 per hour. We anticipate as much as 5 hours per parcel for a total cost of $27,200. SUMMARY Appraisal - Sales Catalog $22,500 DOV - 23 parcels 8,050 RWA 155 - 34 parcels 59,500 RWA 155 complex - 4 parcels 9,600 RWA 155 complex - 3 parcels 15,000 Signs L$IQ Total S116,520 Negotiations - Acquisitions $70,000 State/Federal 2,000 Construction Permits 7,200 Total S 79,200 Relocation $ 4,500 Deed Preparation - S 9,600 Management $27,200 Grand Total $237,020 Please give me a call if you have any questions. Sincerely, Dennis C. Hoeger c: ROWAG