Loading...
HomeMy WebLinkAboutContract 35202-A3 CITY SECRETARY A CONTRACT 110. AMENDMENT No.3 TO CITY SECRETARY CONTRACT No. 35202 WHEREAS, the City of Fort Worth (CITY) and HDR Engineering, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 35202, (the CONTRACT) which was authorized by M&C G-15722 on the 15th day of June , 2007 in the amount of $ $24, 578 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $219, 900 . 00 which was authorized by M&C# C-23178 on November 11, 2008, Amendment Number 2 in the amount of $79, 881. 00 which was authorized by M&C# C-24565 on November 09, 2010, ; and WHEREAS, the CONTRACT involves engineering services for the following project : Terminal-Deep Storm Drain Extensions; and WHEREAS, it has become necessary to execute Amendment No. 3 to the CONTRACT to include an increased scope of work and revised fee . NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated 06 June, 2013, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $24, 578. 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $348, 159. 00. 3 . All other provisions of the Contract, which are not expressly City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 1 of 3 OFFICIAL RECORD CITY SECRETARY p r(` 111 D JUL 17 2013 FT.WORTH,TX amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER HDR Engin ing, Inc. ��(1Qndo Cos�q Ramon Mig e Assistant City Manager Vice Presid nt DATE: 7/4/43 DATE: �1 APPROVAL RECOMMENDED: aL uJ. Li Douglas W. Wiersig, P. . Director, Transportati n/Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: n (-A, ry \ C L,, !l�, • 1 C r tic--� Det ±a s--W --B Ia-e-k— vl,1 t.-e Assistant City Attorney ATTEST: i44� FO, M ry J. is, r 0 CitySec tar Y °°°° OA' S4�'Gb City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 CITY SECRETARY Page 2 of 3 FT. WORTH, TX M&C Review Page I of 2 Official site of the City of Fort Woith,Texas CITY COUNCIL AGENDA FORT WORTH COUNCIL ACTION: Approved on 5/15/2007 - Ordinance No. 17543-05-2007 DATE: 5/15/2007 REFERENCE NO.: **G-15722 LOG NAME: 20SWM MULTI CODE: G TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Transfer of Funds and Adopt Appropriation Ordinance to Fund Multiple Storm Water Utility Capital Projects RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$575,000 from the Storm Water Fund to the Storm Water Capital Projects Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Storm Water Capital Projects Fund in the amount of$575,000. DISCUSSION: The Storm Water Management Program was established to prevent flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by constructing infrastructure improvements and system maintenance, master planning, enhanced development review, and increased public education and outreach. The Engineering Department is performing project management services for Storm Water capital projects and is currently negotiating with consultants to provide engineering services. Frequently, consultants must conduct studies to develop the work scope for engineering design. In some instances, studies or designs will be limited in scope, and the design engineers' fees will be less than $25,000. It is anticipated that 15 to 20 projects with minimal engineering fees for initial phases will be implemented in FY2006-07 and, in aggregate, are projected to cost approximately $575,000. Since the City Council has elected to delegate responsibility for approving purchases under$25,000 to the City Manager, the engineering contracts will not come before Council. In addition to the cost of the engineering services contracts, the Engineering Department will be performing work and incurring expenses associated with these contracts. Council authorization is requested to transfer funds, included in the FY2006-07 adopted budget, from the Storm Water Operating Fund to the Storm Water Capital Projects Fund to support the consultants' contracts and the Engineering Department project planning, contract negotiation and management fees. The availability of the funds appropriated through this action will enable the projects to proceed immediately upon contract execution, thus expediting implementation of the projects. http://apps.cfwnet.org/council_packet/mc review.asp?ID=7642&councildate=5/15/2007 7/10/2013 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Storm Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) $575,000.00 11 PE69 538070 0209206 $575,000.00 P228 472069 201289990100 1&2) $575,000.00 P228 541200 201289990100 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: Linda Young (2485) ATTACHMENTS 20SWM MULTI.ORD.pdf http://apps.cf vnet.org/council_packet/mc_review.asp?ID=7642&councildate=5/15/2007 7/10/2013 FUNDING BREAKDOWN SHEET City Secretary No. 35202 Amendment No. 3 Department Fund-Account-Center Amount T/PW P227 531200 2022800658 30 $24, 578 . 00 Total : $24, 578 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 ONE COMPANY �Mzf,q Solutions , June 6, 2013 Ms. Linda S. Young, PE c/o Vibhuti Pandey, PE Senior Professional Engineer Storm Water Management Transportation and Public Works Dept 1000 Throckmorton Street City of Fort Worth, Texas 76102 RE: Amendment No. 3 Storm Water Utility Project—Beaumont Street&Zwolle Street City Project No. 00658 Dear Ms. Young: Per your request, this amendment revises the previously approved Storm Water Utility Projects, City Secretary Contract No. 00658. The project was originally advertised in June 2011 with a bid opening on July 21, 2011, but the Floodplain Development Permit (FDP) was not able to be obtained within 90 days before the bids expired. During the effort to obtain the FDP approval, additional 2D modeling was required to demonstrate the effects of potential overflow at the sag at the intersection of Beaumont and Zwolle. Once the FDP was approved in February 2012, the project was re-bid with a bid opening on April 12, 2012 and construction contract was awarded on July 24, 2012. The construction services in the current contract, as amended, were based on a construction schedule of 180 calendar days (6 months), while the awarded construction contract schedule is 300 working days (15 months), requiring an additional 9 site visits. During construction it was decided that the concrete paving on Beaumont should be extended for 1 additional block from Zwolle to Deen, requiring preparation of 1 additional change order. The specific work to be included in this amendment is as follows: • The work associated with the 2D modeling which was required to obtain the Floodplain Development Permit approval. • Providing for a second round of bid support services (from issuance of contract documents to tabulation of bids). • Nine additional site visits during construction and assistance with preparation of 1 additional change order. Schedule The Amendment#2 schedule shows a completion date of July 7, 2012, and due to the additional time required to obtain the FDP approval, construction is now scheduled to be completed by December 31, 2013. HDR requests that an additional 540 calendar days be added to complete the construction services, as shown in Attachment D. NOR Engineering,Inc. 600 W.6'1 Street Phone:(817)333-2800 Sufte 100 Fax:(817)333-2818 Fort Worth,TX 76102-3684 www.hd6nc.com ONE COMPANY 'Wzmy solutl'ons Deliverables Deliverables will include the construction and specification documents as outlined in the proposed contract. Key Understanding Following the IPM project management protocols will allow for good communication during the project and promote the integration of teamwork between client, contractor and consultant. Fee Estimate HDR is proposing to complete services and deliverables outlined above for a lump sum fee of $24,578.00. This fee does not include any additional City review fees and/or any additional surveying fees. Invoices will be sent monthly and will be based on a percent complete of the lump sum fee. HDR's fees for the aforementioned services are itemized below: Floodplain Permitting Services (Task 9.3) 9,540.00 Bid Phase Services (Task 5.1) 4,911.00 Construction Phase Services (Task 6.1) 9,330.00 Sub-Contracted Services 0.00 Expenses 797.00 Total Contract Amendment No. 3 Value: — $ 24,578.00 Contract value revisions are as follows: Conceptual Design Services $ 23,800.00 Amendment No. 1: $ 219,900.00 Amendment No. 2: $ 79,881.00 Amendment request No. 3: $ 24,578.00 TOTAL CONTRACT AMOUNT $ 348,159.00 If you have any questions or there is additional documentation needed for this work, please contact Mr. Curtis Beitel, P.E. at (817) 333-2817. rely, Dennis Schulze, P.E. Vice President HDR Engineering, Inc. NOR Enginaa ring,Inc. 600W.6'xStreet Phone:(817)333.2800 Suite 100 Fax:(817)333-2818 Fort Worth,TX 76102-3684 www,hdrinc.com ATTACHMENT "A" Scope for Bid and Construction Related Services Storm Water Facilities Improvements Terminal-been Area The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE Storm water runoff from the Burlington Northern Santa Fe (BNSF) Railway yard located east of N. Main Street in the City of Fort Worth, Texas (see ATTACHMENT "E" —Area Location Map) has caused flooding of resident's yards along Zwolle Street south of Terminal Road. HDR Engineering, Inc. performed a conceptual drainage study to determine design alternatives which will alleviate this flooding. The study recommended the upgrade and replacement of the existing storm drain system along Zwolle and Beaumont Street. This new system requires up-sizing the storm drain and placing new inlets and manholes along Zwolle and Beaumont Streets. Along with these drainage improvements, roadway improvement plans will be prepared, including full asphalt street improvements for Zwolle Street and Beaumont Street. These improvements are to be based on design criteria as per the City of Fort Worth "Storm Water Management Design Manual" dated March 2006. Amendment#2 included the preparation of additional construction plans extending the proposed storm drain from Zwolle, along Terminal Road to Deen Road (i.e. the entrance into the BNSF yard)_ This additional work included survey, design of the required inlets, storm drain, and lateral lines and any reconstruction of Terminal necessary to complete the storm drain. In addition, Amendment#2 included the work necessary to complete the design under current City guidelines, procedures, and protocols regarding the construction phase services, traffic control, and a proper SWPPP. This Amendment#3 is for additional bid support services to support a second round of bidding, additional Floodplain Development Permit coordination efforts and additional site visits during construction due to a longer schedule than originally anticipated. The project was originally advertised in June 2011 with a bid opening on 7/21/11, but the Floodplain Development Permit was not able to be obtained within 90 days before the bids expired. Once the Floodplain Development Permit was approved in February 2012, the project was re-bid with a bid opening on 4/12/12 and construction contract awarded on 7/24/12. The construction services in the current contract, as amended, were based on a construction schedule of 180 calendar days (6 months), while the awarded construction contract schedule is 300 working days (15 months). WORK TO BE PERFORMED TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Pagel of 31 • The ENGINEER shalt upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in aan .xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw.[detete task if Bid Tabulation to be done by CITY] • Assist the CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 2 of 7 • The following is intended to clarify and/or expand upon the work necessary to complete TASK 5 — BID PHASE SERVICES as described above: 5.1 Bid Support The work included in Task 5.1 was completed with the first round of bidding in July 2011. This scope of services includes the second round of bidding in April 2012, including: a. The work associated with the uploading of the contract documents. b. The work associated with the distribution of the plans, maintenance of the plan holders list will be will be completed in accordance with this Scope of Services. c. Receipt of bidder's questions and issuing response thereto. d. Attendance of the ENGINEER at a pre-bid conference. e. Assistance in determining the qualifications and acceptability of the prospective contractors, sub-contractors, and suppliers. f. The ENGINEER will attend the bid opening in support of the CITY. g. Evaluation of the bids, preparation of the Bid Tabulation, and recommendations. In. The assistance to the City in the assembling and awarding the contract documents was not completed since the bids were rejected and was included in Contract Amendment#2. No new and/or additional fees are anticipated for this work. i. The incorporation of addenda into a conformed set of contract documents is considered incidental to the work described in this sections. No new and/or additional fees are anticipated for this work. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Conformed construction documents TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. City of Fort Worth,Texas Attachment A PMO Release Date:0 6/2 1120 1 0 Page 3 of 7 • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • The ENGINEER shall attend the "Final' project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information submitted by the inspector and/or Contractor. The drawings shall be submitted as full size (22" x 34") mylar drawings. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 1. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_orgl8.pdf City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 4 of 7 Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The following is intended to clarify and/or expand upon the work necessary to complete TASK 6 — CONSTRUCTION PHASE SERVICES as described above: 6.1 Construction Support Services a. It is understood the ENGINEER will attend the pre-construction conferences in accordance with the provisions of both the Contract Amendment#1 and this Scope of Service. No additional and/or new fee is anticipated. b. The work associated with the Public Hearing as described above was included in Contract Amendment#2. No additional and/or new fee is anticipated. c. The ENGINEER will visit the Site at requested intervals. The Contract Amendment#2 Scope of Services assumed a 6 month (180 day) construction schedule, with one (1) visit per month during the period of construction and two site visits are assumed to occur as needed for a total of 8 visits. Each Site visit will include the Project Manager and/or his designate. The awarded contract schedule is 300 working days, or 15 months which began in October 2012 and runs through December 2013. This will require an additional 9 site visits. d. The review and recommendation for shop drawings, samples, and/or other submittals was included in Contract Amendment#2. No additional and/or new fee is anticipated. e. It is understood the review and response to a "Request for Information" (RFI) includes necessary interpretation and clarification of the contract documents, the review of Change Orders, and the recommendation as to the acceptability of the work. This work was included in Contract Amendment#1. At the Pre-Construction Meeting in 6.1.a above, CITY inspection staff provided a list of construction modification requests, including a requirement from Streets for full panel replacement along Deen, and a request to include an asphalt section for the side streets. The CITY also requested plans to support field reconstruction of an additional block of Beaumont Street from Zwolle to Deen. The preparation of this complex Change Order#1 is considered additional services and is included in the scope of this amendment. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 5 of 7 f. It is understood the ENGINEER will attend one (1) final walk though and will assist with the preparation of the final punch list. This walk through was included in Contract Amendment#1. No additional and/or new fee is anticipated. 6.2 Record Drawings a. The record drawing submittal. The record drawings are included under Contract Amendment#2. No additional and/or new fee is anticipated. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows 9.3. Floodplain Services • Negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits • Completing all forms/applications necessary • Submitting forms/applications for CITY review • Submitting revised forms for agency review • Responding to agency comments and requests ASSUMPTIONS • The following is intended to clarify and/or expand upon the work necessary to complete TASK 9 — PERMITTING as described above: 9.1 Storm Water Pollution Prevention Plan a. The work associated with the Storm Water Pollution Prevention Plan was covered in Contract Amendment#1 and Contract Amendment #2. 9.2 Environmental Services a. No environmental permitting (i.e. USACE Section 404 Permitting) is anticipated for this work. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 6 of 7 9.3 Flood Plain Services a. It is understood the outlet structure for the project is located in a federally designated floodplain with a floodway. However, an application for a Conditional Letter of Map Revision (CLOMR) nor an application for a Letter of Map Revision (LOMR) to the Federal Emergency Management Agency is anticipated for this project, Should either, or both, be required it shall be considered as additional work. b. The Contract Amendment#2 Scope of Services anticipated that a Floodplain Development Permit will be required. This work included an analysis of the existing and proposed structure to determine the impact on the Base Flood Elevation (i.e. BFE) of Lebow Channel using the latest available HEC-RAS models, and was intended to demonstrate a "no-rise" in the BFE. This work included a maximum of two (2) meetings with the CITY and the submittal of the Floodplain Development Permit Application in accordance with applicable CITY Ordinances. c. Due to the sensitive nature of the project outfall, additional rounds of reviews were required to obtain approval of the Floodplain Development Permit, including 2D modeling with InfoWorks SD for the sump area located at the intersection of Beaumont and Zwolle, as well as the flow along Lebow Street. This work was not contemplated in Contract Amendment#2 and is considered as additional work. 9.4 Texas Department of Transportation (TxDOT) a. No TxDoT permits are anticipated for this scope of services. 9.5 Railroad Permit a. No Railroad permits are anticipated for this scope of services. DELIVERABLES A. Formal Application for a Floodplain Fill Permit. City of Fort Worth,Texas Attachment A PMO Release Date:06/21/2010 Page 7 of 7 Professional Services Payment Request Project Manager: Vibhuti Pandey,P.E. Summary LOCK Project: Terminal-Deen Storm Drain Extension UNI DCK City Project 100658 City Sec Number: 35202-A2 Consultant Instructions: Fill in green cells including Invoice Number,From and To Dates and the included worksheets. Company Name: HDH Engineering,Inc. When your Invoice is complete,save and close,start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. Consultant's PM: Curtls Beltel,P.E.CFM emailM817-33J-2818 n gym Vendor Invoice#: Office AddressSuite 100.Fort Worth.Texas,76102 Payment Request#: Telephone: From Date: Fax: To Date: Invoice Date: Remit Address:P.0 Box 3460,Omaha,NE 68102.0480 Agreement Agreement Amendment Amount to Completed Percent Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance Work Type 1 Storm Water-Study P228 531200 2022800658 $23,800.00 $23.800.00 $23.800,00 100.00000000% $23,800,00 Work Type 2 Storm Water-Design P229 531200 2022800658 $219.900.00 $219,900.0 $219,900-00 100,000000001/. $219,900.00 Work Type 3 Storm Water-Design,Bid,Constr.Services P227 531200 2022800658 $79,881.00 $79,881.00 $75.422.00 94,41794670% $75,422.00 $4.459.00 Work Type 4 Storm Water-Constr.Services P227 531200 2022800658 $24,578.00 1 $24.578.0 $24;578.001 Work Type 5 Work Type 6 Totals This Payment Request $348,159.00 $348,159.00 S319.122.00 $319122,00 $29,037.00 Overall Percentage Complete: 91.65984507% Professional Services Payment Request Project Manager: Vibhuti Pandey,P.E. Project: Terminal-Deen Storm Drain Extension City Project#: 00658 Work Type Desc: Storm Water-Constr.Services Consultant Instructions: F/AIC: P227 531200 2022800658 City Sec Number: 35202-A2 Fill in green cells Including Percent Complete and Invoiced Previously Quanities Purchase Order: When your Invoke is complete,save and dose,start Busssaw and Add your invoice to the Consultant folder within Project's folder. Company Name: HDR Engineering,Inc. Consultant's PM: Curtis Beitel,P.E.,CFM email: Cunis.8eiteiOndrinc.com Vendor Invoice#: Office Address:600 w 6th St,Suite 100,Fort worth,Texas,76102 Payment Request#: Telephone: 817-333-2800 From Date: Fax: 817-333-2818 To Date: Invoice Date: Remit P.O.Box 3400,Omaha,NE 68103-0480 Pay Items Agreement Agreement Amendment Amendment Amount to Completed Percent ($)Invoiced Current Remaining Description Amount Number Amount Date Amount Completed Previously Invoice Balance 85-Construction Services $24.578.00 S24,57800 $24,578.0 Totals This Unit: $24.576.00 $24,578.0o $24,578.00 Overall Percentage Complete: Exhibit B-2 - Level of Effort Supplement TASKMOUR BREAKDOWN Bid and Construction Services for Terminal-Deen Area Storm Water Improvements- Beaumont Street& Zwolle Street Contract Amendment#3 City Project No.00658,DOE No.5589 Labor hours Ex ense Task No. Task Description Project Project Project EIT CADD Admin. Total Subconsultant TotalC Task Sub Total Princi al Manager Engineer Labor Cost Travel Reproduction Expense ost Rat S 210 S ISO S 110 $ 90 S so S 135 MWBE Non-MWBE 1.0 Project Management 0 0 0 0 0 0 $ S - $ $ - $ 1.1 Managing the Team 1.1.1 Internal Team Meetings $ 1.1.2 1 QA/QC $ 1.2 Communications and Reporting 1.2.1 Pre-Desi n Coordination Meeting $ 1.2.2 Monthly Project Update Meetings $ 1.2.3 Design Submittal Review Meetings $ 1.2.4 Prepare Baseline Schedule $ 1.2.5 Monthly Progress Reports with Schedule $ 1.2.6 Prepare Monthly MWBE Reports $ 1.2.7 Invoicin $ 2.0 Conceptual Design 30-Percent 0 0 0 0 0 0 $ - $ - $ - $ $ S - S 2.1 Data Collection $ 2.2 Drainage Computations&Drainage Area Ma $ 2.3 Subsurface Utility Engineering $ 2A Design Drawings $ 2.5 Project Decision Log $ 2.6 Construction Estimate $ 6. 3.0 Preliminary Design 60 Percent 0 0 0 0 0 0 $ - $ - $ $ - S - $ - S 3.1 Preliminary Design Drawings $ 3.2 Geotechnical Investigation/Pavement Design $ 3.3 Constructability Review $ 3.4 Public Meeting $ 3.5 Utility Clearance $ 3.6 Traffic Control Plan $ 3.7 Project Decision La $ 3.8 Construction Estimate $ 4.0 Final Design 0 O 0 0 0 0 $ - $ - $ S S - $ $ 4.1 Final Draft 90% Const.Plans and Spec. $ 4.2 Final 100% Plans and Specifications $ 4.3 Project Decision Los 90%and 100% $ 4.4 Construction Estimates(90°%and 100%) $ City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 1 Exhibit B-2 - Level of Effort Supplement TASKMOUR BREAKDOWN Bid and Construction Services for Terminal-Deen Area Storm Water Improvements-Beaumont Street &Zwolle Street Contract Amendment#3 City Project No. 00658, DOE No. 5589 Labor hours Expense Task No. Task Description Project Project Project EI7 CADD Admin. Total Subconsultant Total Task Sub Total Principal Mana er En ineer Labor Cost Travel Reproduction Expense Cost Rate $ 210 $ ISO $ 110 S 90 S so $ 65 MWBE Non-MWBE 5.0 Bid Phase 1 11 10 7 0 20 $ 4,911 S $ - $ $ 183 $ 183 S 6,094, 5.1 Bid Support 5.1.1 Contract Documents/Maintain Plan Holders List 1 3 7 4 $ 1,571 $ 57 57 1,628 5.1.2 Issue Addenda 2 2 $ 520 $ 15 151 535 5.1.3 Attend Pre-bid Conference 2 $ 300 $ 7 7 307 5.1.4 Attend Bid Opening 2 $ 300 $ 7 7 307 5.1.5 Tabulate Bids and Recommend Award 2 8 16 $ 2,220 $ 96 96 2 316 5.1.6 Issue Conformed Contract Documents $ 6.0 Construction Phase Services 0 30 6 42 0 6 S 9,330 $ $ - $ $ 311 S 311 $ 9,641 6.1 Construction Support 6.1.1 Attend Preconstruction Conference $ 6.1.2 Attend Public Meeting $ 6.1.3 Project Site Visits 9 additional 18 6 18 6 $ 5,370 $ 178 178 5,548 6.1.4 Submittal Review $ 6.1.5 Request for Information/Change Order Review 12 24 $ 3,960 $ 133 133 4,093 6.1.6 Final Walk Through and Punch List $ 6.2 Record Drawings $ 7.0 ROW/Easement Services 0 0 1 0 0 0 0 $ $ $ - $ - $ $ S 7.1 Right-of-Way Research $ 7.2 Right-of-Way/Easement Preparation and Submittal $ 7.3 Tern ora Ri ht of Ent Submittal $ &0 Survey 0 0 0 0 0 1 0� $ - $ - $ - $ - $ 8A Design Survey $ 8.2 le mporary Right of Entry Submittal $ 8.3 Construction Survey $ City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 2of3 Exhibit B-2 - Level of Effort Supplement TASKMOUR BREAKDOWN Bid and Construction Services for Terminal-Deen Area Storm Water Improvements- Beaumont Street&Zwolle Street Contract Amendment#3 City Project No. 00658, DOE No.5589 Labor hours Expense Task No. Task Description Project Project Project EIT CADD Admin. Total Subconsultant Totel Task Sub Total Princi al Manager Engineer Labor Cost Travel Reproduction Expense Cost Rate $ 210 $ 150 ; 110 $ 90 $ 80 $ 65 MWBE Non-MWBE 9.0 Permitting 2 24 24 32 0 0 $ 9,540 $ $ $ $ 303 $ 303 $ 9,843 9.1 SWPPP $ 9.2 Environmental Services $ 9.3 lFloodplain Services 2 1 24 24 1 32 $ 9,540 $ 303 303 9,843 9.4 TxDOT $ 9.5 Railroad $ 9.6 TDLn $ 9.7 lUity o ort Worth Parks onversion $ Totals 3 85 40 81 0 26 $ 23,781 1_$ 1$ $ 797 797 24,578 Total MWBE % Original $23,800 $0 0.00% Pro eat Summer/ Total Hours 215 Amend#1 $219,900 $56,400 25.65% Total Labor 23,781 Total Expense 797 Amend#2 $79,881 $13,563 16.98% MWBE Subconsultant Non-MWBE Subconsultant Amend#3 $24,578 $0 0.00% Sub Markup MWBE Partici anon 0.0 Total $348,159 $69,963 20.10% Total Project Cost 1 241578 City of Fort Worth,Texas Attachment B-Level of Effort Supplement PMO Official Release Date:5.19.2010 3of3 ATTACHMENT"D" PROJECT SCHEDULE DESIGN FOR TERMINAL-DEEN STORM DRAIN EXTENSION CITY PROJECT NO.00658 DOE NO.5589 PROJECTED ACTUAL Task Name Duration Start Finish Durationj Start Finish Notice To Proceed 1 day 02/20/09 02/20/09 Task 1.0-Design Management 16 days 02/20/09 03/13/09 Task 1.1-Project Team Management 10 days 02/20/09 03/05/09 Task 1.2-Communication&Reporting 10 days 02/20/09 03/05/09 Kick Off Meeting 1 day 02/20/09 02/20/09 Task 1.3-Sub Consultant Coordination 15 days 02/23/09 03/13/09 Task 2.0-Conceptual Design 3(Y.) 98 days 02/23/09 07/09/09 Task 2.1-Data Collection 15 days 02/23/09 03/13/09 Task 2.2-Drainage Computations 5 days 02/23/09 02/27/09 Task 2.3-SUE 5 days 02/23/09 02/27/09 Task 2.4-Conceptual Design Package 22 days 02/23/09 03/24/09 Deliverables/City Review 1 day 03/24/09 03/24/09 Coordination Meeting w/City 1 day 07/09/09 07/09/09 Task 3.0-Preliminary Design(60%) 274 days 07/09/09 07/27/09 Task 3.1-Preliminary Design Drawings 250 days 07/09/09 06/23/10 Task 3.2-Geotech Investigation 60 days 07/09/09 08/19/09 Task 3.3-Constructability Review 1 day 07/13/10 07/13/10 Task 3.4-Public Meeting 1 day 07/27/10 07/27/10 ask 3.5-Utility Clearance 15 days 06/03/10 06/23/10 Task 3.6-Traffic Control Plan 20 days 05/27/10 06/23/10 Deliverables/City Review 15 days 06/24/10 07114/10 Coordination Meeting w/City 1 day 07/14/10 07/14/10 Task 4.0-Final Design and Construction Docume 92 days 07/15/10 11/14/10 Task 4.1-Final Design Drawings 77 days 07115/10 09/30/10 Deliverables/City Review 15 days 09/30/10 10/15/10 Coordination Meeting w/City 1 day 11/14/10 11/14/10 Task 5.0-Bid Phase Services 40 days 11/15/10 04/14/12 Task 5.1-Bid Support 40 days 03/06/12 04112112 Task 5.2-M lar Drawings 2 days 04/12/12 04/14/12 Task 6.0-Construction Phase Services 180 da s 10/14/10 12/31/13 Task 6.1-Construction Support Services 470 days 09/17/12 12131113 Pre-Construction Conference 1 day 08/23/12 08/23/12 Public Meeting 1 day 08/23/12 08/23/22 Project Walk Through 1 day, 12/01/13 12/01/13 Task 8.0-Survey 364 days 02/20/09 07/14/20 Task 8.1-Design Survey 15 days 02/20/10 03/12/10 Task 8.2-Temporary Right of Entry Preparation a 15 days 06/24/10 07/14/10 Task 9.0-Permitting 10 days 09/05110 02/03/12 ask 9.1-Storm Water Pollution Prevention PianE2:0 days 09/15/10 09/25/10 ask 9.3-Flood lain Services days 09/05/10 02/03/12