Loading...
HomeMy WebLinkAboutContract 43014-A1 CITY SECRETARY. ' CONTRACT NO AMENDMENT No.1 TO CITY SECRETARY CONTRACT N0.43014 WHEREAS, the City of Fort Worth (CITY) and Kiinley-Horn and Associate, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 43014 , (the CONTRACT) which was authorized City Council by m&c c- 25493 on the 20th day of March, 2012 in the amount of $ 475 , 600; and WHEREAS, the CONTRACT involves engineering services for the following project : Old Decatur Road - W.J. Boaz Rd. to McLeroy Blvd. ; and WHEREAS, it has become necessary to execute Amendment No. 1 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 February 8. 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 $49, 300. (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 $524, 900. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . OFFICIAL RF-CIORD I CITy SECRETAR'y City of Fort Worth FT.WORTH$T% Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 1 of 3 EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. e� Fernando Costa Glenn A. Gary, P.Ems:""` Assistant City Manager Senior Vice President DATE: DATE: .. , APPRO L RECOMMENDED: Douglas W. Wiersig, P . Director, Transportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C : �� - ,,..,., Date : Dou as W. Black Assistant City Attorney ATTEcys ;t" X Qd0 ark J. Kayser "' mm o° !� City Secretary o o City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CITY SECRETARY PMO Official Release 8/1/2012 Page 2 of 3 "t WOMI, TX FUNDING BREAKDOWN SHEET City Secretary No. Amendment No . 1 Department Fund-Account-Center Amount Water P258 531200 707170174933 $49 , 300 . 00 Total : $49 , 300 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 ATTACHMENT A DESIGN SERVICES FOR OLD DECATUR no«o��.00AZ ROAD rovxwcLsmxBLVD. CITY PROJECT wu.on4s ATTACHMENT A Scope for Engineering Design Related Services for Water and/or SanitarV Sewer Improvements DESIGN SERVICES FOR OLD DECATUR RM/\D' W.J. BMAZ ROAD T0 W. MO E0q`/ BLVD. (`|Ty PROJECT NM.: 01780 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 hobg performed and address the needs of the Project. OBJECTIVE The objective of this project is to provide water distribution system connectivity between VV. K8CLeroy Blvd. and W.J. Boaz Rd along Old Decatur Rd in Fort Worth. These improvements were identified and recommended in conjunction with the proposed Old Decatur Road-W.J. Boaz Road to W. MoLerny Blvd Roadway Improvement Project. Approximately 3.800 linear feet of water improvements are planned, as summarized in the table below: Length Size Survey Street Alignment From To (LF) (in) (LF) (]|d Decatur Rd. 1000' North nfW1oLeroyBlvd. VVJ Boaz Rd. 3000 12^ U VVJ Boaz Rd. Old Decatur Rd. Badlands Oc ROO 12^ 1000 WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. R8VV/EasernentSen/ioes Task 8. Survey and Subsurface Utility Engineering Services Teeh 9. Plan Submittal Checklists TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use ofENG|NEER's and C|TY'stiFne and resources. ENGINEER shall manage change, m communicate effectively, City m Fort Worth,Texas Attachment pmn Release Date:or.ox.uo11u Page Imo An«u*mcNT A DESIGN SERVICES FOR OLD DECATUR nnxoaoxzmwcLEnm, CITY PROJECT mo'm/e • coordinate internally and externally as needed, and = proactively address issues with the C|TY's Project K83n8gerandotheraQa necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure qUG|ih/ control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design prnjectkiChOff/nhartering meeting with CITY staff toconfirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY atthe end Of each design phase • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the deaigns, and make changes necessary to meet their r8qu|rernents, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits tOthe project |VCa1iUn. the ENGINEER Vrany of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS ° 6 meetings with city staff DELIVERABLES A. Meeting summaries with action items TASK 2. CONCEPTUAL DESIGN /30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design isfnrtheENG|NEERto • Study the project, • Identify and develop alternatives that enhance the system, • Present (through the defined deliverables) these alternatives hOthe CITY City of Fort Worth,Texas Attachment A pIVo Release Date:ure3,xu1u Page zo/o ATTACHMENT DESIGN SERVICES FOR OLD DECATUR nnxo-BoAZmwcLsmOY CITY PROJECT mo.:on49 • Recommend the alternatives that successfully addresses the design problem, and m Obtain the {||TY's endorsement cf this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1 Data Collection • In addition to data obtained from the CITY, ENGINEER will na3eoroh proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project ino|udingbutnOt ||nnitedto� uh|itiem' agendeS (Tx[){}T and rai|roads), City Master P|ans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project 8ih8aDdOUta|nthennete[ DUnnherS@ndSizeG nn all existing meters tnbe replaced on the project andeha|) idenhfvexishng sample stations and fire line locations. 22. Geoteohn|oa| Investigations ° Geotechnical Investigations will be relied on as provided as part of the Roadway Design. Additional GeoteChn|co| Investigations will not heperformed. 2.3. The Conceptual Design Package aho|| include the following: • Graphic exhibits and written sumrnaryVfalternative design concepts considermd, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented |n both the project schedu|8andnarn]Uveforno. • Documentation of key design decisions. • Estimates ofprobable construction cost. ASSUMPTIONS * O GeoteChnina| borings are expected for this project. ~ copies of the conceptual design package (3O96 design) will be de|ivmpod.. Report shall be letter sized and comb- bound with @ clear plastic cover. Drawings will be size fold outs hound in the report * DVVF files created from design CAD drawings will be uploaded to the designated project folder in BuzzS8vv * ENGINEER shall prepare the meeting minutes nf the Concept Review meeting and revise the neport, if needed. City"r Fort Worth,Texas Attachment A pmo Release Date:ur,cn2u1u Page o"fn ATTACHMENT DESIGN SERVICES FOR OLD DECATUR noxuaommwm'cmOY CITY PROJECT wo.mwy ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval bv the CITY Of the Conceptual Design Package. DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN /GUPERCENT\. Preliminary plans and specifications Sh8U be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Overall sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvementlexisting sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all p.(|.'s. PI'a. P.i'n, manholes, va|vBs, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1.0UOftof plan/profile sheet—two ormore. • Bearings given on all proposed centerlines, orbaselines. • Station equations relating utilities to paxing, when appropriate. • Plan and profile sheets which show the following: proposed vvahar and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation va|vos. DloDho|eS. existing rnsder numbers and sizes that are t0 be replaced, existing SeDlp|e locations, existing fine line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot NoS.. Block Nos., and Addition Nannoa) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being nop|aoed, including replacement of existing service lines within City right-of-way or ut||dv easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. City m Fort Worth,Texas Attachment pIVo Release Date:orza.zu1z Page 4o,y ATTACHMENT DESIGN SERVICES FOR OLD DECATUR noAoou« TuwcLcmOY CITY PROJECT mo'mmn ° The ENG|NEER will prepare standard and special detai| sheetSforvvater |ine installation . These may include connection details between various parts of the project, tunneling details, boringand jacking details, waterline ne|ncgtions, details unique to the construction of the project, tnanoh|eaa detai|u, and special service lateral reconnections. 3.2. Gaoteohnioa| Investigation 3.3. Cnnotructabi||h/ Review 0 Prior to the GO percent review meeting with the CITY, the ENGINEER shall schedule and attend e project sibevisitvviththeC|TYProjectManegerand Construction personnel to walk the project. The ENGINEER shall summarize the C|TY'o comments from the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence 0n the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing uti|ibes, and vvhena known and possible consider potential fmture utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet nfthe approved preliminary plan set b}the designated project fU|deriDBuzzS8vvfnr forwarding to all utility companies which have facilities within the limits ofthe project. The OVVF files should be created directly from the CAD files asopposed to POFfi|es, 3.5. Traffic Control Plan • Develop a traffic control plan for water line installation along W.J. Boaz Road utilizing standard traffic reroute configurations posted ae "Typioa|s" On the CITY'S Buzzaovvwebaite The tvpic8|s need not be sealed individually, if included inthe sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed byaprofessional engineer registered inthe State of Texas. ASSUMPTIONS * B public nneedng(s) vvi|| be conducted or attended during the preliminary design phase. w 0 borings otan average bore depth of feet each will beprovided. w Traffic Control "Tvpio8!s''will be utilized to the extent possible. |t |sassumed an additional 2 project specific traffic control sheets will be developed for \8/J Boaz Rd City m Fort Worth,roxa" Attachment pMo Release Date:or.o.zu1c Page 5my ATTACHMENT DESIGN SERVICES FOR OLD DECATUR xoxuaox rowmLsmn CITY PROJECT wo.:unm 0 2 sets of full size plans will be delivered for the Constructability Review. * 2 sets of full size plans will be delivered for the Preliminary Design (6096design). * 0 sets of specifications will be delivered for the Preliminary Design (dO96 design). 0 DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. 0 The C|TY's front end and technical specifications will beused. The ENGINEER shall supplement the technical specifications ifneeded. ~ 2 sets of full size drawings will be delivered for Utility Clearance. * ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Traffic Control Plan D. Storm Water Pollution Prevention Plan E. Estimates of probable construction Cost F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (3O PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans(QOY6) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%)to the CITY per the approved Project Gohedu|e. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State DfTexas. • The ENGINEER shall submit ofinal design estimate of probable construction cost with both the SO% and 1OOY6 design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS * 2 sets of full size drawings and 2 sets of half size drawings and 0 specifications will be delivered for the 90Y6 Design package. City of Fort Worth,Texas Attachment A pmm Release Date:m.zs.zou Page smo ATTACHMENT DESIGN SERVICES FOR OLD DECATUR mmD-an/oromcLcxov CITY PROJECT wo.:mns 0 A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsovv. * 2 sets of full size drawings and 0 specifications will be delivered for the 100% Design package. ~ ADVVF file for the 1OOY6 Design will be created from design CAOdnavvingsandvvi|| be uploaded to the project h)\d9rin8uzzsavv. w Final estimated sheet count: one (1)water system map, one (1) proposed overall improvement map, six (6) plan and profile sheets, three /3\water standard detail sheets, one /1\ special detail sheet, one(1) erosion control plan sheet, two /2\ traffic control plan detail sheets. DELIVERABLES A. SO% construction plans and specifications as part nf roadway submittal. B. 100Y6 construction plans and specifications as part of roadway submittal. C. Detailed estimates of probable construction costs including summaries of bid ihenna and quantities using the C|TY'a standard bid items and format. D. Original cover nny|ar for the signatures of authorized CITY officials as part of roadway submittal. TASK 5. BID PHASE SERVICES. <NOT USED> TASK 6. CONSTRUCTION PHASE SERVICES. «NOTUSED> TASK 7. ROW/EASEMENT SERVICES. <NOT USEQ> TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support asfollows. 8.1. Design Survey— 1.000 LF along unsun/eyed portion along W.J. Boaz Road from ()|d Decatur Rd. west to Badlands Dr. 0 ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sevvers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. * The nnininnuno Survey information to he provided on the plans shall include the following: — A Project Control Sheet. showing ALL Control Points, used Or set while gathering data. Generally on a scale Vfnot less than 1:400: City or Fort Worth,Texas Attachment A pso Release Date:ozmm1, Page r"rn ATTACHMENT DESIGN SERVICES FOR OLD DECATUR noxnoomrowmLcno, CITY PROJECT wn.:mmo — The following |Dfo/nned|on about each Control Point; a. Identified (Exiating. CITY Monument#80O1. PK Nail, 5/8'' Iron Rod) h. X' Y and Z Courdinobas, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. Descriptive Location /Ex. Sot in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side [>r/vm and North Main Street). — Coordinates on all P.C.'a. P.T.'a. P.| 'a. Manholes, Vo|ven, etc., in the Sa[n8 coordinate system, aS the Control. — NU less than two horizontal bench marks, per line orlocation. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 82 Temporary Right of Entry Preparation and Rubnnh±e| w Prior to entering property, the ENGINEER shall prepare and submit Temporary Right of Entry for landowners 0o CITY PM. 0 The documentation shall be provided in conformance with the checklists and templates available Dnthe CITY'S Buzzaavvsite. ASSUMPTIONS 0 Topographic survey at intersection will include no more than 100 ft. in each direction, DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project |ayoutvvithdimenainnaandcoordinahy |iSL TASK 9. PLAN SUBMITTAL CHECKLISTS <NOTUSE[)> ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. Hovvexer. ENGINEER can provide these Serviows, if needed, upon the City nr Fort wm'm.Texas Attachment A pwo Release Date:n/,o,zo1z Page amo ATTACHMENT DESIGN SERVICES FOR OLD DECATUR noxo-BommwcLsmOY CITY PROJECT mo:mnm CITY's written request. Any additional amounts paid to the ENGINEER as a result of any mute//u/ change to the Scope o/ the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: * ADD all omitted Sections * Negotiation of easements or property acquisition including temporary right-of- entries. ^ Services related to development of the C|TY's project financing and/Or budget. ^ Services related to disputes over prn-qua|ificohnn' bid prohaStG, bid rejection and re-bidding of the contract for construction. a Construction management and inspection services ^ Periodic site visits during construction phase * Design phase public meetings 0 Performance of materials testing or specialty testing services. 0 Services necessary due to the default ofthe Contractor. ° Services related to damages caused by fire, f|ood, earthquake or other acts of God. 0 Services related to warranty daims, enforcement and inspection after final completion. ~ Services related to submitting for permits /ia.TxOOT. railroad, etc...\ ^ Services related to Subsurface Utility Engineering Levels A, B. C or [} * Services related to Survey Construction Staking ° Services related to acquiring real property including but not limited to easements, riQht-of-vvGy, and/ortemporary right-of-entries. � Services t0support, prepare, dooumant. bring, defend, Or assist in litigation undertaken or defended by the CITY. * Construction Shop drawing revievv, samples and other submittals submitted by the contractor. ^ Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City m Fort Worth,Texas Attachment pMo Release Date:or,ozoo1z Page omy CM" k4imley-Horn M and Associates, Inc. Budget Summary Project Workplan Budget Dates Feb 6,2013 ''!i;li! 1111111111111M Client: City of Fort Worth Fee Type: LS Goal Mult, 3.5 Project: Old Decatur Road -WJ Boaz ti Expense Mult: 1.15 (1.0 for LS) KHA No. 061018103 Computer Mult: 2.50 (1.0 for LS) PIVI: Dana LeClaire Allocation: 4.6% (2.0%for LS) gi �u No. Task Name Hours Labor Expense n77 _ 100 Design Management 14 $ 2,100 200 Conceptual Design 65 $ 8,200 300 Preliminary Design 92 $ 11,000 $ 500 , 400 Final Design 149 $ 18,100 $ 400 $ 900 $ 19,400 800 Survey �12 $ 1,400 $ 100 $ 1,500 ................... 777 Contingency $ - TOTALS:1 332 $ 40,800 1 $ 90 $$ 2,100 $ 43,800 MM Task No. Task Name Cost Multiplier Subtotal.... .. Survey (1,000LF) $ 5,000 1.10 $ 5,500 ----------------........................... .. ............---1........ ---I- I ­ . TOTALS:I $ 5,000 1 is 5,500 Effort Totals: Multipliers: Labor: $ 40,800 Goal Multiplier: 3.50 Expense: $ 8,500 Overall Multiplier: 3.63 TOTAL: $ 49,300 Paqe 2 of 8 C_" Kimsey Ho n and Assoetates,inc. Project Workplan Budget Date: February 6,2013 r Client: City of Fort Worth Labor: $ 2,100 Number: 100 Project: Old Decatur Road -WJ Boaz to Expense: $ - Name: Design Management KHA No: 061018103 Allocation: $ 100 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 2,200 44 �•� A\ )a� �4 Cod Personnel: JRT JCKI I JLJ Subrd Comp Task Descriptions: P6 P4 N5 (Hrs) (Firs) Exp($) 1.1 Managing the Team Non 1,2 Communications and Reporling A. Kick-off Meeting 1 1 2 B. Bi-Weekly Progress Meetings(6) 6 6 12 C. Baseline Schedule Non -- _. D. Monthly Schedule Updates Non Subtotals: 7 7 14 $ Cost: �O6 Effort: 1.31 0.71 1 1 Z01 1 Page3of8 C] " Kimley-Horn and Associates,Inc. Project Workplan Budget Date: February 6,2013 • • • Client: City of Fort Worth Labor: $ 8,200 Number: 200 Project: Old Decatur Road -WJ Boaz to I Expense: $ - Name: Conceptual Design KHA No: 061018103 Allocation: $ 400 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 8,600 • • • • . MINE, J� G�q q�q �q Personnel: JRT JCKISRAI JLJ Subltl Comp Task Descriptions: P6 P4 P5 N5 (Hrs) (Hrs) Exp($) ----------- — _..v._... _ ........... 2.1 Data Collection 1 4 5 2.2 Geotechnical Investigations Non 2.3 Conceptual Design Package A. Schematic Design(5 Sheets) 2 25 27 ..........�. _ B Phasing Narrative 1 2 3 C. Phasing to Meet Customer Reqmnts 1 2 3 D. Phasing for City Operational Needs 1 2 3 E. Phasing for Traffic Needs 1 1 1 3 �_........ m___......._....._.. _ —...._......... ,.,_ F. Surface Restoration 1 1 2 G. Conceptual OPCC 1 3 4 2.4 Site Visits 2 3 5 2,5 Deliverables 2 _ 2 2.6 Conceptual Review Meeting 2 2 4 QA/QC 4 4 Subtotals:1 171 471 11 1 65 $ • . p rr • M Cost: Effort: 3.11 4.81 0,21 1 1 1 1 1 1 1 1 11 8.1 Paqe 4 of 8 C�❑ and Associates,Inc. Project Workpfan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 11,000 Number: 300 Project: Old Decatur Road -WJ Boaz to Expense: $ 500 Name: Preliminary Design KHA No: 061018103 Allocation: $ 600 Task Mgr: PM: Dana LeClaire TOTAL: $ 12,100 00� CP Personnel: JRT JCK SRA KLW JLJ SubTB Comp Task Descriptions: P6 P4 P5 P1 N5 (Hrs) (Hrs) Exp($) 3.1 Preliminary Design Drawings&Spec. A. Cover Sheet Non B. Control Points and Benchmarks Non ....._........... _. C. Overall Location Map 3 3 D. Overall Water Map 3 3 E. Water Plan and Profile Sheets(5 Shts) 4 30 34 F. Standard Detail Sheets 1 6 1 7 G. Special Connection Details JNone 4 5 3.2 Geotechnical Investigation 3.3 Constructability Review 2 4 3 4 Utility Clearance 2 3 3.5 Traffic Control Plan 4 2 7 3.6 Opinion of Probable Construction Cost 2 2 1 4 8 3.7 SWPPP 1 3 4 3.8 Stake Holders Meetings Non 19 Affected Properties Database 1 1 3.10 Preliminary Design Review Meeting 2 2 4 3.11 Deliverable 1 3 4 $ 400 QAT 5 5 . ........... ---- ------- . ............. -------------- ------ ............ -- - ------------ ............... SubtotalsT 201 571 21 1 1 1-921 $ 400 Cost: 1.0 1.7 0.1 0.3 o.1 3.1 0.4 Effort: 3.71 5.91 0.31 0.9 1 1 0.21 1 1 1 1 171 0.9 0.5 Pape 5 of 8 CM" Kimley-Horn M and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 18,100 Number: 400 Project: Old Decatur Road -WJ Boaz to Expense: $ 400 Name: Final Design KHA No: 061018103 Allocation: $ 900 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 19,400 God Personnel: JRT JCK KLW Sub-FU Comp Task Descriptions: P6 P4 P1 (Hrs) (Hrs) Exp($) __..... -----..... 4.1 90%Design Drawings A. Preliminary Design Comments(5 Sheets 2 5 7 B. General Notes C. 1. City Standard Notes 1 1 D. 2. Project Specific Notes 1 1 E. Water Location Maps(2 Sheets) 2 2 F. Plan and Profile(5 Sheets) 5 40 45 G. Plan and Profile Noting(5 Sheets} 0 5 5 _ _ ............... _.. ......................... H. Field Verification 2 2 4 I, Standard and Special Details 2 6 8 _._..............w... .......... QA/QC 6 6 4.2 90%Contract Documents A. Special Specifications 3 10 131 1 ........... _ B. Review Standard Specifications 1 4 5 ___...._....__..._ .......__ _ .. ...._ C. Quantities Take-Off 1 4 5 _. .... QA/QC 2 2 4.3 100%Design Drawings A. Final Design Comments(10 Sheets) 3 12 15 4.4 100%Contract Documents A.90%Contract Documents Comments 2 6 8 -- -- — B. 100%OPCC 2 4 6 4.5 Deliverables o ............_........ .._. ...... _.. ——._ .........._ ......... A 90%Review Meeting with City 2 2 4 $ 150 B. 100%Construction Plans and Spec,. $ 150 1. Finalize Quantities 2 2 4 _ _........._. _.._._.... 2. Finalize Bidform 2 2 4 3. Finalize Specifications 2 2 4 —._......... Subtotals: 36 105 8 149 $ 300 B M NN MINE . a Cost: 1.9 3.1 0.2 T592 0.3 Effort: 6.61 10.81 0.7 18-11 1 0.3 Paqe 6 of 8 KimleyHorn and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 1,400 Number: 800 Project: Old Decatur Road -WJ Boaz to M Expense: $ - Name: Survey KHA No: 061018103 Allocation: $ 100 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 1,500 4� Personnel: JRT JCK SubTtl Comp Task Descriptions: P6 P4 (Hrs) (Hrs) Exp($) Coordinate with Surveyor Prepare Exhibits 2 2 Coordinate with Surveyor 21 1 1 1 2 Right of Entry 2 2 Coordinate w/City Surveyor During Const, 2 4 6 Subtotals:[42 L10 12 $ T Cost: 0.1 0.3 0.4 Effort: 0.41 1.0 1-41 1 Paqe 7 of 8 Kimley-Horn and Associates, Inc. Budget Summary Project Workplan Budget Date; Feb 6,2013 Client: City of Fort Worth Fee Type: LS Goal Mult. 3.5 Project: Old Decatur Road -WJ Boaz b Expense IVlult: 1.15 (1.0 for LS) KHA No. 061018103 Computer Mult: 2.50 (1.0 for LS) PM: Dana LeClaire Allocation: 4.6% (2.0%for LS) = No. Task Name Hours Labor Expense Allocation Subtotal 100 Design Management 14 $ 2,100 $ 100 $ 2,200 200 Conceptual Design 65 $ 8,200 $ 400 $ 8,600 -- 300 Preliminary Qesi9n 92 $ 11,000 $ 500 $ 600 $ 12,100 400 Final Design 149 $ 18,100 $ 400 $ 900 $ 19,400 800 Survey 12 $ " 1,400 $ 100 $ 1,500 777 Contingency $ - TOTALS: 3321 $ 40,800 1 $ 900 $ 2,100 1 $ 43,800 11 E Task No.JTask Name Cost Multiplier Subtotal F) Survey (1,OOOL $ 5,000 1.10 $ 5,500 .................................. ................................ ------------------- ......--------- -------- TOTALS:1 $ 5,000 1 is 5,500 aw M • Effort Totals: Multipliers: Labor: $ 40,800 Goal Multiplier: 3.50 Expense: $ 8,500 Overall Multiplier: 3.63 TOTAL: $ 49,300 Pape 2 of 8 CAM" Kimley-Horn M and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 2,100 Number: 100 Project: Old Decatur Road -WJ Boaz to Expense: $ - Name: Design Management KHA No: 061018103 Allocation: $ 100 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 2,200 4 GO�QJ��t 5 Personnel: JRT JCKJ I JLJ SubTH Comp Task Descriptions: P6 P4 N5 (Hrs) (Hrs) Exp($) _.......... 1.1 Managing the Team Non 1.2 Communications and Reporting A. Kick-off Meeting 1 1 2 B. Bi-Weekly Progress Meetings(6) 6 6 12 C. Baseline Schedule Non D. Monthly Schedule Updates Non ........... ......... ............... ----------------- ---------- ...................... ...... ........... ------------ .......... . .......... Subtotalsl 7 7 14 $ - Cost: 0.4 0.2 0.6 Effort: 1.31 0.71 1 2.01 1 Paqe 3 of 8 Kirnley-Horn and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 8,200 Number: 200 Project: Old Decatur Road -WJ Boaz to I Expense: $ - Name: Conceptual Design KHA No: 061018103 Allocation: $ 400 Task Mgr: JCK M. Dana LeClaire TOTAL: $ 8,600 J�)�GX\pJ O�G ��a�, ova\ J�Qt ti Q Personnel: JRT JCK SRA JLJ SubTtl Comp Task Descriptions: P6 P4 P5 N5 (Hrs) (Hrs) Exp($) 2.1 Data Collection 1 4 5 ..............- _�.-.,......... 2,2 Geotechnical Investigations Non 2.3 Conceptual Design Package A. Schematic Design(5 Sheets) 2 25 27 B. Phasing Narrative 1 2 3 C. Phasing to Meet Customer Regmnts 1 2 3 D. Phasing for City Operational Needs 1 2 3 E. Phasing for Traffic Needs 1 1 1 3 F. Surface Restoration 1 1 2 G. Conceptual OPCC 1 3 4 2.4 Site Visits 2 3 5 2.5 Deliverables 2 2 _...... ._...... ------- ........ 2.6 Conceptual Review Meeting 2 2 4 QA/QC 4 4 ..... ..... .... ................. . ..... --l- ---- . . _ Subtotals: 17 1 65 $ - - wo M. 7J Cost: Effort: 3.11 4.81 0.21 1 1 1 1 1 1 1 1 11 8.11 1 Pape 4 of 8 Kimley-Horn and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 11,000 Number: 300 Project: Old Decatur Road -WJ Boaz to Expense: $ 500 Name: Preliminary Design KHA No: 061018103 Allocation: $ 600 Task Mgr: PM: Dana LeClaire TOTAL: $ 12,100 G Personnel: JRT JCK SRA KLWI JLJ I I I I SubTti Comp Task Descriptions: P6 P4 P5 P1 N5 (Hra) (Hrs) Exp{$) 3.1 Preliminary Design Drawings&Spec. A. Cover Sheet Non B. Control Points and Benchmarks Non C. Overall Location Map 3 3 D. Overall Water Map 3 3 E. Water Plan and Profile Sheets(5 Shts) 4 30 34 F. Standard Detail Sheets 1 6 7 G. Special Connection Details 1 4 5 3.2 Geotechnical Investigation Non 3.3 Constructability Review 2 2 4 3.4 Utility Clearance 1 2 3 3.5 Traffic Control Plan 1 4 21 1 7 3.6 Opinion of Probable Construction Cost 2 2 4 8 3.7 SWPPP 1 3 4 ..... 3.8 Stake Holders Meetings None_ 3.9 Affected Properties Database 1 1 3.10 Preliminary Design _ ry g Review Meeting 2 2 4 3.11 Deliverable 1 3 41 400 QA/QC 5 5 Subtotals: 201 57 2 10 3 92 $ 400 ra U m m drr ,NJ Cost: 1.0 1.7 0.1 0.3 0.1 3.1 0.4 Effort: 3.71 5.91 0.31 O.91 1 1 0.2 10.91 1 0.5 Page 5 of 8 ������ K� N�J � � and 'Associates, Inc. Project N/orkp/anBudget Date: February O.2O13 Client: City of Fort Worth Labor: $ 18,100 Number: 400 Project: Old Decatur Road -VVJ Boaz to Expense: $ 400 Name: Final Design KHANo: 081018103 Task Mgr: JCK PM: DenoLeC|aino TOTAL: $ 19.400 Task Descriptions: P6 P4 P1 (Hrs) (Hrs) Exp 4.1 90%Design Drawings A. Preliminary Design Comments(5 Sheets,' 2 5 7 B. General Notes C 1. City Standard Notes 1 D. 2. Project Specific Notes--,- 1 E. Water Location Maps(2 Sheets) 2 2 F� Plan and Profile(5 Sheets) 5 40 45 G. Plan and Profile Noting(5 Sheets) 0 5 5 4.2 90%Contract Documents A, Special Specifications 3 10 B. Review Standard Specifications 1 4 5 C. Quantities Take-Off 5 4.3 100%Design Drawings A. Final Design Comments(10 Sheets) 3 12 15 4�4 100%Contract Documents A.90%Contract Documents Comments 2 6 8 4,5 Deliverables A. 90%Review Meeting with City 2 2 4 $ 150 B. 100%Construction Plans and Spec. $ 150 1. Finalize Quantities 21 2 1 4 2. Finalize Bidforrn 21 21 4 Subtotals: 36 105 8 149 $ 300 is Poqenvxu ®/\ ndA Horn a � and Associates,Inc, Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 1,400 Number: 800 Project: Old Decatur Road -WJ Boaz to M Expense: $ - Name: Survey KHA No: 061018103 Allocation: $ 100 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 1,500 LL r • • . . Personnel: JRT JCK SubTtl Camp Task Descriptions: P6 P4 (Hrs) (Hrs) Exp($) Coordinate with Surveyor Prepare Exhibits 2 2 Coordinate with Surveyor 2 21 1 Right of Entry 2 2 . --- --- -- -- Coordinate w/City Surveyor During Const, 2 4 6 --------_-__----- ................ ............. ................ ---------- Subtotalsi 2 10 12 $ Effort: 0,41 1 01 1 1 1 1 1 1 1 1 1.4 Page7of8 ©=" Kimley-Horn and Associates, Inc. Budget Summary Project Workplan Budget Date: Feb 6,2013 Client: City of Fort Worth Fee Type: LS Goal Mult. 3.5 Project: Old Decatur Road -WJ Boaz t( Expense Mult: 1.15 (1.0 for LS) KHA No. 061018103 Computer Mult: 2.50 (1.o for LS) PM: Dana LeClaire Allocation: 4.6% (Z0%for LS) No. Task Name Labor Expense Allocation Subtotal 100 Design Manageme777, 2,100 $ 100 $ 2,200 ------------_-.._........ _.,._ 200 Conceptual Desig _ 8,200_ $_ 400 $ 8,600 300 Preliminary Design 11,000 $ 500 $ 600 $ 12,100 __.— --------- .._.__.__. _. 400 Final Design 149 $ 18,100 $ 400 $ 900 $ 19,40_0 800 Survey 12 $ -- 1,400 $ 100 $ 1,500 —. _ ................... 777 Contingency $ - TOTALS: 3321 $ 40,800 1 $ 900 1 $ 2,100 1 $ 43,800 Task No. Task Name Cost Multiplier Subtotal Survey (1,OOOLF) $ 5,000 1.10 $ 5,500 TOTALS:I $ 5,000 $ 5,500 Effort Totals: Multipliers: Labor: $ 40,800 Goal Multiplier: 3.50 Expense: $ 8,500 Overall Multiplier: 3.63 TOTAL: $ 49,300 Pape 2 of 8 Kim and■,,.1�L� and Associates,Inc, Project Workplan Budget gate: February 6,2013 WZZEZMMZ « « Client: City of Fort Worth Labor: $ 2,100 Number: 100 Project: Old Decatur Road -WJ Boaz to Expense: $ - Name: Design Management KHA No: 061018103 Allocation: $ 100 Task Mgr; JCK PM: Dana LeClaire TOTAL: $ 2,200 e't � dpfQ�tie Personnel: JRT JCK JLJ Sub7t comp Task Descriptions: P6 P4 N5 (Hrs) (Hrs) Exp($) 1.1 Managing the Team Non 1.2 Communications and Reporting A. Kick-off Meeting 1 1 2 B. Bi-Weekly Progress Meetings(6) 6 6 12 C. Baseline Schedule Non D. Monthly Schedule Updates Nonem......._ _..... ......... ........ . ... Subtotals: 11 71 1 14 $ I IN UNION` I « « « t w s TM Cost: 0.4 0.2 0.6 Effort:1 1,31 0.7 2.0 Face 3of8 ❑ ❑ Kimley-Horn and Associates,Inc. Project Workplan Budget Date: February 6,2013 1011,11, 111,051111 will 11 ;will= 2123MMEMEMM Client: City of Fort Worth Labor: $ 8,200 Number: 200 Project: Old Decatur Road -WJ Boaz to I Expense: $ - Name: Conceptual Design KHA No: 061018103 Allocation: $ 400 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 8,600 J� Xqy ova` ��ec ti Q OKI Personnel: JRT JCK SRA JLJ SubTtl Comp Task Descriptions: P6 P4 P5 N5 (Hrs) (Hrs) Exp($) 21 Data Collection 1 4 5 _...__ ............ ...... ------. 22 Geotechnical Investigations Non 2.3 Conceptual Design Package A. Schematic Design(5 Sheets) 2 25 27 B. Phasing Narrative 1 2 3 C. Phasing to Meet Customer Reqmnts 1 2 3 D. Phasing for City Operational Needs 1 2 3 E. Phasing for Traffic Needs 1 1 1 3 ---. — .... __ __ -._ _ _..........._ F. Surface Restoration 1 1 2 G. Conceptual OPCC 1 3 4 2A Site Visits 2 3 5 2.5 Deliverables 2 2 16 Conceptual Review Meeting 2 2 4 QA/QC 4 4 _...._.--_ _ ........... ....... .. ............... _.. _.. Subtotals: 17 471 1 65 $ UP! IMMUNE: filiffiffidillill fli'ji'lift e a �d6 w . » « Most, ��T 2.3 Effort: 3.11 4.81 02 8-11 1 Paqe 4 of 8 ���� KirnleyNorn and Associates,Inc. Project Workplan Budget Date: February 6,2013 Client: City of Fort Worth Labor: $ 11,000 Number: 300 Project: Old Decatur Road -WJ Boaz to Expense: $ 500 Name: Preliminary Design KHA No: 061018103 Allocation: $ 600 Task Mgr: PM: Dana LeClaire TOTAL: $ 12,100 r : M M .I OG'``h Personnel: JRT JCK SRA KLW JLJ Subru Camp Task Descriptions: P6 P4 P5 P1 N5 (Hrs) (Hrs) Exp($) ------------- — _............... 3.1 Preliminary Design Drawings&Spec. _._. .... _ A. Cover Sheet Non B. Control Points and Benchmarks Non C. Overall Location Map 3 3 D. Overall Water Map 3 3 E. Water Plan and Profile Sheets(5 Shts) 4 30 34 — _ — _ F. Standard Detail Sheets 1 6 7 G. Special Connection Details 1 4 5 3.2 Geotechnical Investigation Non ......._. _..........._.. 3.3 Constructability Review 2 2 4 —... _..........r 3.4 Utility Clearance 1 2 3 15 Traffic Control Plan 1 4 2 _ 7 3.6 Opinion of Probable Construction Cost 2 2 4 8 3.7 SWPPP 1 3 4 3.8 Stake Holders Meetings Non 3.9 Affected Properties Database 1 1 3.10 Preliminary design Review Meeting 2 2 4 3.11 Deliverable 1 3 4 $ 400 QA/QC 5 5 Subtotals: 20 57 2 10 31 92 $ 400 EM Cost: 0.4 Effort: 3.7 5.9 0.3 0.9 0,2 10.9 0.5 Page 5 of 8 EM" Kimley-Horn IIIIIIIIIIIIIIIIIN and Associates,Inc, Project Workplan Budget Date: February 6,2013 9239MEMMMM EMEMEMSEMEM Client: City of Fort Worth Labor: $ 18,100 Number: 400 Project: Old Decatur Road -W,I Boaz to Expense: $ 400 Name: Final Design KHA No: 061018103 Allocation: $ 900 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 19,400 .0 Personnel: JRT JCKIKLW I I SubTtl Comp Task Descriptions: P6 P4 P1 (Hrs) (Hrs) Exp 4.1 90%Design Drawings A. Preliminary Design Comments(5 Sheets' 2 5 7 B. General Notes C. 1. City Standard Notes 1 D. 2. Project Specific Notes 1 1 E. Water Location Maps(2 Sheets) —2 2 —--------- F. Plan and Profile(5 Sheets)— 5 40 45 G. Plan and Profile Noting(5 Sheets) 0 5 5 H. Field Verification 2 2 — ---------- I Standard and Special Details 2 6 8 QA/QC 6 6 .......... ...... .......... 4.2 90%Contract Documents -—-------------- ............ A. Special Specifications 3 10 13 B. Review Standard Specifications 1 4 5 .............- rP 6 5 A 2_r2 2 6 3 10 C Quantities Take-Off 1 4 5 .............- ---------- 'QA/QC 2 2 —3100% esign Drawings ............-—-............. ................. -- -——------------- — .................. A. Final Design Comments(10 Sheets) --3—12 15 ........... 4.4 100%Contract Documents A.90%Contract Documents Comments— 2 6 8 B 100%OPCC 2 4 6 4.5 Deliverables .............. ........ ---------- ——---------- - -—----------- A. 90%Review Meeting with City 2 2 150 B. 100%Construction Plans and Spec. 150 ............. 1. Finalize Quantities 2 2 4 .............. 2. Finalize Bidform 2 2 4 3, Finalize Specifications 2 2 4 .............. —---------- ——---------- .......... Subtotals: 361 1051----8t— 1491 $ 300 -------------- .................. ..................... 0.3 03 Paqe 6 of 8 ET�M Kimley-Horn � and Associates,Inc. Project Workplan Budget Date: February 6,2013 « « Client: City of Fort Worth Labor: $ 1,400 Number: 800 Project: Old Decatur Road -WJ Boaz to M Expense: $ - Name: Survey KHA No: 061018103 Allocation: $ 100 Task Mgr: JCK PM: Dana LeClaire TOTAL: $ 1,500 r , « « « « . « C; Personnel: JRT JCK SubTU Comp Task Descriptions: P6 PA (Hrs) (Hrs) Exp($) Coordinate with Surveyor Prepare Exhibits 2 2 Coordinate with Surveyor 2 2 Right of Entry 2 2 Coordinate w/City Surveyor During Const. 2 4 6 _a._.. _ _ .. ..... - Subtotals:- 2 101 1 12 $ Cost: 0.1 0.3 O.q Effort: 0.41 1.01 1 1 1.Q Pape 7 of 8 PPI Kirnley-Horn and Associates, Inc. February 8, 2013 ■ Suite 950 801 Cherry Street,Unit#11 Mike Bennett, P.E. Fort Worth,Texas City of Fort Worth 76102-6811 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Amendment No. I to City Secretary Contract No. 43014/City Project, No. 01749 Old Decatur Road - W.J. Boaz Rd. to W. McLeroy Blvd. Dear Mr. Bennett: Kimley-Horn and Associates, Inc. has attached the scope of services for Amendment Ito the City of Fort Worth to provide additional design services for adding water line design to the Old Decatur Road -W.J. Boaz Rd. to W. McLeroy Blvd. Project. The Consultant will perform the Services described in Attachment A on lump SLIM basis not to exceed $49,300, increasing the total not to exceed fee to $524,900. We appreciate the opportunity to be Of Continued service to the City. Please contact LIS if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. Texas Registration No. F-928 Glenn A. Gary, P.E. Sr, Vice President G A GJ Ij Attachments: K:\F7W_Ro,,id,,ay\061018103_FTWOI(lDecaiurPh TPP\Waterfine 1v1od\01dDecatur_01 149_,Ajiiendmeni_01_Propos,,il.doc