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