HomeMy WebLinkAboutContract 40850-A3DEC l l 20\5
CTIY~FFORTWORTil CTIY SECREl'ARY
'1 ,·
£
AMENDMENT No.3
TO CITY SECRETARY CONTRACT No. 40850
WHEREAS, the City of Fort Worth (CITY) and Jacobs Engineering Group ,
Inc ., (ENGINEE R) made and entered into City Secretary Contract No . 40850 ,
(t he CONTRACT) which was authorized by M&C C-24294 on the 22 "ct day of
June , 2010 in the amount of$ 493 ,637 .00 ; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number
1 in the amount of $158 ,030 .00 which was authorized by M&C C-25346 on
December 13 , 2011 , Amendment Number 2 in the amount of $265 ,500 .00 which
was authorized by M&C C-26057 on January 15 , 2013 ; and
WHEREAS, the CONTRACT involves engineering services for the
following project :
Eastern Hills Drainage Improvements , Project No . 01363 ; 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 foll owing agreement ,
which amends the CONTRACT :
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in a proposal dated March 23 , 2015 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
$187 ,120 .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 $1 ,104 ,287 .00 .
3 .
All other provisions o f the Contract , which are not expressly
amended herein , shall remain in full force and effect . City of Fort Wor th
::~e~s:f~c~:: !:~~:~:s 8~;7;;~nt Amendment Te ~ SCAN• 'ED
P~e1~3 ~ 11 OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
EXECUTED and EFFECTIVE as of the date last writte n by a signatory ,
below .
APPROVED :
Ci t y of Fort Worth
Jesus J. Chap~
Assistant City Manager
DATE = Jc), -Io ,-;5
APPROVAL RECOMMENDED :
(,~OUPJ:. ~~::!t?t.
ENGINEER Jz;-~ Group , Inc .
Scot Sanders
Manager of Ope rati ons
Director , Transportation and Public Works Department
APPROVED AS TO FORM AND LEGALITY :
Douglas W. Black
Assistant City Attorney
ATTEST :
City of Fort Worth
Professional Services Agreement Amendment Template
PMO Official Release 8/1/2012
Page 2 of 3
M&C : C-27372
Date : Ju l y 21 , 2015
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Department
TPW
City of Fo r t Worth
FUNDING BREAKDOWN SHEET
City Secretary No. 408 5 0
Amen d me n t No . 3
Fund-Account-Center
P227 531200 204280 1 36330
Profess io na l Se rv ice s Ag r ee m e nt Ame nd m ent Te mplat e
PMO Offic ia l Re lease 8/1/20 1 2
Page 3 of 3
Amount
$187 ,120 .00
Total : $187 ,120 .00
March 23, 2015
City of Fort Worth
Transportation and Public Works
Stormwater Management Division
Attn: Debbie Willhelm, P.E.
Subject: Project No. 01363
Eastern Hills Drainage Improvements
Contract Amendment Request #3
Dear Ms . Willhelm,
Since the 90% design review meeting on June 4, 2013 , Jacobs has been requested to perform
additional services outside the current scope of work in order to complete the final design of the
referenced project. Subsequent to the August and September 2013 Utilities Department review
meetings and initial bidding phase, additional scope items were recorded and discussed with
City staff. Jacobs proceeded to complete the final design of the project in order to meet the
City's schedule goals of advertising and awarding the project as soon as possible, with the
understanding the Jacobs would receive approval and funding for the additional services.
Specific events resulting in these additional services are as follows:
• Phase 2 90% review meeting: Realignment of Line B into the west parkway was
requested to reduce risk of the adjacent sewer collapsing into the trench . This alignment
was modified as requested, although the 60% design had locked the horizontal
alignments. Also, additional easements were identified in these drawings, requiring
added scope . The 90% package also exceeded the anticipated sheet count related to
paving plans, SWPPP plans, and stormwater and paving details.
• Phase 2 90% utilities review meeting: Additional improvements to the water and sewer
services were requested . Additional SUE work was required to collect data related to
these service laterals, and to check water line depths as request where water line
lowering was anticipated. These requested changes in the plans therefore resulted in
added plans sheets and field investigations that were not included in the scope .
• Phase 2 Initial Bid Phase: The first set of bid documents was withdrawn to separate out
a Phase 3 package for future work (there was the potential of a road project being
assigned to this area) and to make other adjustments. One adjustment was to move the
Line B alignment back into the street due to cost and complications related to utility
relocations in the west parkway of Weiler. Modifications to the bid package were
performed as requested, but only one set of bid documents was anticipated in the scope
of work .
• Phase 2 Rebid Phase: This included the prebid meeting and responses to questions in
the second bid phase. Only one bid phase was included in the Jacobs scope of work.
Page 1 of 3
Jacobs Engineering Group, Inc .
• Phase 2 USACE 404 Documentation: A supplemental memo was prepared to support
the 404 permit application, related to SHPPO documentation needed.
• The creation of the Phase 3 package with the associated new design/construction
schedule created the need for scope items to complete the project. Those items are:
• Phase 3 Additional Drawings: These are the drawings anticipated to complete the Phase
3 package which are in addition to the anticipated sheet count.
• Phase 3 Bid Services: This provides for the bid phase services for this final phase.
• Phase 3 CA Services and Project Management: This item provides for standard
construction phase administration services, and allows for our project management
efforts to be extended to accommodate the anticipated schedule to completion.
Following is a summary of tasks considered to be additional services along with a breakdown of
fees. Per our contract, we respectfully request approval of the additional scope and fee required
to support the Phase 2 and 3 project delivery goals.
Task Detail Fee$ Fee$
No. (Phase 2)* (Phase 3)
1 Line B realignment design 20,000 0
2 Additional easements and topographic survey 5,720 16,500 ( see reimbursable)
3 Additional water/sewer design 21,400 5,000
4 Level ASUE 4,300 0
5 Rebid services, Phase 2 10,000 0
6 SHPPO requirements 5,000 0
7 Additional Phase 2/3 drawings 15,500 32,700
8 Phase 3 bid services 0 7,700
9 Phase 3 CA services and Project Management 0 43,300
Total Amendment 81,920 105,200
*Work completed and not invoiced.
The total amount of this Amendment including reimbursable expenses is $187,120.
The included supporting files as part of this Amendment 3 are:
• Attachment A -Scope of Services
Total
Fee$
20,000
22,220
26,400
4,300
10,000
5,000
48,200
7,700
43,300
187,120
• Attachment B-Compensation (Exhibits B-1 (Rate Schedule) and B-2 (Fee Breakdown))
• Attachment D --Schedule
Jacobs will not proceed with any further unauthorized work on this project. We therefore will not
be able to start the Phase 3 design without an approved contract amendment.
Page 2 of 3
Jacobs Engineering Group, Inc.
Jacobs will manage Phase 3 in accordance with the schedule shown in Attachment D.
Paul Domsife, .E., CFM, Project Manager
Jacobs Engineering Group
777 Main Street
Fort Worth, TX 76102
Paul.Domsife@jacobs.com
Page 3 of 3
Jacobs Engineering Group, Inc.
Attachment A
Amendment No. 3
City of Fort Worth Storm
Eastern Hills Storm Drain Improvements
Scope of Work
PROJECT DEFINITION
The objective of the original scope for this project is to design new and/or upgraded
storm water drainage facilities for the Eastern Hills Watershed. Services to be provided
also include bidding and construction services, environmental permitting, hydrologic and
hydraulic modeling, and right-of-way/easement assistance. The project is separated in
to two phases; Phase 1 consists of a multi-use storm water detention basin and
associated storm drain system improvements located generally in the southern and
eastern part of the watershed. Phase 2 consists up upgrades to the subsurface storm
drain system elsewhere in the watershed. In addition, the Phase 2 design consists of
improvements to the existing outflow channel at the downstream end of the subsurface
drainage improvements. Phase 1 was designed in 2010-2011 and was constructed in
2011-2012. Design for Phase 2 is complete and construction is ongoing. A Phase 3 was
created to address the remaining improvements not included in the Phase 2 package.
This amendment is proposed to cover services that are additions to the original contract
and previous amendments. These services are required to ensure the proposed storm
drain improvements to not adversely affect adjacent utilities, including water, sewer and
electrical lines. The main components to the work effort required are: (1) Phase 2
realignments; (2) added easements; (3) added water/sewer design; ( 4) Level A SUE; (5)
Phase 2 rebid services; (6) SHPPO permit added requirements; (7) Additional Phase 2
and 3 drawings; (8) Phase 3 bidding services; and (9) Phase 3 CA services, with and
extended project management phase.
These new and deleted scope items are summarized in Table 1.
Page 1
Table 1. Summary of Eastern Hills Amendment 3 Work Items
Item Item Description and Justification Fee Impact
Number ($)
Shifting alignment from 4 ' from sewer main to
Weiler parkway, as requested after 90% review,
to avoid potential ex isting sewer trench failure.
Storm Drain Second alignment shift from Weiler parkway to 4 '
1 Line B from sewer main as requested to avoid $20 ,000 realignment replacement of numerous gas meters on west side
(Phase 2) of Weiler after 100 percent plans were submitted.
Each design revision also requires updates to the
hydraulic modeling because of the inlet
modifications.
Easement legal Revis ions to TCE and PDE plat and legal document
revisions, documents for easement acqu isit ion. Requ ired
2 topographic due to storm drain alignment changes and access $22,220 for City Maintenance Department. Additional survey and survey for Phase 3 and easement documents is property staking
(Phase 2 and 3) included in this fee.
Additional water Revis ions and meetings as requested to design
3 and sewer water and sewer r elocations and service $26,400 design (Phase 2 replacements as requested by city water
and 3) department to replace older systems
Locating water and sewer lateral sizes and depths
4 Level A SUE as required to design the serv ice replacements $4,300 (Phase 2) and vertical clearances requested by the city
water department
Bid Addenda, Pre-B id meeting, and additional
Rebid Services meetings as required. After the Water Department
5 (Phase 2) reviewed the bid documents during the 1st $10,000
bidding phase in July-August, a second bid phase
was required to address all concerns.
SHPPO Permit SHPPO requirements for cultural resources. This
6 Requ irements was not part of orig inal contract and was required $5,000
(Phase 2) to be submitted to Texas Historical Commission
Additional Paving plans and additional SWPPP plans that
7 drawings (Phase were not accounted for in original contract scope $48 ,200
2 and 3) of work
8 Bidding Services Bid Addenda, Pre-Bid meeting, and meetings $7,700 (Phase 3)
Site vis its, submittal reviews, RFI responses,
9 CA Services public meeting support, record drawings, $43 ,300 (Phase 3) meetings, final inspection, Parks Department
coordination, and project management
TOTAL FEE $187,120
Page 2
BASIC SCOPE OF SERVICES
1. Line B Realignment {Phase 2)
Provide realignment of Storm Drain Line B (24" to 42" RCP) along North Weiler
Boulevard into the western parkway. This realignment was proposed during the 90-
percent design review meeting to minimize trench failure potential of an adjacent
existing sanitary sewer line. A second realignment was performed after 100-percent
plans were submitted. This realignment was necessary to avoid the replacement of
numerous gas meters and gas service lines located to the west of the street and placed
the proposed storm drain within 4 feet of the adjacent sanitary sewer. Proposed laterals
connecting to the main storm drain will also need to be redesigned during each
alignment shift to ensure hydraulic efficiency of the system while providing clearance for
an existing sewer main in the street. (5 sheets -Plan and Profile)
In additional to the effort required to design the realignments, the InfoWorks hydraulic
model is updated and the results of the simulation are used to ensure proper slopes and
pipe sizes are maintained.
2. Additional Easements {Phase 2 and 3)
During the Phase 2 design effort, five (5) additional temporary construction easements
and one (1) additional permanent easement were required. These were required due to
the realignment of storm drains necessitating the procurement of additional permanent
and temporary construction easements. This Scope of Services also includes easement
document procurement for Phase 3. This effort includes and property boundary
stakeouts and the preparation of plat and legal documents. This scope of services
assumes that two (2) temporary construction and (2) permanent easements will be
required.
Additional topo survey and SUE work is also included for a portion of the Phase 3
design.
3. Additional Water/Sewer Design {Phase 2 and 3)
The City of Fort Worth Water Department has requested several additional
improvements to the existing water and sewer system. They have requested the
replacement of all private sewer service laterals and cleanouts at any locations that
requires the installation or upgrade of storm drains. In addition, it was requested that
all water service lines and meters are replaced. Any water mains crossing the proposed
system that require lowering are will be called out with dimensions and special details as
necessary. This task requires the following additional sheets and efforts:
• A general notes sheet outlining procedures for the replacement of water and
sewer improvements. (1 sheet)
Page 3
4.
• Water and sewer details including counts and details for each of the water
main lowerings, service lateral, water meter, and sewer cleanout
replacements. (4 sheets)
• Coordination meetings with City Engineers. It is anticipated that coordination
meetings will be required to be attended by Jacobs staff to ensure all of the
Water Department's comments are addressed.
Level A SUE (Phase 2}
In order to perform the necessary revisions to storm drain alignment, Level A surveying
services are required. These services include research into water meter and water
services sizes and the measurement sewer cleanouts to determine the depth of service
laterals.
5. Rebid Services (Phase 2}
Provide additional bid phase services for Phase 2. A second bidding phase is required to
account for changes required by the Water Department to the original bid documents.
This task requires the following effort:
6.
• Uploading of plans and contract documents onto Buzzsaw for access to potential
bidders. Contract documents shall be uploaded in .pdf files and the plans in .pdf
and .dwf files.
• The sale of contract documents and maintenance of a plan holders list from
documents sold and downloaded from Buzzsaw.
• Providing technical assistance and the development of a log of all significant
bidder questions and requests during the second bid phase.
• Production of any addenda necessary to amend the contract documents during
the bidding phase.
• Attendance at the prebid conference in support of City staff.
• The addition of a vibration monitoring and tunneling special specification for Line
D.
SHPPO Permit Requirements (Phase 2}
Preparation of an archeological background study for the Eastern Hills Drainage
Improvements: Phase 2. This study was conducted during August 2013 to remain in
compliance with Section 106, National Historic Preservation Act. A memorandum is
required to be submitted to the Texas Historical Commission to show the applicant had
performed due diligence for inventorying historic and archeological sites.
7. Additional Drawings (Phase 2 and 3}
The revisions to the storm drain alignments and associated util ity relocations require the
preparation of eighteen (18) additional sheets in the overall design package. Also, the
removal of the Jacqueline Street, Yosemite Drive and Monterrey Drive improvements
require revisions to several sheets and additional sheets not covered under the original
Page 4
contract (27 sheets). The following list outlines the additional sheets and revisions
required to complete this task.
8.
• Overall paving plan and details. At the 60-percent design review meeting, it was
requested that rather than trench repairs following storm drain improvements to
allow for pulverize and overlay along the entire street. These plans provide the
limits street replacement and associated special details. (2 sheets)
• Phase 3 paving plan and details (2 sheets)
• Phase 3 demo sheet for removal of water and sewer (1 sheet)
• Phase 3 Plan and profile sheets for water and sewer that are not covered under
the original contract (7 sheets)
• Grading plan for Phase 3 west of Yosemite Drive. (1 sheet)
• Additional traffic control plans for Phase 3 not covered under original contract (6
sheets)
• Additional SWPPP plans and details. The original contract allowed for two (2)
sheets for SWPPP design. The City of Fort Worth Parks Department has required
additional SWPPP details and plans to ensure that construction activities do not
discharge additional sediment or further erode a downstream concrete-lined
channel located in Meadowbrook Golf Course. (5 sheets)
• Phase 3 SWPPP plans and details. (3 Sheets)
• Additional storm and paving details not covered under the original contract (7
sheets)
• Storm and paving details sheets for Phase 3. (7 Sheets)
• Revisions to the Project Manual for specifications for Phase 3 construction.
• Phase 3 water and sewer service counts and plans.
Bidding Services (Phase 3}
Provide prebid meeting attendance, bid addenda, bidding administration and meetings
(up to two meetings at two hours each).
9. Construction Administration Services and Project Management (Phase
fil
Provide site visits, submittal reviews, RFI responses, public meeting support, record
drawings, meetings, final inspection, Parks Department coordination, and project
management as described in the following level-of-effort table (Table 2).
Project management time extended is extended from October 2014 (refer to
Amendment 2, Item lOC) to September 2016 (24 months).
Page 5
Table 2: Hourly breakdown and assumptions for Phase 3 construction
administration and project management
Work Item Phase 3 Assumption
Preconstruction conference 2 hr
Site Visits 2/month, 2 hr/visit, 12 mo. = 48 hr
Submittal review 10 subm ittals @ 2hr each = 20 hr
RFI responses 20 hr
Public meeting support 8 hr
Record Drawings 28 hr
Proj ect Meetings 1/mo at 2 hr/mtg= 24 hr
Fi nal Inspection and Punch List 6 hr
Parks Dept Coard. 8 hr
CA services subtotal 164 hr
Project Manaqement 7 hr/mo for 24 mo = 168 hr
Total Level of Effort 332 hr
Page 6
ATTACHMENT B
COMPENSATION
Design Services for
Eastern Hills Drainage Improvements Phase 3
City Project No. 01363
Lump Sum Project
I. Compensation
A.
B.
II.
A.
B.
C .
D .
The ENGINEER shall be compensated a total lump sum fee of $187,120.00 as
summarized in Exhibit B-1 -Engineer Invoice and Section IV -Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A , including all labor materials , supplies ,
and equ ipment necessary to deliver the services .
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presen t ed in Exh ibit B-1, Progress Reports as required in item Ill. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
The estimated current physical percent complete as required on the invo ice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth 's Schedule Guidance Document.
The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments .
Each invoice shall be verified as to its accuracy and compliance wi t h the terms of
th is Agreement by an officer of the ENGINEER.
Ill. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
C ity of Fort W orth , T exas
Atta ch ment B
P MO Offic ial Release Date : 8 .09.20 12
Page 1 of 2
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Jacobs Engineering Phase 3 Des ign Plans and
Group , Inc. Construction Management
Proposed MBE/SBE Sub-Consultants
ANA Consultant s , LLC I Easement Documents and
Topograph ical Survey
I
I
Non-MBE/SBE Consultants
I
I
I
I
TOTAL I
Project Number & Name Total Fee
01363 -Eastern Hills Drainage $187 ,120.00
Improvements -Phase 3
Fee Amount %
$164,900.00 88%
$22 .220.00 I 12%
I I
I
I
I
I
$187,120.00 i 100%
MBE/SBE Fee MBE/SBE
%
$22 ,220.00 12%
C ity MBE/SBE Goal = 12% Consultant Committed Goal = 12%
C ity of Fort W orth , Texas
Attachment B
P MO Official Release Date : 8.09 .2012
Page 2 of 2
B-2
EXHIBIT B -1
(SUPPLEMENT TO ATTACHMENT B)
EASTERN HILLS STORM SYSTEM IMPROVEMENTS
HOURLY RATE SCHEDULE
(FOR WORK DONE ON TIME MATERIALS BASIS)
PROJECT MANAGEMENT
Manager of Projects (Project Principal) (2015) $200
Manager of Projects (Project Principal) (2016) $208
Project Manager (2015) $132
Project Manager (2016) $137
Administrative/Clerical (2015) $60
Administrative/Clerical (2016) $62
ENGINEERING
Project Engineer (2015)
Project Engineer (2016)
Sr. Hydrologist
EIT (2015)
EIT (2016)
PRODUCTION
CADD Designer (2015)
CADD Designer (2016)
ENVIRONMENTAL
Sr. Environmental Scientist
Envirionmental Scientist
GIS Analyst
SURVEYING/OTHER
Survey Technician
$115
$120
$96
$82
$85
$106
$110
$120
$72
$72
$60
Exhibit B-2
PROJECT NAME : City of Fort Worth . Eastern Hills Storm System Improvements, Amendment #3 • Exhibit B-2
PROJECT NUMBER: WFXK5900
DATE · 03/23/15
PR OJECT MANAG EMENT
I I " "g> ·g, ~
U'> "' iii w w ~ ~ ,.
[ [ ·o LI) ·u(!) f., E -E c -c -Item# 3, 3, ·~ 0 ·co ct 5?. "-N Cl. N
Rate 60 62 200 208 132
1 Line B Reallanmenl (Pha se 2 Construction) 0 0 4 0 40
B-Line Rea lignment 4 12
Hyd raulic Modeling 28
2 Addltonal Easements (Phase 2 and 3) 0 0 0 0 0
PE's, TC E's, Stakina (See AN A sub costs)
3 Addltlonal Water/Sewer Des ign (Phase 2 and 3) 0 0 14 0 42
Phase 2 Additional Wate r and Sewer 8 26
Phase 2 and 3 Design Water and Sewer 6 16
4 Level A SUE (Phase 2) 0 0 0 0 2
Level A SUE • W ater and Sewer 2
5 Rebid Services (Phase2) 18 0 15 0 38
Pre-Bid Meeting 2 2
Vi bration Monitorina and Soecial Su rvev Spec 4 8
Bid Adde nda 2 16
Meetings (up to 2 at 2hr d urations) 4 4
Biddino Adm inistration 18 3 8
6 SHPPO Permll Reaulrements (Phase 2) 0 0 0 0 2
S HPPO requirem ents 2
7 Addltl ona l Phase 2 a nd 3 Drawings 10 0 28 0 90.5
Storm and Pavino Details (14) 4
Paving Sheets (4) 7 16.5
Demo 2
Plan & Profile (7) (Additional Location) 10 .5
G rading Plan (Park) 1
T raffic Control Plans (6) 8
iS WM 0.5
Contract Documents 30
M eelina s and Followup 10 2 1 8
W ater/sewer Services
W ater Details 10
8 Bidding Services (Phase 3) 0 8 0 11 0
Pre-Bid Meeting 2
Bid Addenda 2
Meetings (up to 2 at 2hr durations) 4
Biddino Adm inistration 0 8 3
MANHOUR ESTIMATE
EN G IN EERING PRO DUCTI O N
" I ~ t " I C
·gi ·g, "' "' "' -~ ,. w w & & C
l~ ~U'> -l~ 1'. N N g §" ·o -J: .. .. a:2 ui 13 1a n_ N Cl. N ijj ijj
137 115 120 96 82 85 106
0 10 0 17 84 0 40
10 40
17 84
0 0 0 0 0 0 0
0 0 0 0 40 0 140
24 90
16 50
0 4 0 0 0 0 16
4 16
0 8 0 0 0 0 0
8
0 0 0 0 0 0 0
0 28 0 0 16 0 205
12 74
50
6
46
16
8
5
16
16
39 0 0 0 0 0 0
2
16
4
17
EN VIRONMENTAL OTHE R
" I C " "' ~ ~ 1ii ·xi C
-~ -~ § -~
~ m C 1 :g g §' ID ~ ec I ·::; -~ (J) 13 1a ui ~ ,jj(ll i'i
110 120 n 72 60
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 32
32
0 0 0 0 0
0 20 20 12 0
20 20 12
0 32 0 0 0
32
0 0 0 0 0
5
! ,.
" 15 ..
195
66
129
0
0
236
148
88
54
54
79
4
20
18
8
29
54
54
409.5
90
73.5
8
56.5
17
16
37.5
30
55
16
10
58
4
18
8
28
m u..
~ -g
()
$20,000
$7,800
$12,200
$0
$0
$26,400
$16,500
$9,900
$4,300
$4 ,300
$10,000
$700
$2,800
$2,500
$1,300
$2,700
$5,000
$5,000
$48,200
$9,700
$8,900
$900
$6,200
$1,800
$1 ,900
$4,400
$4 ,000
$7,700
$1,300
$1 ,300
$7,700
$700
$2,600
$1,400
$3,500
1 ol 2
Prinled : 418/2015 3 :55 PM
Exhibit B-2
PROJECT NAME: City of Fort Worth -Eastern Hills Storm System Improvements, Amendment #3 -Exhibit B-2
PROJECT NUMBER: WFXK5900
DATE: 03/23115
MANHOUR ESTIMATE
PROJECT MANAGEMENT EN GINEERI NG PRODUCTION
I ~ ~ ~ ID ID
i ! g> ·g, g, f "' "' w w la ·g, g> "' "' -~ 0 0 [ [ ::. ::. w w e & & Cl \'.! \'.! l ~ i., i., i., "' E E ·g ~ g ~ :r: N N §~ o-e;; o -f-f-t3 ~ Item# "IJ "IJ ·,= 0 ·co a::sa ,o in uj uj Q_ N Q_ N a_ N Q_ N Q_ N
Rate 60 82 200 208 132 137 115 120 96 82 85 106
CA Services (Phase 3) 12 12 12 22 60 140 0 24 0 26 0
Preconstruction Conference 2
Site Visits 24 24
Submittal Reviem 6 14
RFI Responses 20
Public Meeting Support 4
Record Orawinos 4
Project Meetin gs 12 12
Final Inspection 4
Parks Dept Coard. 4
Project Management 12 12 12 12 60 60
40 20 73 33 275 179 50 24 17 140 26 401
REIMBURSABLE$ & SUBS Ma rkup On Su bs I 10%
I. ANA /Easements) $2,800.00 $3 ,080.00
II. ANA (Yolanda I Easement/Survey) $2 ,400.00 $2,640.00
Ill. ANA (Phase 3 Topo I and SUE) $15 ,000 .00 $16 ,500.00
IV. MEET ING MATERI AL $0 .00
V. PRINTING & REPRO $0.00
VI. OTHER (G PS) $0 .00
:a l Direct (Contract Svc s) $20 ,200.00 $22,220.00
I VII. ROCK CORING (T&M $0.00 I
!VIII . TREE TRII MMING (T $0.00
IIX. RU T REPAIR (T&M ) $0.00
Total Direct (Add'I Svcs) $0.00 $0.00
$2,020.00
ENVIRONMENTAL OTHER
.;;
I I c
~ ~ ·:g ID 1a :a Cl -~ .11 ~ ]i ~ :~ ::. :i g §' in~ e c: ! .;;
<)~ ui bl ]~ "' 0 a f-
110 120 72 72 60
24 0 0 0 0 332
2
48
20
20
8
24 28
24
6
8
168
24 52 20 12 32 1,418
Total Jacobs Labor
Total Directs (ANA Surveying)
Total
* u.
I
0
$43,300
$300
$6,200
$2,000
$2,700
$1,400
$3,200
$2,700
$1,000
$1,400
$22,500
$164,900
$22,220
$187,120
2 ol 2
Printed : 4/8/2015 3:55 PM
City or Fort Worth TPW Stormwater
Prepared by: Jaoobs Engineering
ID 0 ask Name Duration
Pro ject Administration 481 days
2 Phase 3 Design 115 days
@:3 Notice to Proceed Odays
Design Survey 30 days
5 Compile Utilities Package 10 days
6 Utilities Dept Review Meeli Odays
-7-@:3 90 Percent D rawings/Spec 60 days
8 90 Percent Submittal Odays
9 Utilities Review 20 days
10 Parks Review 20 days
11 TPW SW Review 20 days
12 90 Percent Fixup 25 days
13 100 Percent Submittal Odays
14 Bidding/Award 60 days
15 Construction 260 days
16 Record Drawing s 5 days
17 Project Certification 1 day
Task
Project: EH Phase 3 Schedule
Date: Tue 11 /17/15 Critical Tas k
Progress
Start
Mon 12/7/15
Mon 12f1/15
Mon 12f7/15
t-Aon 12/7/15
Mon 12/7/15
Fri 12/18/15
Mon 12/21/15
Fri 3/11 /16
t-Aon 3/14/16
t-Aon 31 14/16
Mon 3/14/16
Mon 4/11/16
Fri 5/13/16
Mon 7/11/16
t-Aon 10/3/16
Mon 10/2/17
Mon 10/9/17
Finish 15
ov
Mon 1019/17
Fri 5/13/16
Mon 12/7/15
Fri 1/15/16
Fri 12/18/15
Fri 12/18/15
Fri 3/11 /16
Fri 3/11 /16
Fri 4/8/16
Fri 4/8/16
Fri 4/8/16
Fri 5/13/16
Fri 5/13/16
Fri 9/30/16
Fri 9/29/17
Fri 10/61 17
Mon 10/9/17
Milestone
Summary
Rolled Up Task
D_e~ J_a
•
Eastern H ills Drainage Improvements
Project Schedule
16
Rolled Up Critical Task '==========
Rolled Up Milestone 0
Rolled Up Progress
Project: 0 1363: Eastern Hills Drainage Improvements
Split
External Tasks
Project Summary
Group By Summary
Deadline
Report Data Date: Tue 11/17/15
Page 1
,, , "' M&C Review Page I of 3
Offic ial site of the City of Fort Worth, T exas
CITY COUNCIL AGENDA f ORTWORTII ---...,...--
COUNCIL ACTION: Approved on 7/21/2015
DATE: 712112015 REFERENCE **C_27372 LOG NAME 20SW_EASTERN HILLS
NO.: : DRAINAGE_AMENDMENT #3
CODE: C TYPE: PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize Execution of Amendment No . 3 to City Secretary Contract No . 40850 , an
Engineering Agreement with Jacobs Engineering Group, Inc ., in the Amount of
$187 ,120 .00 for Additional Engineering Serv ices for the Eastern Hills Drainage
Improvements Project, Thereby Revising the Total Contract Amount to $1 ,104 ,287.00
(COUNCIL DISTRICT 4)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of Amendment No . 3 to City
Secretary Contract No . 40850 , an Engineering Agreement with Jacobs Engineering Group , Inc. in the
Amount of $187 ,120 .00 for additional engineering services for the Eastern Hills Drainage
Improvements project , thereby revising the total contract amount to $1 ,104 ,287 .00 .
DISCUSSION:
The Amendment recommended by this Mayor and Council Communication (M&C) is for engineering
services to: divide the Eastern Hills Drainage Improvements Project into a third phase, realign the
storm drain to minimize disruption to the neighborhood , and provide increased subsurface utility
engineering (SUE) services in accordance with Water Department guidelines . The original scope of
services was for design of a regional stormwater improvement project to be constructed in one
phase . During design , a need for expedited construction of portions of the project and identification of
additional future funding sources indicated a need for project phasing . Construction of Phase 1 multi-
use detention basin and channel improvements was completed in 2013. Phase 2 is currently under
construction with anticipated completion of September 2015 . Phase 3 is anticipated to be constructed
in FY 2017 with participation from the 2014 Street Improvement Fund for street rehabilitation.
Jacobs Engineering Group , Inc . proposes to perform the engineering services described for a lump
sum fee of $187 ,120.00 . City staff considers the fee to be fair and reasonable for the scope of
services proposed.
CONTRACT DESCRIPTION AMOUNT M&C APPROVED
NO.
Initial Design of regional stormwater $493 ,637 .00 C-24294 06/22/2010
Contract improvements & multi -use detention
basin
Amendment Separation of project into Phase I, Phase $158 ,030.00 C-25346 12/13/2011
No . 1 2, and Meadowbrook Putnam
desiqn/construction packages.
Amendment Preparation of Stormwater Facility $265 ,500 .00 C-26057 01/15/2013
No . 2 Maintenance Manual , Realignment of
channel outfall ; Phase 2 Bidding &
Construction Phase Services.
Amendment Division of project into a third phase ; $187 ,120.00 Pending
http://apps.cfwnet.org/council_packet/mc _r ev iew.asp?ID=2 1172 &councild ate=7 /2 1/20 15 7/23 /20 15
M&C Review Page 2 of 3
No . 3 realignment of storm drain ; Level A SUE
services for Phase 3.
Total
Contract $1 ,104,287.00
Subject to approval of this M&C , appropriations fo r the Eastern Hills Drainage Improvement project
budget will consist of the fol lowing :
Project Budget Amount
Desiqn Contract $1 ,104 ,287.00
Construction Contracts $5 ,709 ,352 .02
Project Management, Material Testing , Inspection , $1 ,188,470 .90
Continqencies
Total Project Budqet $8,002,109.92
Upon approval of this M&C , funding for the design contract , construct ion contracts , and other project
costs will consist of the follow ing :
Fund Existing Additional Revised
Aooropriations Appropriations Appropriations
Stormwater $6 ,747 ,352 .92 $187 ,120 .00 $6,934,472 .92
Capital
Projects
Bond Fund
(P227)
Stormwater $1 ,067 ,637 .00 $0 .00 $1 ,067 ,637 .00
Capital
Projects
Bond Fund
(P229)
Project $7,814 ,989.92 $187,120.00 $8,002,109.92
Total
M/WBE Office : Jacobs Engineering Group , Inc . is in compl ia nce with the City's M/WBE Ordinance by
committing to 12 percent M/WBE participation for this Amendment No . 3. The Ci ty's goal on this
amendment is 12 percent.
Funding fo r th is amendment is being provided from Stormwater Capi tal Projects Bond Fund .
This project is loca ted in Council District 4, Mapsco 332 A?, A8 , B8.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Directo r certifies tha t funds are ava ilable in t he current capital
budget , as appropriated , of the Stormwater Capital Projects Bond Fund as depicted below :
Available Amount of Transfer Remaining Available
Unspecified Unspecified
Stormwater Capita l $27 ,085,013 .92 $187 ,1 20 .00 $26,897,893.92
Projects Bond Fund
(P227)
TO Fund/Account/Centers FROM Fund/Account/Centers
http://apps.cfwnet.org/counc il _packet/mc _rev iew .asp?1D =21 172&counci ld ate=7 /21 /20 15 7/23 /20 15
, ~ M&C Rev iew
Submitted for City Manager's Office by:
Originating Department Head :
Additional Information Contact:
ATTACHMENTS
0 1363 Map.pdf
Page 3 of 3
P22 7 531200 204280 1363 30 $187 .120 .00
Fernando Costa (6122)
Doug las W . Wie rsig (7801 )
Debb ie Will helm (248 1)
http://apps.cfwnet.org/co un c il _packet/mc _rev iew.asp?ID=21172&councildate=7/2 l /20 15 7/23 /2015
MAYOR AND COUNCIL COMMUNICATION MAP
Council District 4
Project No. 01363
Eastern Hills Drainage Improvements
Legend
~ Phase 1 (Construction Complete)
__ _. Phase 2 (Under Construction)
--• Phase 3 (Future Construction)