Loading...
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)