Loading...
HomeMy WebLinkAboutContract 31492-A2 AMENDMENT NO. 2 STATE OF TEXAS § CITY SECRETARY CONTRACT NO. (M&C Needed) COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Baird, Hampton & Brown., (Engineer) made and entered into City Secretary Contract No. 31492, (the Contract) which was authorized by the City Council by M&C C-20513 on the 8th day of February, 2005; and WHEREAS, the Contract involves engineering services for the following project: 2004 CIP Minor Drainage Project—Contract A, Project No. 00093; DOE No. 4825 WHEREAS, it has become necessary to execute Amendment No. 2 to said Contract to include an increased scope of work and revised maximum 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 and provide additional contract time as specified in a proposal letter dated April 23rd, 2008, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $251,056. The additional contract time for these services is 120 working days. 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of $ 86,231 + $ 20,477 for Amendment No. 1 + $ 251,056 for Amendment No. 2, this amendment, =$ 357,764. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full�,force and effect. OFRMC 4L A6;U- i,, CITY SECRETARY u Contract Amendment No. 2 ORIGINAL FTT.WORTH,TX n,-0�- 9 P94 : 31 1H Page 1 oft Executed on this the day of , 2009, in Fort Worth, Tarrant County, Texas. APPROVAL RECOMMENDED: APPROVED: Sys jwillita��mn�kestrE., erector Fernando Costa Department of Transportation Assistant City Manager and Public Works Baird,Hampton&Brown(BHB) Engineering_ & Surveying ENGINEER ATTEST: B : Marty Hendrix, ity Secretary n .� By: Konstantine Bakintas, P.E. a�4 Principal, Sr. Civil Engineer __—_ COn tract Authorization APPROV AS TO LEG ITY: Amy ams Assistant ty ttomey RCORW S i Contract Amendment No. 2 Page 2 of 2 Baird Hampton & Brown Inc. 0 P � Engineering & Surveying April 23, 2008 Mr.Joseph Bergeron PE, Project Manager Department of Engineering City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Tel(817)871-7949, Fax 871-7854 RE: ENGINEERING CONTRACT AMENDMENT 104 CIP Drainage Projects—Contract A A6. Monticello Park SD Extension A9.Timberline Drive SD Extension City Project No 00093,& City Secretary No 31492 DOE 4825& BHB No 04.129.00& BHB No. 07.728.00 Mr. Bergeron: We are pleased to have been selected to assist the City of Fort Worth with the above referenced project; submitted herewith, is our request for a contract amendment to address the additional scope of work associated with the storm drain extensions at Monticello Park and Timberline Drive. Our estimate of probable construction cost for this additional scope of work has been estimated at$2.3M. We propose an engineering fee, which includes basic and additional services, of $251,056. Additional services consist of topographic surveys, subsurface utility investigations, drainage analysis, erosion control plan, storm water pollution prevention plan, and other miscellaneous items. We propose to continue to utilize the services of an M/WBE surveying firm to assist us with this project, and thus provide 29% M/WBE participation, on this contract modification. Thank you, BHB Engineering &Surveying - c Ko, tantine Bakilt� Vice President Enclosure Standard Contract Amendment Form Proposal for Contract Modificaiton Survey & SUI Proposal from M/WBE Reproduction Proposal from M/WBE Estimates of Probable Construction Cost(A6&A9) Exhibits& Drainage Area Maps(A6&A9) e:12007.000.00012007.728.0001docslcontractlamendment proposal.doc 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail:mail@bhbinc.com 4 Baird, Hampton & Brown, Inc. Engineering & Surveying EXHIBIT"B-3A" (Supplement to Attachment B) Proposal for Contract Modification Additional Scope of Work Location A6; Monticello Park SD Extension &Location A9; 3804 So.Timberline Drive City Project No 00093, & City Secretary No 31492 DOE 4825 & BHB No 04.129.00& BHB No. 07.728.00 The overall scope of work at Location A6, Monticello Park, has increased to include extension of a significantly sized storm drain (multi-cell box culvert)from White Settlement Road, southward through the public park, to a point just passed Monticello Drive. The previously proposed storm drain inlets on Dorothy Lane South will be incorporated into this project. See enclosed Concept Plan, Plan w/Aerial and Estimate of Probable Construction Cost. The existing storm drain line at Location A9,Timberline Drive, is undersized and shall be replaced from the existing pond westward, between the existing residences, to the railroad right-of-way. This additional scope of work extends the storm drain line replacement considerably further than previously proposed. See enclosed Concept Plan, Plan w/Aerial and Estimate of Probable Construction Cost. SUMMARY OF TOTAL FEES Consulting Firm Prime Responsibility Amount Percent Prime Consultant: BHB Engineering & Surveying Engineering & Proj. Mgmt $ 179,960 71.7% M/WBE Sub-Consultants: ANA Consultants Topographic Surveying $ 23,908 9.5% ANA Consultants Subsurface Utility Engineering $ 40,583 16.2% Trevino&Associates Reproduction $ 6,605 2.6 % Non-M/WBE Sub-Consultants None N/A $ -0- 0.0% Total for Professional Services $251,056 100% Proiect Description Scope of Services Total Fee M/WBE Fee Percent Engineering Services Drainage Improvements $251,056 $71,096 28.3% 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail: mail@bhbinc.com Baird, Hampton & Brown, Inc. Engineering & Surveying EXHIBIT "B-3B" (Supplement to Attachment B) Proposal for Contract Modification Location A6; Monticello Park SD Extension & Location A9; 3804 So. Timberline Drive City Project No 00093, &City Secretary No 31492 DOE 4825 & BHB No 04.129.00 & BHB No. 07.728.00 PROFESSIONAL SERVICES FEE SUMMARY CONTINUED CIP Drainage Projects -Contract A A6. Monticello Park&A9.Timberline Drive Storm Drainage Improvements City Project 00093, City SecretaryNo.31492,DOE 4825 Project Project I Engineer Item/Task Description Manager Engineer CADD/Tech I Clerical Amount (Hrs) (Hrs) (Hrs) (Hrs) ($) 3)90%Final Engineering Design(A-6&A-9) Complete Storm Drain Plan&Profiles 2 60 60 $11,420 Paving Plan and Profiles 2 32 32 $6,240 Roadway Cross-Sections 2 24 24 $4,760 Paving,Drainage&Utility Details 3 32 32 $6,400 Water Maps&Line Lowering Profiles 2 24 40 $6,120 Contract Documents&Specs 2 32 32 8 $6,640 Erosion Control Plans&Details 1 40 60 $9,260 S3 Documentation w/NOI&NOT 4 24 24 8 $5,480 Detailed Construciton Cost Estimates 1 16 4 $2,100 Plan Submittal, Plan Review&Meetings 2 12 4 4 $2,060 Meeting Minutes&Monthly Progress Reports 1 8 4 $1,160 4) 100%Bid(Plans&Specs)Documents(A-6&A-9) Incorporate Final Comments&Submit Final Plans 2 40 60 4 $9,620 Address Final Mark-Ups and Submit Bid Documents 1 24 40 4 $6,160 5)Public Involvement Public Design/Neighborhood Meeting 6 6 1 $1,610 Public Design Meeting 4 4 1 $1,090 Pre-Construction Neighborhood Meeting 4 4 1 $1,090 6)Bidding&Construction Phase Pre-Bid Meeting/Bid Opening/Tabulate&Review Bids 1 4 8 2 $1,540 Select Contractor/Pre Con Meeting&Attend Final Inpection 4 8 $1,440 7)Surveying Services A-6&A-9)-M/WBE Sub-Consultant $23,908 8)Subsurface Utility Engineering(A-6&A-9)-IVI/WBE Sub-Consultant 1 $40,583 9)Reproduction Services(A-6&A-9)-M/WBE Sub-Consultant $6,605 10)M/WBE Sub-Consultant(10%)Adminitration $7,110 Total for Professional Services&Expenses 90 866 800 77 1 $251,056 Preliminary Plans (60% Complete) $150,634 Final Plans & Specs (90% Complete) $ 75,317 Bid Documents &Specs (100%) $ 25,105 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail:mail@bhbinc.com Baird, Hampton & Brown, Inc. Engineering & Surveying EXHIBIT"B-3B" (Supplement to Attachment B) Proposal for Contract Modification Location A6; Monticello Park SD Extension &Location A9; 3804 So. Timberline Drive City Project No 00093, & City Secretary No 31492 DOE 4825 & BHB No 04.129.00& BHB No. 07.728.00 PROFESSIONAL SERVICES FEE SUMMARY CIP Drainage Projects -Contract A A6. Monticello Park&A9.Timberline Drive Storm Drainage Improvements City Project 00093, City Secretary No.31492,DOE 4825 Project Project Engineer Item/Task Description Manager Engineer CADD/Tech Clerical Amount (Hrs) (Hrs) (Hrs) (Hrs) ($) 1)30%Conceptual Engineering Design (A-6&A-9) Research As-Builts, ROW&Other Data Collection 1 16 24 $3,800 Preliminary Drainage Analysis 2 16 8 $2,600 Develop Storm Drain Alignment 2 40 40 $7,720 Prepare/Update Cost Estimates 1 16 12 $2,780 Plan Submittal, Plan Review&Meetings 2 12 4 2 $1,960 ,Meeting Minutes&Monthly Progress Reports 1 8 4 $1,160 2)60%Preliminary Engineering Design (A-6&A-9) Access Existing Downstream H&H Conditions 2 16 16 $3,280 Prepare General Notes&Legend 1 8 8 $1,640 General Layout&Project Control 2 16 16 $3,280 Drainage Area Map&Computations 3 16 8 $2,760 _ Storm Drain (Trunk Line)Plan&Profiles 8 60 60 $12,380 Curb Inlet&Area Drain Plans and Profiles 2 40 32 $7,040 Roadway Plan,Profile,Cross-Sections 2 32 24 1 $5,560 Water Maps&Water Line Lowering Profiles 2 24 24 $4,760 Paving,Drainage&Utility Details 2 32 32 $6,240 Erosion Control Plans&Details 1 24 24 6 $4,900 Contract Documents&Specs 2 32 32 8 $6,640 Detailed Construciton Cost Estimates 1 8 4 $1,300 Plan Submittal, Plan Review&Meetings 1 2 12 4 4 1 $2,060 Distribute Preliminary Plans to Franchise Utility Co. 1 8 4 8 $1,700 Coordinate w/FW PACSD&Assist w/Parks Conversion 2 24 12 4 $3,940 MeetingMinutes&MonthlyProgress Reports 1 8 4 $1,160 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail: mail@bhbinc.com Baird, Hampton & Brown, Inc. Engineering & Surveying EXHIBIT"B-3C" (Supplement to Attachment B) Proposal for Contract Modification Location A6; Monticello Park SD Extension & Location A9; 3804 So. Timberline Drive City Project No 00093, & City Secretary No 31492 DOE 4825 & BHB No 04.129.00& BHB No. 07.728.00 FEE FOR SURVEYING SERVICES Surveying Services Topographic Survey(A-6) 1500 LF X$14.09/LF =21,135 In actuality, this includes surveying along both Dorothy Lane North and Dorothy Lane South, as well as the Park between the two streets. Subsurface Utility Engineer. Level B &A 1500 LF X$14.56/LF =21,847 This item was specifically requested by SWM Additional Survey on (A-9) 300 LF X$9.24/LF = 2,773 This consists of a survey through private properties that are fenced, have numerous trees, and significant topographic relief. Subsurface Utility Engineer. Level B &A 300 LF X$62.46/LF = 18,736 This item was specifically requested by SWM Sub-Total for Surveying Services $64,492 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail:mail@bhbinc.com Baird, Hampton & Brown, Inc. Engineering & Surveying EXHIBIT"13-313" (Supplement to Attachment B) Proposal for Contract Modification Location A6; Monticello Park SD Extension & Location A9; 3804 So.Timberline Drive City Project No 00093, & City Secretary No 31492 DOE 4825 & BHB No 04.129.00 & BHB No. 07.728.00 FEE FOR REPRODUCTION SERVICES Reproduction Services Conceptual Design Report = $ 25 Preliminary& Utility Clearance Plans = $ 875 Final Plans = $ 350 Bid Documents = $4,775 Mounted Exhibits for Public Meetings = $ 105 Final Mylars for Record Purposes = $ 400 Final Electronic Set(PDF)for Record Purposes = 75 Sub-Total for Printing & Reproduction = $6,605 6300 Ridglea Place,Ste 700 Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail:mail@bhbinc.com 1701 River stun Suite 610 CONSULT NT5, 5 C� Fort Worth,Texas 76107 (817)335-9900 Fax(817)335-9955 AUTHORIZATION FOR PROFESSIONAL SERVICES PROJECT NAME: Dorothy Lane—North&South PROJECT No.: CLIENT: BHB Engineering&Survey CONTACT: Konstantine Bakintas ADDRESS: 920 S. Main St. Old Main Place Suite 190 Grapevine,TX 76051 SCOPE: Topo General: Provide a Topographical Surrey and Subsurface Utility Engineering Services(to be provided by SAM, Inc.)of Dorothy Lane North &South, and the green space between both roads,from Hamilton Ave. to White Settlement Rd. Topo Specific: Provide the following— • A cross section of each street every 50-feet, with a tie to the approximate centerline of the street, gutter, top of curb, back of walk(if existing), property line and 10' beyond property line. • Topo shall extend 100-feet at all intersections. • Topo of the green space on a 50-foot grid • Ties to all houses within project limits, providing a finished floor and garage floor elevation. • Ties to all visible utilities. • Ties to all Storm Drain Manholes,with flowlines, approximate pipe sizes and direction of flow. • Ties to all Sanitary Sewer Manholes,with flowlines,approximate pipe sizes and direction of flow. • Ties to all waterline features; water valves, gate valves, water meters, fire hydrants, etc. • Ties to all improvements within the green space. • Ties to all trees 6"or greater in diameter, • Cross sections of existing drainage channel North of White Settlement Road, providing a topo shot on the toe and top of bank and approximately 50-feet beyond the top of bank,from White Settlement Road to 200-feet North. Subsurface Utility Engineering Services—see proposed scope as provided by SAM, Inc., attached herewith. CLIENT SATISFACTION IS OUR BUSINESS UiW4T TOPOGRAPHICAL SURVEY COMPENSATION: $21,135.00(which includes a 10%administrative fee for the services proposed by SAM, Inc.) SUBSURFACE UTILITY ENGINEERING SERVICES COMPENSATION: 21,846.50 TOTAL COMPENSATION:$42,981.50 DELIVERABLES:Topographical Survey—A.N.A.shall submit a 3d point file,with TIN&Contours,a 2d line file and a property file in .dwg format, an ASCII file in .csv format and all control point reference notes in .pdf format. Subsurface Utility Engineering Services—see proposed scope as provided by SAM,Inc., attached herewith. DELIVERY:Topographical Survey—A.N.A. shall submit deliverables within 45 days of receiving written notice to proceed. Subsurface Utility Engineering Services—see schedule as proposed by SAM, Inc.attached herewith. Any extra services not included within the Scope of Work,will be billed hourly per Exhibit"B"—Hourly Rate Schedule. Services covered by this authorization shall be performed in accordance with PROVISIONS stated on the attached form. Approved fpr,CLIENT Accepted for N.A.Consultants, L.L.C. By: i By: .� S. Kevin Wendell, RPLS Title: Title: Director of Survey Date: Date: April 21, 2007 EXHIBIT `B' Hourly Rate Schedule Work Title Hourly Rate 2 Survey Project Manager $130.00 Survey Construction Manager $95.00 Goo-Spatial Technician $70.00 GPS Crew $130.00 2-Man Crew $118.00 3-Man Crew $153.00 Any extra work that is not in the Scope of Work,the Consultant fees will be based on the above hourly rates schedule. PROVISIONS t f, 5508 West Higl"2%6u iq S.Austin,WO 71735 p� Ok 512.447.0575 Fax 512.3263029 seswtn •aenuu swnns•t ew6 umesnkliz wwwsamincbk April 21, 2008 Email: kevin.wendell&anallc.com Mr. Kevin Wendell Director of Survey ANA Consultants,LLC 1701 River Run Suite 610 Fort Worth, TX 76107 RE: Dorothy Lane Storm Drain- SUE Work,Fort Worth, TX Subsurface Utility Engineering Services (Quality Level— B&A) SAM, Inc. No. P2008-00249 Dear Mr. Wendell: Surveying And Mapping, Inc. (SAM, Inc.)greatly appreciates this opportunity to provide you with Quality Level B (QL-B: identify, locate and map) and Quality Level A (QUA: determine horizontal and vertical location of a specific underground utility) Subsurface Utility Engineering (SUE) services for this important project. The following scope of services is based upon our understanding of the project and the information provided to us. 1. PROJECT UNDERSTANDING It is our understanding that the project is located in Fort Worth, Texas and consists of the following: 1.1 The project consists of a proposed Storm Drain System between Dorothy Lane North and Dorothy Lane South beginning 280-feet south of the intersection of Monticello Drive and Dorothy Lane North and Dorothy Lane South continuing north on the Dorothy Lane roads to 200-feet north of the intersection of White Settlement Road and Dorothy Lane roads. 1.2 SAM, Inc. will complete Quality Level B(QL-B)Services of horizontal designating and mapping of existing underground utilities that are along and/or crossing the proposed storm drain system. SAM, Inc will complete QL-B designating services along the proposed route as stated in paragraph 1.1 from street Right of Way to street Right of Way. The site visit indicated the underground utilities consisted of water,wastewater,storm drain,and fiber optic communication.Cable Television,Telephone and Electrical appear to be overhead. Gas and some wastewater appear to travel in a utility easement in the backyards of the residential areas. 1.3 SAM, Inc. will provide Quality Level B (QL-B) services within the projects limits as stated in paragraph 1.1 and 1.2. QL-B services includes mapping all utilities within these project limits. 1.4 The Client will provide electronic files of recent planimetric mapping of the area showing the existing right-of-way and/or limits of the subsurface utility information to be collected. es sutvtrds•,�aou Nuetx6•[MWotEEtt�w This file will be used as background information and as part of our deliverables to the Client for this project. 1.5 SAM, Inc. will use existing horizontal and vertical control for the collection of field information and plotting utility information as provided by the Client. The scope of services for this project does not include SAM, Inc. establishing and/or re-establishing existing horizontal and vertical control. It is assumed that three(3)control points exist at a minimum of 1,500 feet intervals. 1.6 SAM, Inc. will collect utility record information as necessary to assist the Quality Level B investigation. SAM, Inc. will complete a ONE CALL request prior to QL-B Services to obtain a list of potential Utility Companies. 1.7 SAM, Inc. will electronically sweep the length and width of the entire project limits. The sweeping process along with good utility records will assist the Quality Level B investigation to confirm the location of electromagnetic conductors. 1.8 The electronic sweeping consists of a two person crew with a transmitter and receiver approximately 50-feet apart with both units approximately 1-feet above natural ground. As the receiver obtains a signal the transmitter is placed on the ground and the signal is traced to a logical conclusion. Then the signal is then traced back to the originating point to confirm type of utility. Sweeping is completed in a series of passes through the project area. The first pass is in the longitudinal direction, then the second pass is perpendicular to the first, then the third pass is diagonal to the first and second pass. This pattern covers the entire project limits and is repeated from beginning to the end. Additional passes are completed every 500-feet checking for power and communication lines that may not have been picked by direct connect methods. 1.9 SAM, Inc. will complete one(1)Test Holes to obtain horizontal and vertical location for each of the underground utilities found in the Quality Level B investigation. If Quality Level D record information indicates an underground utility that was not designated, SAM, Inc. will contact the Client for further discussion/instructions on the record information utility. Z. SERVICES TO BE PROVIDED SAM, Inc. will provide the following Subsurface Utility Engineering (SUE) services for this project: Page 2 of 10 Z:-080230.1'TextVWA-Dorothy Gnc-SUE ws 042708.doc f 6 SYNEYNI6•AERIAL MAlNNG•EMWi1EE�1110 2.1 Quality Service Level D (QL-D) - This level of service is inclusive of QL-B services and consists of the collection of existing utility record information(as-built) from utility purveyors, municipalities, counties and other agency suppliers within the area of investigation. Typical utilities included are: primary electric, telephone, cable TV, fiber optic, gas,petroleum, water,sanitary sewer and storm drain systems. 2.2 Quality Service Level C (QL-C) - This level of service is inclusive of QL-B services and consists of field locating to obtain accurate horizontal position of visible utility surface features for all of the utility systems located within the project limits. 2.3 Provide Quality Service Level B(QL-B Designating Services)-Quality Levels D and C are inclusive with Level B services. Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including, without limitations, electromagnetic, sonic and acoustical techniques. SAM, Inc. will provide the following designating services to aid the Client in the design of site, right-of-way, construction plans or project development plans, or for other purposes as agreed to by the parties. SAM, Inc. will: 1. Provide all equipment, personnel and supplies required for performing designating services. SAM, Inc. shall determine which equipment;personnel and supplies are required to perform designating services. 2. Conduct appropriate investigation of site conditions. 3. Designate the approximate horizontal location of the existing utilities within the project limits as previously described in the Project Understanding section of this contract. 4. Mark the utilities on the ground to be surveyed. 5. Markings on the ground are to be used for design purposes and not for construction excavation purposes. The use of information provided does not relieve any contractor from the duty to comply with applicable utility damage prevention laws and regulations, including, but not limited to, giving notification to utility owners or "one-call" centers before excavation. 6. The accuracy of subsurface data can be influenced by factors beyond our control, such as conductivity of materials and their surroundings, soil moisture content, proximity of other underground utilities or structures, depth of utility, etc. Therefore, only the accuracy of data obtained by actual physical verification (through vacuum excavation or otherwise) can be guaranteed to applicable engineering and/or surveying standards. 7. SAM,Inc.will provide all SUE services to the prevailing standard of care applicable in the Subsurface Utility Engineering profession. 2.4 Data Management - SAM, Inc. will analyze and correlate all of the field-collected information with the collected record information for ensuring continuity of the information collected. Resolve conflicts with Level D, C, B and A information. All information will be correlated to the project's monumentation. 2.5 Plan Preparation- Plan sheets(24"x 36")will be prepared utilizing the format required by the Client. The Client will provide SAM, Inc. with library files to be used for this project. The utilities will be referenced by the type of utility, color coded to American Public Works Association standards, utility company or agency name, address, telephone number and contact person. Page 3 of 10 V,080230.Mcm\ANA-Dorothy Lane-SUE so&042I08.doa w�v�uw•aanu wirrwe•�st 2.6 Quality Service Level A-Locating(Test Hole)Services :Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating(test hole)services,SAM,Inc.will: 1. Provide all equipment, personnel and supplies required to perform locating services. SAM, Inc. shall determine which equipment,personnel and supplies are required to perform such services. 2. Utilize existing records and designated utilities at the site and investigate site conditions. 3. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, SAM, Inc. shall comply with applicable utility damage prevention laws and coordinate with utility inspectors, as required. Excavations Will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, SAM, Inc. will so notify the Client. 4. Investigate, evaluate, measure and record a)actual depth to top of utility referenced to a marker installed directly above the centerline of the exposed utility structure and b) outside diameter of utility and configuration of non-encased, multi-conduit systems. 5. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. 6. Backfill around the exposed facility using the excavated materials. Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. 7. Provide permanent restoration of pavement widiin limits of original cut. When test holes are excavated in areas other than roadway pavement, these disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to excavation. 8. Evaluate and compare field information with utility information described in utility records and resolve conflicts. Page 4 of 10 Z-080230.11Tca\ANA-Dorothy Un SUE sos 042108.doc LN AN G•fliWNEEE1Nb SAM, Inc. will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Non-metallic piping, inactive electric and/or communication lines may or may not be found by electromagnetic, sonic or acoustical designating practices. SAM, Inc. does not warrant and/or guarantee that existing utilities will be found. 3. SERVICES NOT PROVIDED This scope of services does not include the following items.If requested,a scope of services and estimated fee will be provided for any additional work. 3.1 Identifying, inventorying and mapping existing overhead utility systems is not included within this scope of services. 3.2 Right of Entry Letters will not be prepared by SAM, Inc. for this project. 4. PROJECT DELIVERABLES 4.1 The project deliverables consist of two (2) sets of plan sheets (24" x 36") of the Quality Level B results and two(2)signed and sealed Test Holes reports for each utility excavated, and an electronic file in the format required by the Client on a CD-ROM. Further, the CD will contain scanned project utility records collected by SAM, Inc. 5. FEE SCHEDULE This time and material fee will not be exceeded without the Client's written approval. DESCRIPTION QUANTITY UNIT RATE AMOUNT SUE Quality Level-B Services Project Manager 9 Hrs. $140.00 $1,260.00 Record Research 30 Hrs. $85.00 $2,550.00 Staff Engineer 15 Hrs. $127.00 $1,905.00 CADD Technician 28 Hrs. $80.00 $2,240.00 Permits 1 LS $50.00 $50.00 Per Diem 4 Days $36.00 $144.00 Lodging 4 Days $85.00 $340.00 2 Person Designating Crew 30 Hrs. $148.00 $4,440.00 2 Person Survey Crew 18 Hrs. $120.00 $2,160.00 QL-B Total $15,089.00 DESCRIPTION QUANTITY UNIT RATE AMOUNT SUE Quality Level-A Services Mobilization 90 Mile $4.95 $445.50 Per Diem 2 Days $36.00 $72.00 Lodging 2 Days $85.00 $170.00 Depth of Test Holes Depth 0-5' 1 Each $990.00 $990.00 Page 5 of 10 Z;A80230.P Text1ANA-Dorothy Lana-SUE sos 042109,doa SUAYEY1116•AEAIAt MAMIN6•ENBHiHQG16 Depth 5' -12' 1 Each $1,970.00 $1,970.00 Depth 12'-20' 1 Each $3,110.00 $3,110.00 Depth 20' plus 0 Each Negotiable $0.00 QL-A Total $6,757.50 Project Total: $21,846.50 6. ESTIMATED SCHEDULE Project ONE CALL 0.5 Weeks Record Research 2 Weeks Field Work Designating/Survey 1 Week Test HcAe Excavation 1 Week Office Work CADD Work 1 Week LLA/QC Delivery SUE findings 5.5 Weeks SAM, Inc. will start the ONE CALL and Record Research immediately based upon a written e- mail Notice to Proceed. Mobilization of a designating crew will take place within 48 hours of the majority of the utility record information are collected. The written Notice to Proceed shouli also include the electronic background information and project survey control. Thank you for having Sam, Inc. on your team to provide subsurface utility engineering services. We are looking forward to working with you and your staff on this important project. If there are any questions concerning the information presented or if we can be of additional assistance, please feel free to contact us. Sincerely, Lynn D. Lambden, P.E. SUE Project Manager Page 6 of 10 Z:A80230.P..Tcd1ANA-DorothyL cn SUEsos042108.doc rxrc. S{NIYEYNi6•AERiAL MAMIN6•EN61MEFtlN6 STANDARD AUSTIN RATE SCHEDULE Effective January 11,2007 SURVEY FIELD CREW SERVICES: Two(2)Person Survey Field Crew $120.00 per hour Three(3)Person Survey Field Crew $140.00 per hour Additional Rodperson,Chainperson or Flagperson $30.00 per hour GPS Field Operator with Vehicle and Receiver $100.00 per hour GPS Receiver(Unmanned) $25.00 per hour Field Coordinator $75.00 per hour Laser Scanning Technician $80.00 per hour Page 7 of 10 Z:080230.F.Text\ANA-Dorothy Unc-SUE aw 042108.doe su�nRc•�1mu�uurrMs•u+r,�clnxs Laser Scanner $850.00 per day Field crews are equipped with a four-wheel drive vehicle. There is mileage charge for survey crew vehicles computed at the current I.R.S.mileage allowance. SURVEY OFFICE PERSONNEL SERVICES: Associate/Senior Project Manager $140.00 per hour Project Manager $125.00 per hour Staff Surveyor $110.00 per hour Senior Technician $80.00 per hour Survey Technician $70.00 per hour Clerical Support $50.00 per hour PHOTOGRAMMETRY SERVICES: Photogrammetry Project Manager $105.00 per hour Photogrammetrist $89.00 per hour Aerial Triangulation Specialist $82.50 per hour Digital Ortho Specialist $78.00 per hour Compilation Specialist $78.00 per hour Aerial Film Scanning $17.50 per frame SUBSURFACE UTILITY ENGINEERING(SUE)SERVICES: SUE Project Manager $140.00 per hour Engineer $127.00 per hour Utility Coordinator $120.00 per hour SUE Technician $80.00 per hour Two(2)Person Designating Crew $148.00 per hour Project Field Coordinator $85.00 per hour Records Researcher $85.00 per hour SUE UTILITY DESIGNATING SERVICES UNIT PRICING: This unit price is to be considered typical,not job specific,assumes a suburban project environment,and includes personnel and equipment for records research,designating, engineering,surveying,CARD,and limited traffic control. Price per linear foot $1.56 per L.F. STANDARD AUSTIN RATE SCHEDULE—Continued SUE UTILITY LOCATE(TEST HOLE)SERVICES: These unit prices are to be considered typical,not job specific,and includes personnel and equipment for vacuum excavation,engineering,surveying,CAD,and limited traffic control. These prices reflect that a Quality Level B service has been provided by SAM,Inc. Price per Test Hole 0 feet to 5 feet $990.00 Over 5 feet to 12 feet $1,970.00 Over 12 feet to 20 feet $3,110.00 Over 20 feet Negotiable Page 8 of 10 &%080230.Y,TexAANA-Dorothy Une SUE sos 042108.doe StllYEYtllS•AEMAI MA1NM6•EM61K The foregoing test hole prices reflect that the excavated material will be re-compacted within the test hole. If specialized backfill and/or specialized pavement replacement is specified for the test hole, this will be considered an additional cost and passed through to the Client at cost. SUE MOBILIZATION/DEMOBILIZTION: These costs are intended to be a one time expense compensation for mobilizing/demobilizing personnel and equipment portal to portal of office site toifrom the project site. Vacuum excavation truck(includes equipment and crew travel time) $ 4.95 per mile Expert Witness $180.00 per hour Interior pipe wall condition video To be negotiated at Project assignment Specialized Equipment(i.e.,Ground Penetrating Radar) To be negotiated at Project assignment Permit Fees At Cost Agency As-Built Information(reproduction)Fees At Cost Other SUE related Activities At Cost UNDERSTANDING OF SERVICES: 1. Normal traffic control,including within Quality Service Levels A and B,is considered standard placement of traffic cones,freestanding warning signage and vehicle-mounted traffic directional sign. Traffic control requiring lane closures,traffic detouring, flagpersons,police,etc,is considered special traffic control. If special traffic control is to be provided by SAM,Inc.,this service will be subcontracted to an approved subcontractor and billed to the Client at cost. 2. The subsurface utility engineering service assumes that all monumentation required for performing this service is pre-existing. Establishing project monumentation will be provided at a cost pre-approved by the Client. Travel&Subsistence: All travel and subsistence expenses are invoiced at actual cost plus 10%handling. Cost of mileage on company-owned vehicles is computed at the current I.R.S.mileage allowance. Cost for company-owned four wheel drive vehicles is computed at the current I.R.S.mileage allowance plus$30.00 per day. Purchased Services: All purchased services are invoiced at actual cost plus ten percent(10%)handling. These include but are not limited to reproduction,computer time,long distance telephone, consultants,subcontract services,rented or leased equipment,expendable supplies,and project required special supplies. STANDARD AUSTIN RATE SCHEDULE—Continued Terms: The Client shall promptly review invoice statements and notify SAM,Inc.of any objection thereto; absent such objection in writing within fifteen(15)days from the date of invoice,the invoice shall be deemed proper and acceptable. Invoices are submitted monthly for all services rendered and are payable upon receipt. Late payments will incur a late charge of one and one- half percent(1 1/2%)per month from the original date of invoice.SAM,Inc.reserves the right to stop work should invoices not be paid within the stated terms. Taxes: Page 9 of 10 Z:1080230.PText1ANA-Dorothy Lane-SUE sos 042 t08.doe AIlYE17f16•�fWLL NAMIN6�ENWNfFtlN6 Boundary surveying services and fees are subject to State and Local sales tax. 8.25% sales tax, when applicable, will be collected. Page 10 of 10 Z:W80230 PTextUNA-Dorothy ItnaSUE sos 042108.doc 1701 River Run Suite 610 CONSULTANTS,L,�.� �Fort Worth Texas 76107 . Ty _= (817)335-9900 Fax(817)335-9955 AUTHORIZATION FOR PROFESSIONAL SERVICES PROJECT NAME: S.Timberline Dr. PROJECT No.: 080321 CLIENT: BHB Engineering&Survey CONTACT: Konstantine Bakintas ADDRESS: 920 S. Main St. Old Main Place Suite 190 Grapevine,TX 76051 SCOPE: Topo General:Topographical Survey recently completed under A.N.A. Project Number 050010. No substantial topographical survey to be completed Topo Specific: Provide the following— • Recover and/or reset project control for use by SAM,Inc.for Subsurface Utility Engineering Services. • Provide Right-of-Entry letters for execution by property owners. • Provide SAM, Inc.with electronic file of the project area showing the existing right-of-way and/or limits of the subsurface utility information to be collected. Subsurface Utility Engineering Services—see proposed scope as provided by SAM, Inc., attached herewith. Tur ^GRAPHICAL SURVEY COMPENSATION: $2,773.00 (which includes a 10% administrative fee for the services proposed by SAM, Inc.) SUBSURFACE UTILITY ENGINEERING SERVICES COMPENSATION: $18,736.50 TOTAL COMPENSATION: $21,510.15 DELIVERABLES:Topographical Survey—no deliverables are anticipated. Subsurface Utility Engineering Services—see proposed scope as provided by SAM, Inc., attached herewith. DELIVERY: Topographical Survey—no delivery is anticipated. Subsurface Utility Engineering Services—see schedule as proposed by SAM, Inc.attached herewith. Any extra services not included within the Scope of Work,will be billed hourly per Exhibit"B"—Hourly Rate Schedule. Services covered by this authorization shall be performed in accordance with PROVISIONS stated on the attached form. CLIENT SATISFACTION IS OUR BUSINESS AL Approved-fo�'C'LIENT Accepted for N.A.Consultants,L.L.C. By: By: /S. Kevin Wendell, RPILS Title: Title: Director of Survey Date: Date: April 21, 2008 �..4.. EXHIBIT `B' g Hourly Rate Schedule Work Title Hourly Rate Survey Project Manager $130.00 I-SurveyConstruction Manager $95.00 Goo-Spatial Technician $70.00 GPS Crew $130.00 2-Man Crew $118.00 3-Man Crew $153.00 Any extra work that is not in the Scope of Work, the Consultant fees will be based on the above hourly rates schedule. t i 5541 wit M %kA4 Tout 76735 is Ok 512.447.575 IN 5123243629 April 21,2008 Email:kevin.wendell(a�,anallc.eom Mr.Kevin Wendell Director of Survey ANA Consultants,LLC 1701 River Run Suite 610 Fort Worth,TX 76107 RE: Timberline Drive Storm Drain-SUE Work,Fort Worth,TX Subsurface Utility Engineering Services(Quality Level—B&A) SAM,Inc.No.P2008-00249 Dear Mr.Wendell: Surveying And Mapping, Inc.(SAM, Inc.)greatly appreciates this opportunity to provide you with Quality Level B(QL-B:identify,locate and map)and Quality Level A(QL-A:locate horizontal and vertical location of a particular underground utility) Subsurface Utility Engineering(SUE) services for this important project. The following scope of services is based upon our understanding of the _ project and the information provided to us. ?. PROJECT UNDERSTANDING It is our understanding that the project is located in Fort Worth,Texas and consists of the following: 1.1 The project consists of a proposed 60"HDPE Storm Drain Line route following the existing storm drain easement beginning 200-feet south of the intersection of East Butler Drive and South Timberline Drive and the continuing west 220-feet ending at an existing concrete rip- rap drainage outfall. 1.2 SAM,Inc.will complete Quality Level B(QL-B)Services of horizontal designating and mapping of existing underground utilities that are along and/or crossing the existing storm drain easement. SAM,Inc will complete QL-B designating services 100-feet north and south of the existing South Timberline storm drain crossing from street Right of Way to street Right of Way. The site visit indicated the underground utilities consisted of water,wastewater,gas, and fiber optics. Cable Television,Telephone and Electrical appear to be overhead. 1.3 SAM,Inc.will provide Quality Level B(QL-B)services within the projects limits as stated in paragraph 1.1 and 1.2. QL-B services includes mapping all utilities within these project limits. 1.4 The Client will provide electronic files of recent planimetric mapping of the area showing the existing right-of-way and/or limits of the subsurface utility information to be collected. This file will be used as background information and as part of our deliverables to the Client for this project. 1.5 SAM,Inc.will use existing horizontal and vertical control for the collection of field information and plotting utility information as provided by the Client. The scope of services for this project does not include SAM,Inc.establishing and/or re-establishing existing horizontal and vertical control. It is assumed that three(3)control points exist at a minimum of 1,500 feet intervals. ti ^ •4lfJliXiU11N4• 1.6 SAM,Inc.will collect utility record information as necessary to assist the Quality Level B investigation.SAM,Inc.will complete a ONE CALL request prior to QL-B Services to obtain a list of potential Utility Companies. 1.7 SAM,Inc.will electronically sweep the length and width of the entire project limits. The sweeping process along with good utility records will assist the Quality Level B investigation to confirm the location of electromagnetic conductors. 1.8 The electronic sweeping consists of a two person crew with a transmitter and receiver approximately 50-feet apart with both units approximately 1-feet above natural ground.As the receiver obtains a signal the transmitter is placed on the ground and the signal is traced to a logical conclusion.Then the signal is then traced back to the originating point to confirm type of utility.Sweeping is completed in a series of passes through the project area. The first pass is in the longitudinal direction,then the second pass is perpendicular to the first,then the third pass is diagonal to the fust and second pass.This pattern covers the entire project limits and is repeated from beginning to the end. Additional passes are completed every 500-feet checking for power and communication lines that may not have been picked by direct connect methods. l 9 SAM,Inc.will complete one(1)Test Holes to obtain horizontal and vertical Iocation for eo^h cf the underground utilities found in the Quality Level B investigation. If Quality Level D record information indicates an underground utility that was not designated,SAM, Inc.will contact the Client for further discussion/instructions on the record information utility. 1.9A SAM,Inc.will not excavate any utilities found along the railroad track near the existing concrete rip-rap due to lack of access for the air/vacuum truck.The air/vacuum truck can not access the underground utilities near the railroad tracks without traveling on the railroad tracks for the duration of the test hole excavation. 1.913 SAM,Inc.assumes the Client will provide Right of Entry approval for entering the two(2) backyard fenced areas along the existing storm drain easement. 2. SERVICES TO BE PROVIDED SAM,Inc.will provide the following Subsurface Utility Engineering(SUE)services for this project: 2.1 Quality Service Level D(QL•D) - This level of service is inclusive of QL-B services and consists of the collection of existing utility record information (as-built) from utility purveyors, municipalities, counties and other agency suppliers within the area of investigation. Typical utilities included are: primary electric, telephone, cable TV, fiber optic,gas,petroleum,water,sanitary sewer and storm drain systems. 2.2 Quality Service Level C (QL-C)—This level of service is inclusive of QL-B services and consists of field locating to obtain accurate horizontal position of visible utility surface features for all of the utility systems located within the project limits. 2.3 Provide Quality Service Level B(QL-B Designating Services)-Quality Levels D and C are inclusive with Level B services. Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques,including,without limitations,electromagnetic,sonic and acoustical Page 2 of 9 0,1ROPOSAU20081P2008-00249 ANA•TimberLrwSUE\ANA•TimWineSUEea04210&doe s>av�rw•; t www• techniques. SAM,Inc.will provide the following designating services to aid the Client in the design of site,right-of-way,construction plans or project development plans,or for other purposes as agreed to by the parties. SAM,Inc.will: 1. Provide all equipment, personnel and supplies required for performing designating services. SAM, Inc. shall determine which equipment; personnel and supplies are required to perform designating services. 2. Conduct appropriate investigation of site conditions. 3. Designate the approximate horizontal location of the existing utilities within the project limits as previously described in the Project Understanding section of this contract. 4. Mark the utilities on the ground to be surveyed. 5. Markings on the ground are to be used for design purposes and not for construction excavation purposes. The use of information provided does not relieve any contractor from the duty to comply with applicable utility damage prevention laws and regulations,including,but not limited to,giving notification to utility owners or "one-call"centers before excavation. 6. The accuracy of subsurface data can be influenced by factors beyond our control, such as conductivity of materials and their surroundings, soil moisture content, proximity of other underground utilities or structures, depth of utility, etc. Therefore, only the accuracy of data obtained by actual physical verification (through vacuum excavation or otherwise) can be guaranteed to applicable engineering and/or surveying standards. 7. SAM,Inc.will provide all SUE services to the prevailing standard of care applicable in the Subsurface Utility Engineering profession. 2.4 Data Management - SAM, Inc. will analyze and correlate all of the field-collected information with the collected record information for ensuring continuity of the information collected. Resolve conflicts with Level D,C,B and A information. All information will be correlated to the project's monumentation. 2.5 Plan Preparation-Plan sheets(24"x 36")will be prepared utilizing the format required by the Client. The Client will provide SAM,Inc.with library files to be used for this project. The utilities will be referenced by the type of utility,color coded to American Public Works Association standards, utility company or agency name, address, telephone number and contact person. 2.6 Quality Service Level A-Locating(Test Hole)Services:Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating(test hole)services,SAM,Inc.will: i. Provide all equipment,personnel and supplies required to perform locating services. SAM, Inc.shall determine which equipment,personnel and supplies are required to perform such services. 2. Utilize existing records and designated utilities at the site and investigate site conditions. 3. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations,SAM,Inc.shall comply with applicable utility damage prevention laws and coordinate with utility inspectors,as required. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing Page 3 of 9 O.TROPOSAUZOOBT2008-00249 ANA-TimbeciineSUEkANA-Timbedim-SUE as 042108.doe •�aut wrrrs•nesuiar� facilities. If contaminated soils are discovered during the excavation process,SAM,Inc. will so notify the Client. 4. Investigate,evaluate,measure and record a)actual depth to top of utility referenced to a marker installed directly above the centerline of the exposed utility structure and b)outside diameter of utility and configuration of non-encased,multi-conduit systems. 5. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. 6. Backfill around the exposed facility using the excavated materials.Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. 7. Provide permanent restoration of pavement within limits of original cut. When test holes are excavated in areas other than roadway pavement,these disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to excavation. 8. Evaluate and compare field information with utility information described in utility records and resolve conflicts. SAM,Inc.will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Non-metallic piping, inactive electric and/or communication tines may or may not be found by electromagnetic, sonic or acoustical designating practices. SAM, Inc. does not warrant and/or guarantee that existing utilities will be found. 3. SERVICES NOT PROVIDED This scope of services does not include the following items.If requested,a scope of services and estimated fee will be provided for any additional work. 3.1 Identifying,inventorying and mapping existing overhead utility systems is not included within this scope of services. 3.2 Right of Entry Letters will not be prepared by SAM,Inc.for this project. 4. PROTECT DELIVERABLES 4.1 The project deliverables consist of two (2) sets of plan sheets (24"x 36") of the Quality Level B results and two(2)signed and sealed Test Holes reports for each utility excavated, and an electronic file in the format required by the Client on a CD-ROM. Further,the CD will contain scanned project utility records collected by SAM,Inc. 5. FEE SCHEDULE This time and material fee will not be exceeded without the Client's written approval. DESCRIPTION QUANTITY UNIT RATE AMOUNT SUE Quality Level-B Services Project Manager 9 Hrs. $140.00 $1,260.00 Record Research 30 Hrs. $85.00 $2,550.00 Staff Engineer 15 Hrs. $127.00 $1,905.00 CADD Technician 28 Hrs. $80.00 $2,240.00 Permits 1 LS $50.00 $50.00 Per Diem 4 Days $36.00 $144.00 Page 4 of 9 0WOPOSALV008T2008.00249 ANA-TimbahneStlk ANA-Timbstine-SUE sos 042108.doe tem i»xeie•�u wuvaw• Lodging 4 Days $85.00 $340.00 2 Person Designating Crew 30 Hrs. $148.00 $4,440.00 2 Person Survey Crew 18 Hrs. $120.00 $2,160.00 QL-B Total $15,089.00 DESCRIPTION QUANTITY UNIT RATE AMOUNT SUE Quality Level-A Services Mobilization 90 Mile $4.95 $445.50 Per Diem 2 Days $36.00 $72.00 Lodging 2 Days $85.00 $170.00 Depth of Test Holes Depth 0-5' 1 Each $990.00 $990.00 Depth 51-121 1 Each $1,970.00 $1,970.00 Depth 12'-20' 0 Each $3,110.00 $0.00 Depth 20'plus 0 Each Negotiable $0.00 QL-A Total $3,647.50 Project Total: $18,736.50 6. ESTIMATED SCHEDULE Project ONE CALL 0.5 Weeks Record Research 2 Weeks Field Work Designating/Survey 1 Week Test Hole Excavation 1 Week Office Work CADD Work 1 Week QA/QC Delivery QL-B findings 5.5 Weeks SAM,Inc.will start the ONE CALL and Record Research immediately based upon a written e-mail Notice to Proceed. Mobilization of a designating crew will take place within 48 hours of the majority of the utility record information are collected.The written Notice to Proceed should also include the electronic background information and project survey control. Page 5 of 9 0-\PROPOSAL\2008)P2O08-00249 ANA Timberiin*SUEUNA TimbaUneSUE sos 042108.doc FSTA- -- -tea <4i;777;;�31 Thank you for having Sam,Inc.on your team to provide subsurface utility engineering services. We are looking forward to working with you and your staff on this important project. If there are any questions concerning the information presented or if we can be of additional assistance,please feel free to contact us. Sincerely, Lynn D.Lambden,P.E. SUE Project Manager Page 6 of 9 0 TROPOSAWOOMP200"249 ANA-rm,nalix.sver,wn-rimuerline.suE soc 042108.doe s�w�•�mu wrnac• STANDARD AUSTIN RATE SCHEDULE Effective January 11,2007 SURVEY FIELD CREW SERVICES: Two(2)Person Survey Field Crew $120.00 per hour Three(3)Person Survey Field CreW $140.00 per hour Additional Rodperson,Chainperson or Flagperson $30.00 per hour GPS Field Operator with Vehicle and Receiver $100.00 per hour GPS Receiver(Unmanned) $25.00 per hour Field Coordinator $75.00 per hour Laser Scanning Technician $80.00 per hour Laser Scanner $850.00 per day Field crews are equipped with a four-wheel drive vehicle. There is mileage charge for survey crew vehicles computed at the current I.R.S.mileage allowance. SURVEY OFFICE PERSONNEL SERVICES: Associate/Senior Project Manager $140.00 per hour Project Manager $125.00 per hour Staff Surveyor $110.00 per hour Senior Technician $80.00 per hour Survey Technician $70.00 per hour Clerical Support $50.00 per hour PHOTOGRAMMETRY SERVICES: Photogrammetry Project Manager $105.00 per hour Photogrammetrist $89.00 per hour Aerial Triangulation Specialist $82.50 per hour Digital Ortho Specialist $78.00 per hour Compilation Specialist $78.00 per hour Aerial Film Scanning $17.50 per frame SUBSURFACE UTILITY ENGINEERING(SUE)SERVICES: SUE Project Manager $140.00 per hour Engineer $127.00 per hour Utility Coordinator $120.00 per hour SUE Technician $80.00 per hour Two(2)Person Designating Crew $148.00 per hour Project Field Coordinator $85.00 per hour Records Researcher $85.00 per hour SUE UTILITY DESIGNATING SERVICES UNIT PRICING: This unit price is to be considered typical,not job specific,assumes a suburban project environment,and includes personnel and equipment for records research,designating, engineering,surveying,CARD,and limited traffic control. Price per linear foot $1.56 per L.F. Page 7 of 9 O.WROPO.SAU2008\P2008-00249 ANA-TimbedmeSUENANA-Timbatine-SUE ea 042I08.doc r eN J�I t k-7�q!M 9 L STANDARD AUSTIN RATE SCHEDULE—Continued SUE UTILITY LOCATE(TEST HOLE)SERVICES: These unit prices are to be considered typical,not job specific,and includes personnel and equipment for vacuum excavation,engineering,surveying,CAD,and limited traffic control. These prices reflect that a Quality Level B service has been provided by SAM,Inc. Price per Test Hole 0 feet to 5 feet $990.00 Over 5 feet to 12 feet $1,970.00 Over 12 feet to 20 feet $3,110.00 Over 20 feet Negotiable The foregoing test hole prices reflect that the excavated material will be re-compacted within the test hole. If specialized backfill and/or specialized pavement replacement is specified for the test hole, this will be considered an additional cost and passed through to the Client at cost. SUE MOBILIZATION/DEMOBILIZTION: These costs are intended to be a one time expense compensation for mobilizing/demobilizing personnel and equipment portal to portal of office site to/from the project site. Vacuum excavation truck(includes equipment and crew travel time) $ 4.95 per mile Expert Witness $180.00 per hour Interior pipe wall condition video To be negotiated at Project assignment Specialized Equipment(i.e.,Ground Penetrating Radar) To be negotiated at Project assignment Permit Fees At Cost Agency As-Built Information(reproduction)Fees At Cost Other SUE related Activities At Cost UNDERSTANDING OF SERVICES: 1. Normal traffic control,including within Quality Service Levels A and B,is considered standard placement of traffic cones,freestanding warning signage and vehicle-mounted traffic directional sign. Traffic control requiring lane closures,traffic detouring, flagpersons,police,etc,is considered special traffic control. If special traffic control is to be provided by SAM,Inc.,this service will be subcontracted to an approved subcontractor and billed to the Client at cost. 2. The subsurface utility engineering service assumes that all monumentation required for performing this service is pre-existing. Establishing project monumentation will be provided at a cost pre-approved by the Client. Travel&Subsistence: All travel and subsistence expenses are invoiced at actual cost plus 10%handling. Cost of mileage on company-owned vehicles is computed at the current I.R.S.mileage allowance. Cost for company-owned four wheel drive vehicles is computed at the current I.R.S.mileage allowance plus$30.00 per day. Purchased Services: All purchased services are invoiced at actual cost plus ten percent(10%)handling. These include but are not limited to reproduction,computer time,long distance telephone, consultants,subcontract services,rented or leased equipment,expendable supplies,and project required special supplies. Page 8 of 9 o:WR0p0sAU200SW2008.00249 ANA.Timberline-SUfiUNA-Timb=Unc-SUE ser 042108.doe eE STANDARD AUSTIN RATE SCHEDULE—Continued Terms: The CIient shall promptly review invoice statements and notify SAM,Inc.of any objection thereto; absent such objection in writing within fifteen(15)days from the date of invoice,the invoice shall be deemed proper and acceptable. Invoices are submitted monthly for all services rendered and are payable upon receipt. Late payments will incur a late charge of one and one- half percent(1 1/2%)per month from the original date of invoice.SAM,Inc.reserves the right to stop work should invoices not be paid within the stated terms. Taxes: Boundary surveying services and fees are subject to State and Local sales tax.8.25%sales tax,when applicable,will be collected. Page 9 of 9 0-1PROPOSAU200BT2008-00249 ANA-Tunberline-SUE\ANA-Timbedine-SUE cos 042108.doe Baird, Hampton & Brown, Inc. t� t� Engineering Surveying April 14, 2008 Mr. Hugo Trevino Trevino&Associates 1701 N. Market Street, Ste 530, LB 26 Dallas,Texas 75202-2013 Tel(817)291-4842,Fax(817)431-4299 RE: 104 CIP Minor Drainage Projects—Contract A-Amendment A6.Monticello Park SD Extension A9.Timberline Pond Outlet Reconstruction City Project No 00093, BHB No 07.728.00(04.129.00) Mr. Trevino: Please be informed that we have been selected to assist the City of Fort Worth with the above referenced project.We will be providing the civil engineering design services and request your assistance with all reproduction of plans, specifications and contract documents. The project consists of storm drainage improvements at two different locations. In line with projects of this type, we are negotiating a total reproduction services fee of$6,605 see summary on following page. The project is anticipated to begin within 60-days; if your firm is available to assist us with this project and you are comfortable with the proposed services fee, please sign below signifying your commitment and concurrence. Sincerely, In Concurrence, BHB Engineering&Surveying Trevino&Associates l Konstanbne gakIhtas,"PE Mr. Nino Trevino, President Trevino&Associates e:12007.000.00012007.728.0001docstcontractltrevino agreementdoo 6300 Ridglea Place,Suite 700,Fort Worth,Texas 76116 Tel:817-338-1277 Fax:817-338-9245 E-Mail:mail@bhbinc.com REPRODUCTION SERVICES Conceptual Design Report 4 Sets of Report $0.25/Pg X 25 Pg/Report X 4 = $ 25 Preliminary&Utility Clearance Plans 16 Sets of Constr. Plans $2.00/Sht X 25 Sht/Plan X 16 = $ 800 2 Sets of Specifications $0.25/Sht X 150 Pg/Spec X 2 = $ 75 Final Plans 4 Sets of Constr. Plans $2.00/Sht X 25 Sht/Plan X 4 = $ 200 4 Sets of Specifications $0.25/Sht X 150 Pg/Spec X 4 = $ 150 Bid Documents 50 Sets of Constr. Pians $2.00/Sht X 25 Sht/Plan X 50 = $2,500 8 Half Size Sets of Plans $2.00/Sht X 25 Sht/Plan X 8 = $ 400 50 Sets of Specifications $0.25/Sht X 150Pg/Spec X 50 = $1,875 Mounted Exhibits for Public Meetings 1 Drawings $35.00/Board X 3 Each = $ 105 Final Mylars for Record Purposes 1 Set of Mylar Pians $16/Sht X 25 Sht/Plan X 1 = $ 400 Final Electronic Set(PDF)for Record Purposes 1 CD of PDF Files $3/Sht X 25 Sht/Plan X 1 = 75 Total for Printing&Reproduction = $6+605 6300 Ridglea Place,Suite 700,Fort Worth,Texas 76116 Tel:817-338-9277 Fax:817-338-9245 E-Mail:mail@bhbino.com Engineer's Estimate of PROBABLE CONSTRUCTION COST for A-6 MONTICELLO PARK/DOROTHY LANE STORM DRAIN IMPROVEMENTS in the City of Fort Worth,Texas No. Item Description Quantity Unit Unit Cost Amount 1 Project Designation Sign 2 EA $500 $1,000 2 Miscellaneous Utility Adjustments 1 LS $15,000 $15,000 3 Implement and Maintain Traffic Control Measures 1 LS $5,000 $5,000 4 Implement and Maintain Erosion Control Measures/SW3P 1 LS $8,000 $8,000 5 Demolish,Remove&Dispose Existing Conc.Curb&Gutter 700 LF $2 $1,400 6 Demolish, Remove&Dispose Existing Curb Inlet 11 EA $1,000 $11,000 7 Demolish, Remove&Dispose Existing Drop Inlet 2 EA $1,000 $2,000 8 Demolish, Remove&Dispose Existing SDMH 2 EA $1,000 $2,000 9 Demolish, Remove&Dispose Existing 4'Concrete Arch Pipe 400 LF $25 $10,000 10 Demolish, Remove&Dispose 4'x 4'Box Culvert 60 LF $35 $2,100 11 Demolish, Remove&Dispose Conc.Valley Gutter 365 SF $1 $365 12 Trench Excavation for Storm Drain 11105 CY $16 $177,680 13 Trench Excavation Safety for Storm Drain Construction 3750 LF $2 $7,500 14 Unclassified Roadway Excavation 5790 CY $12 $69,480 15 10'Curb Inlet 22 EA $3,000 $66,000 16 20'Curb Inlet 1 EA $5,000 $5,000 17 4'Square Drop Inlet 3 EA $5,000 $15,000 _ 18 SDMH 1 EA $5,000 $5,000 19 12'x 30'Junction Structure 2 EA $10,000 $20,000 20 24"Class III RCP(Including Pipe, Bedding,&Backfill) 520 LF $75 $39,000 21 36"Class III RCP(including Pipe, Bedding,&Backfill) 720 LF $100 $72,000 22 48"Class III RCP(Including Pipe, Bedding,&Backfill) 70 LF $150 $10,500 23 Unclassified Channel Excavation 100 CY $16 $1,600 24 10'x 5'Concrete Box Culvert 1900 LF $425 $807,500 25 6'x 4'Concrete Box Culvert 1860 LF $225 $418,500 26 Concrete Headwall(Parapet Wall,&Toe Wall) 1 EA $5,000 $5,000 27 Concrete Wingwall for Box Culverts 2 EA $3,500 $7,000 28 Construct Concrete Apron(30'W x 60'L)w/24 Energy Dissipators 200 SY $100 $20,000 29 Dry-Type Rock Rip-Rap 200 SY $75 $15,000 30 Guard Rail 60 LF $100 $6,000 31 8"Stabilized Subgrade(Shaped&Compacted) 2800 SY $5 $14,000 32 Hydrated Lime or Cement(35 LBS/SY) 50 TON $100 $5,000 33 4"Type"B"HMAC Base Course 2150 SY $18 $38,700 34 2"Type"D"HMAC Surface Course 2150 SY $8 $17,200 35 Construct Concrete Valley Gutter 365 SF $45 $16,425 36 Attached 6"Concrete Curb&18"Gutter 700 LF $16 $11,200 37 HMAC(4"Base&2"Surface)Trench Repair(per Fig 2000) 35 SY $28 $980 38 Hydrernu!ch Disturbed/Graded Areas 7,170 SY $1 $7,170 2a Misc.Placement of Crushed Limestone,As Directed By Engineer 20 CY $50 $1,000 40 Misc. Placement of Class'E'Concrete(1,500 PSI),As Directed By Ei 20 CY $100 $2,000 Subtotal= $1,939,300 Contingency= 10% $193,930 TOTAL CONSTRUCTION COST= $2,134,000 Engineer's Estimate of PROBABLE CONSTRUCTION COST for A-9 TIMBERLINE DRIVE STORM DRAIN IMPROVEMENTS in the City of Fort Worth,Texas No. Item Description Quantity Unit Unit Cost Amount 1 Project Designation Sign 2 EA $500 $1,000 2 Miscellaneous Utility Adjustments 1 LS $4,000 $4,000 3 Implement and Maintain Traffic Control Measures 1 LS $3,000 $3,000 4 Implement and Maintain Erosion Control Measures/SW3P 1 LS $3,000 $3,000 5 Saw Cut Existing Pavement 60 LF $2 $120 6 Demolish,Remove&Dispose Existing Concrete Curb&Gutter 30 LF $2 $60 7 Demolish,Remove&Dispose of Existing 30"RCP 230 LF $25 $5,750 8 Demolish,Remove&Dispose of Existing Concrete Rip Rap/Flume 40 SY $10 $400 9 Demolish,Remove&Dispose of Existing Pond Structure 1 EA $1,000 $1,000 10 Cut Away&Plug Existing 30"RCP 1 EA $500 $500 11 Trench Excavation for Storm Drain 800 CY $20 $16,000 11 Trench Safety 225 LF $1 $225 12 Trench Safety Adjacent to Structures 50 LF $1 $50 13 48"Class III RCP(Including Pipe, Bedding,&Backfill) 40 LF $150 $6,000 14 60"Class III RCP(Including Pipe,Bedding,&Backfill) 230 LF $175 $40,250 15 Construct New Pond Outlet Structure 1 EA $6,000 $6,000 16 Connect to Proposed Pond Outlet Structure 1 EA $500 $500 17 Remove and Reconstruct Concrete Retaining Wall 300 SFF $30 $9,000 18 Remove and Reconstruct Wood Fence 75 LF $20 $1,500 19 Remove and Reconstruct Chain Link Fence 110 LF $15 $1,650 20 Concrete Junction Structure 1 EA $5,000 $5,000 21 Concrete Rip-Rap/Flume for 60"RCP Outlet 55 SY $65 $3,575 22 Attached 6"Concrete Curb&18"Gutter 30 LF $16 $480 23 HMAC(4"Base&2"Surface)Trench Repair(per Fig 2000) 35 SY $48 $1,680 24 Top Soil(4"Cover) 90 CY $11 $990 25 Solid Sod Disturbed/Graded Areas 800 SY $9 $7,200 26 Misc. Placement of Crushed Limestone,As Directed By Engineer 10 CY $50 $500 27 Misc. Placement of Class'E'Concrete(1,500 PSI),As Directed By Engineer 10 CY $100 $1,000 Subtotal= $120,430 Contingency= 10% $12,043 TOTAL CONSTRUCTION COST= $133,000 6 �' 120' \ \ \ RECONSTRUCT EXISTINOI 45 L�OFCUR 1tNNt��LETS TO ) I.I'LET I \ ' WHITE SE EMENT P . w PR .4-6'x4' �q OX ULV ONC. ERTS _� �- J EX. 1 00 �L�ENORTH , P P. RB INL�f 12'x O'JUNCTION 2TOTAL) 11 I ST UCTURE `-✓� CONC.BOX CULVERTS' \ s souTH \ PROP.106t(RB IN \ (TYP.x 22 TO'PAL) 12' 0 NCTION \ TRU E 1 DOROTHY LANE PROPOSED STORM DRAIN EXHIBIT E. BUTL�R DR. \. x ui W Z I \ _ W z � \ �\ -I 1 ' W O I W \ f ( C m I \ \ \ W \ \ XISTING 20 \ \ \ CUA IN(ETS i d- / \ O / I / o EXISTI G P D O a' � � I EX 30 RCP +3.0/o 1 @– STRU TURF TO BE O BE REM ED \ \ REMO ED \ EXIST fNG CONC ETE I �. PROP. 60" DF IE ( \ i \ @ +0.5 MI . \ RIP RAP i / \ \ 1 zcl , SQl�N D \\ P O . JU TION / I STRUCTURE� / PROP 48" R-CP— \ \ vi / @�1.3% �' `� Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/28/2009 DATE: Tuesday, April 28, 2009 REFERENCE NO.: C-23480 LOG NAME: 20AMEND2CONTA SUBJECT: Authorize Amendment No. 2 in the Amount of$251,056.00 to City Secretary Contract No. 31492 with Baird, Hampton and Brown, Inc., for 2004 Capital Improvement Program Minor Storm Water Project— Miscellaneous Drainage Improvements, Contract A RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 in the amount of$251,056.00 to City Secretary Contract No. 31492 with Baird, Hampton and Brown, Inc., for 2004 Capital Improvement Program Minor Storm Water Project— Miscellaneous Drainage Improvements, Contract A, to provide for additional engineering services, thereby revising the total contract amount to $357,764.00. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth, to preserve streams, to minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. On October 16, 2007, (Ordinance No. 17840- 10-2007) the City Council authorized the issuance and sale of$25,000,000.00 in Storm Water (Drainage) Revenue Bonds, Series 2007, to fund a two-year Storm Water Capital Projects Program. On February 8, 2005, (M&C C-20513) the City Council executed an engineering agreement with Baird, Hampton and Brown, Inc., for the preparation of plans and specifications for 2004 Capital Improvement Program (CIP) Minor Storm Water Project— Miscellaneous Drainage Improvements, Contract A. The agreement was subsequently revised by one amendment in the amount of$20,477.00 (M&C C-33324, administratively approved by the City Manager on March 22, 2006), that provided for additional design on the project. The 2004 CIP includes funds for Miscellaneous Drainage Improvements, Contract A, which was comprised of planned improvements at: Harlanwood Drive at Overton Park West; Woodway Drive and Wegway Drive; Kensington Drive; Chapin Road at Guadalupe Road; at 3436 Clayton Road East; Dorothy Lane South at Monticello Park and Timberline Drive South. Construction of all segments of the CIP project is complete with the exception of Monticello Park and Timberline Drive. During construction at Monticello Park, it was determined that the outfall for the existing storm drain system was smaller than indicated on City records and that the proposed storm drain would not function properly nor would it provide the desired level of protection from the reported flooding. At Timberline Drive, it was determined during design that the available funding in the CIP was insufficient to provide the desired level of flood protection. Consequently, since a redesign of both segments became necessary, they were deleted from the construction portion of the project. Baird, Hampton and Brown, Inc., proposes to perform the additional redesign of Monticello Park and Timberline Drive for a lump sum fee of$251,056.00. City Staff considers this fee to be fair and reasonable for the scope of services proposed. http://apps.cfwnet.org/ecouncil/printmc.asp?id=10971&print—true&DoeType=Print 5/4/2009 Page 2 of 2 In order to sufficiently fund the design and construction at both locations, staff recommends that funding from the Storm Water Utility Program be utilized for the necessary improvements. In addition to the contract amount, $35,650.00 is required for project management by the Transportation and Public Works Department. M/WBE - Baird, Hampton and Brown, Inc., is in compliance with the City's M/WBE Ordinance by committing to an additional 29 percent M/WBE participation on this Amendment No. 2. The City's goal on this amendment is 25 percent. This project is located in COUNCIL DISTRICTS 7 and 8, Mapsco 61Z and 91 H. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects 2007 Revenue Bond Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P229 531200 201270009331 $55,190.00 P229 531200 201270009332 $110,378.00 P229 531200 201270009333 $18,396.00 P229 531200 201270009351 $67,092.00 CERTIFICATIONS: Submitted for City Manager's Office by_ Fernando Costa (8476) Originating Department Head: William A. Verkest (7801) Additional Information Contact: Joseph Bergeron (2384) ATTACHMENTS 1. 20AMEND2CONTA.pdf (Public) http://apps.cfwnet.org/ecouncil/printmc.asp?id=10971&print=true&DocType=Print 5/4/2009