Loading...
HomeMy WebLinkAboutContract 37036-A1 AMENDMENT NO. 1 STATE OF TEXAS s CITY SECRETARY CONTRACT NO.�7 ..�1 (M&C Required) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and TranSystems Corporation d/b/a TranSystems Corporation Consultants, (Engineer) made and entered into City Secretary Contract No. 37036, (the Contract) which was authorized by the City Council by M&C C-22766 on the 15th day of April, 2008; and WHEREAS, the Contract involves engineering services for the following project: Storm Water and Franchise Utility Relocations for the Trinity River Vision-Central City Project and Trinity Uptown Service Area, Phase 1B - Bridge and Channel Relocations . WHEREAS, it has become necessary to execute Amendment No. 1 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 specified in M&C C-23915, adopted by the City Council on the 17th day of November, 2009 and further amplified in a proposal letter dated October 15, 2009, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $1 , 900,000 . 00 . 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 $2 , 843,500 . 00 . OFFICIAL RECORD CITY SECRETARY FT,WORTH,TX 3 . All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of 2009, in Fort Worth, Tarrant County, Texas . ATTEST: C' C��(A ��� Contract Authorization: Marty Hend ix City Secretary Date APPROVA.L REC MMENDE APPROVED: a Fernando Costa ,- Assistant City Manager TRANSYSTEMS CORPORATION d/b/a TRANSYSTEMS CORPORATION CONSULTANTS Engineer By Name:Raul Pena III, P.E. , Principal 500 W. 7t' Street, Suite 600 Fort Worth, TX 76102 APPROVED AS I RM AND LEGALITY: Assistant City Jrt orney -2- OFFICIAL RECORD CITY SECRETARY FT WORTH, TX m6&u tecv/ew Page lol �=� �� � CITY ~�~�� °�~ ~��~~�� AGENDA � COUNCIL ACTION: Approved xxm11/17/2009 ' Ord. No. 18926-11-2009@& 18926-11-2009 O2T�V�VVA1- !���7[E'^ 11/17/2009 REFERENCE NO.: L���� ����y�E''''' TRANS NOW ���D�VK� � K�����E'^ {� TYPE' {� - CONSENT HEARING: SUBJECT: Authorize Amendment No. 1 in the Amount of$1.900.000.00 to City Secretary Contract No. 37036 with TnanG otemnsCoqomration. d/b/a TranSystems Corporation Consultants, for Storm Water and Franchise Uh|ib/ Relocations for the Trinity River Vision-Central City Project and the Trinity Uptown Service Area, Phase 1B -Bridge and Channel R|o|oomUona and Adopt Appropriation Ordinances RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to accept a contribution in the amount of$1,000,000.00 from the Trinity River Vision Tax Increment Financing District ofthe Special Assessment District Fund for ongoing utility deoi8n/nmondination activities associated with the Trinity River Vision Project; 2. Adopt the attached appropriation ordinance increasing estimated maoeioto and appropriations in the Special Trust Fund by $905.280.00 from available funds; 3. Authorize the City Manager to transfer $805.280.00 from the Special Trust Fund to the Specially Funded Capital Projects Fund; 4. Adopt the attached appropriation ordinance increasingeatnnated receipts and appropriations in the Specially Funded Capital Projects Fund by $1.905.280.00 from available funds; and 5. Authohze'the City Manager to execute Amendment No. 1 in the amount of$1,900.000.00 to City Secretary Contract No. 37O36with TranSyetamnsCorporation, d/b/a TnanSyetenmaCorporation Consultants, for Storm Water and Franchise Utility Relocations for the Trinity River Vision-Central City Project and the Trinity Uptown Service Area, Phase 1B- Bridge and Channel Relocations, thereby increasing the contract amount to $2.843.500.00. DISCUSSION: On April 15. 2008. (&0Q.0 C'22766) the City Council authorized an Engineering Agreement in the amount of $946,500.00 with TrenSyntennmCorporabon. d/b/a TrmnSyoharnsCorpqraUnn Consultants, for Storm Water and Franchise Utility Relocations for the Trinity River Vision-Central City Project and Trinity Uptown Service Area, Phase 1A - Bridge and Channel Relocations. In order to expedite the relocation of the storm water improvements and franchise utilities prior to the construction of the Trinity River Vision (TRV) Projects, the proposed project was divided into the hm|}ovvin0 phases for design and construction purposes: Storm water and franchise utility relocations for the Trinity River Vision - Central City Project and the Trinity Uptown Service Area, Phase 1A - Bridge and Channel Relocations; Storm water and franchise utility relocations for the Trinity River Vision - Central City Project and the Trinity Uptown Service Area, Phase 18 - Bridge and Channel Relocations; Storm water and franchise utility relocations for the Trinity River Vision - Central City Project and the ittp://apps.cfwnet.org/cotmcil_packet/me-review.asp?ID=I 2616&councildate=I 1/17/2009 11/17/2009 ivi &c, Keview Page 2 of 'Trinity Uptown Service Area, Phase 2 - Mitigation Areas; and Storm water and franchise utility relocations for the Trinity River Vision - Central City Project and the Trinity Uptown Service Area, Phase 3 - Bypass Tie-ins, University Drive, Isolation Gates and Samuels Avenue Dam. The professional services for Phase 1A have been completed and work on the TRV project has progressed to an extent that necessitates the execution of amendment No. 1 to allow TranSystems Corporation to begin Phase 1 B, which is expected to take one year to complete. The proposed scope of services for Phase 1 B includes the following: Utility coordination for public utilities, franchise utilities, TRV partners design teams monthly meetings and reports and mapping of existing and relocated franchise utilities; Meetings with TRV management team, TRV partners design teams and City staff; Project management for project scheduling and progress reports; Subsurface utility engineering for design purposes; Plans and specifications for storm drain relocations to accommodate the construction of the Central City components including the bypass channel and bridges at Main Street, Henderson Street and White Settlement Street; Environmental studies to determine areas of subsurface contamination; and Surveying for City storm drain systems, franchise utilities and geotechnical investigations. The funding for Phase 1 B consists of a combination of Tarrant County fund proceeds already set aside for utility coordination and design, as well as $1,000,000.00 from the Trinity River Vision Tax Increment Financing District (TRV TIF). The TRV TIF Board authorized the funding commitment during their board meeting on September 24, 2009. TranSystems Corporation, d/b/a TranSystems Corporation Consultants, is in compliance with the City's MN1/BE Ordinance by committing to 30 percent M/WBE participation. The City's goal on this amendment is 30 percent. In addition to the contract amount $5,280.00 is required for project management. This project is located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATION/CERTIFICATION: - The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Specially Funded Capital Projects Fund. TO Fund/Account/Centers FROM F u nd/Accou nt/C enters 1) C291 488100 309280096932 $1,000,000.0.0 1) GS87 _53912Q 002709005000 $1_,000,000.00 2)_FE72 _451970 006231701000 $905,280.0.0 3) FE72 538070 006231701000 $905,280.00_ 2)_FE72 538070 006231701000 $905,280.00 3)_C291.4/2072. 309280096932 $85,302.00 3)C291 472072. 309280096931 $541,651_.00 3) C291 472072 309280096933 $180,883._00 3) C291 472072. 309280096951 $91,164.00 3) C291. 472072 309280096930 $6,280..00 4) C291 472072 309280096930 $6,280.00 4)_C291 511010 309280096930 $6,280.00 4) C291 472072 309280096931 $541,651.00 4)_C291. 531200.309280096931 $541,651.00 4) C291 472072 309280096932 $1,085,302.00 4) C291 531200 309280096932 $1,085,302.00 4) C291 472072 309280096933 $180,883.00 tUp:Happs.cfwnet.org/council_packet/mc_review.asp?ID=12616&councildate=l 1/17/2009 11/17/2009 M&C Review rage 5 of 4) C291.531200 30928009693 $180,883.00 4)_C291_472072 309280096951 $91,164.00 4) C291 531200 309280096951 $91,164.00 Submitted for City Manager's_Office_by: Fernando Costa (8476) Originating Department Head:. Randle Harwood (6101) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 02TRVSWAl-TRAMS Rec 2.doc 02TRVSWAl-TRANS Rec 4.doc 02TRVSWA1-TRANS.pdf rttp:Happs.cfwnet.org/council_packet/mc_review.asp?ID=12616&counciIdate=l 1/17/2009 11/17/2009 Date: 10-15-2009 Liam Conlon, Project Manager City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102-6311 RE: Amendment 1,Phase 1B Storm Water&Franchise Utility Relocations for Trinity River Vision City Project No.00969,D.O.E.5977 Dear Mr. Conlon, TranSystems appreciates the opportunity to provide additional services with respect to the above referenced project. Below is an itemized breakout of these services for your review. 1. Project Management Lump Sum $ 100,000 2. Meetings(excluding franchise coordination) Lump Sum $ 130,000 3. Franchise Utilities Lump Sum $466,800 4. Storm Water Master Planning Lump Sum $152,141 5. Surveying Lump Sum $ 91,164 6. Plans and Specifications for Storm Drainage Relocations Lump Sum $525,000 7. Environmental Studies Lump Sum $284,364 8. Geotechnical Lump Sum $ 44,000 9. Permitting Lump Sum $ 50,000 10. Construction Services(Franchise utilities at Henderson) Lump Sum $ 30,800 11. Project Expenses Lump Sum 25,731 TOTAL Lump Sum Fee of $1,900,000 amendment 1 - 10-15-2009 1 Breakout of Amendment 1 by Work Phase Total Survey 51 -Design Survey $ 91,164 Engineerinq 31 -Concept Design $ 542,651 32-Preliminary Design $ 1,085,302 33-Final Design $ 180,883 Engineering Totals $ 1,808,836 Total(Survey and Engineering) $ 1,900,000.00 Summary of the Contract and Amendments Original Contract $ 946,500.00 Amendment 1. $ 1,900,000.00 Contract Total $ 2,846,500.00 If you have any questions or require additional information please give me a call. Sincerely, TranSystems Corporation Consultants Raul Pena III,P.E. Principal amendment 1 - 10-15-2009 2 o� P A m Gl 3 0 0 o v c0118 8 '3 La 3 m a n • a - _ ; ,� - d C d w 3 m' °�v, c FN a° moo ' o ° ` m D n n N N y Z d m 2 & - - � ffi p'o� ,L v +�^ tiom'�o' >� 3`�0 3 v 8a' °" A oA A ��° 3aZim Ho vow 5 z EIL o m e o z s a m o � E D m m X a sNdo EE Aga a�a� 3. yt p 2P-' $3 n ; c �? 3 � � N ==v N N N � N ANl N G) D X K w n' m a 3 g ° m a v O m n N m � � w m � p o 2 D m n � o H w O .D a w w w w w ? _ d O N A A A O O A O O W O O O O O O O O O O O O O o O 0 0 0 0 O Amendment 1 Trinity River Vision Storm Water and Franchise Utilities PHASE 113 City Project No.00969 October 07, 2009 UTILITY RELOCATIONS OF STORM WATER FOR TRINITY RIVER VISION, INCLUDING PROJECT MANAGEMENT, FRANCHISE UTILTITY COORDINATION, MASTER PLANNING, SUBSURFACE UTILITY ENGINEERNIG, ENGINEERING DESIGN, ENVIRONMENTAL ENGINEERING, PERMITTING, AND SURVEYING SERVICES. A. Project Management and Meetings 1. Coordination Meetings a. The ENGINEER will attend bi-monthly Management Team meetings with the CITY for project coordination. The ENGINEER will attend these meetings through completion of final design of the project and is anticipating six(6)total meetings for this portion of the project. The ENGINEER will provide up to three(3)project team members at Management Team meetings. b. The ENGINEER will attend semi-monthly (every other week) TRV Project Team meetings with the CITY and TRV partners for project coordination.The ENGINEER will attend these meetings through the completion of final design of the project and is anticipating twenty-four (24) total meetings for this portion of the project. The ENGINEER will provide up to three (3) project team members at TRV Project Team Meetings. c. The ENGINEER will attend quarterly progress meetings with the CITY and the TRV partners' design engineers for project coordination. The ENGINEER will attend these-meetings through the completion of final design of the project and is anticipating four(4) total meetings for this portion of the project. The ENGINEER will provide up to six(6)project team members at quarterly progress meetings. d. The ENGINEER will attend monthly utility coordination meetings with the CITY and the TRV partners' design engineers for project coordination. The ENGINEER will attend these meetings through the completion of final design of the project and is anticipating twelve (12) total meetings for this portion of the project. The ENGINEER will provide up to two (2) project team members at utility coordination meetings. e, The ENGINEER will attend monthly design coordination meetings with the CITY to review the status of the project. The ENGINEER will attend these meetings through the completion of the project and is anticipating twelve(12) total meetings for this portion of the project. The ENGINEER will provide up to four (4) project team members at design coordination meetings. f. Public meetings are not included in the portion of the project. 2. Schedule a. The ENGINEER will provide information for the development of a Gantt chart schedule in Microsoft Project that identifies the critical path(s). The Gantt chart is to be prepared by Kimley-Horn. Information to be provided includes the following: 1. Initial Data Collection and Field Investigations 2. Utility System Map in GIS Format 3. Storm Drainage Analysis and Evaluation 4. Routing and Alignment Studies 5. City Utility Relocation Project Management 6. Storm Drain Relocations (Conceptual Engineering, Easement Exhibits and Descriptions, Preliminary Engineering, Final Engineering Design, Bidding, and Construction) 7. Storm Drain Abandonment 8. TRV Water and Sanitary Sewer Improvements, information and schedules (provided by others) b. The ENGINEER will update the schedule data monthly through the design of the storm drain relocations. The schedule will be included in the progress reports and the ENGINEER is anticipating twelve(12)total submittals. C. Deliverables 1. Progress Reports a. The ENGINEER will submit a monthly one page progress report to the CITY to show the status of each task. The Progress Report will include a schedule by task delivered in Microsoft Project format. b. The ENGINEER will submit a monthly documentation of Fair Contracting and M/WBE participation to the CITY. C. The ENGINEER will prepare these reports through the completion of the project and is anticipating twelve(12)total submittals for this project. 2. Narrative Report a. The ENGINEER will submit to the CITY ten (10) copies of a narrative report and exhibits (11"x17") for the construction implementation plans based on the project's critical path with an analysis of current and anticipated problem areas or potential delaying factors. The narrative report will include the following: 1. Executive summary of the storm drainage analysis and evaluation 2. Executive summary of the water and sanitary sewer analysis and evaluation(as provided by Kimley-Horn) 3. Routing and alignment studies 4. Project schedules B. Utility Coordination 1, Public Utilities The ENGINEER will coordinate with Kimley-Horn to obtain the plans for any proposed relocations or adjustments to the existing CITY owned utilities within the project limits. The ENGINEER will show the location of the proposed storm drain lines,existing utility lines, and adjustments and/or relocation of the existing lines within the project limits. 2. Franchise Utility Coordination Phase 1 B Franchise Utility Coordination scope is inclusive to the Trinity River Vision project, including the three bridges (Main, Henderson and White Settlement), flood bypass channel, Gateway Park, Riverside Oxbow, and Valley Storage areas, and is also limited to a 1 year duration. a. Coordination Meetings with Franchise Utilities 1. Quarterly meetings with MOU group(based on quarterly for 1 year) 2. Franchise Utility Coordination meetings(based on monthly for 1 year) 3. Preparation of exhibits to facilitate utility coordination issues 4. Work with franchise utility companies to identify and make recommendations for; • Assignments • Right-of-way needs • Shared corridors • Schedules b. Attend Coordination Meetings with Design Teams 1. Monthly meeting with Bridge Design Team 2. Monthly meeting with W/WW Design Team 3. Monthly meeting with Bypass Channel Design Team C. Coordination with Development Community regarding affected utilities and proposed utility relocations. d. Mapping of existing and relocated Franchise Utilities. e. Preparation of monthly report on Franchise Utilities. f. Project scope is limited to mapping and coordination services. All design work for franchise utility relocations is to be provided by others. 3. Utility System Map in GIS Format a. The ENGINEER will provide the CITY with the locations for the updates to the CITY's GIS mapping. The updates to the GIS mapping will be performed by the CITY. b. Services provided by the CITY — The CITY will update their GIS mapping for the area provided by the ENGINEER. The CITY will provide the ENGINEER with the updated GIS maps for use in the Storm Drainage Analysis tasks. C. Deliverables—The ENGINEER will provide the CITY with a marked up map for any changes or updates to the GIS maps that the ENGINEER determines from the Storm Drainage Analysis tasks. C. Subsurface Utility Engineering for Design 1. The scope of this proposal includes Quality Levels "A", "B", "C", and "D" mapping of utilities. The Trinity Uptown effort (approximately two-thirds (2/3) of the area) will involve Quality Levels "B", "C", and "D". The remaining 1/3 will be performed in another phase of the contract. This work entails an estimated utility length of 87,120 linear feet associated with the estimated area. The Quality Level "A" effort will focus on the storm drain requirements for approximately 15 test holes. a. For this phase of work, two (2) maps will be provided. The first map will be depict QL"D" information overlaid on an electronic file provided by others to show the location of existing utilities. The second map will depict the QL"B" data acquired showing the actual location of the utilities versus the as-built information depicted on the first map. b. Mapping of Utilities for two-thirds (2/3) of the Trinity Uptown area (QL"B"). This area includes and estimated utility length of 87,120 linear feet of utilities. ENGINEER will have a representative at a monthly utility coordination meeting. C. The Quality Level "A"effort for the storm drain design is anticipated to require the following test holes: • 4 at 0'-5'deep • 7 at 5'-10'deep • 4 at 10'-15'deep 2. Designating Procedures(QL"B") Prior to beginning field designating activities,field manager will review the project scope of work and available utility records. Once these initial reviews are complete, the field manager and technicians will begin designating the approximate horizontal position of known subsurface utilities within the specified project limits. A suite of geophysical equipment (electromagnetic induction, magnetic) will be used to designate meta I I ic/cond uctive utilities (e.g. steel pipe, electrical cable, telephone cable). Non-metallic/non-conductive utilities will be designated using other proven methods, such as rodding and probing. Where access is available, a sonde will be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission,which can then be designated using geophysical equipment. Accurate collection and recording of designated utilities is a critical component of the SUE process. We will utilize a method of collecting and recording survey information once the utilities have been designated in the field. The field manager will produce detailed sketches depicting each utility as well as relevant surface features such as roadways, buildings, manholes, fire hydrants, utility pedestals, valves, meters, etc. Each utility will be labeled with a unique ID code. For example, if two buried electric cables exist on the project, one will be labeled E1 and the other E2, Paint and pin flags will be used to designate the utilities in the field. A labeled pin flag or paint mark will be used to mark each location where a surveyed point is required. Surveyed points will typically be placed at 100-foot intervals on utilities running parallel to the alignment and at 50-foot intervals on utility crossings. The locations will be numbered sequentially for each individual utility line. For example, if there are 50 shots required on buried electric line E1,the points will be numbered E1-1 through E1-50. Preliminary field sketches depicting the designated utilities will be prepared for use during subsequent surveying activities. These sketches will also be used to check the survey information for completeness and accuracy. 3. Locating Procedures(QL"A") We will utilize its utility designating marks to layout the test-hole locations. We will utilize non- destructive vacuum excavation equipment to excavate test holes at the required locations. Once each utility is located, we will record the utility type, size, material, depth to top and general direction. Each test hole will be assigned a unique ID number and will be marked with rebar/cap, nail/disk, or chiseled X, as appropriate. The test-hole ID number and other pertinent utility information will be placed at each test-hole location. Test-hole excavations will be backfilled with appropriate material and the original surface will be restored. When test holes are required under pavement, we will use a 10"core drill to prevent spalling. The test hole will be backfilled with clean, dry backfill and finished with like material, (concrete or asphalt). The backfill will be compacted in lifts by mechanical means to prevent future settlement. Test-hole locations will be added to the previously mentioned field sketches for use during surveying activities. 4. Deliverables SUE plans depicting the type and location of the designated utilities for the specific Quality Level. The size of each utility will also be presented on the SUE plans where test-holes have been completed. Where no test-holes have been completed, the size and material type will be provided only if the information is indicated on available record drawings.We will produce a summary sheet containing test hole field notes. A test hole data form will be prepared for each test hole following receipt of coordinate and elevation information from the surveyor. SUE plans depicting designated utility information will be revised to include test hole locations. We will codify franchise utility information into one record document(City Specs in GIS format) D. Storm Water Master Planning 1. Hydrology a. Prepare hydrologic computations for proposed drainage improvements to support the construction of the Main Street Bridge and TRVA Bypass Channel components. b. Delineate drainage basins and perform hydrologic computations to the inlet-level for existing storm drainage systems in the Marine Creek drainage system and University Drive drainage system. c. Runoff hydrographs will be computed for return events including the 2, 5, 10, 25, 50, and 100-year probability storms using CoFW frequency precipitation data. d. Fully-developed conditions discharges will be computed by incorporating future development projections as provided by the City of Fort Worth and TRVA entities. 2. Hydraulics a. Determine proposed sizes and preliminary routes for storm drainage systems as described in 1.a) above. These systems will meet the CoFW criteria in the Storm Water Management Design Manual, March 2006. b. Perform hydraulic computation on the existing systems described in sub-section 1.b) above. c. Determine proposed sizes and preliminary routes for storm drainage systems as described in 1.b) above. These systems will meet the CoFW criteria in the Storm Water Management Design Manual, March 2006. d. Determine methodology for delineation of storm drain sumps created by the Trinity Levee in the existing and proposed storm drain systems analyzed in Phases IA and IB of this contract. Sump Methodology will be reviewed and coordinated with City of Fort Worth, Tarrant Regional Water District, and USACE Fort Worth District. e. Upon confirmation of sump methodology, sumps will be delineated. This task does not include effort to make formal submittal to FEMA regarding sump delineation. 3. Deliverables a. Prepare a detailed Storm Drain Master Plan Report. Up to fifteen (15) copies of the report will be submitted. The Report will summarize methodology, assumptions, alternatives, findings and recommendations for all analyses performed in Phases IA and IB of the project. b. Determine a conceptual Opinion of Probable Cost for the proposed systems. c. Prepare graphic, color-coded maps showing alignments of all proposed systems included in Phase IA and IB of the project. d. Map and GIS shapefile of sumps created behind levees for existing and proposed drainage systems. e. Submit all digital hydrologic and hydraulic analysis models used in the development of the recommendations. 4. Brennan Avenue Drainage Outfall Hydrologic and Hydraulic Calculations a. This work is performed on behalf of the City of Fort Worth at the request of the USACE, TRVA Partners, and CDM to provide culvert sizing information for the outfall channel downstream of the City of Fort Worth Brennan Drop Off Station. The current open channel is proposed for enclosure to provide additional fill locations for excavation from the TRVA Samuels North mitigation site. The City requested that culverts be designed to City Standards, including 100-year capacity in the enclosed culvert. The City also indicated that some portion of the flows from the neighboring drainage basin to the east overtop the topographic high and should be included in the design calculations. This analysis will quantify the amount of interbasin transfer and provide design sizes to CDM for inclusion in the CDM construction plans for the Samuels Avenue Mitigation site. The sizes will be presented to CDM in the form of a written, sealed memorandum. b. Perform site visit to review sub-basin boundaries c. Review topographic information to determine drainage divides. d. Perform unsteady hydrologic calculations for 100-year return event storm to determine the quantity of discharge reaching the Brennan outfall culvert. e. Perform hydraulic calculations to determine a culvert size that will meet the City's current design criteria. f. CDM will provide ENGINEER with design constraints including, length and location of outfall culverts, upstream and downstream flowlines for the culvert and a profile of natural ground above the culvert. ENGINEER will use this information to determine required culvert size. g. ENGINEER will prepare a memorandum detailing methodologies and assumptions for the calculations. The memorandum will contain a recommended culvert size and will be sealed by a registered professional engineer. The memorandum will be suitable for inclusion as reference in CDM construction plans. E. Surveying 1. Franchise Utilities a. Perform surveys of SUE locations(level A)and de-holes of conflicting utilities 2. Storm Drain a. Perform surveys of existing storm drain systems and levee areas where proposed relocation lines will outfall. b. Perform supplemental surveys necessary for final drainage design of proposed relocations. c. Perform topographic surveys on constructed portions of TRV project. d. Railroad surveys(exhibits and mapping) e. Right-of-Way and property surveys f. Set construction control 3. Geotechnical a. Stake boring locations F. Plans and Specifications for Storm Drainage Relocations (Central City). Storm drainage relocation plans and specifications for the Central City projects to construct the bypass channel and bridges at Main Street, Henderson Street and White Settlement Street. This scope only includes drainage relocation plans and does not include design of new storm drainage plans that are not the direct result of conflicts with proposed improvements that necessitates relocation. These plans will be suitable for bidding and construction and will be based on the following: 1. Project Limits includes the following Systems: a. North System - drainage relocation plans for the construction of White Settlement and Main St. bridges and related bypass channel. These relocations include Cemetery, Grand Avenue and Calhoun systems. b. South System—drainage relocation plans for the construction of White Settlement and Henderson bridges and related bypass channel. These relocations include Henderson and Viola systems 2. Storm Drainage Design —separate storm drainage layout and profiles will be prepared for storm sewers. These plans will be prepared at 1"=20'. Storm drain inlets, manholes, storm sewers and related details will be included. It is assumed that storm sewer design will be limited to a gravity systems, Storm Drainage plans will include the following sheets: a, Drainage Area Map (Hydrology and Hydraulic calculations) b. Plan and profile sheets for proposed storm sewer. C. Related details for inlets, manholes, junction boxes and outfall structures. 3. SWPPP- preparation of erosion control plans and specifications 4. Traffic Control Plan—preparation of traffic control plan for sequencing of construction. 5. Miscellaneous Details—Standard details from the City, TxDOT and USACOE will be utilized where feasible and suitable. Special details will be prepared as needed for project specific needs. 6. Specifications and Contract Documents—Standard specifications will be referenced from the City, USACOE and TxDOT as required for the project. Special provisions will be prepared as needed for project specific needs. Contract documents will be prepared that will incorporate a Notice to Bidders, Proposal, General Provisions, Special Provisions, and City standards for bonds and contracts. 7. Opinions of Probable Construction Cost- Opinions of Probable Construction Cost will be submitted along with plans at 30%-60%-90%- Final submittals. 8. Project Coordination - drainage relocation designs will be coordinated throughout the design process with the USACOE (Bypass Channel) and City of Fort Worth (bridge design). 9. Bidding Assistance a. Assist the CITY during bid phase including preparation and delivery of addenda to plan holders and responses to questions submitted to the prospective bidders. b. Attend the scheduled pre-bid conference. c. Assist in reviewing the bids for completeness and accuracy. d. Attend the project bid opening, develop bid tabulations in hard copy and electronic format, and submit four(4)copies of the bid tabulation. e. Review shop drawings. f. Make occasional visits to site to answer questions. 10. Design does not include; the design of sump systems, floodplain mapping and Conditional Letter of Map Revision (CLMOR). G. Environmental Studies (Bypass Channel/Bridge Corridor only) 1. Coordinate with TRVA representatives and consultants to determine location of water, sanitary sewer, storm water, electric, natural gas, and franchise utility alignments. 2. Obtain and review existing environmental data maintained by the USACE, TRVA, Tarrant Regional Water District, and other sources for the Bypass Channel/Bridge Corridor area. 3. Develop a work plan for a Phase II environmental site assessment(ESA)of proposed utility locations for storm water, electric, natural gas, and franchise utility alignments that are not located within rights-of way for water/sanitary sewer utilities. Sample locations will be selected so that they do not overlap with other investigations that have been performed by other entities assisting the TRVA with environmental investigations. Submit the work plan to City for review and approval prior to initiating field work. 4. Conduct limited Phase II ESAs. The purpose of the limited Phase II ESAs shall be to identify: a.Potential subsurface contamination that might require protection of utility lines. b.Potential construction worker safety requirements related to the presence of contaminated soils. c.Potential waste classification and disposal requirements for excess spoils generated during construction of utilities. Samples will be collected on approximately 100 to 150 foot spacing depending upon the presence/absence of data from previous environmental investigations. Samples will be analyzed for the following chemicals of concern: i. Volatile organic compounds. ii. Semi-volatile organic compounds. iii. Total petroleum hydrocarbons iv. Priority pollutant metals. Based on available information,there are approximately 20,000 linear feet of utility alignments that will require sampling. Based on this information, this scope includes effort for 12 days of sample collection for one two-person field crew, 12 days of effort by a direct-push drilling subcontractor utilizing a direct-push drill rig, and laboratory analysis of approximately 150 samples in the Bypass Channel/Bridge Utility Corridor. 5. Develop a Contaminated Soil/Water Management Plan including plans and specifications for excavation, handling, transportation, and disposal of contaminated soils or waters that might be excavated during utility construction projects. Completion of this task will require coordination with TRVA representatives to implement contaminated soil/water handling strategies that have been developed for the project(i.e. stockpiling of contaminated materials at a central location for later disposal). 6. Attend biweekly TRV team meetings for a 12 month period. Additional Services(Not Included in this scope) 1. This scope of work includes only utility corridors in the Central City/Uptown area. Environmental services at other portions of the TRV Project Area are not included. 2. Services described under this SOW are scheduled for completion within a 12 month performance period. Based on information known at this time, additional services that may be required for Phase II following completion of the initial 12-month period include: a. Additional meetings for a second 12 month period. b. Additional sampling and analysis(three days of additional effort, 25 additional samples) c. Preparation of an addendum to the initial Phase II ESA Report to include results of additional sampling and analysis. 3. Additional sample collection or analysis above the effort described in this scope is not included. 4. Preparation of environmental permit applications is not included. 5. Section 408 coordination is not included. 6. Creation or management of an environmental GIS system for the project is not included. H. Miscellaneous Consulting Services(hourly as authorized by City) This service will be provided as needed to cover items that may be needed but fall outside the Phase 1 B scope of services. This work will be performed as approved and directed by the City. I. Geotechnical and Pavement Investigations 1. The ENGINEER will identify locations for geotechnical investigations along the routes of the proposed storm drain lines. Up to eighteen (18) locations will be bored to depths ranging from 20-feet to 30-feet, approximately every 500-1,000 linear feet, depending upon their proximity to non-open cut areas. Geotechnical investigations will be performed by the ENGINEER's geotechnical sub-consultant. 2. The ENGINEER will recommend locations of pavement coring as determined to be reasonable and necessary to determine pavement repair criteria. Pavement cores will be performed by the CITY. 3. The geotechnical investigation does not include environmental sampling or analyses. J. Permitting The ENGINEER will coordinate with Tarrant Regional Water District and the USACE-Fort Worth District to obtain local approval for modification of levees owned by TRWD associated with storm sewer utility construction. Prepare informational document showing utility alignments to verify that proposed utilities are consistent with approved alternative described in the TRV EIS. Preparation of a formal Section 404 permit is not included in this scope of services. Additionally, the ENGINEER will coordinate with and prepare applications and corresponding documentation to obtain permits for the placement in or crossing through existing easements and/or right-of-ways of new and relocated public utilities associated with the TRV project. Public utilities are specifically limited to water, sanitary sewer, and storm drain conduits and appurtenances owned by the City of Fort Worth. Specific entities in which permits are anticipated to be obtained include: Tarrant Regional Water District(TRWD), Texas Department of Transportation (TxDOT), and the Fort Worth and Western Railroad (FWWR). This scope of services assumes that agency coordination can be performed via telephone or e-mail and that individual meetings with agencies will not be required.. K. Utility Construction Management and Verification This Phase IB effort is limited to the Trinity River Vision Henderson Street bridge, , and does not include the Central City, Trinity Uptown,valley storage, University Drive,or Gateway Park. Services including the coordination of utility construction activities, utility location installation verification, and compliance with Utility Accommodation Rules, monitoring, reporting, and as-built surveying as required for the CITY. 1. The ENGINEER shall schedule a Pre-Construction meeting for each utility adjustment for which they are required to perform field verification and inspection duties. The ENGINEER is responsible for ensuring the necessary CITU representatives are present. 2. Verification: a. ENGINEER shall field verify all utility adjustments to ensure that the new facilities are located according to plans, specifications, and the Proposed Utility Layout. This shall include all surveying and right of way staking as needed to clear the proposed construction. b. ENGINEER shall insure that the utility is in compliance with the"Texas Manual of Uniform Traffic Control Devices" (TMUTCD), "Storm Water Pollution Prevention Plan" (SW3P), backfill specifications, and restoration of right of way upon completion of work. 3. Status Reports: ENGINEER shall provide CITY with a status report for all utility adjustments on a monthly basis. CITY will provide the status report format to the ENGINEER. 4. Review Payment Request: The ENGINEER will review all payment requests for conformance with the utility estimate and verify the work has been preformed. 5. Notification. The ENGINEER shall notify the CITY if demobilizing occurs before the approved scope of services is completed. This notification must occur before the demobilization process begins. This requirement may only entail documentation into diaries. 6. As-Built Drawings and GPS File: The ENGINEER will provide a GPS file showing all bends, installation types,casings, and above ground appurtenances and shall be supplied upon completion of the utility work in a format specified by CITY. The drawings and GPS files will also include all utility adjustments and installations that are not to be constructed as a part of the project. A set of 11"x 17"as built drawings along with a CD containing electronic files shall be submitted prior to final payment and acceptance of all Utility Coordination activities. 7. The Utility Company retains all responsibility for all inspections related to compliance with Utility Codes, Industry standards, and design of the Utility Facility. 8. The ENGINEER will not provide services for the sole benefit of third parties.