Loading...
HomeMy WebLinkAboutContract 35190-A1 AMENDMENT NO. 1 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. '3519 o (M&C Needed) COUNTY OF TAR.R.ANT S WHEREAS, the City of Fort Worth (City) and Dunaway Associates, L.P. , (Engineer) made and entered into City Secretary Contract No. 35190, (the Contract) which was authorized by the City Council by M&C C- 21995 on the 6th day of March 2007; and WHEREAS, the Contract involves engineering services for the following project: Hammond Street Drainage Improvements and Hopkins Court Flume Reconstruction, Project No. 00988: DOE No. 5428. 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 1, of the Contract is amended to include the additional engineering services specified in a proposal letter dated December 29, 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 $76,155.00. 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 $195,616.00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX EXECUTED on this the VN day of 2010, in Fort Worth, Tarrant County, Texas. ATTEST: � �*° aco° Z & Marty Hendrik %� City Secretaryn ad� i ", , �P ROVED APPROVAL RECOMMENDED: William . Verkes , Fernando Costa Director, Department of Assistant City Manager Transportation and Public Works Dunaway Associates, L.P. �, Engineer aL�koz Contract Au`t�hori zatioR By .- Dat Name: Stephen R. James, P.E. Senior Principal 550 Bailey Avenue, Suite 400 Fort Worth, Texas 76107 APPROVED AS TO FORM AND LEGALITY: 0&111� Assistant City Worney OFFICIAL RECORD CITY SECRETARY FT WORTH,TX []UNAWAY DA No. 2005041 December 29, 2009 Mr, Chad Simmons, P.E. City of Fort Worth Transportation & Public Works Department Fort Worth, Texas 76102 Reference. Amendment No. 9 —Revision #3 Hammond St. Drainage Improvements& Hopkins Ct. Flume Reconstruction City Project No.00488 Mr. Simmons: This letter constitutes our request for supplemental authorization for tasks outside the scope of services of our current contract. The additional work includes the following tasks. 1. Hopkins Court Drainage Demon — The approved Conceptual Design Report for this project recommends removal of the existing curb opening in Hopkins Ct. and construction of a new 10-foot inlet at the low point along the curb line and 150 linear feet of 21-inch RCP from the new inlet to the existing concrete flume. Our principal contract does not include design services for this work. This amendment is for the design and preparation of construction documents for this work. It is anticipated that this design will be bid along with the Hammond Street Drainage Improvements project and will not be advertised and bid as a separate project. The following is a summary of additional tasks (See attached task breakdown): a. Meetings -Attend one (1) neighborhood meeting b. Surveys - Subsurface Utility Engineering (Quality Level B) for at least 3 utilities in general accordance with the recommended practice and procedures described in ASCE Publication CD/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). c. Easement Parcels 1) Drainage Easements (2) 2) Temporary Right of Entry Agreements (2) d. Construction Plans — It is anticipated that the following plan drawings will.be required: ` OFFICIAL RECORD 1} Drainage Area Map ' 2} Plan/Profile Sheets CITY SECRETARY FT.WORTH,Tx { 150!Merrlmoc Circle,5ufte 100 G Fort Worth,Texas 7007 —'-- Tel:817,335.1121 S Metro:817,429,2135 S Fax:817.335.7437 S www.dunawcyassoclotes,com Amendment No. 1 December 29, 2009 Page 2 3) Landscape Plans (to replace existing bushes along property line) 4) Erosion Control Plans 5) Notes & Details e. Quantity Take-Off&Opinion of Probable Construction Cost Note--Topographic surveys were obtained during the Conceptual phase. 2. Hammond Street Drainage Improvements a. Additional Topographic Survey, Subsurface Utility Engineering, and Easement M Our original contract was prepared assuming the proposed replacement storm drain pipe would replace the existing pipe in the same easement at the car dealership site between Did Burleson Road and the 1-35W frontage road, However, the recommended alignment at this site follows the perimeter of the property, which will require approximately 500 feet of additional topographic survey, subsurface utility engineering, and one drainage easement. 1) Surveys a) Topographic Survey b) Subsurface Utility Engineering (Quality Level B) for at least 4 utilities in general accordance with the recommended practice and procedures described in ASCE Publication CD/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). 2) Easement Parcels a) Drainage Easement (1) b) Temporary Right of Entry Agreement (1) b. Additional Concept Engineering -At a subsequent review meeting, Dunaway was asked to examine the possibility of implementing detention on the eastside of Interstate Highway 35 West to reduce the hydraulic grade line elevation immediately upstream of IH-35W. Our principal contract does not include study services for this additional work. 1} Data Acquisition - The data to be collected for this phase of the Project includes existing information possessed by CITY in the form of studies, maps, engineering construction plans, and digital files as well as information generated in the field specifically for this project. Information to be collected for the evaluation of detention storage east of IH-35W include: a) Obtain available topographic maps, zoning maps, and land use maps within the study limits from CITY. b) Obtain "As-Built" plans for existing culverts, paving, grading, and drainage construction within the study limits from CITY. c) Obtain digital copies of latest versions of digital aerial topographic (LIDAR) and photographic data from CITY. Amendment No. 7 December 29, 2009 Page 3 d) Obtain available documentation, including hydrologic and hydraulic models, from CITY for this project area. 2) Field Work a) Site Visits o Perform two (2) site visits to verify the study limits to verify subwatershed boundaries, and identify hydraulic parameters including existing flooding and erosion problems, condition of pipe outfalls, and potential structural improvement locations. b) Field Surveys o Field surveys will be obtained for the project within the limits shown on the attached exhibit. The topographic survey shall be taken at 100-foot grid and at all grade breaks within the project limits. The topographic survey shall include, but not be limited to, locating existing features such as water valves, eurb and gutter, asphalt, medians, sidewalks, fences, driveways, storm and sewer manholes, top/toe of slope, sanitary sewer cleanouts, tree lines or trees 6" and larger, power poles, mailboxes, signs, telephone risers, and other visible features. c) SUE (Subsurface Utility Engineering) o Delineation of underground utilities will be performed. Level B SUE investigation will be undertaken to identify the approximate horizontal location of existing facilities within the street ROW. This task includes acquiring "as-built" documentation from utility companies and making initial contact with their representatives, o if elevations of the utilities are required in order to determine the feasibility of a concept, a separate proposal for Level A SUE will be submitted. 37 Hydrologic Analysis - This scope includes the tasks necessary to develop hydrologic models of the study area. Study discharges will be obtained for the 5, 25, and 100-year storm frequencies, assuming fully-developed watershed conditions, a) Prepare a drainage area map of 1" w 200' scale from available contour maps. b) Delineate sub-watersheds using LIDAR and survey data to analyze existing drainage patterns within the study area, as well as to identify and define proposed improvements. cy Compute hydrologic parameters for each sub-watershed including precipitation data, time of concentration, and land use category. d] Create a fully developed hydrologic condition model. e) Determine runoff for 5, 25, and 100-year storm frequencies. 4) Hydraulic Analysis - This scope includes the tasks necessary to evaluate the possibility of utilizing detention storage east of IH-35W to lower the hydraulic grade line for the drainage system on the west side of IH-35W, based on fully Amendment No. 1 December 29, 2009 Page 4 developed watershed discharges, consistent with criteria in the City of For[ Worth Storm Water Management Design Manual, March 2906 edition. a) Existing Conditions Analysis o Develop digital terrain model (STM) based on cross-sections and LIDAR data for use in preparing the present day conditions model at the project site. o Develop a hydraulic model o Record drawings obtained from the City will be used in conjunction with field data to model existing drainage structures. by Analysis o ENGINEER will provide CITY with results of analysis in both digital and hard copy format. Eight (8) copies of the detention option plan & profile exhibits will be prepared for GWNER's review and comment. An opinion of Probable Construction Cast will be provided for the detention scenario east of IH-35. 5) Project Development a) Conduct up to four (4) project status meetings with CITY during the course of the detention analysis phase. These meetings shall be used to update CITY as to status of project and to determine CITY's preference in recommended improvement options, b) Conduct up to two (2) site visits to project site with CITY, upon CITY request. 3. Standard Professional Engineering Agreement Changes The following items are required due to changes in the standard professional engineering agreement. a. Meeting -Attend one (1) ConstructabiMy Review meeting b. Traffic Control Pians - These will utilitize the City of Fort Standard traffic control details. If additional traffic control plan layouts and details are needed (other than standard details), Dunaway will submit a separate request to perform that work. c, Bid Assistance • In lieu of 50 copies to City, 0 10 full size & 10 half size copies to City. o Upload construction documents to Buzzsaw. ■ Plans will be distributed from the Dunaway office. • Dunaway will maintain a plan holders list. d. Record Drawings • Record drawings shall be prepared from the information submitted by the City. Amendment No. 1 December 29, 2009 Page 5 A summary of the total project is as follows'. Basic Fee 1. Original Contract $119,461 2. Amendment#1 Hopkins Court $16,850 Hammond Street $48,685 Engin. Agreement Changes $10,620 Total Amendment#1 $76,15576,15 TOTAL REVISED BUDGET 1 $195616 Please review the enclosed information. Do not hesitate to call me if you have any questions or require additional information regarding this proposal. Sincerely, DUNAWAY ASSOCIATES, L.P. sr�p)llv+n.a� Stephen R. James, P.E. Sr. Principal Director, Public Sector Services 2000049 Amendmeat#1 Cover Lettter bsd 09-12-29.doc Hopkins Court Drainage Improvements 10/19/09 City of Fort Worth LABOR EXPENSES Hours Task Description Dept.Mgr Eng. Tech. Billing Rate $160 $iia $90 Drainage Design a. Neighborhood Meeting(1) 2 2 2 $720 b. Subsurface Utility Engineering-MWBE subconsultant $2,500 c. Easement Parcels 1.Drainage Easement(2)-MWBE subconsultant $1,600 2.Temp.Right-of-En try Agreements(2) 1 1 $200 d. Construction Documents 1.Drainage Area Map 0.5 4 8 $1,240 2.Plan 1 Profile Sheets(2) 2 16 32 $4,960 3.Landscaping Plan 0.5 4 12 $1,600 4.Erosion Control 0.5 4 12 $1,600 5.Notes i}Details 0.5 4 12 $1,600 e. QT0 and OPCC 0.5 1 2 $370 Task Totals 6.5 36 81 $16,390 Total Hours 6.5 36 81 123,5 NON-LABOR 8 SUBCONSULTANT EXPENSES Misc.Expenses(reproduction,mileage,postage,deliveries) $50 Administrative Fee(10%)for Subconsultant firms $410 Non-Labor Totals $460 Total Budget $16,850 Hammond Street Drainage Improvements 12129109 City of Fart Worth LABOR EXPENSES Hours Task Description Dept.Mgr Eng. Tech. Billing Rate $160 $110 $90 Additional To o ra hlc Survey,Subsurface Utility Engineering,and Easement 1 Surveys a.Topographic Surveying-MWBE subconsultant $3,500 b.Subsurface Utility Engineering-MWBE subconsultant $2,500 2 Easement Parcels a.Drainage Easement(1)-MWBE subconsultant $800 b.Temp.Right-of-Entry Agreement(1) 0.5 0.5 $100 Task Totals 0 0.5 0.5 $6,900 Additional Concept Enigineerino 1 Data Acquisition a.Obtain land use maps from City 0.5 $45 b.Obtafn as-builts for culverts,paving,grading,and drainage 1 $90 c,Obtain LIDAR contour data from City 0,5 $45 d.Coordination w/subconsultant for topographic survey and SUE 2 $220 2 Field Work a.Site Visits 2 2 $540 b.Topographic Surveying-MWBE subconsultant $12,150 c.Subsurface Utility Engineering-MWBE subconsultant $8,800 3 Hydrologic Analysis a.Prepare drainage area map 6 $540 b.Define watershed using LIDAR and survey data 1 6 $820 c.Compute watershed parameters 3 12 $1,800 d.Develop hydrologic watershed model 2 12 $1,640 e.Determine runoff for 5,25,and 100-yr storm 2 $220 4 Hydraulic Analysis a,Existing Condition Analysis 6 32 10 $5,380 b.Evaluate detention basin option 6 24 12 $4,680 5 Project Development a.Conduct 4 project status meetings with City 2 8 $1,200 b.Conduct site visits 2 2 $540 Task Totals 24 102 30 $38,710 Total Hours 24 102.5 30.5 $45,610 NON-LABOR 8 SUBCONSULTANT EXPENSES Mfsc,Expenses[reproduction,mileage,postage,deliveries] $300 Administrative Fee(10%)for Subconsuttant firms $2,775 Non-Labor Totals $3,075 Total Budget $48,685 Standard Professional Engineering Agreement Changes 10/19/09 City of Fort Worth LABOR EXPENSES Hours Task Description Dept.Mgr Eng. Tech. Bf[ling Rate $160 $110 $90 a.Conduct 1 site visit with City(Constructibility Review) 3 3 $810 b.Traffic Control Plans Advance Warning 5ign Layout Sheet 0.5 8 12 $2,040 Street Closure Pians for Hammond Street 0.5 8 16 $2,400 TCP for Single Lane Closure on Old Burleson Rd. 0.5 4 8 $1,240 d.Record Drawings 2 8 32 $4,080 Total Hours 6.5 31 68 $10,570 NON-LABOR it SUBCONSULTANT EXPENSES Misc.Expenses(reproduction,mileage,postage,deliveries) $50 Non-Labor Totals $50 Total Budget $10,620 U) .. LU NF, w q z x ' L LU W LL LJJ LL W W❑ a 7i -- �- - �=-- Q 3 kr !L C . 3 . �:. :•, "-111'—�r:k��' — a r I v ��� '� r-- .. ���T ti�.tla 1.� �� � !�''�:r4]4"a.°n)"!�'�5=4G•,�•..' � .t� 't Al ""4-"I. r"Gr-k 4 Ij.. 4 � 3�Lyti� �.- } �� _ � N -r 1 _ 'iwT�•R+Y'•,.w.y.w., .::f7lil. �a 1 Gorrondona & Associates, Iiic. r December 28,2409 I/Itww Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth,Texas 76107-6572 Attn: Mr. Brian Darby, P.E. Re: CITY OF FORT WORTH PROJECT — HAMMOND 1 HOPKJ NS DRAINAGE PROJECT Dear Mr. Darby: Gorrondona & Associates, Inc. (G&AI) has committed to perform the design/topographic survey and SUE for the above referenced projects as required by the design engineer (Dunaway Associates, Inc.). The total fee for the design/topographic survey and SUE for the project is$31,850.00. If you have any questions or need additional information please contact me at (817)496- 1424. Sincerely, GORRONDONA & ASSOCIATES, INC. W.Truett Wilson,RPLS Survey Manager 1 6707 Brentwood Stair Road•Suite 50-Fort Worth,Texas 76192.817A96.1424•Fax 81 ,496.1768•www-ga-wc nd City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 411.312010 DATE: Tuesday,April 13,2010 REFERENCE NO.: **C-24168 LOG NAME: 20AMEND 1 RAMMOND STREET DRAINAGE SUBJECT: Authorize the Execution of Amendment No. 1 in the Amount of$76,155.00 to City Secretary Contract No. 35190,an Engineering Agreement with Dunaway Associates,L.P.,for the Storm Water Utility Project – Hammond Street Drainage Improvements and Hopkins Court Flume Reconstruction(COUNCIL DISTRICT 9) REMMMENDATLON: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of $76,155.00 to City Secretary Contract No. 35190 with Dunaway Associates,L.P.,thereby revising the total Contract cost to $195,616.00. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth,preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with State and federal regulatory requirements. This will be accomplished by infrastructure reconstruction and system maintenance,master planning,enhanced development review and increased public education and outreach. A request for qualifications to provide drainage design was issued by the City in January 2006, and 24 design consultants submitted statements of qualifications,including Dunaway Associates,L.P. On March 6,2007,(M&C C-21995)the City Council approved an Engineering Agreement with Dunaway Associates,L.P.,for the design of Hammond Street Drainage Improvements and the conceptual design of Hopkins Court Flume Reconstruction(Project 00488)for a lump sum fee of$119,461.00. On September 22,2009,(Ordinance No. 18838-09-2009)the City Council approved the issuance and sale of$45,000,000.00 in revenue bonds in Storm Water Revenue Bonds,Series 2009,to fund a two year Storm Water Capital Project Program. Amendment No. 1 includes an evaluation to determine if a detention basin is feasible for the Hammond Street Drainage Improvements project,continuation of preliminary and final design for the Hopkins Court Flume Reconstruction project based on the e recommendations from the conceptual design,development of traffic control plans and additional bid and construction phase services for both projects. Dunaway Associates,L.P.,proposes to perform the services of Amendment No. I for a lump sum fee of$76,155.00.City staff considers the fee to be fair and reasonable for the scope of services proposed. Dunaway Associates,L.P.,is in compliance with the City's MIWBE Ordinance by committing to an additional 42 percent MIWBE participation on this Amendment No. 1. The City's goal for this Amendment is 8 percent. This project is located in COUNCIL DISTRICT 9,Mapsco 91J and 75Q. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget,as appropriated, of the Storm Water Revenue Bonds,Series 2009. FUND CENTERS: TO Fund/Account/Centers FROM n P2531200. 209280048831 $12.335.00 P227 531200 209280048832 $24.672.00 P227 531200 209280048833 $4.112.00 P227 531200 209280048851 $35,035.00 CERTIFICATIONS: Submitted for QjX Manager's f Fernando Costa (6122) Originating Department Head: William Verkest (7801) Additional Information Contact: Chad Simmons (8 178701129) ATTACHMENTS 1.00488 mwbe com lip ance.1df 2.FAR-00488-00001-5tep2.12df 3.FUNDS AVAILASLE_doc 4.Map 00488.pddf