Loading...
HomeMy WebLinkAboutContract 35371-A1 AMENDMENT NO. 1 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. (M&C Needed) COUNTY OF TARRANT $ WHEREAS, the City of Fort Worth (City) and James DeOtte Engineering, Inc. , (Engineer) made and entered into City Secretary Contract No. 35371, (the Contract) which was authorized administratively by the City Manager on the 11th day of June 2007; and WHEREAS, the Contract involves engineering services for the following project: Storm Water Utility Project - Edgehill Road Storm Drain Extension, Project No. 00570: DOE No. 5612 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 a proposal letter dated December 23, 2008, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $34,771. 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 $55,731 .00 . 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. OFMIAL RECORD; ORIGINAL i`�'� �fl�`�P'-I` 1 :4 2 1 F1 EXECUTED on this the ` ` day of 20�fl, in Fort Worth, Tarrant County, Texas. ATTEST: LL\ Marty Hendrix 9@fl K:A0t Authorization City Secretary + APPROVAL RECONMNDED: APPROVED, II Fernando Costa William A. Verkest, P. Assistant City Manager Director, Transportation and Public Works Department James DeOtte Engineering, Inc. Engineer By: Name: Jam eOtte President 6707 Brentwood Stair, Rd. , #520 Fort Worth, Texas 76112 4 APPROVE A TO FO E ITY: Assistant CP At o y OFFS 3AL RECORD ^} ti rrr.ry r.z..R {.+1ylY. .._ re�._ ��T. 9 James Denffe civil Engineerino� Engineering, Inc, Land Surveying 23 December 2008 Mr. Michael A. Owen, P.E. Senior Professional Engineer Department of Engineering City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102-6311 Ref: Amendment#1 for Design Services EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No. 00670; City Secretary Contract# 35371; DOE # 5612 Mr. Owen, James ❑eOtte Engineering, inc. completed the drainage study for the referenced project in August 2008. We request an amendment to the original contract to provide the design services for the improvements recommended in the study: Original contract: Scope: Analyze system capacity from Camp Bowie to outfall to determine requirements in order to end flooding of houses on Waverly Drive. This effort should also include determination of required additional storm drain, inlets and recommended alignment to be submitted in a report. Fee: $20,960.00 Amendment#1 Scope:- Design and production of construction drawings for Edgehill Road drainage improvements as described in Drainage Study dated 30 June 2008 and substantially comprised of design of roadway and storm drain design for approximately 500 linear feet of street Fee: $36,762.00 Total Fee: $57,722.00 fax 817-930-0445 6707 Brentwood Stair Road; Suite 520 • Fort Worth,Texas 76112 817-446-9877 The following Attachments and Exhibits are attached: Exhibit A-1 Supplemental Scope of Services Attachment B Compensation and Schedule Attachment C Changes and Amendments to Standard Agreement Attachment D Project Schedule Attachment E Location Map Attachment E-1 Solution Option Map Sincerely J6mesDeOfte, P.E., R.P.L.S. P fax 817-930-0445 6707 Brentwood stair Road; Suite 520 • Fort Worth,Texas 76112 817-446.6377 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for paving and/or storm drain improvements for the following: Edgehill Road drainage improvements as described in Drainage Study dated 30 .tune 2008 and substantially comprised of design of roadway and storm drain design for approximately 500 linear feet of street. Upon receipt of notice to proceed, the ENGINEER will perform the following tasks: PART A—PRE-ENGINEERING 1. Initial Data Collection a. Pre-Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule. For purposes of establishing a level of comfort, two (2) meetings are anticipated. These include the following: One (1) pre-design kick-off meeting, (including the CITY's Department of Engineering and other departments that are impacted by the project). One (1) review meeting at completion of the City's review of the conceptual engineering plans. b. Data Collection In addition to data obtained from the City, ENGINEER will research and make EA1-1 Rev ].1/02/05 efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, City Master plans, CITY drainage complaint files, existing applicable drainage studies and property ownership as available from the Tax Assessor's office. C. Coordination with Other Agencies During the concept phase the ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads. These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the concept plans. The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under Attachment B of the contract. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS I. Conceptual Engineering i. Surveys for Design a. ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rimlinvert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at EAI-2 Rev 11/02/05 intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. b. ENGINEER will provide the following information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the Department of Engineering. All text data such as plan and profile, legal descriptions, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, and all drawing files shall be provided in Autocad (DWG or DXF) format (currently Release 12), or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY. The minimum survey information to be provided on the plans shall include the following: 1. A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: 2. The following information about each Control Point; a. Identified (Existing. City Monument #8901, PK Nail, 518" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). 3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in EAl.-3 Rev 11/02/05 the same coordinate system, as the Control. 4. No less than two horizontal bench marks, per line or location. 5. Bearings given on all proposed centerlines, or baselines. 6. Station equations relating utilities to paving, when appropriate. ii. Public Notification and Personnel/Vehicle Identification a. Prior to conducting design survey, ENGINEER will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name limits ODE project No., Consultant's Project Manager and phone no., scope of survey work and design survey schedule. The letter will be reviewed and approved by the City prior to distribution. b. When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. All company vehicles shall also be readily identifiable. iii. Drainage Computations ENGINEER will review and document the storm water watershed drainage runoff area and existing street, right-of-way and storm sewer capacities for the subject site. A drainage area map will be drawn at 1" = 200' scale from available contour maps. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Capacities of existing storm drain will be calculated and shown. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with City standards. EA1-4 Rev 11/02/05 iv. Conceptual Engineering Plan Submittal a. Conceptual plans shall be submitted to City 6O days after Notice to Proceed Letter is issued. b. The ENGINEER shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and cost estimates for the ENGINEER's recommended plan. The ENGINEER shall also evaluate the phasing of the water, sanitary sewer, street and drainage work, and shall submit such evaluation in writing to the City as a part of the concept phase of the project. 2. Preliminary Engineering Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. Information shown on the plans will be consistent with Part A, Paragraph 1.b. for proposed condition. b. Preliminary project plans and profile sheets which will show the following and shall be on 22" x 34" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks Existing and proposed water and sanitary sewer mains. C. Proposed roadway profile grades and elevations along each curb line; elevations at all pm.i.'s; pYs half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins), along the existing right-of- way shall be shown on the plans. Profiles for existing and proposed storm EA1-5 Rev 11/02/05 drain mains and leads shall be provided. d. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies and the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. e. Preliminary roadway cross-sections will be developed, from the survey notes, at intervals not-to-exceed 50 foot along the project length and will extend 10' past the right of way line on both sides of the street. Additional cross-sections at important features including driveways, p.i.'s of intersecting streets, {minimum distance of 166' along cross-street at each P.I.} walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 16' horizontal and 1" =2' vertical. f. Street and intersection layouts. g. Proposed plan/profile sheets will conform to City of Fort Worth construction legend. Adequate horizontal and vertical control shall be provided on the plan sheets to locate all proposed and existing facilities. Legal descriptions (Lot Nos., Black Nos., and Addition Names) along with property ownership shall be provided on the plan view. h. Fumish as a function of final plans, six (6) copies of the final cross-sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right-of-way limits. Scale will be V = 20' horizontal and 1" = 2' vertical with cross sections plotted with stationing from the bottom of the sheet, and will include laterals and inlets. CITY policy with regard to parking design shall be maintained. Excavation and embankment volumes and end area computations shall also be provided. I. Right-of-Way Research The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Temporary and permanent easements will be EAI-6 Rev 11/02/05 appropriated based on available information and recommendations will be made for approval by the City. j. Right-of-way/Easement Preparation and Submittal Preparation and submittal of right-of-way, easements and rights-of-entry will be in conformance with "Submittal of information to Real Property Division for Acquisition of Property". k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Public Works Department, Water Department, Department of Engineering, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities that have an impact or influence on the project. ENGINEER will design City facilities to avoid or minimize conflicts with existing utilities. The ENGINEER shall deliver a minimum of 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies, which have facilities within the limits of the project. 1. Preliminary Construction Plan Submittal i. Preliminary construction plans and specifications shall be submitted to CITY 30 days after approval of Part B, Paragraph iv. ii. The ENGINEER shall deliver two (2) sets of preliminary construction plans and two (2) specifications to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet General Layout and Legend Sheet Drainage Area Map and Computations Plan & Profile Sheets Standard Construction Details Special Details (If applicable) EA1-7 Rev 11/02/05 iii. Preliminary estimate shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted. Engineer shall assist City in selecting the feasible and or economical solutions to be pursued. M. Review Meetings with City The ENGINEER shall meet with CITY to discuss review comments for preliminary submittal. The CITY shall direct the ENGINEER in writing to proceed with Final Design for Final Review. n. Public Meeting After the preliminary plans have been reviewed and approved by the City, the ENGINEER shall prepare project exhibits, provide the CITY with the database listing the names and addresses of all residents and business to be affected by the proposed project, and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 3. Final Construction Plan Submittal a. Final Construction Documents shall be submitted to CITY 30 days after approval of Part B, Paragraph 2 (b). Following CITY approval of the recommended improvements, the ENGINEER shall prepare final pians and specifications and contract documents to CITY (each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas) and submit two (2) sets of plans and construction contract documents within 15 days of CITY's final approval. Plan sets shall be used for Part C activities. b. ENGINEER's Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. EA1-8 Rev 11/02/05 C. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows: 1. Street and storm drain plans shall be submitted as one set of plans. Street and storm drain plans shall be separate from water and sanitary sewer plans. All sheets shall be standard size (22" x 34") with all project numbers (TPW and water/sanitary sewer) prominently displayed. 2. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no Water funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. 3. Signed plans sets shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF file shall contain all associated sheets of the particular plan set. Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows: I. TPW file name example — "W-9956—org47.pdf' where "W-1956" is the assigned file number obtained from the City of Fort Worth, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320 org5.pdf Il. Water and Sewer file name example — "X- 35667_org36.pdf' where "X-35667" is the EAI-9 Rev 11/02/05 assigned file number obtained from the City of Fort Worth, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_orgl8.pdf Bath PDF files shall be submitted on one (1) Compact Disk, which will become property of and remain with the City of Fort Worth. FloppV disks zip disks, e-mail flash media will not be accepted, 4. For information on the proper manner to submit PDF files and to obtain a file number for the project, contact the Department of Engineering Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the DOE number and proper fund codes have been assigned and are in the Department of Engineering database. PART C - PRE-CONSTRUCTION ASSISTANCE Administration a. Bid Documents Submittal The ENGINEER will make available for bidding, upon request by the CITY, up to fifty (50) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Proposal will be provided in electronic format. b. Bidding Assistance The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders and respond to questions submitted to EAI-10 Rev 11/02/05 DOE by prospective bidders. Engineer shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening, develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along with the contract documents to the City within three (3) working days after bid openings. C. Assistance During Construction The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. EA1-11 Rev 11/02/05 ATTACHMENT "B" COMPENSATION AND SCHEDULE AMENDMENT#'1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project Nos.00670 I. Compensation A. The Engineer shall be compensated a total lump sum fee of $ 34,771.08 as summarized in Exhibit "B-3" Payment of the total lump sum fee shall be considered full compensation for the services described in Exhibit "A-1" for all labor materials, supplies, and equipment necessary to complete the project. B. The Engineer shall be paid monthly payments as described in Exhibit "13-1" Section 1 - Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. IL Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 285 calendar days after the "Notice to Proceed" letter is issued. A. Design Report—0 calendar days. B. Conceptual Engineering Plans - 90 calendar days. C. Preliminary Engineering Plans and Contract Documents - 120 calendar days. D. Final Engineering Plans and Contract Documents - 30 calendar days. E. Final Plans and Contract Documents for Bid Advertisement -45 calendar days. F. Construction — 180 calendar days. Attachment 6 0d-0605 revised 9-18-08 B - 1 EXHIBIT "B-1" METHOD OF PAYMENT (SUPPLEMENT TO ATTACHMENT "B") AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project[dos.00670 I. Method of Payment Partial payment shall be made to the Engineer monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of Exhibit "A-1", Conceptual Engineering plan submittal and approval by the City, a sum not to exceed 34 percent of the total lump sum fee. Until satisfactory completion of Exhibit "A-1", Preliminary Construction Plan submittal to City, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Exhibit "A-1", Final Construction plan submittal and approval by the City, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable after Bid opening for the Project has been conducted. II. Progress Reports A. The Engineer shall submit to the designated representative of the Director of the Department of Engineering monthly progress reports covering all phases of design by the 10" of every month in the format required by the City. B. If Engineer determines in the course of making design drawings and specifications that the opinion of probable construction cost of $974,986.62 (as estimated in Exhibit B-4 for Edgehill Road) will be exceeded, whether by change in the scope of the project, increased cost or other conditions, the Engineer shall immediately report such fact to the City's Director of the Department of Engineering and, if so instructed by the Director of the Department of Engineering shall suspend all work hereunder. Attachment B04-0605 revised 9-18-08 B1 _ 1 EXHIBIT "B-2" HOURLY RATE SCHEDULE (SUPPLEMENT TO ATTACHMENT "B") AMENDMENT#1 EDGEHiLL ROAD DRAINAGE IMPROVEMENTS Project Nos.00670 2008 Standard Hourly Rate Schedule Employee Classification Rate/Hour (Ran-e) Principal Engineer $1301 hour Project Manager 1 Planner $901 hour R.P.L.S. $1301 hour R.P.L.S. (Principal) $1301 hour Design Engineer $65-$801 hour Designer 1 CAD Operator $65-$1451 hour Survey Technician $841 hour Clerical $401 hour Survey Crew $1351 hour Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus. Attachment 8_04.4605 revised 9-1$-08 B2- 1 EXHIBIT"13-3A" (Supplement to Attachment B) SUMMARY OF TOTAL PROJECT FEES AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No.00670 Consulting Firm Prime Responsibility Amount % Prime Consultant: James DeOtte Engineering $22,681.00 65.2 % Engineering, Inc. Proposed MNVBE Sub-Consultants Amount 34.8 % Gorrondona and Topographic, Land $8,700.00 25.0° Associates, Inc. Surveying Services and Subsurface Utility Engineering L.A. Blueline Reproduction $3,390.00 9.8% Project Description Scope of Services Total Fee MWBE Fee Percent Engineering Services Storm Drainage Design $34,771.04 $12,090.00 34.8% MWBE Goal 16.0% Attachment B_04-0605 revised 9-18-08 133- 1 EXHIBIT "B-3A" (Supplement to Attachment B) PROFESSIONAL SERVICES FEE SUMMARY AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No.00670 Part A— Conceptual Design, and Part B —Plans and Specifications 1. EDGEHILL ROAD DRAINAGE IMPROVEMENTS: Basic Services Total ($174,9$6.62 x 8.5 x .85) _ $ 12,642.00 A. EDGEHILL ROAD DRAINAGE IMPROVEMENTS SPECIAL SERVICES 1. Topographic Surveying Svcs.(by MIVVBE) $ 4,000.00* 2. Property survey and easement (2) prep $ 1,200.00* 3. Erosion Control Plans & SW3P $ 2,000.00 4. Sub-surface Utility Engineering Level B $ 3,500.00* 5. Public Meeting (total 2) $ 1,040.00 6. Traffic Control Plans $ 2,000.00 6. Printing & Reproduction Subtotal $ 3,390.00* 7. In-house reproduction $ 1,000.00 8. Administrative (10%) Fee on subs $ 1,209.00 9. Construction Related Services a. Bid Opening and Review $ 500.00 b. Compile Bid Tabulations $ 750.00 c. Pre-Construction Meeting $ 500.00 d. Limited Construction Services $ 1. Coordination with other agencies $ NIA 2. Address request for information $ 520.00 3. Periodic site visits (1 total) $ 520.00 4. Review Shop Drawings $ NIA 10. Prepare and submit As-Built Plans $ N/A Additional Services Subtotal $ 22,129.00 * denotes subcontract TOTAL PROJECTED FEE $ 34,771.00 Attachment B_04-0605 revised s-18.08 B3-3 EXHIBIT"B-3A" (Supplement to Attachment B) SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No.00670 A. SUMMARY OF TOTAL FEE Service Description Total Engineering Services $ 12,642.00 Special Services $ 16,929.00 Surveying Services $ 5,200.00 FTOtai $ 34,771.00 B. BREAKDOWN OF SEWER FEES LESS SURVEY FEES 1. Total Fee less survey and permitting fee Breakdown by Concept, Prelimina and Final De, sign 30 a. Concept(30%)=(Total Fee— Survey) x(0.3) =$ 8,871.00 31 b. Preliminary(60❑/o)=(Total Fee—Survey Fee)x(0.6) =$ 17,742.00 32 c. Final (10°x❑)=(Total Fee--Survey Fee)x (0.1) =$ 2,958.00 51 d. Surveying Services 5,200.00 Attachment B04-0605 revised 9-18.08 83-3 EXHIBIT "B-3D" (Supplement to Attachment By FEES FOR SURVEYING SERVICES AMENDMENT#1 EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No.00670 Surveying and Subsurface Utility Engineering Services: Establish Horizontal and Vertical Control, Topographic and planimetric survey $ 4,004.00 Boundary survey and preparation of 2 easements (1 permanent and 1 temporary construction = $ 1,200.00 Subsurface Utility Engineering = $ 3,500.00 Total Surveying and Subsurface Utility Engineering Services _ $ 8,700.00 Attachment B04-0605 revised 9-18-08 B3-4 EXHIBIT "13-3E" (Supplement to Attachment B) FEE FOR REPRODUCTION SERVICES AMENDMENT#'t EDGEHILL ROAD DRAINAGE IMPROVEMENTS Project No.00670 Printing & Reproduction: EDGEHILL ROAD DRAINAGE IMPROVEMENTS Design Report: $ NIA Preliminary & Utility Clearance: 13 sets of Const. Pians $1.801sht. x 10 sht.lplan x 13 $ 234.00 6 sets of Const. Plans $1.801sht. x 10sht.lplan x 6 $ 108.00 1 sets of Specifications $.20/sheet x 140 Pg/Spec x 2 $ 56.00 Final Plans: 2 sets of Const. Plans $1.SO/Sheet x 10 sht_/plan x 2 $ 36,00 1 sets of Specifications $.20/sheet x 140 Pg/Spec x 2 $ 56.00 Bid Documents- 50 Sets of Const. Plans $1.80/sheet x 10 Sht.IPlan x 50 $ 900.00 25 Sets of Specifications $.20/sheet x 140 pglspec x 50 $ 1,400.00 Mounted Exhibits for Public Meeting 1 Drawings $1001Board x 3 each $ 300.00 Final Mylars for Record Purposes Not Included Reproduction of SWPPP $ 0.201sheet x 300 sheets x 5 $ 300.00 Printing & Reproduction Total $ 3,390.00 Attachment 6 04-0505 revised 9-18.08 B3-5 CD p p p p O 0 0 Ln a ca a n N M v o v o v o v ca n v o v 0 0 6 0 0 p O G co D o v Oa n CD o Ln o v0 o v n Ln o 0 Ln p N v v 4 C) 0 C) N O d N C GO M Q cD N Ln O a v I_ t.6 U7 N �: �► a m *+ M Ah- fR• ifT +i iit aL LO 0 ii'r ifs ifr iPr -b9- if)- rte! Tq rl � Q L °v 5 p " +, vO O v O p C) p v v v v v v o v o v v o 0 0 0 0 w Ln v Ln C] v C7 a v a Ln- o a C N N N v v Ln ri Ln N -4 O O +14 tfr *"P* iPr O O & iff ii°r N F i V O Aft -ions7 e W Vf w W W v U v T z a W L , Im •s z 0] e EQ a Q a c [0c OC U C (U y a n ° N N ) UJ � m S w a 0 m 0 C � �, �T�v a� c a N G m w rn v U a� a� n rJ1 + ra M LB ry � fG G ~ 2: u + N Q Q ❑ CI 00 X L M °° M t3 7C tip � tri t� - V (D � V - V w o d s� [!� .J �N -I m � J (JI W Eco W F ' a) U M Q i!] -j [J) LLE LL] J J N J _, 9 °° o = o z N m a U M N v Q tp d 2 U ~ d a v Lon w � ,1 -4 o v ,i LO Lin +H z y- U Q C] ¢ ~ C'! 0" i N i N 00 �y N .-i W (DV } xLd LU w N in w a z a D 3 W p- W z 0 � - •� ry rn e, Ln tD n Do ti � Z o U U 0 L I 0. ATTACHMENT C EDGEHILL ROAD DRAINAGE IMPROVEMENTS AMENDMENT#'I CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A Changes and amendments to Standard Agreement and Attachment A include: NONE Attachment C Page 7 o. �E 7i fol a N dLL a;r � C14 N 4 Z �i c N ❑ m C ` � w ¢, U Z 7ID � � W Z ❑ 7n ❑. r W S Oa o o a a o E o- - p fn fn rn fn rn rn a rn E � rris EZr o 0 0 0 0 0 a o 0 r r r d Q m-2i o_ c� r a w ;z v oo rn M fu to M r Cca Q Z m a rn H r a `v C r~ LL a w a` c e d �i ti 1i " u �- 3 3 u. E iz a a a F- a ❑ Q o a o 0 0 0 2 LL o o a o a o o f Lo 92 r - t! �, G❑ O O O ❑ c0 Oto ❑ p C O LL l7, ❑ - 4 _ 7. a 7+ 7• a a v a a a v a c p r Cl d d a d d ul a M f7 M M Q7 M lL) cm � � N N 'Q O r_ }w a c c av a U 3 C v `D a Z e o m d N F o m Q a M In v Q u m mWZ+ Q d O �. r yN 0 01 go C @ N 0 CCL 0- W ❑J fu 0 Z OD m H � E � m � y C 0 m wo 73 @ ?LX CV z j y L) 0. d W tL Q o W d L) a N v fu Qy ❑ a �U- CII 00 It 47 0 n CO W r N r CL 10 i m cma Rd S n p -0 c 'S VUer Hila V,k.cSe Ijq b R ' V3.57-Ra R' Q ro Du 'p I:yc-a rive Oros Erd�4rvp m 47 to -&ooci Ave jtri i"axa�'w1 ` a Q' tl Campo Ave AvB = � c a ae 'W10,41 rrvy ~a0 fmr 8I. 4V::tir r y 36 Lxll.lW�fl rdlj'8Ii�'� Cd''16n5'AY "p;;IfJII� �nseii' rI,SIP_ au P a� e Ave r-r 4 011 U8^Nood Ave 'r' It •�ef•ex7M1�"' Lcc{e Ala W �L _ 4 LG�e AYE scanwick Ave v C�•'Lo^Ave < Curzon Agee k, � c Ilb—._'Y A'7� SI �, ecsemens Ave ?, L).az Ave U � £a•a-c?Ive { sra r chr-'� H"-V6-1H"-V6-1Nat- � ��•s f`s7r � ¢r YS a A Vde n'a.,r AV& S11 GreE^way N9 �_ r` �' Fa1a"�Ave t;.1d7G`1P L'1 EDOHILL� RD•- ��:_.._ AV� (PROJECT r r Ll3u32 LOCATION) ._�__,�:• ��� rn b �n oIlk ,�4t`ti WAVERL Y VV,,A�`V'fA`a O pti1 F Yid H..Ir--_`i Ave T M1,r7' fl � rte ". r 7 Ha=q1:,:t Aged i X04 a ��u b C+ 4 bh:s9y s, CR'VC!Dr t k Rd Ur llacds:a� 'Jc+ gra^ Cama Ur ;s Ln �`6. � p pa f v 0 !3 Gra at ur ®+ a n A C-+ i G '� 7 Siirsi:ar.f{�l wa-cy v.-�w Dr � b V 70 �r a sr 4 a m m w _ti-titi CITY PROJECT#00670 CITY SECRETARY CONTRACT#35371 DOE 4 5612 COUNCIL DISTRICTS MAPSCO REF.74P FORT WORTH MAPS 2018-380,2018-384, PAEPARM BY' 2024-380,2024-384 James DeOtte En Inc. — LOCATION MAP CN-ENMEW►UMSOM•coM4JOT raMw,aleff EDGEHILL RD 5707 BreS to 520toir R°° DRAINAGE STUDY Fort Worth, Texas 76112 :ENG11 Esm (817)445-6877 AMENDMENT 1 ATTACHMENT E ti 4fR 2 B 1 1 F'� -30' F—F \ M ' 7" CURB 2% i.3' CROWN 2% 7" CURB i■ •MNN... 1 RECONSTRUCTED STREET CAPACITY RECONSTRUCT STREET 5 .0480 WfTH 7'CURS AND 2% L 31.1 7ft ■ ��44�L, CROSS SLOPE A = 13.Osgft 11-v'Y� y• `f S' Qcvp = 169cfs X 4"CURB ...t.�.-Y V�'Lit•vv y-. 7'CROWN v Yv YY LLvv Vv� .S f� V Y yYV y'•t' ' , REBUILD DRIVE'B'AND V�Vv 4y. IDEWALK: USE 2%CROSS-SLOPE - YY L ylvlt.. , 1, y . v ■ - ROPOSED 24' ' REPLACE GRASS AREA ■ Y y4l..i.. ■ yam ��v RCP a 1.8% WITH CONCRETE; ■ vy4 USE 2%CROSS-SLOPE PROPOSED 20' ' v �,.�.•;.. . ■- Y:���;,�Y;,'.CURB INLET - -- PROPOSED 15'CURB 41\'LVL�ry44V._' i yyLL L4. `.'... INLET , yL4 LY L yV LVL y yY�._" ■ rL�v V�ti��V.�'v, Y YY LY Y VY4Y YYY L 4L`". yLY�.Yv PROPOSED U L L.VL •• r 27p'RCP ✓Yv �YP�� . /� ��YL YVy ' Y �.''� .. �P ■ `U 1�V V y 1 u YY YYVL y�. i • A' - .' �U Yv yt-y�'Y±� 1 J�vL yL YYYY ��•..-���T' '.y�i�y L Y yL�-l-:":. . 9f�6► , Y�L�L4LYL �� - }'YV t VVYY Y U yyy i v - 4 �5 vY� 5 G L� �;4V v Y YL V yL y U L�'Wil• - RS �„e v v�'Y yY Y Lv vvv I �■ ` de � C va r� 5���� PVCIAL . -, ■ ^ �� � •• AM NDMENT 7 SOLUTION OPTION#3 25 0 25 so EDGEHILL RD DRAINAGE STUDY CITY PROJECT#00670 GRAPHIC SCALE IN FEET CITY SECRETARY CONTRACT#35371 CITY OF FORT WORTH TEXAS LEGEND DOE#5512 PREPARED FOR: COUNCIL DISTRICT 3 CITY OF FORT WRTH ;OW THROCRHDRTOH MAPSCO REF.74P FORT WORTH,TEXAS 76+02 ■w w w w w w w w w w w w w w w■ EXISTING STORM DRAW FORT WORTH MAPS Jame$Dootle 6707 BREHTWOOO STAIR RD, C En PROPOSED STODRAIN 2018-380,2018-384, EngineeHng,lnc. Phe :F-kx[657]446-6677 �oee s�� y RM RECONSTRUCTED STREET 2024-380,2024-384 I6C75H00 O" ATTACHMENT E-1ftABM O1A23/8 P.RO,JE City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/16/2008 DATE: Tuesday, December 16, 2008 LOG NAME: 20EDGEHILL REFERENCE NO.: **C-23239 SUBJECT_: Authorize Amendment No. 1 in the Amount of $34,771.00 to City Secretary Contract No. 35371 with James DeOtte Engineering, Inc., for the Edgehill Road Drainage Improvements RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of $34,771.00 to City Secretary Contract No. 35371 with James DeOtte Engineering, Inc., thereby revising the total contract cost to $55,731.00. 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. Runoff from commercial property located on Edgehill Road has caused home flooding on Waverly Way. James DeOtte Engineering, Inc., was selected to study the drainage in the area and provide subsequent design services for drainage improvements along Edgehill Road. On June 11, 2007, the City Manager executed administratively an engineering agreement with James DeOtte Engineering, Inc., for the study of proposed drainage improvements at Edgehill Road. On October 16, 2007, the City Council approved the issuance and sale of bonds which will be used to fund capital improvements in the storm water utility system scheduled over the next two years. The study has been completed and the following proposed improvements have been recommended: install new storm drain within Edgehill Road from Waverly Way to approximately 200 feet to the north and reconstruct Edgehill Road from Waverly Way to approximately 400 feet to the north. Amendment No. 1 for the subject engineering agreement will provide the design and preparation of engineering plans and contract documents for the bidding and construction of the recommended improvements. James DeOtte Engineering, Inc., proposes to perform the design services for a lump sum fee of $34,771.00. City staff considers the fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $7,300.00 is required for project management by the Transportation and Public Works Department. James DeOtte Engineering, Inc., is in compliance with the City's MIWBE Ordinance by committing to 35 T ncmarnf • `N_Pnf:PHIT T Paye I of 2 percent IVINVBE participation. The City's goal on the project is 16 percent. This project is located in COUNCIL DISTRICT 3, Mapsco 74P. FISCAL INFORMATIONICERTIFICATION: 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. TO Fund/Account/Centers FROM Fund/Account/Centers P229 531200 203280067031 $8,871.00 P229 531200 203280067032 $17.742.00 P229 531200 203280067033 $2,958.00 P229 531200 203280067051 $15200.00 Submitted for City-Manager's Office by: Fernando Costa (6122) Originating Department Head:, Greg Simmons (7862) Additional Information Contact: Dena Johnson (7866) T rnnamo• ')A1Pn PT-TTT T PAVre ? of 7