Loading...
HomeMy WebLinkAboutContract 35464-A1 NO. 1 STATE OF TEXAS $ CITY SECRETARY CONTRACT NO. 5 4-A (M&C Needed) COUNTY OF TARRANT & WHEREAS, the City of Fort Worth (City) and Stream Water Group, Inc. , (Engineer) made and entered into City Secretary Contract No. 35464, (the Contract) which was authorized by the City Council by M&C C-- 22174 on the 12th day of June 2007; and WHEREAS, the Contract involves engineering services for the following project: Storm Water Utility Project -- East Como Channel Improvements, Project No. 00481: DOE No. 5421 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 6, 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 $76,565.40. 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 $189,463.00. 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 L7 Q' day of r 24j r in Fort Worth, Tarrant County, Texas. ATTEST: Marty Hendrix �v d City Secretary E : 4ZL rE PROVED: APP VAL RECQNlMEND D 1 Wil erkest, P.E. Fernando Costa Dire , Department of Assistant City Manager Transportation and Public Works Stream Water Group, Inc. 01 Engineer Cont:aCi: Author i zatioa By: Date Name: Shamsul Aref in, P.E President 5737 Brentwood Stair Rd. , Suite 234 Fort Worth, TX 76112 APPROVED AS AND LEGALITY: Assistant i Attorney OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX December 8,2009 Mr.Michael A.Owen,P.E. Project Manager Transportation and Public Works Department 1000 Throckmorton St Fort Worth,TX 76102 Phone:(817)392-8079 RE: Contract Amendment No. I Engineering Design Services:East Como Drainage Improvements City Project No.00481,DOE No.5421 Dear Mr.Owen: The Following is a summary of additional work requested for Amendment No. 1 to the above referenced project,per recent design meetings with City of Fort Worth officials. Amendment No. 1: Additional 8" Water Line Design 1,117 LF Additional 15"and 8"Sewer Line Design 2,007 LF Additional Pavement Improvements =360 LF Additional Survey required= 1,521 IF Preparation of 404 Permit Requirements Determination SUE(level B) Phase I Environmental Site Assessment Geotechnical Investigation The Engineer's Opinion of Probable Construction Cost for the(Exhibit B-4) Water Improvements: Helmick Ave:$24,343 Humburt St:$11,574 Farnsworth Ave:$94,105 Total Engineer's Opinion of Probable Construction Cost For water line $130,022 Sewer and Paving Improvements(Transportation and Public Works): $310,973 Water Improvements(Water Department): $130,022 Total Engineer's Opinion ofProhahle Construction Cost $440,996 Amendment No. 1 Amount(see Exhibit B-3A): Sewer and Paving Improvements(Transportation and Public Works): $60,018.00 Water Improvements(Water Department): $16,547.00 Total Amendment No. 1 $76,565.00 Please note that the Environmental Site Assessment task does not include the following item: 6737 Brentwood Stair Rd • Suite 230 • Fort Worth, TX 76112 + Phone- 817..446.4171 Fax: 817.446.4335 ww%v. streamwatergroup.corn ■ Environmental Lien and Chains-of title(COT) MIWBE Firm(HVJ ASSOCIATES, INC.,Gorrondona&Associates,and Spooner&Associates)fee,Geotechnical Study,Survey and SUES$13,974.00. This will result in a 18.25%portion of the contract that will be performed by approved MIWBE firm which will meet or exceed the target of 18%. The current status of the contract between Stream Water Group,Inc and City of Fort Worth for the above referenced project is as follows: Original Contract Amount= $ 112,898.00 Amendment No. 1 Amount= 75 565.00 Total Contract Amount including Amendment No. 1 = $ 189,463.00 Please process Amendment No. 1,to the East Como Drainage Improvements City Project No. 00481,DOE No.5421 in the amount of$76,565.00. If you require any additional information or have any questions regarding this matter,please give me a call at 817-446- 4171.We appreciate the opportunity to provide engineering design services for the City of Fort Worth. Sincerely, Stream Water Group,Inc. Shamsul Arefin, P.E. President Copy:File,Dena Johnson,P.E.(City of Fort Worth) 6737 Brentwood Stair Rd • Suite 230 • fort Worth, TX 76112 • Phone: 317.446.4171 • Fax: 817.446.4335 www. streamwatergroup.cotn EXHIBIT 8-3 (SUPPLEMENT TO ATTACHMENT B) Contract Amendment No. 1 East Como Drainage Improvements City Project No.: 00481, DOE No. 5421 Prime Consultant Scope of Services Fee %of Contract Stream Water Group,Inc. Engineering&Proj.Mgmt $ 62591 81.75% Proposed M/WBE Subconsultants Spooner and Associates Survey,Easement Document $ 3,224 4.21% HVJ Associates Geo Tech and Environmental Site Assesment $ 8,350 10.91% Gorrondona&Associates SUE(Level B) $ 2,400 3.13% Total For Professional Services $ 76,565 100% Actual M/WBE City's M/WBE Prolect Description Scope of Services Total Fee MIWBE Fee Percen Percent Goal Engineering Services Channe#improvements $ 76,565 $13,974 18.25% 18% EXHIBIT B-3A (SUPPLEMENT TO ATTACHMENT B) Contract Amendment No. 1 East Como Improvements City Project No.: 00481, DOE No. 5421 Part A-Conceptual Design and Part B-Plans&Specifications 1 Transporta€on and Public Works: (Construction Cost X ASCE_Curve-A_X S&($310,973X9_°/*"5)—_ Drainage Improvement = $23,789 Basic Services Total = $23,789 Additional Services: Transportaion &Public Works: Topographic Surveying Services(approx921 LF ) _ $ 3,224 Right-of-Entries(10@$100ea) = $ 1,000 Preparation of 404 Permit Requirements Determination = $ 9,440 Phase I Environmental Site Assessment = $ 3,935 Geotechnical Investigation = $ 8,350 SUE(Quality Level B) _ $ 2,400 Sanitary Sewer Alignment Study = $ 3,500 Printing& Reproduction Subtotal = $ 568 Farnsworth Ave Street Clouser = $ 1,065 Prepare and Upload Plan and Spec to Buzzsaw = $ 585 Feld Visit with City PM at 60% Plan Submit = $ 765 Administrative 10%)Fee on M/WBE Firms = $ 1,397 Additional Services Subtotal 36,229 Sub-total Transportalon &Public Works: $ 50,018 2 Water Department:( Construction Cost X ASCE Curve"A"X 85%) ($130,022X9%X.85) Water Improvements = $9,947 Basic Services Total = $9,947 Additional Services: Water Department Topographic Surveying Services(approx 600 LF) = $ 2,100 Easement Document(7 @ $600 ea ) _ $ 4,200 Printing& Reproduction Subtotal = $ 300 Additional Services Subtotal _ $ 6,600 Sub-total Water Department: $16,547 Total Amendment No. 1 $ 78,585 m ■ ] °§ §_ G °G \ q a 7 ■ e LO M Bq r- © ® w N � C14 _ _ a � - - - ® ® - - ® ® - - - ® - ] 8 a 8 2 § § _ _ - - - - § - N m Q E Ir m R w v It � k 'E0 vw % § to ƒR § 2 I a 2 m § k ( ƒ I k � � � ' � �2 $ � � ■ y o CL 7 m § ■ ■ , a � 2 c Q 7 2 ■ ; 2 § § kf � k 2 k/ 0a \] } � ■ — � § a � m7L0 � 7 k © a § $ J a a 2 2 § ` a © ■ S 2 ■ � u a 2 J $ 'OL (q ° . 2 § ) f $ � § � , � § ■ % � , ■ a � \ g2 J J 2 r § 7j a 2 g . 'sate ) c _a $ k % o 0:@k § k 2 ] 2 � ' $ § $ � 7 2 � � ■ � �\ -19L 2� ] _ ■ u 2 _ %(a w f w 2 ' a a 2 2 a _ . . 2 > . _ qV to EXHIBIT B-3C (SUPPLEMENT TO ATTACHMENT B) Contract Amendment No. 1 East Como Drainage Improvements City Project No.: 00481, DOE No. 5429 Fee for Reproduction Services Printing & Reproduction Conceptual Plans 7 Sets(11"x17") _ $ 28 Preliminary Plans 8 Sets of Construction Plans(11"X1 7") = $ 64 Final Plans 7 Sets(11"X17")of Construction Plans = $ 28 7 Sets of Specifications = $ 210 Bid Documents 20 Sets of Construction Plans = $ 288 Mounted Exhibits for Public Meetings = $ 200 Final Mylars for Record Purposes - 1 Set of Plans = $ 50 Printing and Reproduction Subtotal = $ 868 *Estimated using 8 sheets per pian and 1 part EXHIBIT 84 (SUPPLEMENT TO ATTACHMENT B) Corrtract Amondmerrt He.S ENGINEER'S OPINION OF PROBABLE C0NSTRUCTION COST East Como D7alna9e Improvements City Prolect No.: 004x1,00E No.SQ1 Engineers Opinion of Probable Construction Coat-Preliminary Water $130,022 Water Department $130,022 Sewer $2e7,633 Faving(HMAC) $43,340 Transportation b Publte Works $310,973 STREAM WATER GROUP,INC. ENGINEERS FAWNERS•SURVEYORS ���y »»w�►,►�+-w sw ra.s.,..tea 17037 Prelim Addrtiono E00PCC 5 WG$17037 272W9 o C� LO o C a a C3 o c o 0 o c a - o LO r O O 6 u7 C) Oi C3 O 0 C� U1 r7 N U Q Y N [D N M N 7 b Y [p M V r N N r to N T. O � H N N N H N N N N N pN N N H N N N H -n C14 N C` O M 14 � o Q H 641 Ml VY 4? H H9 H 4S H N H N H H N N f+7 X u_ 8 S LO c 0 N O 0 O O O G O Y N n Y O N 0 O M N c C- ko U ••• N M � � N d' Cf ref m � M Q' y 4! H I N 4► 1 V/ 1 H I H H %4 f W.N. 1 Vl H 1 Vl N H Vl H 4! O M E C NCi N Y N Y N N O r T o n r� x O °° e ! U M Z U $ LUay = 4► 4y 4► F. 4t 4t y 4, 4s �, rs 4+ cq 4s Q � +. 21 d G y Vr 4f VIPcA GF a p! m �� � ti N O [? 4 b 9 O b � � � � N � N b N b LO J cox o d n n o a o o Ln o 0 c -- CL 0 � U � N 7 N 0 0 n o V'f r- O E � � C o Q 4�1 r.9 N IL d a 6'1 H 00 H Nrr7 " 67 2 d O SP1 (a (A (A 69 VI W Ll W 6 6 J J W LL7 LL Q J J J W i 1 f t4 4 ! r C C ¢¢71f d + 1 ry 4 39 N _) ) CD21 v d = qq @ S N E 01 7 cm 7 7 Ql C m LQ13 m !� Y 4. LL CC 00 A 7 N c] cs C 41 0 4r' ii -cm N + � +n co C L ! 2! y .s d oY O d a n w fq m c c� cr3 Q1 ! ty C v O C CYi S U m V 0 13 m m 7 ! W O # y n P C C = q Ip 7 7 �_ 'sE E ry N Ln iy J LL O LL 2 Q a d v d, u rn ¢ w 2 cco N w m m a a N c qq Im x y = tI aU CL L) m 10 yy yyd JQ[p A �1 m b b O a O d Q 7 7 7 i� L� ii U V) CL U R U- C 0. N ,i cc W to �o I ti O O W N 'o N N Q Y Y u! u) In N N CD N aZ d � d � dadodo 16A � Inp6 csr—. do� o � o oda r V mo m $ momo ooamo O m0m6mOm0mO momomo 0102 n 00 o � a � a a o 0 0 o rte+ 'a rn o oq o r M H H y y N N rr► H N N N N a , , H iA M H H GA W, irF H K OOMOOO 0 - a o CD rn M H fA H H H H h H fa M 0 0 a P O N Y O P 0 V 0 _ 7r R r+1 m Q. S d N �. d x Z = 7, U q W M. rA fA Vl N M C lL $ rA VI H fA Q m J L pYp F 0 LLL F .0000. o p a o 4 r r o O V I 0 9c Zo I ! p 10 0 p rl 2 b a0 � � � O j � CL q s sA rw an 5Pr yg o ,n en y 0 ° � a U � y !� ¢ ❑ 0 U >6 11j Vl [17 GS q t..1 3 J J J 7 e 0 � W + C � 15 V N J. E E v t + $ K U. m anl a 'a a I Lo jy NN cs N ❑ ❑ Ln QJ• � � I � C � C � � a ❑ JL _ O G I W C yO C "M M C CL `m a O = 1 a 0 y � CL = y � [q Yy T m LL Q N C] Q ti '7 ro g a a � T T 0 O 4 0 m u7 U7 j Q C C C L e ll J ry o ❑ 77 = ❑ 4 N t�tl O N a N U Q c.) v d r w = � d � 0 � o � o� Q4Q � o $ D momomomaFgmamo fna ~ O1 O N M � u7 fD t. c0 Y N N N N N N N N N q p K7 q O O a d O q 4 q O 4 4 q ti O co 4 o q a k7 O m O O O o O1 "' L) a a v r o � N m � rn T a Y o o It � co r N M 7 V N N (D N r- H N H N N Vol H H H N 4! K H N N K H N N m Q ❑ K LA H H H 4f H H iA H H K N K V7 H i1S N Y N v 4 E- x x0 N O b 0 q q G d 7 ,y q N Q q m N 'S v7 q U r r4 Ir rA �= M M S O a A H H H H iA H H H 604 Vl 409 K WI fA H H H► H 6 C H o Acn N It N -T [Y N tl �j ry N q r T 47 L i� ? U CL Z e UC U, w H (A H rry F7 Ly N H H 4A Vl iA VI m ° d 20 ° In •� C 0 O O G d O O q O O 4 N O N q O ZLU oz V LL 0 G J 2� q V1 'n -7 0 0 0 'n O q w q D a CL () p [n !4 4 n Q V7 l� C] O O q Vi H t+l d z Q O h4 b�7 10�04 404 oO V7 GA H M H v~n 0 a V1 03 V IQ Y t L1J W W W 7 L11 uJ J J lLl W LLi C7 c m � 3 Q aC w ayy w ❑ (1 C ( 7 a C Q CL a r n OA m m {+7 " of a d CL C c w t ti y LT 0 (MLl. 7 + 7 'aU N �T y c9 ^ q1 1�1 Q Q1 O 0. C3 4 7 m D7 U ❑ a ! V] yp v a 2 a ❑ LL o q 4 d a N c Y C 7 7 d }� 0 co V m 03 wco O O £' E `! .rJ 7 � # m N Ny 4N7 4 ❑ lL C 4. d mN N Q1 Ln y6 (0 c 137 (} m — 3 co co ae r ro ro m E a c � — a m qw r LL v rn ¢ c�c3 6 c �r y m 0 T — Cxl d7cs y C7 N y Nr ❑ ~ y � m N _ y1 'C@ Li.l Wcm R N I T � C �cp D V7 V1C UJ LS c c U a. 0 4U °� T n i % � 67 m ro m c c m } T Y T �` m c t7 n m `r3c m o m m y ro ro ro ni c ri a m N c 7 7 7 i. U. 1� ({ 07 Oi 117 cC f� Q O 47 N Y 40 N N p 4 7 117 V7 u7 u7 M. 7. dcD d d� d_ � _dp�pd_ dd � d � d � dtid d d � pp did U p ql m O ❑ O m 6 m 0 O m m Q m d 71 O O m Q m d CD d [A b m Lf) \ � � ° ■ � � "? _ _ _ _ _ _ _ o g q o o o m ) . . . 7 - 'A _ ^ — � - _ %q w* § a m o m M 0 u \ $ 7 ' • f % ' 7 k � E ■ � fn ak = wv �o § (A ® _ _ \® > �r � ® Lu LLI C J J 2 2 R § } kCL \ % § G � 3 5 G § b g 2 S a / Ld J $ \ ] § \ ) ] k Z f kCL / E . ]LL 04 a- a. » ) 2 LL r ] ] $ @ f 7 ] _ ° § \ i § 6 ` g � f f 3 2 4 = ; § m w � ? 7 j ) / \ ƒ St } $¥ @ ® ] o 7 / / \ § ) B k § k 2 k § k � a a u u 2 o u a J # 2 £ [) kd \ � = o= S3omo = Gmo � SomBEo § 2 g k Q m � d d d d d d Q O O <t O *f p O O p O p O O C p p 'n 00 C 'S ❑� 8 r1 d N d lG '7 d n O v ."] �n � Y 0 d O v'+ O to en r+Z e+7 ll7 N Q — — O Vi •r T � — — M f*1 tV Pry F .-. .-. N H N D V7 H 1A W V1 W% YI M 6" Vl L1 H 69 H GP1 H VI 6,1 H 1A rA 4A 4A H 4A rA H V4 H H H v1 u't to p O p .? Yl ) O In d 0 d N M d ^`+ ^`+' �6 vn d O d .'] d _ N N O H elG H -+ b .❑ �y d �' D H (� N , W Yl &A WA H H — — ❑ y O 7 v d 0 Y O 7 V b N p N N N O O 0 6 u2 4 N d d d N r un p FD R7 [p Ip r N r 47 N a1 N 47 r d7 r til �(1 DC7 Oi Ua co O 0 O to Y O d d d d b Ci d d Q tO �P r N r r �t) N � N N N N N u7 N U U = u O `l F U r L1 a Y L LL LL 4 7 W W 4 W LL W Q ¢ LL LL LL LL LL Li !1 LL U U U WJ J � r N D d � J J i.LL LLI LLl 41 4J J LLJ IlJ LyJ J J J J J J J J V 00 ❑ C oa m is EO z r N C C Q C x D d Fo a cc ❑ I 4 V , CL U — C SmS N11 E ro .�-. .�-. It L7 .❑. 6] C H Q ul v0CL 1i Q pE} yE o OG - w ( ❑ m ❑ m U7 IW we t r� H w c� a N _ y^, oxi U 0. Q + a y a $ = c _ o _ — N w CO — Q C .� O n N �] C7 S7 cs a ❑ a aqi t t aj ra 4 = m = g 1 N C V) — �° a a U. a z E O ❑ ❑ .� ti C m N u � yO r- '0 .� ll � N 1 N1 q t U C U P b •C C l 2 D C uj d d1 r L.i d N E ^ T � ❑ C ❑ LD (] tf] O ._ ❑ ; C4 -0 '! m LL C a7 rx ❑ V ❑ C 0 E C d a tu m ° 5 � CL d13 E d �J m c c N U y Y E m a & m W a- T til �i4¢7f� yC d d C d U li U ?0�+ ❑ G C O .� LL NZ p = r� �v W ❑ m Q C cn U3 U) °�i a n U) c w 'r v2 -1. ?: 4 u ❑ �l ❑ ❑ ❑ a a ❑ gg�� yq� y t3 ZS E E ai m c v m y v n a _ 3 3 3 c E c c = °- 4 � � s� � 0c°7nr� cn c� _ Er= Q C [aLEo 0u C3 u) N IC"-4 rp CO n [p V7 CO r N N N m r to n an N r O D N V l O1 �" r O n I u7 LIS N d 0 n � � � 1 N Y d d V P7 O b 2 N N C'S N N N N N n m Cl) M N C7 4447177 47 43 r r � � - - - - - - - - - - - - - - - - - - - - - - - 3 m m m m m 'm m mm m mm m"m 'm 'm m m m m m m m m m m m m m m m — r N r� a ri co n m of r N c2 n r❑ n m T o N rh V n co r� m H r N N N N N N N N N a / S@ g J \ @ s a a o ! m 10 « - q Q ] � _ _ _ _ _ _ _ / § r o � 2o—VQC4r r .. 00 \ no _ .MO ) ° o ° c / 8 06, / 0 G m G - � § � ] ° � | k § S ) k S z Z — \ \ 6 u § § § § z O - Xz § § w / 2 -JE ■ ate r � C 01 00 § § ° § « � 20 Lu ) § } � e � 00Of 2 — CL zIL 2 ] 0 _ § 3 r E / § ^ I § j § CD _ ] \ \ } ) w 2 f 2 $ C / � a m — ) C , 0 2 2 m c ; e � \ 7 % } \ � § 2 cc, ] § / CO , � [L (L Q / CL (D / \ 2 6 3 R ® m R G m CL 2 0 06 F3 a a a B 3 a ■ � ■ � � n � � a > I a EXHIBIT B-30-1 (SUPPLEMENT TO ATTACHMENT B) Contract Amendment No. 1 East Como Improvements City Project No.: 00481,DOE No.5421 October 13, 2008 Mr. Chris McCoy Stream Water Group 6707 Brentwood Stair Road Fort Worth,Texas 76112 RE: Subsurface Utility Engineering East Como Area Fort Worth,Texas Dear Mr. McCoy: Gorrondona and Associates (G&A), is pleased to submit a cost proposal for Subsurface Utility Engineering (SUE) required for the above-referenced project. This proposal is based on information contained in your email dated October 10,2008. Introduction G&A will perform the SUE work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication CIIASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in this ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: ■ Quality Level D(QL"D")-Information derived from existing utility records; • Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants, meters, manhole covers, etc. • Quality Level B (QL"B") - Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the horizontal position of subsurface utilities within approximately one foot. Mr.Chis McCoy c Moller 1.3. 2008 t'.l�e_'o r • Quality Level A (QL"A") — Three dimensional (x,y,z) utility information obtained utilizing non-destructive vacuum excavation equipment to expose utilities at critical points which are then tied down by surveying. Also known as"locating", this quality level provides precise horizontal and vertical positioning of utilities within approximately 0.05 feet. Scone of Work Based on drawings provided by Stream Water Group (SWG) depicting the work areas, G&A has developed a preliminary scope for the SUE work required for this project. The scope of work may be modified, with your concurrence, during the performance of the SUE fieldwork if wan-anted by actual field findings. The scope of this proposal includes Quality Level "B" SUE activities. Quality Level "B" SUE will include designating pipelines and communications lines located in the vicinity of the proposed drainage improvements at each of the three locations. Based on our site visit,G&A expects to encounter various utilities crossing the proposed improvements that require designating for. G&A will perform surveying that is required for collection of SUE field data. Desianatine Procedures Prior to beginning field designating activities, G&A's 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 metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Based on the information provide, G&A has assumed that all utilities requiring designating as part of this project are tonable(FDC and pipelines). G&A will establish routine/ordinary traffic control (cones and free standing signage, etc.) whenever required as part of our standard pricing. If non-routine traffic control measures are required (barricades, flag person, changeable message board, etc.), these services will be considered extra. Accurate collection and recording of designated utilities is a critical component of the SUE process. G&A has developed a proven method of collecting and recording survey information once the utilities have been designated in the field. G&A's 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 Mr.Chris McCoy October 1.3. 2008 Vagc.3 a t'3 location where a survey shot is required. Shot points will typically be placed at 100-Font 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. Deliverables G&A will produce a utility file in ACAD or Microstation format and a summary sheet containing test hole field notes. Schedule G&A estimates that the designatingilocating work can be completed in two workdays. We expect that the work can commence within I week of receipt of a Notice to Proceed. Estimated Fees Based on the assumptions stated herein,G&A proposes to perform the work for: Como Area: QL"B" SUE=$1,400.00, survey$1,000.00 We look forward to working with you on this very important project. If you have any questions or require additional information,please contact me. Sincerely, Gorrondona & Associates, Inc. Jeffrey K. Vick Division Manager Houston 9200 King Arthur Dr. Austin Dallss.TX 75247-3610 214.678.0227 Ph Dallas 214.678.0228 Fax A S S 0 C IAT C S San Antonio www.hvi.com November G,2008 Mr.Arefin Shamsul President Stream Water Group Inc. 6737 Brentwood Stair Rd,Suite 230 Fort Worth,Texas 76112 Re: Proposal for Geotechnical Study&Phase I Environmental Site Assessment East Como Area Drainage Improvement Project Owner: City of Fort Worth HV)Proposal No. DG0818480&DE0818481 Dear Mr. Arefin: HV] Associates, Inc. is pleased to submit this proposal for providing a geotechnical study for the above-mentioned project. It outlines our understanding of the scope of the project and presents our approach and our fees for providing the study. We understand that the project will involve culvert and channel improvements in the East Como area of Fort Worth from West Vickery Blvd. east to near Blackmore Ave.,a distance of approximately 2,300 linear feet. GEOTECHNICAL STUDY At the time of writing this proposal, the exact depth of the proposed structures was not available; however,we understand that the maximum depth of these structures will be less than 10 feet. The purpose of this study is to perform a geotechnical investigation and provide design and construction recommendations for the proposed improvements. We propose to drill five(5) soil borings to a depth of 20 Feet below the existing ground surface to obtain sufficient geotechnical information for the project. The borings will be sampled continuously to a depth of 10 feet and at 5-Foot intervals thereafter,to determine site stratigraphy and to obtain samples for laboratory testing. All the field and laboratory tests will be performed according to ASTM standards,where applicable,or with other well established procedures. Results of the field and laboratory data will be used to develop recommendations for the d and construction of the project structures. All borings will be backfilled with bentonite chips and or soil cuts after obtaining ground water measurements. 'Me laboratory testing program will be developed once the field boring logs have been reviewed and the general site stratigraphy developed. The laboratory rests will include. moisture contents, Atterberg Limits,percent passing No. 200 Sieves,unconfined compressive strengths,dry unit weights, sulfates,pH,and chlorides tests. file. Arefin Shamsul HVJ Proposal No. DG0818480&DE0818481 November 6,2008 Page 2 A report of our study Nvill be prepared by an engineer specializing in soil mechanics and foundation engineering after reviewing available structural,geological,boring,and laboratory data. In general, the following items will be included in our report: 1. Boring logs, 2. Laboratory and Field test results, 3. Regional and site geology, 4. Generalized groundwater and subsurface soil conditions, 5. Recommendation for box culverts G. Global slope stability analysis for the channel (if applicable), 7. Disperssive potential of on-site soils (if applicable), 8. Site preparation and structural fill requirements,and 9. General earthwork recommendations. We expect to complete this assignment in approximately four weeks, following our receipt of your written notice to proceed and all the right of entries required to complete the field work. If requested,verbal recommendations can be provided throughout the progress of the investigation as testing is completed. In our fee estimate,we have assumed that the site is accessible to truck-mounted drilling equipment and all access and permit issues for private properties (if any) will be addressed by Stream Water Group. Also the boring locations are assumed to be outside the roadway and there will be no need for traffic control. PHASE I ENVIRONMENTAL SITE ASSESSMENT As required by Federal Regulations 40 CFR Part 312 and the Comprehensive Environmental Response,Compensation and Liability Act,section 104(k)(2)(B), I N]Associates will perform a Phase I Environmental Site Assessment(ESA) for the East Como Project area. All Phase I ESA work will-be conducted in accordance with ASTM E-1527-05,Standard Practice for Environmental Site Assessments:Environmental Site Assessment Process. HV]Associates will not provide Title and Judicial Research for Environmental Liens and Use Limitations and chains-of-tide(COTs) for the project area (see Conditions Section for a discussion of this).The Phase I ESA report will be presented in a format consistent with the report outlined in Section 12 ASTM-1527-05 and any City of Fort Worth standard practice or guidance document(s) for a study of this type. In conducting Phase I ESA work, emphasis will be placed on the following activities: • Review and validation of historical data prior to site visits(primarily federal, state,and focal government agency records concerning generation,use, storage,and disposal of hazardous wastes and/or regulated wastes); ■ Review of federal and state spills,and local I-IAZhL-1T response files in immediate vicinity • Review of historical aerial photographs(1940's through 1990'x); • Review of historical city directories and Sanborn maps; • Review of current and available historical USGS topographic maps; • Review of available FEMA Flood Insurance Rate Yaps (FIRM} maps; • Site visit observations based upon historical use; • Provision of sufficient site photos to describe and support all recognized environmental conditions; • Provision of observations and distances from property lines for all Phase II work recommendations based on adjacent properties; Mr. Arefin Shamsul HV] Proposal No.DG0818480&DE0818481 November G,2008 Page 3 • Documentation of all visual evidence(or lack of visual evidence)of features associated with underground storage tanks when historical data indicates their presence;and • Review of Texas Commission on Environmental Quality(TCEQ) files as required or warranted. Our Phase I ESA will also include conducting a review of the local/regional hydrogeology and soil conditions, interviews with knowledgeable parties and a follow-up site reconnaissance if necessary. Because of the urban nature of the project area, no water well search will be conducted. Further, to the best of our knowledge, this area has historically not been an oil and gas Feld; therefore,a review of state oil and gas records will not be conducted. Following our initial review of data, site reconnaissance and data analysis, a report will be prepared summarizing our findings and conclusions. In general, the following items will be included in the report: ■ Field observation data; • Plates, figures and drawings depicting general and environmental conditions; • Potential for soil and/or groundwater contamination to impact the site;and • Recommendations for further environmental studies(if necessary). If a recognized environmental condition (REC) is identified, HVJ Associates will promptly notify Stream Water Group. HV] Associates will submit two draft paper copy reports and one electronic file (.pdf file via e-mail or on CD) for review. Asbestos containing materials and lead based paints suspected within residences and small structures along the alignment(if any)will be considered incidental and will not be the basis for recommending Phase II investigations. Asbestos containing materials and lead-based paint found in large commercial structures (if any) will be considered a significant environmental concern that warrants consideration for a Phase Il investigation. After receiving Stream Water Group or the City of Fort Worth's comments to the draft report, HV] Associates will submit four bound copies and one electronic copy (.pdf file via e-mail or on CD) of the final Phase I report. The report will be signed by a fully qualified Environmental Professional and Registered Professional Geologist (PG) in the State of Texas. We request that a User Questionnaire be completed by the user for the project area to assist the user and Environmental Professional/PG in gathering information from the user that may be material to identifying recognized environmental conditions (this questionnaire will be provided under separate cover). In addition,according to the s1STNI guidance document,a search of available recorded land title records and lien records should be conducted by the user to identify environmental liens and their use limitations that are imposed by judicial authorities. We can provide this information as an additional scope item. Chains-of-title, should they be required,will also be an additional scope item. Charges for Environmental Liens will be approximately$1*)/parcel and charges for COTS will be approximately$200/parcel. Because of the location of the project area,we will also address�vetiand issues (if any) as an added scope item. FEES AND CONDITIONS Based on the scope of work outlined, the lumpsum Fee for our geotechnical services is$8,350 and for our environmental phase I site assessment is $3,935(Environmental Lien and COT document charges are not included in this total). r mr, Arefin Shamsul HVJ Proposal No.DG0818480&DE0818481 November U,2008 Page 4 our standard insurance policy for professional liability provides $1,000,000 per claim and$1,000,000 annual aggregate. We understand that this project may require professional liability coverage up to $2,000,000 annual aggregate. Our fee to provide such coverage will be additional $2,500. Our accounting procedures call for the submittal of invoices on a month-end basis or at the conclusion of project should its duration last less than a month. Our credit terms are net 30 days. The scope of work described is appropriate for the project configuration presented to us. If anomalous soil conditions are encountered, or if the project configuration changes significantly, a change in work scope may be required. HVI Associates will recommend such changes when and if it is deemed necessary. Laboratory samples will be held for no more than a period of 30 days following completion of the final report,or 120 days following completion of the draft report. Stream Water Group will be responsible for providing a site plan suitable for use as a base map for our plan of borings_ In addition, Stream Water Group will be responsible for surveying the horizontal and vertical boring locations upon completion of drilling,if this information is needed. HVJ Associates Inc. will use the Texas One Call System to locate buried utilities. We will coordinate the boring locations with the Cities to eliminate conflicts with identified utilities. If this proposal meets with your approval,please sign and complete the indicated spaces below and forward a copy of the proposal to us. HVJ Associates, Inc.is pleased to be of service on this project. Please contact us if you have any questions or require additional information. Sincerely, HV]ASSOC TES,INC. Fadi Faraj,P.E. Sr. Project Manager Agreed to this day of 70 By: Title: Firm: Date to Start%Iv'ork: I t L I I L I-J I L _L11 �— T _you a _ _VFE �— �— =— — I I I - I I_I { f I 1, i I i I I I I I - ; - r 1 1 11 ! , I I I , _ _. rte Z -- - - - - _ _ .— I l l i 1I 11 1 ! i I - � r ' P ' 1 1 1 1 1 1 1 1 1 1 1 I I LIE I t UJ I _ - It LL1 I hMBERTAVE rWATOt 1 1 1 1 1 1 1 1 I 1 I _1 L I-D I t IBJ 1 L 1L t fi� ice. 11 I 1 I I I I 1 1 1 I if I i I �1 PROP.Ci14aE3AC _ � EE 4 � { T L T I r LL, r 1I ��j I 1 J�L LLI J�LL L �._� L 1 _ Q.r� wrawnw�wr � SLS� � �• FAI+GI4SNW WMAVE -- I PFWP 1 V MVM _! L 11 it -L.i 1! I L I J__y I L 4 L 1 I I I 1 I i I 1 I I i I I I I I � j 1LJJ I LLL I LIE ILl- ' . a r�Iw I r r- '-7" I r F`7 Y I 7� 1 1 I I I ! I - I I I 1 I I I r + 1 1 PROP.r WATM 3 111 L�l L I--Lj d r 1 I I I I I I FI _ 1 ' I I I I I I 7 I I I 1 , } + FRiOP.'fpr SEVWR _ L J< 1 _ P1OOP � 1 1 I �M 1_ wADDMONAL DEfCsIV FONT VKv c►TY of FORT KVRTH. TEXAS rrACH►uE�vr�A►uES)GN nrr �•'��•+ ORAMHAC# ANWOVE EM a nNom ufffflm {" COYAM4Pma A'MU%W/MMF9WPQ I" ,im amr"r City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1112/2.014 DATE: Tuesday,January 12,2010 REFERENCE NO.: **C-24012 LUG NAME: 20AMEND 1 EASTCOMO 5i]SJECT: Authorize Amendment No. 1 in the Amount of$76,565.00 to City Secretary Contract No.35464,an Engineering Agreement with Stream Water Group,Inc.,for the Storm Water Utility Project—East Como Channel Improvements {COUNCIL DISTRICT 7} It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of$76,565.00 to City Secretary Contract No.35464,an engineering agreement with Streams Water Group,Inc.,thereby revising the total contract cost to$189,463.00. 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. On October 16,2007,(Ordinance No. 17844--10-2007)City Council authorized the issuance and sale of $25,000,000.00 in Storm Water(Drainage)Revenue Bonds,Series 2007,to fund a two—year Storm Water Capital project program. Farnsworth Avenue and Humbert Street have been closed due to Flooding issues caused by the existing channel in the East Como area. A Request for Qualifications(RFQ)to provide drainage design was issued by the City in January of 2006,24 design consultants submitted statements of qualifications,including Stream Water Group,Inc. Stream Water Group,Inc.,was selected to provide design services for drainage improvements in the East Como area. On June 12,2007,the City Council authorized the City Manager to execute an engineering agreement with Stream Water Group,Inc.,(City Secretary Contract No.35464)in the amount of$112,898.00 for design of the East Como Channel Improvements project(City Project No.00481). Amendment No. 1 will provide additional design,including water and sewer improvements within the following locations:Farnsworth Avenue,Helmick Avenue,Merrick Street and Humbert Avenue. Stream Water Group,Inc.,proposes to perform the design services for a lump sum fee of$76,565.00.City staff considers the fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount,$17,640.00 is required for project management by the Transportation/Public Works Department. Stream Water Group,Inc.,is in compliance with the City's MIWBE ordinance by committing to 18 percent MIWBE participation.The City's goal on the project is 18 percent. This project is located in COUNCIL DISTRICT 7,Mapsco 75-5. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects 2007 Revenue Bond Fund. FUND CENTERS_: TO Fund/AccwmtLCenfta FROM n&A"onnt/Centers P229 531240.2. 280448131 $22002.00 P229 5312M 202800481`32 $44.005•ff4 P229 53124207284048133 ,'0.334.00 E229 531200 2072dM8151 $3,224.W ' Fernando Costa (8476) William Verkest (7801) Additinnal Infnrmation Contacti Mike Owen (8079) ATTACEMENTS 1. BFT- 138.ndf 2. 3. 4. E229 5412ffl-doc 5.