Loading...
HomeMy WebLinkAboutContract 35274-A3 (2) CITY SECRETARY CONTRACT Na. � 0`7 L -65 AMENDMENT NO. 3 STATE OF TEXAS 8 CITY SECRETARY CONTRACT NO. (M&C Needed) COUNTY OF TARRANT 8 WHEREAS, the City of Fort Worth (City) and AECOM (formally TCB, Inc. ) , (Engineer) made and entered into City Secretary Contract No. 35274, (the Contract) which was authorized by the City Council by M&C C-22038 on the 3rd day of April 2007; and WHEREAS, the Contract involves engineering services for the following project: Milani-Robinhood Drainage, Far East Fort Worth Drainage, and Wilbarger- Hughes Storm Drain Extension, Project No. 00482 WHEREAS, it has become necessary to execute Amendment No. 3 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I of the Contract is amended to include the additional engineering services specified in M&C C--24687,adopted by the City Council on the 25th day of January, 2011 and further amplified in a proposal letter dated May 18 2010, copies of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $128,829.00 . 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 City of Fort Worth,Texas Amendment to Engineering Agreement PMC Official Rei ease Date:6.782010 Page 1 of 2 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX exceed the sum of $354,342.00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. L"" EXECUTED on this thec � day of A 2011■ in Fort Worth, Tarrant County, Texas. ATTEST: '- VNg aY� \. - —,\ (A,&t Cor�tz act Authori zaition Marty Hendrixx-City Secretay - ¢ ° �� Date APPROVAL RECOMMENDED: APPROVED: Willlam A. Verkest■ P.E. Fernando Costa Director, Assistant City Manager Transportation and Public Works AECOM USA, Inc. ENGZNEE By: - Name: Dan D'Adam Vase President 400 West 15th Street, Suite 500 Austin, Tx 78701 APPROVED AS TO FORM AND LEGALITY: C*- Assistant City Attorney City of Fort Worth,Texas Amendment to Engineering Agreement PMO Official Release Date:B.18.2010 OFFICIAL RECORD Page 2 of 2 CITY SECRETARY FT. w0RT4, T'9 /� ^/'�� AECOM 972 735 3000 tel A`O/ 17300 Dallas Parkway 972 735 3001 fax suite 1010 Dallas,Texas 75248 www.aea0m.com May 18,2010 Revised July 2,2010 Chad Simmons, P.E. City of Fort Worth c/o CH2MHILL 309 West 7th Street Suite 1020 Fort Worth,TX 76102 Subject: Project No.00482 Storm Water Utilities, MilamiRobinhood Drainage Improvements Additional Services Request#3 Dear Mr, Simmons: Please accept this request for additional services in response to our discussions during our review committee meeting on February 25, 2010. The additional scope has been developed to address additional concerns and to meet project objectives for the Milam/Robinhood Storm Water Utilities project and to provide an improved drainage solution for project area. In general, it was agreed that additional study and analysis of the watershed is required to include existing storm drain systems that serve Meadowbrook Drive, located east and west of the proposed Milam Street system. Modeling of these systems will provide valuable information for determining the optimal improvements for the Milam Street storm drain system. It was further agreed that the previously approved storm drain alignment for the proposed system in Milam Street should be realigned so that improvements will be located within the street to avoid impacts to landscape and private improvements that exist in the parkway area along the proposed alignment. The added scope consists of: Perform topographic survey of additional areas for model preparation and perform SUE survey to establish locations of existing utilites in Van Natta Ln., Greenlee St., Norma St., Hightower St., Jewel St., and Robinhood Ln. Modeling of adjacent watershed area that contributes to the Milam Street Storm Drain system and proposed outfall into Martha Creek. Provide written summary and recommendations for potential improvements associated with these branch systems that can be implemented independent of the Milam Street Storm Water Utility project. Revise preliminary plans (60%) for Milam Street storm drain improvements, shifting the proposed alignment from the parkway area into the street. It is assumed that the existing storm drain located within the street will be removed and replaced with a system designed to meet City storm water design criteria for this project. The following scope of services will be integrated into the overall project scope: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX AMOM Scope of Services TASK 1 —SURVEY 1 FIELD SERVICES(SPECIAL SERVICES) Topographic Design Survey Research property ownership (TAD) for additional properties within expanded survey limits and provide data on affected sub-division plats. Extend survey control (horizontal and vertical)from existing project control. Provide detailed topographic survey for approximately 2,350 linear feet of roadway for portions of Van Natta Ln., Greenlee St., Norma St., Hightower St., Jewel St., and Robinhood Ln. Survey shall include detailed cross sections and will extend 15 feet beyond the rights-of-way. Sections will be taken at a minimum of 50-foot intervals and will include locations of all existing, visible features. Topographic survey will extend to the fronts of existing residences on Jewel Street and Robinhood Lane and will include finished floor elevations. Subsurface Utility Engineering SUE Collection and depiction of existing subsurface utilities will be performed in accordance with ASCE Publication CI/ASCE 38-02 recommended practices and procedures for QL "13" for facilities located within existing ROW for portions of Van Natta Ln., Greenlee St., Norma St., Hightower St., Jewel St., and Robinhood Ln. Approximately 2,800 linear feet of water, sewer, storm drain and natural gas facilities will be mapped. Data will be incorporated into base mapping for the project. TASK 2-PRELIMINARY PLANS AND CONTRACT DOCUMENTS(60%) AECOM will revise the proposed alignment to locate the new storm drain system within the existing roadway in order to avoid disturbance and removal of existing landscaping and improvements located within the parkway area,where the original alignment was established. In addition, the previous 60% design will be revised to reflect new alignment and submitted for review and approval prior to beginning final design and plan preparation. Revised Preliminary Plans and Contract Documents will conform to the requirements of Exhibit "A-2" , Part B, Section 2 of the original contract approved on April 3, 2007. AECOM will meet with the project team to review comments from preliminary review prior to beginning preparation of final plans and contract documents. The Milam/Robinhood Storm Drain Improvement plans will be produced as a separate, stand-alone construction package that will be bid and constructed independently of the the other storm drain improvements included as part of the original contract. As part of the added scope of services,AECOM shall schedule and attend a project site visit with the City's project manager and designated construction personnel to perform a"constructability review"of the proposed project. AECOM will prepare a summary of comments and concerns that result from the site review and will submit a written report to the Project Manager. TASK 3-FINAL PLANS AND CONTRACT DOCUMENTS (90%AND FINAL) Following the review meeting of Preliminary Plans and Contract Documents, AECOM will c mplete design and preparation of final plans and contract documents in acc r once wi ht the require ents of Exhibit"A-2" , Part B, Section 3 of the original contract approved on 1offl � sk has not been completed, no additional fee will be required for this task. CITY SECRETARY T.INQRTH,TX ► XOM TASK 4-H&H MODELING(SPECIAL SERVICES) The current H&H model for the project was developed thru compilation of record information,field survey and observation,and available topographic data for areas not included in the detailed topographic survey area. Exhibit B illustrates the project watershed. Detailed modeling for the primary project area (not highlighted)was performed as part of the original contract. Hydrologic information for the hatched area was obtained from record drawings and information provided by the City and used as point inputs into the primary model and detailed modeling was not performed. Supplemental tasks included in this request will accomplish additional hydrologic and hydraulic modeling to include areas(see hatched area on Exhibit B within the overall watershed that were not included in the original project limits, The development of the existing conditions and proposed conditions model will provide data for preparing recommendations for additional improvements that extend beyond the limits of the Milani Street Drainage Improvements. AECOM will evaluate the results and prepare a summary report with recommendations for off-site improvements(Meadowbrook)and supplemental improvements to the Milam collection system that may be necessary to accommodate those future off-site improvements. Detailed hydraulic modeling for the Milam Street storm drain system will be performed for the proposed improvements and will be used to verify compliance with City drainage design criteria. Update Existing Conditions Models ■ Update existing conditions XP-SWMM model to include the following: ❑ Meadowbrook storm drain system, located both east and west of Milam ❑ Sump inlets/ponding areas at Jewell and Hightower based on field survey data • On-grade inlets on Robinhood and Norma based on field survey data, develop HEC-RAS models for the following streets using field survey data and/or record drawings: o Van Natta o Greenlee o Norma o Robinhood o Meadowbrook(record drawings) • Determine street and ROW capacities for above-mentioned streets to be used in sizing/placement of proposed inlets. Revise Proposed Conditions Models • Using existing conditions XP-SWMM model developed in Task 4.1, revise the proposed conditions XP-SWMM model which incorporates the new storm drain alignment within the street. • Based on street flows computed by XP-SWMM model,verify ROW capacities using HEC- RAS model. • Identify locations in off-site (i.e., Meadowbrook)storm drain systems that do not meet City drainage criteria. Prepare a brief summary report with general recommendations on future off-site improvements that would be required to fully satisfy City drainage criteria. Assumptions • XP-SWMM models wil be executed for the 5-year and 100-year storms. • Meadowbrook storm drain system will be modeled per the record drawings(i.e., pipe sizes, slopes, lengths). • No localized ponding for runoff entering Meadowbrook storm drain ;y&iqd.rALaIkEwdRu flow to Meadowbrook from neighborhood streets). CITY SECRETARY FT.WQRTH,TX IWIXOM Inlet capacities for existing/proposed conditions will be determined separately using Excel spreadsheet(per City criteria). Detailed hydraulic modeling of alternative improvements to Meadowbrook system west of Milam is not included in H&H modeling scope. TASK 5--BIDDING AND CONSTRUCTION PHASE SERVICES Project Bidding AECOM will provide the following services in support the bid phase of the project:. ■ AECOM shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The.dwf will consist of individual files,one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • Contract documents shall be uploaded in a .xIs fife. • Unit Price Proposal documents will be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template,and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail. The totals from the inserted Unit Price Proposal document will be automatically summarized in the worksheets. • AECOM will sell contract documents and maintain a plan holders list on Buzzsaw- Plan holder list will contain Contractor information from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • AECOM will develop and implement procedures for receiving and answering bidders' questions and requests for additional information.The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. AECOM will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. All addenda information will be uploaded and maintained on Buzzsaw. Hard copies of any addenda or clarifications will be mailed to all plan holders. ■ AECOM will attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • AECOM will attend the bid opening in support of the CITY. • AECOM will review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A tabulation of all qualifying bids will be prepared by the Engineer and a copy of the Bid Tabulation will be uploaded into the project's Bid Responses folder on Buzzsaw. • AECOM will Incorporate all addenda into the contract documents and issue conformed sets prior to release for construction. OFFICIAL RECORD ASSUMPTIONS CITY SECRETARY 0 The project will be bid only once and awarded to one contrac r. FT.WORTH,TX AXOM • 20 sets of conformed plans and specifications will be delivered to the CITY and made available on Buzzsaw. The 20 plans shall consist of 10 full size and 110 half size drawings. • PDF and DWF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Conformed construction documents CONSTRUCTION PHASE SERVICES. AECOM will support the construction phase of the project as follows: • AECOM shall attend the preconstruction conference. • Following the pre-construction conference, AECOM will prepare project exhibits 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. ■ AECOM will visit the project site at requested intervals as construction proceeds to observe and report on progress. For budgeting purposes,a nine(9)months construction period is assumed with monthly site visits occurring during the construction period. • AECOM will)review shop drawings,samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. It is assumed that ten(10)Contractor submittals will be reviewed. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings,samples and submittals is free of errors, inconsistencies or omissions AECOM will maintain a submittal log and track all shop drawings, samples and other submittals in Buzzsaw. ■ As requested by the CITY,AECOM will respond to Contractor's Request for Information (RFls)and provide necessary interpretations and clarifications of contract documents, review change orders,and make recommendations as to the acceptability of the work. ■ AECOM will attend the"Final"project walk through and assist with preparation of final punch list. Record Drawings • Rrecord drawings will be prepared using information submitted by the inspector and/or Contractor. Final Record Drawings will be submitted as full size(22"x 34")mylar drawings. • Record Drawings will also be submitted as an Adobe Acrobat PDF format(version 6.0 or higher)file and DWF format. Electronic submittal of Record Drawins will consist of (1) PDF file and one(1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall contain att-as-suclat(MML-Ts--on,le particular plan set. Singular PDF and DWF files for each s ! t be accepted. PDF and DWF files shall conform to naming c)ih%htions as ❑ ows- CITY SECRETARY FT.WORTH,TX AXOM I. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—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 assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36"shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. ASSUMPTIONS An average of 1 site visit per month is assumed for a nine (9)month duration. ■ 10 Shop drawings will be reviewed. ■ 20 RFI's are assumed. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings and Contractor submittals E. Final Punch List TASK 6—PROJECT ADMINISTRATION AECDM will continue to perform project management duties for the project in an effort to accomplish coordination, maintain schedules, provide quality assurance and quality control measures and provide monthly progress reports. COMPENSATION Tasks 1 through 5 described above will be provided for a Lump Sum basis fee of $128,829 in accordance with the terms and conditions of the existing agreement for services dated April 3, 2007. The proposed fee is based on fee breakdown provided in the task summary below and in the attached "Exhibit A" and is inclusive of required basic services, special services, survey and SUE work for Preliminary and Final Plan and Contract Document preparation only. Further break down of the fee by task are as follows: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX XXOM Task 1 -Survey 1 Field Services $23,345 Task 2-Preliminary Design $39,776 Task 3—Final Design ----------- Task 4—H&H Modeling $27,027 Task 5—Bidding and Construction Phase Services $26,434 Task 5—Project Administration $12,258 Total Fee $128,829 We appreciate the opportunity to be considered for this work and look forward to the opportunity to continue our work on this project with you. Should you have any questions or require additional information, please do not hesitate to contact Greg Crews at 972.735.3031. Sincerely, Daron Butler Greg Crews, P.E. Executive Vice President Project Manager OFFICIAL RECORD CITY SECRETARY /� FT.WORTH, TX 4 m y A e IMP= O A 5 Enuepnp� eC a Wp'i ve CN C N n m umi M 1 G Y e IMP ly 6.0 0-9 Mm T� c4 A f9 't _ 003 di rti6 Ifdre mom 94 �f vc6 d d mid n 'd ❑4 U ~ N n n N w � � 4 ��4 �Pggovoqoo oo�ovo a$ PNDv ao�$ o oo$ � a -i a s- q� z N O LYj O �O Tl'T v ~ d O O 6 v 9 =a 6 a a 2 m C m b l9 o a �g q O P P O P 0 0 P O P 4 9 9 N o Q o�o0 4 4 4$ vry1 y m J F Y w 9 d ry ry O nO �4 3 0 7 y a 8 Q T� o _ v L] N N O Q p S e Vqf i N t1 t!q if O O b O btllr��M�OMN ti tl0. d f�� o'- P N M P N�S� q � N � m N LL V Ci 1�A W�O W�m<Y n{m cYN Ci Nm T W J try e�j ey N H v v O 00� NM�L C a PN 9O O O O is O V OmmO Avmv 0 NAA E T O � o M �V N N N Np NIP N ro m V �p yv N u of N W d O 2 9 'P a33; o g O O L mm Nmm N �ppO If •W 5 .�y v N d� Wim+, nN Sig AN ul 0we W WN•-�y� wN mA N2Q �� V dR^ € dam EES Hm rna IApf� v y Y O N N d m�U n��'�aa -22 O.l 0, �-�°O C9ep Dig LL �jm mm WNZa rnOmq� a Alla Gq�n u�� 3'-n�wq V m os a s LL n °ny g12 N OFFICIAL R�yEC qRO �. V'7¢ ¢a R L79aarno o[g ii a_2 as CO�msm7avi ��in� aanc�ci [� oa oa o Ptlao odbb tivo �yNNNNNNNNN Om V VV N Nvnivin NNN ��� CITY SECRETARY rd : HI�a I 3�-�a _�a � � W0a � a� a� 4� a9 0.F as L FT.WORTH,TX i� row Ak�w z _ . 44 f •* y, Y �'!h •., .,[ - � 0.,m - 90 49, - It lot, 7 w - IF irr ip; J4 Ir r7 � k .* �x a - {.mss.. .. •' ,� r rip IV. f _ a :y• t:,lv �' � + �', ��-ra„ �mow' _ r �, ."i El�r �' •' �-�+ .� is use - •A�. * i � �: �:r' Mr,��' -- 4b'�:�;' Vii• ���_;;�: . „ A+�.,� AeHs Etc ress Q 2 Tele a Q ,` OQ9 MIAM610 ■' 1 ? 1 1 IMETARY - �' fNLTHI TX DDE PROJECT BID NUMBER (Please check one) F0 R-1' WO.R.'1'H Minority/Women Business Enterprise Office LETTER OF INTENT TO PERFORM AS A SUBCONTRACTORISUBCONSULTANT [NOTE: Pursuant to the City of Fart Mon MIWBE Ordinance,DIBE'firms participating in the program most have current cerlilication status with the City of Fort Worth prior to award of a contract where they are counted towards subcontracting participation.If the City of Fort Worth determines that a firm is not an eligible DBE firm for City of Fort Worth subcontracts,that firm should immediately submit a completed certification application to the North Central Texas Regional Certification Agency(NCTRCA),624 Six Flags Drive,Suite 216,Arlington,TX 76011.] 1. Name of Project Miiam-Robinhood Drainage im rovements--City of Ft.Worth Pro'ect No.00482 2. Name of offeror/prime contractor AEC QM Technical Services Inc. 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply'or 'Install"or both): Professional Land Serve in - Additional Professional Land Surve in and SUE Services a1 the price of not to exceed$18,174.00. Gorrondona&Associates ` 2- A (Name of OBE Firm) [Data) f 13r J. orrondona Pr ident Clrvls one weer uthorired Agent of DBE firm)Type or Print Meme (Signa a} ar ar Auihartxed Agent v!0 rm) (817)49&J42 _ 817 49g-1760 (Phone Number) (Fax Humber) AFFIDAVIT OF PRIME ONTRACTOR I HEREBY DECLARE AND AFFIRM that I, am the duly authorized reprosenlative of Circle one(OwnedAathadzed Agent) LECQM T hni 11 5ery Inc, and that I have personally reviewed the material and Name of Prime Contractor facts set forth in this letter of Intent to Perform. To the hest of my knowledge,Information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth M1WBE Ordinance,any person[entity]who makes a false or fraudulent statement in connection with participation of a D/MIWBE in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth MIWBE Ordinance., do solemnly swear or affirm that the signatures contained herein and the information provided by the Prime Contractor are true and correct,and that I an authorized on behalf of the Prime Contractor to make the affidavit. Joe King. II PE BCEE Vice President AECOM Technical Services.,Inc, Ci�!;,/ gent)Tyre or Print Name (Hama of Prime CaniraclorPrint or Type) � U1d (Signature thadM Agent) (Date) 817 698.6700 (617)6ifl-001 L RECORD (Phone Number) (Fax Humber) CITY SECRETARY 51t9AWORTH,Thi City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/25/2011 DATE: Tuesday,January 25,2011 REFERENCE NO.: **C-24687 LOG NAME: 20AMEND3—MILAM—ROBINHOOD SUB3EGT: Authorize Amendment No. 3 in the Amount of$128,829.04 to City Secretary Contract No. 35274,an Engineering Agreement with AECOM USA,Inc.,for the Storm Water Utility Project&ndash; Milam—Robinhood Drainage,Far East Fort Worth Drainage and Wilbarger—Hughes Storm Drain Extension (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No.3 in the amount of$128,829.00 to City Secretary Contract No.35274 an Engineering Agreement with AECOM USA, Inc.for the Storm Water Utility Project—Milam—Robinhood Drainage,Far East Fort Worth Drainage and Wilbarger--Hughes Storm Drain Extension,thereby,revising the total contract cost to$345,342.00. 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 September 22,2009,(Ordinance No. 18838-09-2009)the City Council approved the issuance and sale of$45,000,000.00 in revenue bonds for the Storm Water Capital Project Bond 2009 Fund to fund a two—year storm water capital project program. A request for qualifications to provide drainage design was issued by the City in January of 2006 and 24 design consultants submitted statements of qualifications,including AECOM USA,Inc.(AECOM). AECOM(formally TCB,Inc.)was selected to provide design services for drainage improvements. On April 3,2007,(M&C C-22038)City Council approved an engineering agreement with AECOM (formally TCB,Inc.)for the design of Milam—Robinhood Drainage,Far East Fort Worth Drainage and Wilbarger—Hughes Storm Drain Extension for a lump sum fee of$128,780.00. On May 8,2008,Amendment No. 1 was executed administratively for a lump sum fee of$19,470.00. Amendment No. 1 included services to perform subsurface utility engineering. Effective January 3,2009,TCB, Inc.was merged with AECOM and has been reflected as such in the City's database as of March 2009. On September 15,2009,(M&C C-23774)City Council approved Amendment No. 2 fo oeaWORD services to incorporate roadside ditches and a closed storm drain system for the Meado btftf� erIAVARY drainage area for a lump sum fee of$68,263.00. icy` ��.��., T,WORTH,TX Amendment No. 3 includes additional topographic survey and modeling necessary to make recommendations for adjacent improvements extending beyond the limits of the Milam—Robinhood project,realignment of the current design from the parkway to within the street to avoid impacts to landscape and private improvements and additional services for Sid Phase and Construction Phase services. AECOM proposes to perform the design services for a lump sum fee of$128,829.00.City staff considers the fee to be fair and reasonable for the scope of services proposed. AECOM is in compliance with the City's MIWBE Ordinance by committing to 14 percent MIWBE participation.The City's goal on the project is 6 percent. This project is located in COUNCIL DISTRICT 5,Mapsco 80F. FISCAL INFORMATIQ : The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated,of the Storm Water Capital Project Bond 2009 Fund. FUND CENTERS: TO FundLAccount/Centers FROM Fund/Account/Ccnter� P227 531200 205280048232 $23.345.00 P227 531200 205280048251 $79.050.00 P227 531200 205280048280 S26.434,00 CERTIFICATIONS: Submitted for City Manager's Office Fernando Costa (6122) Originating Department-Head: William Verkest (7801) Additional Inforalation Contact: Chad Simmons (8178701129) ATTACHMENTS 1. 00482 mwbe compiianGc_pdf 2. FAR-00482-00003—A3.12df 3. fund ingverification.doc 4. M ARID C 00482.ndf OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX