Loading...
HomeMy WebLinkAboutContract 35921-A2 (2) CITY SECRETARY AMENDMENT NO. 2 CONTRACT IO,3f2Ct j;>�-Iq a (No M&C Needed) STATE OF TEXAS 8 COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and James DeOtte Engineering Inc. , (Engineer) made and entered into City Secretary Contract No. 35921, (the Contract) which was authorized by the City Council by M&C C-22407 on the 25th day of September 2007; and WHEREAS, the Contract involves engineering services for the following project: Rolling Hills Addition Drainage Improvements, Project No. 00704 WHEREAS, it has become necessary to execute Amendment No. 2 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 27th September 2011, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $ 16, 691 . 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 $ 216,320.00 . City of Fort Worth,Texas OFFICIAL RE ]ARY Amendment to Engineering Agreement ECRE PMO Official Release Date:10.01.2010 C,1'TY S *Page 1 of 2Tm�ORTR 10-17-11 PO4 : 42 IN 3 . All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of 2011, in Fort Worth, Tarrant County, Texas. ATTEST: a� o 00 of (} f A-0 % °' LL Marty Hendrix o p ' City Secretary NO M&C REQUIRED APPROVAL RECOMMENDED: APPROVED:Douglas W Wiersig, P.E. Dire or, Fernando Costa Department of Transportation/ lic Assistant City Manager Works James DeOtte Engineering, Inc. ENGINEER By: �LOL C11 Name: Jam E. DeOtte, P.E. Principal, James DeOtte Engineering, Inc. 6707 Brentwood Stair Road, Ste. 520 Fort Worth, Texas 76112 APPROVELSTOORM AND LEGALITY: Assistant City Attorney City of Fort Worth,Texas Amendment to Engineering Agreement =-T-- PMO Official Release Date:6.18.2010 Page 2 of 2 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX JC1YYleS ...............CivilEngineeing ..................... .. DeOtte Land Surveying ............ .......... ............ .............................. �o�= �ha„Management ...... ............ ENGINEERING Inc. Hydrologic and Hydraulic Modeling .......................... ................................................... 27 September 2011 Mr. J. Felipe Pullido, PE Project Manager TPW - Stormwater 900 Monroe, Suite 201 Fort Worth, Texas 76102 Ref: Amendment #2 for Supplemental Funds for Design Services ROLLING HILLS DRAINAGE IMPROVEMENTS Project No. 00704; City Secretary Contract #35921 ; DOE #5695 Mr. Puliclo, James DeOtte Engineering, Inc. completed the drainage study for the referenced project in August 2008. We request an amendment to the amended contract in order to provide design services in addition to the improvements recommended in the study. Additional services and fees summary: Research and design of Storm Water filtration system $ 1,960 Update Inlet Capacity Calculations to 2010 Standards $ 1,500 4 Easements with Field Work $ 3,960 Coordination for 4 additional easements $ 580 Additional Topographic Survey (1,200 LF of roadway and 2 areas 1.5+ acre of additional topographic survey) $ 8,019 Coordination for Additional Topo $ 672 Amendment#2 Total 16,691 Summary of previous contract amendments: Original Contract $ 41,840 Amendment #1 $ 157,789 Amendment #2 $ 16,691 Total Revised Contract $ 216,320 Sincerely, Jam s5rE. DeOtte, P.E., R.P.L.S. President fox8l7.930.0445 6707 Brentwood Stair Rd.Ste.520 * Fort Worth TX,76112 phone 817.446.6877 .......................................... ........................................................................................................................................... ATTACHMENT "A" Scope for Engineering Design Related Services for Storm Water Improvements Projects The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE The objective of this project is to eliminate storm drainage related flooding in the Rolling Hills subdivision and to improve the drainage system to bring it into compliance with current City of Fort Worth drainage criteria. WORK TO BE PERFORMED Task 2. Conceptual Design Task 3. Preliminary Design Task 7. ROW/Easement Services Task 8. Survey Services TASK 2. CONCEPTUAL DESIGN (30 PERCENT). 2.5. Include Storm Water Filtering BMP in project drawings • Design of filtering structure to remove sediment, trash and debris from main sewer line. • Focus placed on water quality of storm water discharge into Sycamore Creek. • Research and implementation of filtering structure i.e. Size, Location, Filtering Qualifications DELIVERABLES A. Preliminary Design Drawings comparing alternative storm water filtering methods and individual products as well as an engineer's recommendation. TASK 3. PRELIMINARY DESIGN (60 PERCENT). 3.7. Update On-Grade Inlet Capacity Calculation Tables to 2010 Standards ASSUMPTIONS • All storm water inlet calculations and design shall conform to the City of Fort Worth Storm Water Management Design Manual, October 2010. ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9/01/2009) PAGE 1 OF 2 TASK 7. ROW/EASEMENT SERVICES. 7.4. Additional Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. ASSUMPTIONS • 2 Permanent and 2 Temporary Construction Easements DELIVERABLES A. Easement exhibits and metes and bounds provided on CITY forms. TASK 8. SURVEY. 8.2. Additional Design Survey and Coordination • Additional areas requiring topographic and boundary survey include: • Existing storm drain outfall along South Riverside Drive, 100 LF natural channel • Briardale Rd, 800 LF roadway • Kingsdale Dr, 400 LF roadway southwest of Rolling Hills • Existing natural channels upstream of existing storm drain east of Ellis Ranch Tr., 300 LF natural channel ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9101/2009) PAGE 2 OF 2 ATTACHMENT B COMPENSATION Design Services for ROLLING HILLS ADDITION DRAINAGE IMPROVEMENTS City Project No. 00704 AMENDMENT No. 2 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 16,691.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in Item III of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department — Storm Water Utility monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant James DeOtte Engineering Inc. Study—Original Contract $ 41,840.00 19.3 % James DeOtte Engineering Inc. Engineering —Amendment#1 $ 98,571.00 45.6 % James DeOtte Engineering Inc. Engineering —Amendment#2 $ 4,712.00 2.2 % Proposed M/WBE Sub-Consultants Gorrondona &Associates Survey—Amendment#1 $ 50,820.00 23.5 % Gorrondona &Associates Survey—Amendment#2 $ 11,979.00 5.5 % LA Blueline Reproduction Reproduction—Amendment#1 $ 5,648.00 2.6 % Proposed M/WBE Sub-Consultants CMJ Engineering, Inc. Geotechnical-Amendment#1 $ 2,750.00 1.3 % TOTAL $ 216,320.00 100% V. Summary of M/WBE Participation Project Number& Name Total Fee M/WBE Fee M/WBE % 00704-Rolling Hills Drainage Improvements $ 216,320.00 $ 68,447.00 31.6 % City M/WBE Goal = 17% Consultant Committed Goal = 31.6 % City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:5.19.2010 Page 3 of 3 B-3 N O c jy PH N lop � b! 9 9 f9 O O 00 O O y C C 3 Q y� C O O Of O O �` c A N y.. O r 'Oo Nai ei m m>> m mU E m x c c o u w d ri co' E w o c r m c d fA F--m m m o ou o = >>o- a` u Fcncn w s w w w c m $ A m Z o d c 0 a 0 c d 0: rn rn w w ui o 0 0 0 0 0 0 0 N 0] m_ci u0 °J w i_w vi coo m `T J J Q F O F EA M f9 fA f9 d3 kA 1A o 0 0 0 Y O x ` O O 10�O N N tp t0 co CD L O O O O 07 O CDx 0 3 Z 1, x N f0 A N ii1 A O O F O O F F L z 9 � G N d a � C E m Q U U) m m U () c G d W E O a a o` m 00LL L � U) U F c o rn a c � Z m a ro > n a` o c o d m d a 0 N � m� _G a v v E Q o 2 0) In o C C o o N c o c m 3 c m � R « f0 0) Z a •y� C O m W e U) N m O a v a U m d x N c ti N W N 0 `o •i c v 0 W c p U l m a d 2 6 E U) A (n N m a O_ N O_ E N d� M OD ti w OO '•� Y = C V Y V H ii w O 07 Q N Q F- F- F- F- A A A N M n b y 00 N t i ri r cc