Loading...
HomeMy WebLinkAboutContract 36513-A2 (2) f CITY SECRETARY CONTRACT N0.3V5 t 3- A2 AMENDMENT NUMBER 2 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L.P. , (ENGINEER) made and entered into City Secretary Contract No. 36513, (the CONTRACT) which was authorized by the City Council by M&C C-22600 on the 8th day of January, 2008; and subsequently revised by Amendment No. 1 which was authorized by the City on the 19th day of March, 2009; WHEREAS, the Contract involves engineering services for the following project: East First Street from Beach Street to Oakland Boulevard; 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 the proposal letter dated November 18, 2009, copies of which are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $110,428 .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 $844, 295. 00 . CITY SECRETARY FT.VVVORT ,TX Page -1- 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED on this the W14-^ day of r -tC-x-(��- 2010 in Fort Worth, Tarrant County, Texaa4 o ATTEST: APPROVED: d a 0 0 ®oaoo° a pd f:nMarty Hendr x �tltio�� ,(,yFernan Costa City Secretary / Assistant City Manager _ C-2�123 APPROVAL RECOMMENDED: Contract huthorizatiox William X. Verk t, P.E. Director, Transportation/Public Works Department Dunaway Associates, L.P. ENGINEER Stephen R. James, P.E. Principal APPROVED AS TO FORM AND LEGALITY: OFFICIAL RECORD Amy Ramsey CITY SECRETARY Assistant City Attorney FT � � Tli, iX Page -2- DUNAWAy DA No. 2006328 November 18, 2009 Mr. Michael Weiss, P.E. City of Fort Worth Transportation& Public Works Department Fort Worth,Texas 76102 Reference: Amendment No. 2 - Revised East First Street from Beach Street to Oakland Boulevard City Project No.00145 Mr. Weiss: This letter constitutes our request for supplemental authorization for tasks outside the scope of services of our current contract. The additional work includes the following task: 1. Retaining Wall Design — One new retaining wall is required on the east side of the Trinity River, located at the abutment of the new Trinity River bridge (see attached exhibit). The retaining wall is required to prevent a rise in water surface elevation for water flowing under the bridge. The retaining wall is U shaped in plan view. It is to be comprised of a drilled shaft retaining wall or a mechanically stabilized earth (MSE) retaining wall. Wall A has 3 legs that "wrap" around the east abutment of the new bridge on East First Street over the West Fork of the Trinity River. The north leg of Wall A is approximately 50 to 55 feet in length; approximate wall heights vary from 19 feet to 5 feet. The west segment is parallel to, and offset from, the east abutment; this leg is 64 feet in length. The south leg is approximately 50 to 55 feet in length. Design will include the following tasks: • Develop Retaining Wall Layout sheets for Retaining Wall A: The ENGINEER shall prepare plans (scale to be determined) showing plan and elevation of wall, typical section, and all required geometry for the construction of the wall. • Develop Retaining Wall A Details: The ENGINEER shall design and prepare special details that may be required by the geometry and/or the aesthetic requirements of the project. • Quantities/Summary Sheet Retaining Wall A: The ENGINEER shall prepare quantity calculations and prepare a summary sheet for Retaining Wall A. • Assemble applicable standards: Identify and acquire applicable Statewide and District standards. The use of modified standards is not anticipated. Complete the title block with project specific descriptions and page number. Plot sheets and incorporate into the plans. 550 Bailey Avenue,Suite 400 0 Fat Woth,1exos 76107 0 Tel:817.335.1121 4 Fax:817.335.7437 a clunamyossoctates.com Amendment No. 2 November 18, 2009 Page 2 2. Non-Archaeological Historic Age Survey - After reviewing the environmental report submitted for this project, TxDOT requested a survey of Non Archaeological Historic- Age homes that may be eligible for historic designation. Because this type of survey is not typical for a Categorical Exclusion, this investigation was not included in our original scope of services. To complete this task, Cornerstone Heritage Preservation Services under contract to Dunaway Associates, L.P. will conduct a field survey of impacted homes (generally at the west end of the project between Haltom Rd. and Beach Street). Survey field forms will be completed for the historic structures within the defined area. The report will include an analysis of the structures that includes any architectural or historical significance. Cornerstone will analyze existing survey data and conduct further research as needed. 3. Water and Sanitary Sewer Improvements - Meetings with various City of Fort Worth Water Department staff resulted in a request to replace -2,000 LF of 8" to 12" water line and -1,850 LF of 8" & 10" sanitary sewer line. The design effort for this will include: • Requested coordination with various City of Fort Worth Water Department staff in engineering and field operations. • Requested preparation of construction plans, bid documents, and opinion of probable construction costs to publically advertise this water and sanitary sewer project. • Requested preparation of a detailed multi-phase set of traffic control plans for the water and sanitary sewer construction and coordination with all the affected City departments and the,,r. • Requested sewer basin capacity analysis to determine the correct downsizing of the sanitary sewer main to be replaced. • Requested coordination with Kimley Horn regarding the Trinity River Vision project. • Requested evaluation for a future 42" water transmission main corridor along East Ist Street adjacent to the proposed road and utility improvements. • Additional SUE services (quality level B) necessary for the water and sanitary sewer replacement that falls outside the limits of the previous SUE performed for East 1st Street. • Additional reproduction services necessary for the Conceptual design, Preliminary design, Final design, Construction sets, and Public meeting submittals. 4. Illumination Conduit - City staff requested addition of illumination conduit to the construction plans. Incorporating the conduit and light pole anchors into the bridge slabs requires additional design effort that was not included in our current scope of services. 550 Bolley Avenue,Suite 400 4 Fort Worth,Texos 76107 c1 Tel:817.335.1121 * Fox:817,335.7437 8 dunomyossoclates.com Amendment No. 2 November 18, 2009 Page 3 A summary of the total project is as follows: Basic Fee 1. Original Contract $726,110 2. Amendment#1 —Arch. Investig. @ Bridge $ 7,757 3.Amendment#2 Retaining Wall Design (CSI) $18,180 Illumination conduit&anchors (CSI) $ 8,454 Retaining Wall Geotech. (Mas-Tek)* $15,750 Non-Arch. Historic Age Survey (Cornerstone) $ 9,500 SUE (Gorrondona)* $ 6,500 10%Admin fee for subconsultants $ 5,838 Water and Sanitary Sewer Improvements $53,963 Credit for Amendment#1 7,757 Total Amendment#2 $110,428 $110.428 TOTAL BUDGET $844,295 *Indicates M/WBE Firm MNVBE Participation goal for this Amendment= 17% MNVBE Participation provided in this Amendment=($15,750+$6,500)/$110,428=20.2% Note: Credit for Amendment#1 was applied to this amendment because it was determined that the services to be provided under approved Amendment#1 were not needed. Please review the enclosed information. Do not hesitate to call me if you have any questions or require additional information regarding this proposal. Sincerely, DUNAWAY ASSOCIATES, L.P. <a&VVV_.J" Stephen R. James, P.E. Sr. Principal Director, Public Sector Services 2006328 Ur N[Weiss Amendment#2 bsd 09-11-18.doc 550 Battey Avenue,Suite 400 4t' Fott Worth,Texas 76107 $ let:817.335.1121 4 Fox:817.335.7437 4 dunawayassocloles.com Q I r, 00 x LY — In j W- • fl p > , �'� m u �W J I', 9 79 �— w , o z ,� cn , ow I ZDI ZZ v� 4 ++� �'Ot �W J O- -- ca c� < Li Q 1� It cc 1 w o Cr-Lo -C-:Y- LLI cn zry—y a; If [r-W@ 01 cL Mtn z z 0 - y �K W O in Ld N Lo Z l0 ti \ l 1 — > / Nuix — CD A A N J w WLI ems- LL N ~m Olf Oo 00 °go Q M m e e U ry co g ❑ c W a0 C� W tLLL C C nj i N ❑ M M ❑Q Q 10 N Q R o =N O O = w0 0 letaLL 0O U m >K U) Oa m m m °U) o 0 m0 m m gL) 40 L)a'F w q" � N N fMO Lq m O NO CO-r-CO Cl)' Cl)Cl)m M gL) o��;; �Vy�Vy J InMmrov �r`rn � Q NM M O M F ~ a a W (den a �w cW m M W N N O C L F-M m OUP+ a) cr�r Z U M �I�J y Q C W C Q 41 ¢ 7 c U (¢j O a.aC CM C O U) U) 0 F 01 co WCD uo ❑ C fyoq V W N mg U 11 II II . 11 ❑ W LL 0 Y (� O O tD V O T Go C]N N •t A z 0 W c0 m �_2 w T m¢ C ja o� tm v O v C c N ` y w W 00 a r Z �..�p h N N N Go N N fO N m � d mC c _I io en G N N O w 7 a I a r O to ei w(n O GN c F , N8N CMM vfONr 1M O ro Q O IA co c O LL o cm co a0o_co C7 o�D ♦a q Td 01 N mnm t do N !6 m c m c r U U U U U U U U U M N N n CL W U C o = rn ri erg r► � Y Q J J c O m Q a t5 a o O O to U W W r ` � ad) c i) w r r W co Z > a N c . N ❑ a c ° M v z w N ~a 0 m y d LL F- U)LLI U) X O e e w C � OM dOL cn CYY W w r ma'u) + V U m m m m v a K fn m O V m O ` G o to W J m oCX m m ❑ W U O�g p g Y O❑ ¢¢ c c E c�0i U m m C_ r K m❑ m m N LU Q° =� s= � HW og�Wgo C g z Z 3 m a m m L a)O g W X Q O g IWi O_ A uWN rJ >O�ay Z 8001-- L~L DN U 7 3 MQW m i j U) a0 LL aLLa CO r¢ >OO N ul F-IU O O N L W N M N M C d N Y O Q m U U ❑ ~❑ IL U U) = 6850 Manhattan Blvd.,Suite 300 Fort Worth,TX 120 (KLAE11VrHLDH#F? 76 Bright People.Right Solutions. fl 817.429. 692 817.429.7869869 kleinfelder.com August 27, 2009 Proposal DFW9P199R2 Mr. James Browne, P.E. Civil Structures, Inc. 11520 North Central Expressway Suite 228 Dallas, Texas 75243 Subject: Proposed Geotechnical Study East 1st Street at West Fork Trinity River Fort Worth, Texas Dear Mr. Browne: As requested, we are pleased to submit this proposal for professional geotechnical engineering services. It is our understanding that a new bridge is planned on East 1st Street at the West Fork Trinity River in Fort Worth Texas. Currently the site has an existing bridge that will be converted for pedestrian use (as a separate contract) after opening of the new bridge. Retaining walls will be required to support the roadway at the approach to the eastern abutment. The retaining wall structures height will vary from 5 to 20 feet. Kleinfelder has included fee for an external stability design check of the retaining walls designed by Civil Structures, Inc. (CSI) or by the Contractor. It is our understanding that the retaining walls will be either a mechanically stabilized earth (MSE) wall or drilled shaft wall. Kleinfelder will provide comment on alternative systems proposed by CSI. These services are proposed to provide soil design criteria for use by the designer of the proposed retaining walls, and perform global stability calculations for the proposed retaining walls and slope based on the final geometry provided by CSI. Design services include L-Pile analysis for drilled shafts and external stability design check. The proposed Site Investigation Scope of Services includes exploring subsurface soil conditions, obtaining physical soil properties by laboratory testing, and providing design recommendations for the new structures as discussed above. The proposed Design Scope of Services includes L-Pile analysis of the abutment shafts and an external stability design check for the final retaining wall system. Both scopes are discussed in detail below. DFW9P199R2 Copyright 2009 Kleinfelder Mr. James Browne 6850 Manhattan Blvd.,Suite 300 August 27, 2009 Fort wo 76120 Page 2 pl 817.429.6692 fl 817,429.7869 kleinfelder.com SITE INVESTIGATION SCOPE OF SERVICES Field Exploration Kleinfelder will utilize the previous borings performed at the site; however two additional borings are recommended in order to develop the parameters specific to retaining wall design and slope stability. It is our understanding that the field exploration can be conducted during normal business hours. From our site visit on June 10, 2009 the proposed boring locations appear to be accessible with a truck mounted drill rig. It is also our understanding that the area of the proposed improvements will not require permits from USACE or TRWD. Due to the close proximity of the channel, we propose to grout the borings upon completion of the field investigation. Kleinfelder conducted a previous geotechnical study at the site; therefore, the information obtained during the previous study will be used in conjunction with the information obtained from the proposed field investigation. We have estimated a boring depth of 50 feet. It is anticipated that adequate bearing material will be encountered within the proposed depth of the boring. However, if the depth of the borings needs to be adjusted in the field, CSI will be notified prior to proceeding. The field exploration program will include the following. • Coordinate field activities with TRWD personnel • Contact the Texas One Call system to locate buried utilities within existing easements and right-of-ways • Drill 2 borings to a depth of approximately 50 feet • Obtain relatively undisturbed tube samples and standard penetration test samples as appropriate for the soils encountered • Perform Texas Department of Transportation Cone Penetration Tests (TxDOT Cone), if rock is encountered • Observe for groundwater seepage during drilling and record level • Grout boreholes upon completion and patch pavement surface, if applicable Upon completion of the field exploration program the boring locations will remain staked in the field. Kleinfelder will notify CSI upon completion of the field exploration so that they may survey the locations of boreholes and provide the information to Kleinfelder. DFW9P199R2 Copyright 2009 Kleinfelder Mr. James Browne 6850 Manhattan Blvd.,Suite 300 Fort Worth,TX August 27, 2009 76120 Page 3 pl 817.429.6692 fl 817.429.7869 kleinfelder.com Laboratory Testing Selected laboratory testing will be conducted on samples that are representative of materials obtained during the field exploration. The tests will be used to evaluate and classify the soils, identify subsurface site characteristics, and provide data for analysis. These tests include • Moisture content (8 tests maximum) • Atterberg limits (liquid and plastic limits, 8 tests maximum) • Percent passing No. 200 sieve (8 tests maximum) • Unit dry weight and moisture content (4 tests maximum) • Unconfined compressive strength (4 tests maximum) Kleinfelder will retain soil and rock samples for 30 days after completion of laboratory testing. Further storage or transfer of samples can be made at owner expense upon written request. Engineering Analysis and Report An engineering analysis and evaluation of the field and laboratory data will be performed for the project, based on available project concepts. Information to be provided in the report includes • Plan of borings illustrating the approximate location of each boring • A log of each boring indicating the boring number, depth of each stratum, soil classification and description, and groundwater information • Description of the field exploration and laboratory testing • Summary of laboratory test results • Discussion of subsurface soil and groundwater conditions • Summary of existing geotechnical data from the previous study • General discussion of the site geology • Recommended soil parameters for use in retaining wall design • Earthwork recommendations, including recommendations for backfill • One bound, one electronic copy of the report DFW9P199R2 Copyright 2009 Kleinfelder Mr. James Browne 6850 Manhattan Blvd.,Suite 300 August 27, 2009 Fort wo761 0 Page 4 pl 817.429.6692 fj 817.429.7869 kleinfelder.com Kleinfelder will perform global stability analysis of retaining wall and slope once CSI has provided the final wall and slope geometries and proposed finished grades. DESIGN SCOPE OF SERVICES Kleinfelder proposes to perform: • L-Pile analysis based on the load conditions and pile geometries provided by CSI. Kleinfelder will perform an initial evaluation based on the preliminary sizes developed by CSI and a final evaluation based on the final design geometries. • External stability design check for the final wall system and geometry. Additional L-Pile analysis of the abutment shafts will be performed if a passive wall system is used at the abutment. INFORMATION/SERVICES PROVIDED BY CSI • Provide rights of entry, permits, easements, access permission, or authorization required to perform the services described in this proposal • Provide a site plan indicating existing and proposed structures (electronic format preferred) • Provide current topographic map indicating existing grades and proposed grades • Provide cross sections indicating proposed cut/fill • Retaining wall dimensions, geometry, and profile ADDITIONAL SERVICES The following services are not included in the Scope of Services described above and will be considered as Additional Services, if and when required or requested: • The services of specialty subconsultants or other special outside services other than those described in the above Scope of Services • Any costs, including equipment replacement where applicable, associated with decontamination of personnel or equipment as a result of encountering hazardous or toxic materials at the site • Any other services not specifically included in Site investigation or Design Scope of Services DFW9P199R2 Copyright 2009 Kleinfelder Mr. James Browne 6850 Manhattan Blvd.,Suite 300 August 27, 2009 Fort Wo 761 0 Page 5 pl 817.429.6692 fl 817.429.7869 kleinfelder.com COMPENSATION Kleinfelder proposes to perform the Site Investigation Scope of Services for a lump sum of $9,250. This amount will not be exceeded without prior approval. Invoices will be issued on a periodic basis, or upon completion of a project, whichever is sooner. The net cash amount of this invoice is payable on presentation of the invoice. Design Scope of Services will be performed on a cost plus basis in accordance with the following rates: Propo6 Labor Rates for L-Pile Analysis sknd 5z er"al Stability Design Check Principal Staff Admin. Billing Title Fee Professional Prof. II (all Direct Overhead Total levels) Labor Cost , Labor, Cost (Central) (10/o) OH & Fee Avg. ? $ 52.00 $ 32.50 $ 17.00 Raw Labor Rate L-Pile Analysis 4 15 - $ 695.50 $1,592.70 $228.82 $ 2,517.01 External Stability 4 15 - $ 695.50 $1,592.70 $228.82 $ 2,517.01 Design Check Report - ! 3 4 $ 166.82 $ 382.02 $ 54.88 ' $ 603.72 Project 2 ; 2 4 $ 238.32 $ 545.75 $ 78.41 $ 864.48 Management ; _..._. -_.._..-.__. .-._ Meetings - - - $ - $ - - - -- - - - ----------- - - - $ - $ $ - $ - TOTALS- 10 35 8 $ 1,796.14 ` $4,113.16 $590.93 $ 6,500.23 11 CSI and Kleinfelder may subsequently agree in writing to provide for additional services to be rendered under this agreement for additional, negotiated compensation. ANTICIPATED SCHEDULE The field exploration will begin approximately 1 to 2 weeks from the time authorization is received. The fieldwork will require approximately 1 to 2 days, depending on weather conditions and site accessibility. Standard laboratory testing should be completed within 1 week after completion of the field exploration. Global stability analysis, L-Pile analysis and external stability design check will require a minimum of 3 days each after receipt of applicable loads and geometries. DFW9P199R2 Copyright 2009 Kleinfelder Mr. James Browne 6850 Manhattan Blvd.,Suite 300 Fort Worth,TX August 27, 2009 76120 Page 6 pl 817.429.6692 fl 817.429.7869 kleinfelder.com LIMITATIONS Our work will be performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations will be based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This proposal is valid for a period of 90 days from the date of this proposal, unless a longer period is specifically required by the RFP in which case that time frame will apply. This proposal was prepared specifically for the client and its designated representatives and may not be provided to others without Kleinfelder's express permission. ENGAGEMENT It is our understanding that CSI will prepare a Professional Services Agreement to be issued specifically for this project. It is recommended that the agreement be drafted and submitted to Kleinfelder at your earliest convenience for our review and authorization. A fully executed copy will be returned to you. Any modifications of the attached language must be accepted by both parties, and may result in an increase in scope and compensation. Acceptance of the proposal indicates CSI's review and understanding of the scope of services, budget and terms. CSI and Kleinfelder may subsequently agree in writing to provide for additional services to be rendered under this agreement for additional, negotiated compensation. Once you have provided verbal or written authorization to proceed we will begin coordinating field efforts. Mobilization of a drill crew will commence once the contract has been authorized. Please call if you have questions or if the scope of services discuss herein have changed. We appreciate your requesting this proposal and look forward to working with you. Sincerely, KLEINFELDER CENTRAL, INC. Noel vv. Janacek, P.E. Marc T. Miller, P.E. DFW9P199R2 Copyright 2009 Kleinfelder O O p o[ 'v O M i Z w Z q[ O Q w Z w Z m p z M a J Q Q Z O O x LLI LJJ w LU O � I WAYIE 5r. 5r. w Q1, i I I -s J►Tm w j w I Tvi g � F- •^ _ _ -. _. rn in- 0 Q cp a �9 O g „2 wcD � u 11 $ i � �•9 O O co O w L M p hj O O M z s W z o 0 W Z m o n1 Z Q l7 LLIQ inuj F 0a o 0 00 I Ln0 � 1- 0 a a w as 0 0 a W W O U `• + Ln O N �� ~LLJ J Z ! M gas ; w w O � oc � ♦ � w 8 ♦♦ LLJ C/) 6+i e 8s W WAYt�E 5T. WAYW 5T. W h L oU—c 8 � a o J Q � a = 0 Lu u 11 r PROFESSIONAL SERVICES FEE SUMMARY ENGINEERING DESIGN SERVICES ASSOCIATED WITH WATER AND SANITARY SEWER IMPROVEMENTS EAST 1ST STREET FROM BEACH STREET TO OAKLAND BOULEVARD City Project No. 00145 WATER DESIGN SERVICES (BASIC) $ 16,070 DESIGN SERVICES (ADDITIONAL) $ 12,811 SURVEY SERVICES $ 3,900 REPRODUCTION SERVICES $ 3,221 10% FOR SUBCONSULTANTS $ 665 SUBTOTAL $ 36,667 SEWER DESIGN SERVICES (BASIC) $ 10,714 DESIGN SERVICES (ADDITIONAL) $ 8,541 SURVEY SERVICES $ 2,600 REPRODUCTION SERVICES $ 2,148 10% FOR SUBCONSULTANTS $ 443 SUBTOTAL $ 24,446 TOTAL FEE WATER DESIGN FEE $ 36,667 SEWER DESIGN FEE $ 24,446 GRAND TOTAL $ 61,113 Water Design Fee Breakdown by Concept, Preliminary and Final a. Concept(30%) = $ 11,000 b. Preliminary (60%)_ $ 22,000 c. Final (10%) _ $ 3,667 $ 36,667 Sewer Design Fee Breakdown by Concept, Preliminary and Final a. Concept(30%) = $ 7,334 b. Preliminary (60%) _ $ 14,667 c. Final (10%) _ $ 2,445 $ 24,446 BASIC DESIGN SERVICES FEE ENGINEERING DESIGN SERVICES ASSOCIATED WITH WATER AND SANITARY SEWER IMPROVEMENTS EAST 1ST STREET FROM BEACH STREET TO OAKLAND BOULEVARD City Project No. 00145 Dept.Dir. Proi.Mgr. Des.Tech. Admin. Billing Rate $190 $145 $110 $75 Part A-Pre-Engineering 1. Initial Data Collection a. Pre-Design Coordination Meetings 1. Pre-design kick off meeting 3 $435 b. Data Collection I. Site Visit 3 $435 I. City records 1 2 $365 ii. Tax Assessors records 4 $440 iii. Special coordination meetings wl affected property owners 4 2 $B00 c. Coordination with Other Agencies I. Franchise utilities 0.5 6 $953 Part B-Construction Plans and Specifications 1. Conceptual Engineering a. Surveys for Design I. Project Control Sheet 0.5 4 $513 b. Conceptual layouts 2 2 4 $1,110 c. Conceptual opinion of probable construction costs 0.5 1.5 3 $643 2. Preliminary Engineering a. Cover Sheet 0.25 2 $256 b. General Notes/Legend sheets 0.25 2 $256 c. Overall easement layout sheets(N/A) $0 d. Abandonment sheets 0.5 4 $513 e. Overall layout sheets 0.5 4 $513 f. Preliminary plan&profile sheets 4 4 64 $8,380 I. Resolve conflicts 1 2 $365 Ii. Coordination with utility companies 4 4 $740 iii. Coordination with City 2 $290 Iv. Service re-route/relocation 1 2 $365 v. Service connections 0.5 1 $183 vi. Detail Sheets 0.25 2 $256 g. Preliminary opinion of probable construction costs 0.5 2 6 $1,045 h. SWPPP(including erosion control plans) 0.5 8 $953 i. Traffic Control Plan utilizing City standards(detailed TCP as Additional Services) $0 j. Preliminary City review meeting 2 $290 k. Utility Clearance 0.5 $73 I. Public Meeting(conducted at same time as roadway public meeting) I. Utility exhibit preparation 0.5 2 $293 3. Final Construction Plan a. Contract documents 1 2 0.5 8 $1,135 b. Final opinion of probable construction costs 0.5 0.5 2 $388 c. Mylar submittal 0.5 1 $148 Part C-Pre-Construction Assistance Administration a. Deliver Bid Documents 0.5 $73 b. Bidding Assistance I. Preparation and Delivery of Addendum(one) 4 1 4 $990 ii. Respond to Prospective Bidder Questions 4 $580 iii. Pre-bid Conference(not included) $0 iv. Bid Tabulation 1 0.5 4 $500 v. Bid Opening 1 $145 c. Construction Documents 1 1 $255 d. Assistance During Construction i. Pre-Construction Conference 2 $290 J. Advise on Design and/or Construction Changes 6 2 $1,380 e. Final Observation 3 $435 Totals 8.5 58.75 137 21 GRAND TOTAL BASIC DESIGN SERVICES FEE $26,784 Water Portion $16,070 Sewer Portion $10,714 Water Basic Design Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 4,821 b.Preliminary(60%)_ $ 9,642 c.Final(10%)_ $ 1,607 $ 16,070 Sewer Basic Design Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 3,214 b.Preliminary(60%)_ $ 6,429 c.Final(10%)= $ 1,071 $ 10,714 ADDITIONAL SERVICES FEE ENGINEERING DESIGN SERVICES ASSOCIATED WITH WATER AND SANITARY SEWER IMPROVEMENTS EAST 1ST STREET FROM BEACH STREET TO OAKLAND BOULEVARD City Project No. 00145 Dept.Dir. Proj.Mgr. Des.Tech. Admin. Billing Rate $190 $145 $110 $75 Pre-Design Meetings 1 06/18/08 Meeting 6 1 $945 2 01/20/09 Meeting 8 1 $1,235 3 04/29/09 Meeting 8 1 $1,235 4 05/18109 Meeting 6 1 $945 Totals 0 28 0 4 Total Pre-Design Meeting Fee $4,360 Water Line Construction Traffic Control Plans(Beach&1st intersection and along&crossing 1st; 1 Prepare Overall Phase Layout Sheet 0.5 1 4 $680 2 Advance Warning Sign Layout 0.5 1 4 $680 3 6 Phases 1.5 8 32 $4,965 4 Coordination Meetings with TPW Traffic Dept(up to 2; 3 0.5 $473 5 Coordination Meetings with TPW Signals&Lighting Dept(up to 2 3 0.5 $473 6 Coordination Meetings with the'T'(up to 2) 1.5 0.25 $235 Totals 2.5 17.5 40 1.25 $7,506 Sewer Line Construction Traffic Control Plans(along&crossing 1st) 1 Prepare Overall Phase Layout Sheet 0.5 1 4 $680 2 Advance Warning Sign Layout 0.5 1 4 $680 3 4 Phases 1 6 24 $3,700 4 Coordination Meetings with TPW Traffic Dept(up to 2) 1.5 0.25 $236 Totals 2 9.5 32 0.25 $5,296 Total Traffic Control Plan Fee $12,802 Sewer Basin Capacity Analysis 4 4 $1,020 WD requested evaluation&delineation of the remaining sewer basin after pipeline re-routes&abandonments and capacity analysis to determine the correct pipe downsizing of the sanitary sewer main to be replaced. Trinity River Vision Coordination with KHP 4 $580 WD requested coordination with Kimley Hom regarding the Trinity River Vision project as to construction location and scheduling considerations to avoid any adverse effects on both projects. Future 42-inch Water Main Corridor Evaluatior 1 12 6 $2,590 WD requested evaluation for a future 42"water transmission main corridor along East 1st Street adjacent to the proposed road and utility improvements that will utilize existing and/or proposed ROW and easements to assist with advance planning. Other Additional Services Fee $4,190 GRAND TOTAL ADDITIONAL SERVICES FEE 21,352 Water Portion $12,811 Sewer Portion $8,541 Water Additional Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 3,843 b.Preliminary(60%)_ $ 7.687 c.Final(10%)_ $ 1,281 $ 12,811 Sewer Additional Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 2,562 b.Preliminary(60%)_ $ 5,125 c.Final(10%)_ $ 854 $ 8,541 REPRODUCTION SERVICES FEE ENGINEERING DESIGN SERVICES ASSOCIATED WITH WATER AND SANITARY SEWER IMPROVEMENTS EAST 1ST STREET FROM BEACH STREET TO OAKLAND BOULEVARD City Project No. 00145 1 Conceptual Engineering SETS $/SHEET SHEETS TOTAL Plans ($2.20/sheet x sheets/set) 2 $ 2.20 35 $ 154 2 Preliminary Design— Plans ($2.20/sheet x sheets/set) 2 $ 2.20 35 $ 154 Specs ($0.25/page x pages/report) 2 $ 0.25 300 $ 150 Plans(Utility Clearance) ($2.20/sheet x sheets/set) 13 $ 2.20 35 $ 1,001 3 Final Design— Plans ($2.20/sheet x sheets/set) 2 $ 2.20 35 $ 154 Specs ($0.25/page x pages/report) 2 $ 0.25 300 $ 150 Mylar Cover Sheets ($15.20/sheet x sheets/set) 1 $ 15.20 35 $ 532 4 Construction Documents Plans ($2.20/sheet x sheets/set) 20 $ 2.20 35 $ 1,540 Specs ($0.25/page x pages/report) 20 $ 0.25 300 $ 1,500 5 Public Meetings Mounted Exhibits ($35.00/sheet x sheets/set) 1 $ 34.00 1 $ 34 GRAND TOTAL REPRODUCTION SERVICES FEE $ 6,369 Water Portion $3,221 Sewer Portion $2,148 Water Reproduction Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 966 b.Preliminary(60%)_ $ 1,933 c.Final(10%)_ $ 322 $ 3,221 Sewer Reproduction Services Fee Breakdown by Concept,Preliminary and Final a.Concept(30%)_ $ 644 b.Preliminary(60%)_ $ 1,289 c.Final(10%)_ $ 215 $ 2,148 May 19,2009 Mr. Todd Constant,P.E. Dunaway &Associates,Inc. 1501 Merrimac Circle Suite 100 Fort Worth,Texas 76107 RE: Subsurface Utility Engineering East First Street Fort Worth,Texas Dear Mr. Constant: Gorrondona and Associates, Inc. (G&AI) is pleased to submit a cost proposal to Dunaway & Associates, Inc. (Dunaway) for Subsurface Utility Engineering (SUE) required for the above referenced project. This proposal is based on information contained in your email dated May 14, 2009. Introduction G&AI will perform the SUE work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned 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 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 approximate horizontal position of subsurface utilities within approximately one foot. • Quality Level A (QL"A") — Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non-destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. It is the responsibility of the SUE provider to perform due-diligence with regard to records research (QL "D") and acquisition of available utility records. The due-diligence provided for this project will consist of contacting the applicable "one call" agency, utility owners, and nearby cities/municipalities; and visually inspecting the work area for evidence of utilities. Utilities that are not identified through these efforts will be here forth referred to as "unknown' utilities. G&AI personnel will scan the defined work area using electronic prospecting equipment to search for Mr. Todd Constant. P.E. May 19,2009 Page 2 of 3 "unknown" utilities. However, G&AI is not responsible for designating and locating these "unknown"utilities. Scone of Work Based on information provided by Dunaway, G&AI has developed a preliminary scope for the SUE work required for this project. The scope of work may be modified, with Dunaway's concurrence, during the performance of the SUE fieldwork if warranted by actual field findings. The scope of this proposal includes Quality Level B SUE only. The limits of work are as follows: • Intersection of Beach Street&East First Street(100 feet in each direction); • Intersection of Haltom Road(from East First Street to Goddard Road);and • Survey manhole lids on the two 90-inch diameter sanitary sewer lines south of East First Street Surveying that is required for collection of SUE field data will be performed by G&AI. G&AI will also make an effort to locate and survey any water valves and sanitary sewer manhole lids that may have been paved over in Haltom Road. Desienatini!Procedures Prior to beginning field designating activities, G&AI'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). Non-metallic/non-conductive utilities will be designated using other proven methods, such as rodding, and probing. Where access is available, a sonde will be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission, which can then be designated using geophysical equipment. In instances where access is not available (e.g. pressurized PVC water line), G&AI personnel will attempt to designate the utility by probing. G&AI personnel will utilize a vacuum excavation truck equipped with a high-pressure water lance to conduct probing. When using probing methods to designate, G&AI will vacuum excavate test holes periodically to provide positive visual verification that the correct utility is being probed. Due to obvious inefficiencies,probing will not be attempted in paved areas. G&AI 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&AI has developed a proven method of collecting and recording survey information once the utilities have been designated in the field. G&AI'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 location where a survey shot is required. Shot points will typically be placed at 100-foot 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 ( ['=rsp -_nn413 II01R of m. D,-o—,}1,a F-',1—i SL.r1-posald.,, Mr,Todd Constant,P.E. May 19,2009 Page 3 of 3 example, if there are 50 shots required on buried electric line El,the points will be numbered El-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&AI will produce SUE plans depicting the type and horizontal location of the designated utilities. The size of each utility will also be presented on the SUE plans if this information is indicated on available record drawings. Dunaway will provide G&AI with base map/topographic files in Microstation V8 format for use in preparing the SUE plans. G&AI will utilize line styles and symbology in accordance with its existing CAD standards. Schedule G&AI can begin work within 2 weeks after receipt of a Notice to Proceed. The utility designating field work can be completed in approximately 3 workdays. Preparation of deliverables will start after receipt of processed survey data and can be completed in 10 days. Estimated Fees G&AI proposes to perform the SUE work using its standard time and material rates for designating. Using these rates and the estimated scheduled detailed above, the total value of the SUE work is estimated to be six thousand five hundred dollars and no cents($6,500.00). 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. Joe Anderson,P.E. Area Manager C:\Users\j anderson\03-11.0TProj ects\Dunaway\East-First\Add_SUE\proposal.doc