Loading...
HomeMy WebLinkAboutContract 35497-A3 AMENDMENT NO. 3 STATE OF TEXAS F> CITY SECRETARY CONTRACT NO. �J 91- (No M&C Needed) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and' Transystems Corporation Consultants (Engineer) made and entered into City Secretary Contract No. 35497 (the Contract) which was authorized by the City Council by M&C C- 22159 on the 5tn day of June 2007; and WHEREAS, the City and Engineer made and entered into City Secretary Contract No. 37334 (Amendment No. 1) which was authorized by the City Council by M&C C-22886 on the 8tn day of July 2008; and WHEREAS, the City and Engineer made and entered into City Secretary Contract No. 35497-A2 (Amendment No. 2) administratively on the 27t'' day of January 2009; and WHEREAS, the Contract involves engineering services for the following project: Engineering Design Services: Drainage Improvements to Kermit-Bonnie Channel and Culvert, 4600 Block Merida Avenue, Sarita Channel and Waverly Park, Project No. 00484; DOE No. 5424 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 a proposal letter dated May 18, 2010, and "Amendment No. 3 - Attachment All, of which a copy of both are attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $17,815.00. OFFICIAL RECORD 2. CITY SECRETARY 06-16-1 0 P03:46 1 NFT WORTH,TX 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 $262,041 .00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of , 20101 in Fort Worth, Tarrant County, Texas. ATTEST: ,cppp0oOO° ao � o Marty Hendrix 0$ �,�+� City Secretary 0 �a� NA&4a APPROVAL RECOMMENDED: DROVED: �yS William A. Ver st, P.E. Fernando Costa Director, Department of Assistant City Manager Transportation and Public Works TranSystems Corporation Consultants ENGINEER 1N0 M&C REQUIRED By: Name: Raul Pena III, P.E. Regional Vice President APPROVED AS FORM AND LE ITY: Assistant C' y A rney OFFICIAL RECORD _2_ CITY SECRETARY FT.WORTH,TX t TranS3stems V. ills Bank of America Building: 500 West 7tn Street suite 1100 Nit Worth;TX 6i102 Tel 817 339 8950 Fax 817 336 2247 �wvw:tran:s3+stemsctiin AMENDMENT NO:.. 3 SUMMARY OF DESIGN FEE iylay 18;20`0 Mr-Rick.Shaffer P E CEty;Off ort(North Integrated Program Management; 900 Monroe St.,Sto:201 For WMh, TX 75192. RE: Amendment No.3 Storm Water Utility:Projects:—Kerrnit/Bonnie, Merida Avenue,Santa;;Channel,and Way.e.. D�1=# 5424 Storm�Nate'r Project No P22B 531200�0380t348 83 DtarMr...Shaffor, — Peryour request,this amen drnent'revises tine previouslyapproved:storm w8ter Utlll.y Pr+jjects,City Secretary Contract ti� 35497 design plansand writ act documents Speclfcalty,this amendment includes the preparation of a drainage easement for the Kermit Bonnie sagment of the;prole0 seppra#ion of the. Santa Channel frnprave Men ts rnta a:separate plan set,and the provision of Canstruction Administrative>: ..,services:#orthe KbrmIt/Bonle Mef9da<_Avenuo,and bVaver(y Park segments;, The spee►fic wodC to 1?e included s as follows::::: • Kermit Bonnie—drainage:easement fior access ramp and channel; =,$. 750 Plan-Separation—Sarita separated from other segments resulting intwo independent p on an sped[catomsets I 4A90 i; Constructibn Admin strative:senrices including; Pro-Construction Mleeting RFl Rewew.and R.espftse,: Review of Change Order Requests. Review of Shop Drawing SUbmittaEs SRO Visits during Construdon(2 per location) Final Sitd:Walk thri ugh and development of F'OO:List .. .:. ...:.... Re.cord Drawtng Pteparation Administrative{101/0:)Fee on flrtliVBE::Flmis Tptai.Cantract Arnendnen#.1Vo 3�lalue, '( ........................................................... ....... .. ... ..... ... .. .... .. . . 1 Page 2 cf 2. Contraot value revisions.are'as.fol#ows;. Original Contrac#Fee $132,345 Ob Amendment No 1 87408.00 Amendment No ; ; 24 15A Airiendment No 3 17,845,00 TOTAL.CONTRACT $262,041.00 Thank yQu for yourconsideration Please contact me should you require any additional rnfarmat on. Slroer�ly: Tra�n;� em 'Gorp rat on Ccn�:uFfants Ot l' Schellbach,RE r E�9ur ic. al SerVIC Ter Attachments G_1F14R©6Q3773P3vf1prop6saj;fl�mwut,34FetEer;amendiatW 3c 201P 05»tS ............. Fee Brekdawn . . .. i w..PA r muii: la ;L3Ofi4r:t� +� tti�sarl. �€e€t�T: . �sil5t�i�t 7�ttn] m�k: Al s _ Cover Sheet Re�tisions z layout Sheet Revisions340.00: DetAi sbpet Ri=vis�ons.;. I i :. $ 850.00:. ©nstuctionosf Qpiniarts: r 1 # $ 690 O.Qi. Specification and Qontract D.Pun enfs � �. 4 2; 8 $ 1 470-001 .... $ $ $ $ . +�f�-r6>af &a01900 l�f4ntjrl and 12eprodue4#on(Bici Set51: mm MtsrrlFarte4iaa.: _. A: Airfare: _ B CarRental. _ , - C:C:tstirri�rfee/:�asta.�e: E.Ladgiit.9 ..... F Final Plan bets G.:MISCeltanso:us Pnhtin� _.. '_ $ 400.t?0 100 $ 504 00 TOTAL HOURS U 4 .... ,2 Tt)TItiL 1)flL,LARS. $�1 t9lt 00 r;1 NOfi 3�7lProiecfMgm I P...00 Ame�Mnient 3ljKermiiaam �a'!SQ�[afigr fiae�30510aafax)streett l anS.r tOMS: 6IFS+f.461037AProjectMgmtlPmposahAirrendment3v*6rmitbonnie>Plo.os paration_tee 050510' Rage 1 ... ... .. F ee:ea own. YOM TJXWK ltt3yiY &dt r Gv+FI;!~rag tCa !!«3 >.i` Itf. r�f .,. CitaE#C�E: t�bY4t $ $fit Tasks Pre Constru ©or.00006 RFP Review; ne.ReS arise 4. $ >. : $. 1,Wo.00 1ev[ev�t of Chaig Orders ReYsew of Shad.Drawing: -:.... 1 A: f 69o..OQ _. Slte INIk Through and:,Punch L.isl S i _:::.:.: �..::.1,71G.QOz R2cotd Drawing Propam on; 1 d Site Mist (5 at a h�surs each) 12. :. 24 ':.: 5;,1 SO.GO $.t2,2r5040r.; irlilsceil�ne�t3. B:Ciar Renrel:: . >Courrier fee7>Pasiae odcoinsi !y Sinai Plan Sets 7C1TAL Hr�tS. q . : .: 56 a o G o _... TO fAL,DQLLAPS:....; Ci;lr'?NJ76V93'�`•�`�riRe��iu�7v'<8' '�3j[I.et�if6oniliPGA!�e:U5Q510:x1sx3Shegt1. 7't t�Syst ms if WO6lUNARojeettAgrrifiFrupos llAme� meet 31KeCmi( Gn�tis GA fee 05QS t0 Pale 1 AMENDMENT NO. 3—ATTACHMENT "A" Scope for Engineering Design Related Services for Storm Water Improvements Protects The scope set forth herein defines the additional 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 overall objective of this project is to provide drainage system improvements in four locations: 1. Culvert improvements on Kermit Avenue, near Bonnie Drive; 2. Drainage improvements at Merida Avenue; 3. Drainage channel improvements along the Sarita Channel; and 4. Drainage improvements in Waverly Park, near Monmouth Drive and Brandon Lane. The scope items included in this Amendment 3 relate to ROW/Easement Services for the Kermit-Bonnie segment of the project, separation of the Sarita Channel improvements into a separate plan set, and the provision of Construction Phase services for the Kermit/Bonnie, Merida Avenue, and Waverly Park segments. Some of the scope items presented in this Amendment No. 3 are also included, in part, in previous contracts, and have been identified as such. WORKTO BE PERFORMED Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services ATTACHMENT W TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-29-09) PAGE 1 OF 8 TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). -- Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as -- follows: • Final (90%) draft construction plans and specifications for the Kermit/Bonnie, Merida Avenue, and Waverly Park segments shall be submitted to CITY per the approved Project Schedule. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3 for final design except for the cost of reproduction of extra sets as defined in the Deliverables section.) • The ENGINEER shall submit a final design estimate of probable construction cost with the final design plans submitted. This estimate shall use ONLY standard CITY bid items. (This task is included in the original contract, and thus no additional fee is included in Amendment No.3) • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) ASSUMPTIONS • All storm water calculations and design shall conform to the City of Fort Worth Storm Water Management Design Manual, March 2006. • 12 half-size (11"x 17") and 1 full-size (22" x 34") drawings and 3 specifications will be delivered for the 90% design. • 1 full size (22" x 34") drawings and 2 specifications will be delivered for the 100% design. DELIVERABLES A. 90% construction plans specifications. The original contract included submittal of two full-size sets of construction plans and two sets of specifications. This deliverable is to be revised to include 12 half-size and 1 full-size sets of construction plans and three sets of specifications. B. 100% construction plans and specifications. The original contract included submittal of one full-size set of construction plans and one set of specifications. This deliverable is to be revised to include 1 full-size set of construction plans and two sets of specifications. C. Documentation of key design decisions (Project Decision Log). D. Detailed estimates of probable construction cost for the authorized construction project, including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original cover mylar for the signatures of authorized CITY officials. ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-29-09) PAGE 2OF8 TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. Contract documents shall be uploaded in .pdf files and the plans in .pdf and AM files. The ENGINEER shall sell contract documents and maintain a plan holders list from documents sold and downloaded from Buzzsaw. • The ENGINEER 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 ENGINEER will provide technical interpretation of e the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • Attend the prebid conference in support of the CITY. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • Assist the CITY with assembling and awarding contracts for construction, materials, equipment, and services. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Conform Set Drawings • The ENGINEER shall submit a set of sealed conformed drawings (full size bond) for record storage. • Conform Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (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 all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-2M9) PAGE 3OF8 plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 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 II. 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 K of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be submitted on one(1) Compact Disk, which will become property of and remain with the CITY. Floppy disks, zip disks, e-mail flash media will not be accepted. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS The Kermit-Bonnie/Waverly Park/ Merida Avenue project will be bid only once and awarded to one contractor. 3 sets of bid plans and 3 sets of bid specifications will be delivered to the CITY for the CITY's use. The 3 sets of plans shall consist of 3 half size (11'x 17") drawings. 20 sets of conformed plans and specifications will be delivered to the CITY for the CITY's use.The 20 plans shall consist of 10 full size (22" x 34") and 10 half size (11" x 17") drawings. • 1 copy conformed full size (22" x 34") bond plans with 2 identical copies of a CD will be delivered to the CITY. DELIVERABLES A. Addenda (This deliverable is included in the original contract, and thus no additional fee is included in Amendment No. 3) ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES)REV 10-2M9) PAGE 4 OF 8 B. Bid tabulations (This deliverable is included in the original contract, and thus no additional fee is included in Amendment No. 3) C. Recommendation of award (This deliverable is included in the original contract, and thus no additional fee is included-in Amendment No. 3) D. Conformed construction documents E. Conformed bond plans with CD for record storage TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support F • The ENGINEER shall attend the preconstruction conference. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • After the pre-construction conference, the ENGINEER shall provide 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. (Phis task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. (The fee for this task shall be billed on a Cost Plus basis, with a Not-to-Exceed amount.) • The ENGINEER shall 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. 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. The ENGINEER shall log and track all shop drawings, samples and other submittals. (The fee for this task shall be billed on a Cost Plus basis, with a Not-to-Exceed amount.) • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. (The fee for this task shall be billed on a Cost Plus basis, with a Not-to-Exceed amount.) • The ENGINEER shall attend the"Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information submitted by the inspector and/or Contractor. At the discretion of the CITY, information may be provided to the ENGINEER through BuzzSaw, by notes and markups on plan sheets, and/or survey data electronic files. The ENGINEER shall submit mylar record drawings to the CITY within three weeks of receiving all information from ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-29.09) PAGE 5 OF 8 the CITY and contractor. The drawings shall be submitted as full size (22"x 34°) mylar drawings. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format -- (version 6.0 or higher)file and DWF format. There shall be one (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 all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 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 II. 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 submitted on one (1) Compact Disk, which will become property of and remain with the CITY. Floppy disks, zip disks, e-mail flash media will not be accepted. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • 1 copy of Record Drawings, full size (22'x 34") mylar plans, with 2 identical copies of a CD will be delivered to the CITY. (The labor cost for preparing Record Drawings is included in this Amendment No. 3. The reproduction cost of printing mylars is already included in the original contract, and thus no additional fee is included in this Amendment No. 3.) DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-2M9) PAGE 6 OF 8 C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROWIEASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and easements as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) 7.2 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. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3 Temporary Right of Entry Preparation and Submittal • Priorto construction, the ENGINEER shall prepare, mail and obtain Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. (This task is included in the original contract, and thus no additional fee is included in Amendment No. 3) • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. DELIVERABLES A. Right-of-Way, easement exhibits and metes and bounds provided on CITY forms B. Temporary Right of Entry Letters (This deliverable is included in the original contract, and thus no additional fee is included in Amendment No. 3) ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 10-29-09) PAGE 7OF8 ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. I • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. 4 4 ATTACHMENT W TO AMENDMENT NO.3 FOR ENGINEERING RELATED DESIGN SERVICES(REV 1a29-09( PAGE 8 OF 8 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/5/2007 —Ordinance No. 17581-06-2007 DATE: Tuesday,June 05, 2007 REFERENCE NO.: **C-22159 LOG NAME: 30KERMIT00484 SUBJECT: Authorize Execution of an Engineering Agreement with TranSystems Corporation Consultant for Drainage Improvements to Kermit—Bonnie Channel and Culvert,4600 Block Merida Avenue, Sarita Channel and Waverly Park(Project No.00484) and Adopt Appropriation Ordinance { i RECOMMENDATION: It is recommended that the City Council: 1.Authorize the transfer of$169,063.00 from the Storm Water Utility Fund to the Storm Water Capital Projects Fund; 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Storm Water Capital Projects Fund in the amount of$169,063.00;and 3.Authorize the City Manager to execute an engineering agreement with TranSystems Corporation Consultants,in the amount of$132,305.00 for drainage improvements to Kermit—Bonnie channel and culvert,4600 Block Merida Avenue, Sarita Channel and Waverly Park. 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. The scope of this project consists of the preparation of plans and specifications for drainage improvements to Kermit—Bonnie channel and culvert,4600 Block Merida Avenue,Sarita Channel and Waverly Park.At the Kermit—Bonnie channel,an undersized culvert has caused residential and roadway flooding.Culvert improvements are needed to convey the 100—year storm flow.At 4600 Block Merida Avenue,residential flooding has occurred and a storm drain extension is needed.At Sarita Channel,residential flooding has occurred and access ramps to the channel bottom and a pipe draining stilling basin is needed.Channel capacity needs to be evaluated to convey the 100—year storm flow.At Waverly Park,the storm drain system is undersized and culvert improvements are needed to convey the 100—year storm flow. TranSystems Corporation Consultants,proposes to perform the necessary engineering services for a lump sum fee of$132,305.00.City Staff considers this fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $36,758.00 is required for project management by the Engineering Department for project management. M/WBE—TranSystems Corporation Consultants,is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation.The City's goal on this project is 19 percent. This project is located in COUNCIL DISTRICT 3,Mapsco 73V, 89F,G and 90K. - FISCAL INFORMATION: -The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the current capital budget,as appropriated,of the Storm Water Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 2)P228 531350 203280048460 $950.00 3)P228 531200 203280048433 $10,893.00 2)P228 533010 203280048481 $950.00 3)P228 531200 203280048451 $23,370.00 2)P228 531350 203280048431 $3,562.50 3)P228 531200 203280048431 2)P228 531350 203280048410 $5,700.00 3)P228 531200 203280048432 $65,361.00 2)P228 531350 203280048433 $5,937.50 DPE69 538070 0209206 $169-063.00 2)P228 531350 203280048420 $7,783.00 2)P228 531200 203280048433 $10,893.00 2)P228 53-1350 203280048432 $11,875.00 2)P228 531200 203280048451 $23,370.00 2)P228 531200 203280048431 $32,681.00 2)P228 531200 203280048432 $65,361.00 1&2)P228 472069 2032800484ZZ $169,063.00 CERTIFICATIONS: Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A.Douglas Rademaker (6157) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 1. 30Kennit00484.doc City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday,July 08, 2008 REFERENCE NO.: **C-22886 LOG NAME: 30AMENDIKERMIT SUBJECT: Authorize Execution of Amendment No.I in the Amount of$87,006.00 to City Secretary Contract No. 35497 with TranSystems Corporation Consultant for Drainage Improvements to Kermit—Bonnie Channel and Culvert,4600 Block of Merida Avenue, Sarita Channel and Waverly Park(Project No. 00484� t. t. F" F RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of$87,006.00 to City Secretary Contract No. 35497 with TranSystems Corporation Consultant for drainage improvements to Kermit—Bonnie Channel and Culvert,4600 block of Merida Avenue, Sarita Channel and Waverly Park,revising the total cost to $219,311.00. DISCUSSION: On Oc4ober 16, 2007, (M&_C_ G-15932)City Council authorized the sale of$25,000 000 of Storm Water Revenue Bonds to be used to fund Capital Improvements to the storm water system. 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 increase public education and outreach. On June 5, 20079 (M&C C-22159)City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation Consultant for the design of the Kermit—Bonnie Drainage Improvements,4600 Merida Drainage Improvements, Sarita Channel Rehabilitation and Waverly Park Drainage Improvements. Staff has determined that it is necessary for the consultant to expand the limits of the area of study beyond the original project area and to conduct Federal Emergency Management Agency (FEMA)level flood studies in specific locations. Amendment No. 1 for the subject engineering agreement will provide the following: •Kermit—Bonnie: o Additional survey and design to extend the storm drain system from the original culvert location, west to the intersection with Bonnie Drive and including the installation of new inlets; o Provision of additional survey and design for a maintenance access ramp on the south (downstream) side of Kermit Avenue along the existing drainage channel;and o Additional survey and performance of a FEMA level study of the existing drainage channel from State Highway 377 to Chapin Road—an approximate distance of 2,200 linear feet. •Merida Avenue: o Additional survey to support design of storm drain extensions on Boyce and Fuller Avenues, including pavement reconstruction of Fuller Avenue between Lubbock and Merida Avenues. • Sarita Channel: - o Additional survey and performance of expansioT of FEMA level flood study to include Willow Lake on the upstream limits, downstream to the confluence with Inwood Channel—an approximate distance of 7,500 linear feet. TranSystems Corporation Consultant proposes to perform the necessary additional survey, design work and FEMA studies for a lump sum fee of$87,006.00. City staff considers this fee to be fair and reasonable for the scope of services proposed. TranSystems Corporation Consultants is in compliance with the City's M/WBE Ordinance by committing to an additional 25 percent M/WBE participation on this Amendment No. 1. The City's goal on this amendment 25 percent. This project is located in COUNCIL DISTRICT 3,Mapsco 73V, 89F, 89G and 90K. FISCAL INFORMATION: The Finance Director certifies that funds will be available in the current capital budget,as appropriated, of the Storm Water Capital Projects 2007 Revenue Bond Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P229 531200 203280048433 $6,301,90 P229 531200 203280048431 $18,905.70 P229 531200 203280048451 $23,987.00 P229 531200 203280048432 $37,811.40 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Rick Shaffer (6821) ATTACHMENTS 1. 30AMEND 1 KERMIT.pdf