Loading...
HomeMy WebLinkAboutContract 37391-A1AMENDMENT NO. 1 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. �73q)AI (No M&C Needed) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and Freese & Nichols, Inc., (Engineer) made and entered into City Secretary Contract No. 37391, (the Contract) which was authorized by the City Council by M&C C-22925 on the 15th day of July 2008; and WHEREAS, the Contract involves engineering services for the following project: Storm Water Utility Project - East Harvey Avenue Storm Drain System and Burchill Channel, Project No. 00477; DOE No. 5417 WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I of the Contract is amended to include the additional engineering services specified in a proposal letter dated November 11, 2008, 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 $15,988.00, 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 $213,065.00. OFFICIAL RECORGa' CITE SECRETARY Re WORTH, TX 9 ORIGINAL 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. I EXECUTED on this the �day of , 2008; in Fort Worth, Tarrant County, Texas. ATTEST: Marty City Hendr Secretary APPROVAL RECOMMENDED: William A. re est, P.E Director Transportation and Public Works Department Freese & Nichols, Inc. By: Name: I 4055 International Plaza, Suite 200 Fort Worth, Texas 76109-4895 Assistant `6'ity A OFF!�tAL RECORD CtT?f �ECRE1'�R� FT WOV7H, T9 -2- NO M&C rN��- - j, APPROVED: Fernando Costa Assistant City Manager Freese Nic I I o [s, Inc.Engineers [nvirnnmentat Scientists Architects 1701 North Market Street, Suite 500 LB 51 Dallas, TX 75202 214 920.2500 214 920-2565 fax www.freese.com November• 11, 2008 Michael Owen City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102-6311 Re: Amendment 1 Open Channel Study — Burchi11 Channel Contract No. 37391 Dear Mr. Owen: It is our understanding that the City of Fort Worth would like to utilize the now standard Open Chalulel Study Scope of Services for this project. This study is not intended to be submitted to FEMA. As this scope was not available at the time our contract was approved, several modifications will be required to our scope in order to meet the new requirements and include the following: l . Include additional electronic deliverables and adhere to the standards that are outlined in the attached Exhibit A4. a. Additional items that were not included in the original scope of work include: i. Electronic and PDF versions of the report ii. Digital Photographs iii. Conversion of survey data to grid coordinates 2. Modify the deliverable to include the additional information shown in the attached Exhibit A-1. 3. Five (5) additional cross -sections will be added to the original fourteen (14) cross -sections in the current contract to adhere to the 200 ft maximum cross-section spacing. Additional Services (See Attached Exhibit "B-1"): Additional Site Assessment/Data Collection Incorporate Additional Report Requirements = $ 12,372 Prepare Additional Electronic Deliverables Total Contract Amendment No. 1 $155988 Contract revisions are as follows: Original Contract Fee $ 197,077 Amendment No. 1 15 988 TOTAL CONTRACT $ 213,065 No changes to the project schedule are anticipated. If additional information or clarification is desired, please do not hesitate to contact us. Yours very truly, FREESE AND NICHO�S, INC. Morganiermott Project Manager Attachments EXHIBIT "M- l OPEN CHANNEL STUDY CITY PROJECT N0.37391 In addition to the requirements in the original contract, the following standards and specifications for hardware, software, file structure, and data format are specified for consistent data management and model development. Any other hardware, software, file structure, and data formats must be compatible with the applications currently used by the City and require the approval of the City. Software: Operating System: Microsoft Windows AP Professional SP2 (324t) or later version Office Productivity: Microsoft Office 2003 or later Document Imaging: Adobe Acrobat 7.0 or later GIS Packages: ESRI ArcGIS Desktop 9.2 or later GIS Extensions% Spatial Analyst, 3D Analyst Hydrologic Model GIS Preprocessor: HEC-GeoHMS 1.1 or later Hydraulic Model GIS Preprocessor: HEC-GeoRAS 4.1 or later Hydrologic Model: HEC-HMS 3.0.1 or later Hydraulic Model: HEC-RAS 3.1.3 or later FEMA Preparation Software: CHECK-RAS 1.4, RASPLOT 2.5 or later Others if specified, must be agreed upon by the City Data Ffle Formats: Reports: Reports will be provided in Microsoft Word 2003 format or later, with all images, maps, graphs, tables, etc. embedded in the document so that an exact duplicate of hard copy reports can easily be created. Also, a duplicate PDF version of the report shall be created for archival purposes. Graphs and Tables: Tabular information will be provided in Excel 2003 format (or later) and in Access 2003 database format (or later) when a small database is required. If an enterprise database is deemed necessary, Oracle 91 or later shall be used. ASCII Text Files: All ASCII text files (other than model inputs and outputs) will be encoded using ANSI -encoding and will have the file extension ".TXT". Text files containing comma -delimited information will have the file extension ".CSV". Digital Photographs: All photographs taken for the project will be in digital form, at least 1600 X 1200 resolution, full color, and saved in the JPG file format. Dates and times will be saved in the image, and file names will be descriptive (i.e. WMS XS 20343_US.JPG, not EXHIBIT "A-1' names will be descriptive (i.e. WMS XS_20343_US.JPG, not IMG014.JPG). Photos of the channel or cross -sections shall be labeled as to direction of flow. Scanned Documents: Scanned documents will be provided in Adobe PDF format, with the entire document appearing in a single file (not individual PDFs for individual pages or for chapters). Bookmarks to chapter beginnings and other important pages will be provided in the PDF. G/S Spafia► Dafa File Formats: All GIS vector data layers (points, lines, polygons, etc.) shall be provided in one of the following three ArcGIS compatible formats: personal or file geodatabase (preferred), shapefile, or coverage. Continuous surface model data (i.e. DEMs or DTMs) shall be in ESRI's GRID or TIN format. The City will provide the elevation data for each study area plus a 500 foot buffer in the LIDAR LAS binary file format. Aerial photography or other raster imagery will be provided in a common GIS image format (preferably GeoTIFF), with appropriate header information and a world file for georeferencing. If large amounts of raster images are required for the project, and image catalog will be created and provided to the city. All GIS data, and other files containing coordinates, shall use the State Plane coordinate system set to the Texas North Central (4202) zone. The horizontal datum shall be the North American Datum of 1983 (NAD83) and the vertical datum shall be the North American Vertical Datum of 1988 (NAVD88), both the horizontal and vertical units shall be in feet. All surveyed data shall be captured or converted to grid coordinates. If conversion is required, the surface to grid conversion factor shall also be provided. All GIS datasets shall have the projection defined either internally (geodatabases) or with a projection file (shapefiles). A FGDC compliant metadata file shall be provided for each GIS dataset. This metadata will be compatible with ArcCatalog and saved in XML format. Data accuracy shall be reported and checked using NSSDA standards instead of other older standards like WAS or ASPRS. Atl submitted data files must not contain any server link references to the server network and file folders. Flle Structure and File Names: Ail files created in this project will be descriptively named, within the limits of the software. Underscores will be used in place of spaces in file names. File structure should look like the following: EXHIBIT "A-1" I OLReport Correspondence Data_Collected !� Figures t4sc ¢ Photos Tables 02 Survey C) Flald Notes Ln Photos Spattal Data t Text."*$ -7 4zn 03-J4odels r j Hydraukj4Dclels 0 Fydrology.Models a 'ti) 04 jpaUalSata Hydraulk Hydrology tn 052rofies _ 5 06jIo jAaps EXHIBIT "A-1' Table of Contents Task 1: Project Management Summary of Tasks • Support Data • Project Certification and Decision Log. Task 2: Data Search, Collection, Field Reconnaissance, Stream Conditions Assessment, and Surveys • Field Reconnaissance o Methodology o Special Physical Characteristics • Stream Conditions Assessment o Methodology o Identified Areas of Concern Task 3: Development of Detailed Hydrologic Models • Task Summary o Introduction o Performance Work Statement o LOMC Incorporation Task 5: Watershed Flood Hazard Assessment • Task Summary • Findings Task 7: Quality Assurance and Quality Control Procedures • Task Summary • QA/QC Procedure o Task 1 o Task 2 o Task 3 o Task 4 o Task 5 o Task 6 o Task 8 • City Notification APPENDICES APPENDIX A -Figures • Task 2 — Figures o Stream Condition Assessment Photos o Stream Condition Assessment Locations o Control Points • Task 3 — Figures o Longest Flow Paths and Time of Concentrations EXHIBIT "Awl" o Peak Discharge vs. Drainage Area • Task 4 — Figures o Profiles • Task 5 — Figures o Crossings APPENDIX B —Supporting Documents • Task 1 — Supporting Documents • Task 2 — Supporting Documents o GPS Survey Documentation • Task 3 — Supporting Documents o Land -use Classifications o Composite Curve Number Calculations o Lag Time Calculations o Routing Parameters o Curves o Results • Task 4 — Supporting Documents o As -Built plans o Summary of Discharges o Floodway Data Table o Results • Task 5 — Supporting Documents o Table of crossings inundated per study storms • Task 6 — Supporting Documents o As -Built plans o Summary of Discharges o Floodway Data Table o Results • Task 8 — Supporting Documents o Completed LOMR application package (if applicable, however, may be submitted at a later date.) • PDF of final report APPENDIX C — QAIQC • Task 2 — QA/QC Forms • Task 3 = QA/QC Forms • Task 4 — QA/QC Forms • Task 5 — QA/QC Forms APPENDIX D —Digital Data • Task 2 --Digital Supporting Data o Stream Conditions Assessment Data o Survey Data o Spatial Data EXHIBIT "A•1" o Figures ® Task 3 — Digital Supporting Data o Hydrologic Models o Spatial Data o Figures • Task 4 — Digital Supporting Data o Hydraulic Models o Spatial Data o Figures and Maps • Task 5 — Digital Supporting Data o Figures and Maps o Spatial Data o Support Data • Task 6 — Digital Supporting Data o Hydraulic Models o Spatial Data o Figures and Maps • Task 8 — Digital Supporting Data o Completed LOMR application package (if applicable, however, may be submitted at a later date.) EXHIBIT "A-1" Vaughan to Sycamore Creek -Fort Worth, TX Open Channel Study ITEM p A BASIC SERVICES DATA COLLECTION UISC[PLINE LEADER PROJECT MANAGER DESIGN ENGINEER GIS OR CADD TECH NORD PROCESSOR TOTAL 4.0 4.0 8.0 896 1 Field Reconnaissance 4.0 8.0 $ 896 2 Saeam Condimos Assessment Subtotal 0.0 0.0 .0 8 .0 8.0 0.0 16.0 51,791. B DELIVERABLES 9.0 0.0 $720 Prepare Final Report $302 1 Task 1: Document Summary ofTasks, Project Schedule and Conrespondance 2.0 8.0 SARO 2 Task 2: Summary of Field Reconvasance S88o 3 Task 3: Detailed Hydrologic Methodology, summayr of resuhs, historical comparison 8.0 4.0 $440 4 Task 4: Create WSEL profile plot $890 5 Task 4: Detailed Hydraulic Analysis BA $890 6 Task 5: Watershed Flood Hazard Assessment 8.0 7 Task 6: BCA analysis 2.0 4.0 5302 $302 8 Task 7: QA/QC Documentation 2.0 Prepare Figures and Supporting Documentation $1,132 9 Task 2: Identify"hot spot!",include/ label site photos, document sncam condition 20 8.0 10 Tosk3: GIS data of watershed delineation, longest Dow path, landuse soil 2.0 8.0 $1,214 11 Task. 4: Hydraulic swukmap with too-, 500-ycar Doodplain delineation in DFIRM format 2.0 16.0 S2.126 4.0 $456 12 Task 4:PDFall exhibits inthis section $456 13 Task 5: 1Vatembed Flood Hazard Exhibit 4.0 Prepare Electronic Deliverables 4.0 456 14 Task 2: Provide all field data in requested format $456 15 Task 2: Electronic location of all field photos 4.0 $456 16 Task 3: Provide 2 DVDs of all hydrologic data 4.0 $456 17 Task 4: Copy of Final, working, geo-referenced and fully annntated hydraulic model 4.0 4.0 0.0 $ 18 Electronic Verision of Report 4.0 45 5645 b4 19 QA/QC Subtotal 2.0 12.0 42.0 56.0 13.0 125,0 $14,196 LABOR TOTAL 2.0 12.0 50.0 64.0 13.0 154.0 SI5,986 03A2-1