Loading...
HomeMy WebLinkAboutContract 43787-A1 AMENDMENT No.1 CITYSECMM CONTRACT MO, :zq�,ql4L TO CITY SECRETARY CONTRACT No. 43,787 WHEREAS, the City of Fort Worth CITY and He lff Associates, Inc. " (ENGINEER) made and entered into City Secretary Contract N . 431787,1 the CONTRACT) which was authorized by M C C-25850 can the 1 " day of September, 2012 in the amount of $ 535, 543 . 00, and WHEREAS, the CONTRACT involves engineering services for the following pr Sect Village: Creek Water Reclamation Fa ci t. _ Levee Cer t if ica t i on Project; and WHEREAS, it has become necessary t execute Amendment No to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duty authorized representatives,, enter .�.�.nt the following agreement which amends the C NTRAC' Article t of the CONTRACT 'is amended to include the additional engineering services specified in a proposal dated �� -r 3 0, 2 0113, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services t be performed by Engineer totals.ls $ 5,350. See Attached Funding Breakdown Sheet, Page 3 t . Article II o. 'the CONTRACT is amended to provide for an increase in the fee to be laid to Engineer for al_- work and services performed under the Contract, as amended, s hit the total e p .�� y the City for all work and services shall be an amount f $ 610, 8913. 00. 3: w All other provisions of the Contract, which are not expressly arriended herein, shall remain in full force and effect . w EXECUTED and EFFECTIVE V � the date last written by a signatory, M1 below. i ty,of Fort Worth FOFFICIAL E Professional env Amendment Template PM0 Official Release 8/1/2012 CITY SECRETARY Page 1,of FTs 1WRTH,TX APPROVED: City of or Worth ENGINEER Halff Associates, Inc. Ao� Ar aA Fe-rn ando Costa J. ussell Killen, Assistant City Manager Vi e President DATE: DATE: 3 APP AL RECOMMENDE VAS AEI D S. Frank Crumb, P.E. Director, Water Department oelww" APPROVED AS TO FORM AND LEGALITY.- M&C. Date0* r r*41 t e,((f M " Assistant City Attorney AT T E S T: I A *own Nfa�y J 0 S r Cit Se etary y 77 0 'IP City of Fort Worth FF ,,,ftrr'covto Professional Services Agreement Amendment Template Glory SF PMO Official Release 8/1/2012 Glory rj Page 2 of 3 V10P.Or1j, 14 NM FUNDING BREAKDOWN SHEET City Secretary No. 43 87 Amendment No. 1 Department Fund-Account-C nter Amount Sewer PE45 531200 0705007 $75, 350 . i Total .. City of Fort Worth Professional Services,Agreement Amendmen Template Official Release 8 '2 .2 Page 3 of 3 mom ALFF* mom October 30, 2013 2�9073 Ms. Madelene Rafalko, P.E. City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, Te�xas, 76102-6311 RE: Amendment No. ll —Village Creek`" ater Reclamation Facility Levee(s) Re-Certification City Project No. WRT—2001-300007' City Secretary Contract No. 43787 Dear Ms. Rafalko- Halff Associates presents this Amendment No. 1 for additional services to City Project No. WRT 2001-300007. Amendment No. 1 shall include the effort necessary to prepare construction documents to repair the Sludge Only Landfill (SOL) Levee slopes identified in the Levee Recertification Report and to remove trees -from the Village Creek and SOL levees. Attachment A Scope, for Engineering Design Related Services of the October 24, 201�2 contract shall be amended as follows: 0 TASK 1. DESIGN MANAGEMENT —Add the following assumptions tol Task 1 * 8 additional MWBE Reports will be prepared * 3 additional meetings with city staff * 8 additional water department progress reports will be prepared * 8 additional project schedule updates will be prepared 4; TASK 3. HYDRAULIC ANALYSIS —Add section 3.3 Walker Branch Velocity Evaluation. The ENGINEER will conduct a hydraulic analysis to determine the Walker Branch velocities, along the east blank adjacent to the SOL levee. These velocities will be used in the slope protection design,. This analysis is, to determine the level of protection necessary to maintain the SOL levee slopes in accord,iance with FEIVIA requirements. The analysis, will not evaluate or provide recommendations, to prevent erosion, in other locations along this section of Walker Branch. The ENGINEER will provide a memo report documenting assumptions, procedures, and results and electronic copies of the models used., The ENGINEER will also present 'the: resuilts in the construction documents. Add section 31.4 Additional Effort for Separate SOL LOMB Submittal. The ENGINEER will suibm,it the LOIVIR application for the SOL levee after the slope repair is c,omp'let,e., The original contract assumed both, levee LOM R ap:plicait,ions, could be combined into one package and submitted. This effort covers the additional effort necessary to divide the report, and prepare the necessary individual applicat,ion fo,r the SOL submittal. HA ASSOCIATES,INC. 4000 FOSSIL CREEK BOULEVARD TEL (817)847-1,422 WWW'.HALFF.COM FORD WORTH,TX 76137-220 FAX (817)232- 784 ONEMs.Madelene Rafidko,'P,1'--. MEN ALFF" C'Ity of Fort Worth Water Department October.30,2013 Page TASK 6. SURVEY AND SUBSURFACE UTILITYENGINEERING SERVICES —Add the following selctions: 6.2. Levee Slope Design Survey 0 ENGINEER will perform field surveys, to identify existing, slopes, structures, trees, riprap, and stream, ordinary high water mark for design. The survey will includel the following,-. • Establish control points to be used for construction., • Tie the property boundary and resolve the property line in order to establish the west City property line adjacent to the proposed s,lolpe repair. • Tie the channel tops, toes, and breaks. Tie full cross sections at 100) spacing then tie any abnormalities between., • Tie limits of existing riprap., • Tie all the trees 6 inches and larger,along the west side of the levee and the northwest corner on the levee and, within 15' of the levee tole. • Tie ordinary high water mark. • Tie any surface utilities, monitor wells, and any other structures. In the hatched area. 6.3. Construction Staking - ENGINEER will provide construction staking within 5 working days of contractor request. Engineer will set stakes at toe of slope, top of proposed gabions and top of slope at contractor proposed offsets. Stakes will be placed one time only. Stakes will be placed at 100 foot intervals indicating cut/fill: and station. No blue tops,will be provided. 1 6.4 Verification Survey— ENGINEER will provide, a verification s,urvlely,to verify final grade and construction limits of the project. This information will be used to for the EN INEER's levee certification documentation. Only one verification survey will be provided. If issues rise during construction, contractor will be responsible for additional surveys. Add tasks 7 through 9. o TAS K 7. FINAL PLANS — The ENGINEER will prepare construction plans and specifications In the standard City of For Worth format consistent with the conceptual plan attached. Development, of Final Design Drawings shall include the following: Cover Sheet momMs.Madelene Rafalko,RE. mom �ALFF City of For Worth Water Department October 30,1.013 Page 3 0 Drainage area maps showing proposed improvements with drainage calculations and hydraulic computations in accordance with the current iSWM Criteria Mar ua�l for Site Development and Construction. 0 A Project Control sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1,-.400. 'The following information shall be indicated for each Control Point: Identified (existing: City Monument#89,01, PK Nail, 5/8" Iron Rod); X, Y and Z Coordin�ates,, in an identified coordinate system,, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.a. set,in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast,corner of North Side Drive and North Main Street). 0 Final is Checklist in accordance with the current iSWM Criteria Manival for Site Development and Construction 0 Plan drawings of proposed grading improvements, including existing lot layout with property o rnershi'p, one foot contours,, spot elevations, break lines, existing utilities,, and existing utility easlemeints,within, the project limits. 0 No less than two bench marks per plan/profile sheet. 0 Typical sections illustrating slope treatments, depths, and side slopes 0 Cross sections, at 50 foot intervals. 0 Erosion controll plans including necessary construction phasing. 0 The ENGINEER will prepare standard and special detail sheets that are not already included in the City's standard details. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 0 Construction specifications in City of Fort Worth Format. 0 The ENGINEER will meet with the City to discuss final design following the City review. Assumptions * - 5 sets of plans (11 J1x1 7"') and specifications will be provided, for review., Deliverables 0 Final iSWM Checklist 0 Final review plans and, specifications. 0 TASK 8 — BID PHASE SERVICES. ENG,INE,ER will support the bid phase of the project as follows: 8.1 Bid Support .................................................... Now MEN Ms.Nladelene Rafialko, Now ALFF* City of Fort Worth Water Department October 30,2013 Page 4 • The ENGINEER shall, address the comments from the final design review conference and review and produce the bidding plan, set. • The ENGINEER shall upload, all plans and contract documents onto Buzzsaw for access to potential bidders. o Contract documents shall be uploaded in an -xis file. o, Unit Price Proposal documents are to be created utilizing CF W Bidtools, only and comblineld in a specified, spreadsheet,workbook, Bid Proposal Worksheet Ten"ipilate, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document wolrksheets. o Plan Sets are to be uploaded to Bu saw in two formats, pdf and AM files. The pdf'will' consist of one file of the entire plan set. The dvvf will consist of' individual, files,, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell, contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buizz,saw., • '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 log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information, The ENGINEER will provide technical interpretation of the contract hid 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. • Attend the prated conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, su�bcontractoirs,, and suppliers. • Attend the bid opening in support of the CITY., • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CF idtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • 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,. .......... Ms,Maddene Rafalko,REI RON ALFF* City of Fort Worth Water Department October 30,2013 Pam 5 8.2 Final Design Drawings Final Design Drawings shall be submitted as an Adobe Acrobat PDT" format (versloon 6.0 or higher) file and D�WF format. There shall be one (1) PDF file and one (1) DWF file (created from CAD application of drawing) for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each P,DF and DWF file shall be created from the original, CAD drawing files and shall contain, all associated sheets of the particular plan set. Si lar P and D files for each sheet of a-plan set will not be acceMed. PDF and DWF files shall conform to naming conventions as follows: • TPIW file name example — "W-1 956 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 shoots in this file., Example.- W-0053.org3.pdf and K-o32 0.org5.pdf • Water and Sewer file name example — "X-356,67 oirg36.pdf' where "X- 35667"1 is the assigned file number obtained from the CITY, "—Orgy) 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 DW`F files shall be uploaded to the project's Record Drawing folder in Buzzsaw. In addition to the PD,F and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG, prior to uploading. The naming convention to be used for the DWG files shall be as follows-* * TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — '1W-1956.SHTO1.dwg", M- 1956.SHT02.dlwg 11, etc. * Water and Sewer file names shall use the X number as for P and DWF files, but shall include the sheet number in the name — "X- 12156_SHTO1.dwg",, 1'X-1,2755_SHT02.dwg", etc., 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'V'ault 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 project will be bid only once and awarded to one contractor. mALFFI I Nis.Madelene Rafalko,P.L. # City of Fort Worth Water Department OWN October 30,2013 Page 61 0 15 sets of construction documents will be sold to and made available on Buzzsaw for lan holders an r given to plan viewing rooms. 9 5 sets of 11))x-1 7 1) size plans and, specifications (conformed, if applicablel) will be delivered to the CITY. 0 PDF) DWF and D,WG files will be uploaded to Buzzsaw. Estimated number of Allan sheets (see table below), SHEET NO. SHEET TITLE Cover Sheet 2, L and General Notes 3 Removal Plan -SOL 4 Removal Plan—Village Creek 5 Dimension Control 6 Typical Sections, 7 Proposed Grading Plan 8 Erosion Control Plan 9 Erosion Control Details 1 10 Erosion Control Details 2, ill Erosion, Con:trol Details 3 12 Erosion Control Details 4 13 Cross Sections 1 14 Cross Sections 2 15 Cross Sections 3 16 Cross Sections 4 17 Cross Sections,5 18 Gablon Details 1 19 Gabion Details 2 20-- Soil Retention E3,11anket Details 1 1 21 Soil Retention Blanket Dietails 2 22 Miscellaneotis Details deliverables 0 Addenda 0 Bid tabulations 0 Recommendation of award Construction documents (conforme , if applicable), C,FW Data Spreadsheet TAS K 9 — CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows., .................. ......... ...... Ms.Madelene Rafidko,P.E. HALFF' City of Fort Worth Water Department Eno October 30,2013 Page 7 9-1 Construction Support The ENGINEER shall attend: the preconstruction conference. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. • 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 in Bu saw. • 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 ENGINEER shall attend the "Final" project walk through and, assist with preparation of final punch, list. 9.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall, be provided, by the CITY: * As-Built Survey * Red-Line Markups from the Contractor * Red-Line Markups from City Inspector * Coplies of Approved, Change Orders * Approved Substitutions • The ENGINEER shall, modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent, Record, Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included, with the Record Drawing stamp* o These Record Drawings were prepared using information, provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are, accurately deplicted on these drawings., ...... ............. Ms.MadcIcne Rafalko,RE man ALF'F* City of Fort Wort�h Water Department October 30,2013 Page 8 • The ENGINEER shall submit, a set of sealed Final Drawings, modified and stamped as, Record Drawings, on mlylar for record storage. The ENGINEER may keep copies of the information provided, by the CITY for their files, but all original red-lined drawings shall be returned to the, CITY with the mylars. • 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) PD F file and one (1) DWF file for the TPW plan set and a separate PDF and I 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 i2lan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: • TPW1 file name example — '!'W-1956 org47.pdf' where "W-19,56" is the assigned file number obtained from thiCITY, or,g" designating the file is of an original plan set, "47" shall be the total, number of sheets in this file. Example: W-0053—org,3.pdf and K-0320—,Org5.pdf • Water and Sewer file name example, ­ "X-35667_or936.pdf" where, "X- 356671" is the assigned file number obtained from the CITY, "-ot rgo. designating the file is of an original plan, set,, '136"' shall be the total number of sheets in this file,. Example: X-12755.org18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder N ,in Buzzs,aw. 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 0 3 site visits are assumed. 0 3 submittai reviews are assumed. 0 3 RFI's are assumed. 0 0 Change Orders are assumed. 191 One copy of full size (2217,x34") mylars will be delivered to -the CITY Deliverables. 0 Response to Contractor's Request for Information, * Review of Change Orders ........... ...... MEN Ms.Madelene Rafalko,P.F. HALFF* City of Fort Worth Water Department October 30,2013 ]"age 9 0 Review of shop" drawings, 0 Final Punch Lust items, 0 Record Drawings ADDITIONAL SERVICES N INCLUDED iN THE EXISTING SCOPE OF SERVICES The following are added to the additional services not included in the existing scope of services;. o Urban Forestry Permit—Th,is, is a, city maintenance project, and should not require an urban forestry permit. USACE perm,iftinig —This project is authorized under the Nationwide Permit 3 paragraph a and does not require preconstruction notification. Services related to development of the CITY's project financing and/or budget. Public meetings, # Services related to damages caused by fire, flood, earthquake or other acts of Gold. Services related to, Subsurface Ut,ililty Engineering Levels A, 131 C or D o 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. COMPENSATION The level, of effort breakdown is attached. A summary of the proposed budget for this revised amendment, is as follows: Project Management $61296 Hydraulic ►nalys,is $10,684 Survey $261270 Final Design $141404 Bid Phase $8,446 Construction Phase Services $71750, 5% Sub Markup $1,100: Reproduction, 1400 TOTAL PROPOSED AMENDMENT NO 1 $751$35O Following is the project fee summary, Original Contract $5353543 Amendment No. 1 $75,350 REVISED CO TR CT MO NT $610,893 Ms.Madelene Rafalko,,11. City of Port Worth Water Department H'ALF'F* October 30,20 13 I)agc 10 The original contract contains a $20,000 geotechnical contiingency, which would bring the total possible original' project fee to $555,543. "his contingency was not needled for the original design, and may be reallocated for this amendment. The design survey for the final plans, will be, completed by Garcia Land Data, a MA/VBE subcontractor. Their fee, for the survey is $22,000. This is 29.2% of the amendment. The amendment brings the total M fee to; $166,360, which is 27.2% of the revised contract amount. Both are above the 27% MM'BE committed goal of 2,7%, in the original contract. The, M/WBE notice of intent is attached. SCHEDULE A detailed schedule will be provided once the amendment is approved. The general schedule is Provided below: * Survey completed 30, callenidar days-from Notice to Proceed (NTP) • Final Plan Design completed 60 calendar days from NTP 0 City review of Final Plans 21 calendar days,from Final Plan Submitta:ll * Bid: Documents completed 14 days, after receiving, City comments Please review the enclosed information and do not hesitate to call me if you have, any questions or require additional information, regarding this proposal for the referenced project. Sincerely, HALFF'ASSOCIATES, INC. DennisK Haar, P.E. Project Manager C; Jerry F. Roberts, P,.E. A0%a utty o f Fort Worth., Texas Mav o. rand c ull Co n COUNCIL, ACTION: Approved on 1128/20114 DATE.- Tuesday„ January 28; 2014 REFERENCE NO.. **C-26652 LOG NAME: 60HALFF AMEND 1 LEVEE REPAIR DESIGN SUBJECT. Authorize Execution of Amendment No. 1 with Halff Associates, Inc., in the Amount of$75,350.00 for Engineering Design Services for the Village Creek Levee Certification Project for a Total Contract Amount of$6,101,89�3.00 (COUNCIL DISTRICT 5�) RECOMMENDATION: i It is recommended that the City Council authorize the execution of Amendment No. 1 with Halff Associates, Inc., in the amount of$751,3501.00,for Engineering Design Services for the Village Creek Levee Certification Project for a total contract amount of$610,893.00., DISCUSSION: On September 18,, 2012, (M&C C-25850) the City Council auth oirized an Engineering! Agreement with Halff' Associates, Inc., for the certification of two levees in the Trinity River fl�o:odway, the Village Creek Water Reclamation Facility and the Sludge Dewateiring Facility. The scope of work included geotechnicall sampling, testing and analysis, hydraulic analysis of levee freeboard in the floodplain and hydraulic analysis, of drainage within the levees, preparation of operations and maintenance manuals and the development of any reports, needed to obtain FEMA certification, of the two levees. The results to,data show that the levees require some maintenance; including tree removal. Approximately 2500 linear feet of the Sludge Dewatering Facility levee requires slope stabilization and armoring to protect it from erosion, from the Walker Branch and all trees must be removed from within 15 feet of the toe of both levees. Tree roots compromise the integrity of the levee, creating potential for the development of channels, for water to migrate through the levee. These modifications, are required by the current federal regulations, before,the two levees can be certified'. T'hiis proposed' Amendment will compensate Halff Associates, Inc., for additional Engineering Services to prepare design plans and specifications needed for slope stabilization and' maintenance of the Village Creek Water Reclamation Facility levee and the Sludge Dewatering Facility levee. Halff Associates, Inc., agrees to perform the necessary work included in Amendment No.1 for$7'5,350.00, for a contract total of$610,893.00. M Office - Halff Associates, Inc., agrees to maintain its initial M: BE commitment of 27 percent that it made on the original Agreement and extend and maintain that same M/WBE commitment of 27 percent to this first amendment. Therefore Halff Associates,, Inc.,1 remains in compliance with the City's M'/W'BE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. Logname-, 60HALFF AMEND! I LEVEE REPAIR DESIGN Page I of 2 The Village Cask Water Reclamation Facility is located in COUNCIL DISTRICT 5 and serves,ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that fund's were not specifically budgeted for this project in the Fiscal Year 2014 Adopted Budget; however, the department has identified current year savings to offset the full cost. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Cent rs PE45 531200 070150017 $75,350.00 CERTIFICATIONS: Submitted for C1'tyMan,a,qer's Offiic"b Fernando Costa (6122) Orininati"ng Department Head.- S. Frank Crumb (8207) A i Madelene Rafalko (8215) dd"tioinal [nformation Contact: ATTACH�MENTS 1. AVAILABLE FUNDS 12232013a.docx CF Internal) 2. HalffAssociates MWBECom liance.r)df CF Internal) 3. Levee M,ap.pdf Tublic) Logo e: 60HALFF AMEND I LEVEE REPAIR DESIGN Page 2 of 2