HomeMy WebLinkAboutContract 35395-A1 AMENDMENT NO. 1
STATE OF TEXAS & CITY SECRETARY CONTRACT NO-
(M&C Needed)
COUNTY OF TARRANT S
WHEREAS, the City of Fort Worth (City) and Stream Water Group,
Inc. , (Engineer) made and entered into City Secretary Contract No.
35395, (the Contract) which was authorized by the City Council by M&C C-
22160 on the 5th day of June 2007 ; and
WHEREAS, the Contract involves engineering services for the
following project:
Storm Water Utility Project - Raider Channel Improvements, Project No.
00660 : DOE No. 5684
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 March 30,
2009, copies of which are both attached hereto and incorporated herein.
The cost to City for the additional services to be performed by Engineer
total $100,242.40 .
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 $150,547 .00 .
3.
All other provisions of the Contract which are not expressly
amended herein lshia�l�l. remain in full force and effect.
"� L HEWN
C�SECRETARY ORIGINAL
FT.WORTH,U
QEXECUTED on this the day of , 20�j) ,
in Fort Worth, Tarrant County, Texas .
ATTEST: _a '
Contract Authoxiaatio�r
�`�V C
Marty Hen ix J LIML -�. .
City Secretary Date
APPROVAL RECOMMENDED: APPROVED:
William A Verke P. Fernando Costa
Director, Department of Assistant City Manager
Transportation and Public Works
Stream Water Groin+, Inc.
Engineer
By: � .
Name: Shamsul Arefin, P.E
President
6737 Brentwood Stair Rd. , Suite 230
Fort Worth, TX 76112.
APPROVED AS T FARM AND LEGALITY:
1
Assistant City orney
OFFICIAL RECORD
CiTYSECRETARY
F'T.WORTH,TX
March 30, 2009
Mr. Michael A. Owen, P.E.
Project Manager
Transportation & Public Works Department
City of Fort Worth
1000 Throckmorton St.
Fort Worth,TX 76102-6311
Reference: Amendment No. 1
Engineering Design Services: Raider Channel Improvements
City Project No.: 00660, DOE No. 5684
Dear Mr. Owen,
We appreciate the opportunity to present this proposal and fee schedule for your consideration.
Attached please find construction cost estimates, schedule, and exhibits depicting the scope of
work.
We propose to complete the proposed work in accordance with the following fee schedule:
Estimated Construction Costs for Drainage Improvements=$708,846
1. Basic Engineering Fee based on%of construction(T.S.P.E. Curve%)
(T.S.P.E. Curve 8%X 0.85)= $48,201
Basic Services $48,201
Basic Engineering(%of Construction Cost) $48,201
Special Services $52,041
Topographic Surveying Services(approx 425 LF and
misc. area) = $ 1,750
Easement Document(4 @$600 ea) = $ 2,400
Model update = $ 4,860
Right-of-Entries(60$100ea) = $ 600
Erosion Control Plans 1 SW3P = $ 3,900
Preparation of 404 Permit Requirements Determination = $ 9,440
Phase I Environmental Site Assessment(by mlwbe) = $ 4,965
Geotechnical Investigation(by mlwbe) = $ 8,150
SUE(Quality Level B)(by mlwbe) = $ 1,700
Structural Design = $ 4,500
Traffic Control Plan = $ 1,215
Public Meeting = $ 1,480
Meeting&Reports = $ 1,200
Prepare and Upload Plan and Spec to Buzzsaw = $ 585
Field Visit with City PM at 60% Plan Submit = $ 765
Printing&Reproduction Subtotal = $ 2,625
Administrative(10%)Fee on MIWBE Firms = $ 1,906
Additional Services Subtotal = $ 52,041
TOTAL LUMP SUM $100,242
Iireriiai-od �f:0r RJt 'SiiiIC ?3V• IJrl iV.,rIh. I I I, • 1'hon t' til-' 4 4'I • IS€' 1-'r�-1;;
tu. MN•itilVI:Mer,l'«up-nom
{
Amendment No. 1
Raider Channel Improvements
Mr. Owen,P.E.
March 30,2009
Page 2
We will be using HVJ and Associates ($13,115) for Geotech and Environmental Site Assesments,
Spooner and Associates{$3,350}for Surveying services,Gorrondona and Associates ($1,700) for
SUE and L.A Blueline Inc. 900 for printing and reproduction services.This will result in an
19% portion of the contract that will be performed by approved MIWBE firm which will meet or
exceed the target of 19%.
The current status of the contract between Stream Water Group,Inc and City of Fort Worth for the
above referenced project is as follows:
Original Contract Amount= $ 50,305.00
Amendment No. 1 Amount= S 100,242.00
Total Contract Amount including Amendment No. 1 = $ 150,547.00
Please process Amendment No. 1,to the Raider Channel Drainage Improvements City Project No.
00660, DOE No. 5684 in the amount of$100,242.00.
Please note that the task is not included with amendment las the the detail scope of work is not available:
• Environmental Lien and
• Chains-of title(COT)
■ CLOMRILOMR
If you require any additional information or have any questions regarding this matter,please give
me a call at 817-445-4171. We appreciate the opportunity to provide engineering design services
for the City of Fort Worth.
Sincerely,
Stream Water Group, Inc.
Shamsul Arefin, P.E.
President
6 7 lift!f1p+,•rii S[ais- ft,1• I)triI,: 3U• 1q,It W.,rIh, I X 'c+l It • I'h4mu: if 7,446.41'1 l axI? .46-4t35
wwY. ;treauiwater:;rnuh.cotn
EXHIBIT "A-9"
SUPPLEMENTAL SCOPE OF SERVICES
(SUPPLEMENT TO ATTACHMENT"A")
DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS
The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT
"A". Work under this attachment includes engineering services for paving and/or storm drain
improvements for the following:
Engineering Design Services: Raider Channel Improvements
City Project No.: 00660, DDE No. 5684
SUMMARY OF IMPROVEMENTS
Project Locations g Council Existing Cond.ISirs Approx. Culvert Channel improvements Storm Map
District Proposed Size Length(ft) (ft)
Raider Channel Improvements 5 Open Natural 45'X5'Box 60'Ea 750 2108-416
Channel Culvert
Upon receipt of notice to proceed, the ENGINEER will perform the following tasks:
PART A—PRE-ENGINEERING
1. Initial Data Collection
a. Pre-Design Coordination Meetings
ENGINEER will attend and document meetings, as required, to discuss and
coordinate various aspects of the project and to ensure that the project stays on
schedule. For purposes of establishing a level of comfort, two (2) meetings are
anticipated. These include the following:
One (1) pre-design kick-off meeting, (including ALL departments that are
impacted by the project).
One (1) review meeting at completion of the City's review of the conceptual
engineering plans.
EA2-1
Rev 02/05/09
b. Data Collection
In addition to data obtained from the City, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including; utilities, City Master plans, CITY drainage
complaint files, existing applicable drainage studies and property ownership as
available from the Tax Assessor's office.
C. Coordination with Other Agencies
During the concept phase the ENGINEER shall coordinate with all utilities,
including utilities owned by the City, TxDOT and railroads. These entities shall also
be contacted if applicable, to determine plans for any proposed facilities or
adjustment to existing facilities within the project limits. The information obtained
shall be shown on the concept plans. The ENGINEER shall show the location of
the proposed utility lines, existing utility lines and any adjustments and/or relocation
of the existing lines within the project limits. ENGINEER shall complete all forms
necessary for City, to obtain permit letters from TxDOT and railroads and submit
such forms to the City. City shall be responsible for forwarding the forms to the
affected agencies for execution.
2. Schedule Submittal and Monthly Progress Report
The ENGINEER shall submit a project schedule after the design contract is fully
executed. The schedule shall be updated and submitted to the CITY along with
monthly progress reports as required under Attachment B of the contract.
PART B -CONSTRUCTION PLANS AND SPECIFICATIONS
1_ Conceptual Engineering
i. Surveys for Design
a. ENGINEER will perform field surveys to collect horizontal and vertical
elevations and other information needed by ENGINEER in design and
EA2-2
Rev 02/05/09
preparation of plans for the project. Information gathered during the survey
shall include topographic data, elevations of all sanitary and adjacent storm
sewers, rim/invert elevations, location of buried utilities, structures, and
other features relevant to the final plan sheets. Existing drainage at
intersections will be verified by field surveys. Spot elevations will be shown
on intersection layouts with cross slope to fit intersecting grade lines.
The minimum survey information to be provided on the plans shall include
the following:
1. A Project Control Sheet, showing ALL Control Points, used or set
while gathering data. Generally on a scale of not less than 1:400:
2. The following information about each Control Point,-
a.
oint;a. Identified (Existing. City Monument #8901, PK Nail,
5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate
system, and a referred bearing base. Z coordinate on
City Datum only.
C. Descriptive Location (Ex. 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 comer of North
Side Drive and North Main Street).
3. Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in
the same coordinate system, as the Control.
4. No less than two horizontal bench marks, per line or location.
5. Bearings given on all proposed centerlines,or baselines.
6. Station equations relating utilities to paving,when appropriate.
7. Engineer shall perform Level B subsurface utility engineering.
Ext-3
Rev 02/05/09
b. Drainage calculations and hydraulic computations.
C. Preliminary project plans and profile sheets which will show the following;
Existing channel centerline, existing left and right top of channel bank,
existing utility crossings and existing right-of wayleasement.
Proposed top of channel backs, channel flowline (existing and proposed),
100 year water surface profile along with water and sanitary sewer line
adjustments to accommodate the proposed channel improvements.
Culvert upgrades and roadway pavement replacement.
Typical channel details.
Limits of right-of-way or easements and temporary construction easement.
d. Existing found property corners (e.g. iron pins)along the existing right-of-way shall
be shown on the plans. Profiles for existing and proposed storm drain mains and
leads shall be provided.
e. Existing utilities and utility easements will be shown on the roadway plan and
profile sheets. ENGINEER will coordinate with utility companies and the City of Fort
Worth to ascertain what, if any, future improvements are planned that may impact
the project.
f. Preliminary channel cross-sections will be developed, from the survey notes, at
intervals not-to-exceed 50 foot along the project length and will extend to the right
of way or easement line on both sides of the channel. Additional cross-sections at
important features including grade breaks in the channel fiowline retaining walls,
etc.,will also be provided.
g. Maintenance ramps if appropriate.
h. Proposed plantprofile sheets will conform to City of Fort Worth construction legend.
Adequate horizontal and vertical control shall be provided on the plan sheets to
locate all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos.,
and Addition Names) along with property ownership shall be provided on the plan
view.
i. Furnish as a function of final pians, six(6) copies of the final cross-sections on 24"
x 36" sheets. Scale will be V = 20' horizontal and 1" = 2' vertical. Hydraulic
EA2-4
Rev 02/05/04
computations and profiles of all storm drain outfalls into the channel shall be
provided.
ii. Public Notification and Personnel/Vehicle Identification
a. Residential notification is required for field surveys on this project, mail-
outs will be prepared for approval by CITY T/PW staff. The mail out shall
be on company letter head and shall include the project name, study
limits, DOE project no., brief description of the project, and consultant's
project manager name and telephone number.
-OR-
If Right of Entry acquisition is required for field surveys or other work on
this project, mail-outs will be prepared for approval by CITY TIPW staff.
The mail out shall be on company letter head and shall include the project
name, study limits, DOE project no., brief description of the project, and
consultant's project manager name and telephone number and a place
for the property owner to sign giving permission to access the property.
b. When conducting site visits to the project location, the ENGINEER or any
of its sub-consultants shall carry readily visible information identifying the
name of the company and the company representative.
iii. Drainage Computations
ENGINEER will review and document the storm water watershed drainage runoff
area and existing street, right-of-way and storm sewer capacities for the subject
site. A drainage area map will be drawn at 1" = 200' scale from available contour
maps. Calculations regarding street and right-of-way capacities and design
discharges (5-year and 100-year frequencies) at selected critical locations will be
provided. Capacities of existing storm drain will be calculated and shown. The
ENGINEER's responsibility includes recommendations for improvements of the
existing system as deemed reasonable and consistent with City standards. All
calculations and design shall conform to the City of Fort Worth Storm Water
Management Design Manual, March 2006.
iv. Conceptual Engineering Plan Submittal
EA2--5
Rev 02/05/09
a. Conceptual plans shall be submitted to City 90 days after Notice to Proceed
Letter is issued.
b. The ENGINEER shall furnish seven (7) copies (11"X17") of the concept
engineering plans which include layouts, preliminary right-of--way needs and
cost estimates for the ENGINEER's recommended plan. The ENGINEER
shall also evaluate the phasing of the water, sanitary sewer, street and
drainage work, and shall submit such evaluation in writing to the City as a
part of the concept phase of the project.
2, Preliminary Engineering
Upon approval of Part B, Paragraph IV, ENGINEER will prepare construction plans as
follows:
a. Drainage area maps with drainage calculations and hydraulic
computations. Information shown on the plans will be consistent with Part
A, Paragraph 1.b.for proposed condition.
b. Preliminary project plans and profile sheets which will show the Property
Ownership and shall be on 22"x 34" sheets.
C. ENGINEER shall execute the applicable hydrologic and hydraulic models,
prepare detailed hydraulic analysis for.existing and proposed channel
conditions. The ENGINEER'S responsibility includes recommendations for
improvement of the existing system as deemed reasonable and consistent
with City standards.
d. The ENGINEER shall also submit a brief letter report outlining the findings
of the hydraulic study and recommendations ENGINEER shall advise City
on the need for additional permits or licenses which may be required.
e. Where the stream channel improvements is shown as a designated
floodplainlfloodway in the City's Flood Insurance Rate Maps and upon the
City's concurrence with the ENGINEER's recommendations for
improvements, the ENGINEER will prepare the necessary documentation
for a Letter of Map Revision (LOMR). The ENGINEER will respond to the
RL7-6
Rev 02/05/09
Federal Emergency Management Agency's review and resolve all issues.
f. ENGINEER will submit copies of the proposed project information
necessary for the Corps of Engineers to make a determination for
permitting under Section 404 of the Clean Water Act and Section 10 of the
Rivers and Harbor Act as applicable ENGINEER will compile permit
requirements and will prepare necessary documentation to respond to
requirements of the permitting authority.
g. Proposed roadway profile grades and elevations along each curb line;
elevations at all p.v.i.'s; pYs half stations; high and low points;vertical curve
information; and pertinent AASHTQ calculations. Profiles for existing curbs
(if any)and existing ground at the left and right-of-way lines shall be shown.
Existing found property comers (e.g. Iron pins), along the existing right-of-
way shall be shown on the plans. Profiles for existing and proposed storm
drain mains and leads shall be provided.
h. Existing utilities and utility easements will be shown on the roadway plan
and profile sheets. ENGINEER will coordinate with utility companies and
the City of Fort Worth to ascertain what, if any, future improvements are
planned that may impact the project.
i. Preliminary roadway cross-sections will be developed, from the survey
notes, at intervals not-to-exceed 50 foot along the project length and will
extend 10' past the right of way line on both sides of the street. Additional
cross-sections at important features including driveways, p.i.'s of
intersecting streets, (minimum distance of 100' along cross-street at each
P.I.)walks, retaining walls, etc., will also be provided. Profiles of centerline
of driveways will also be provided where necessary. Scale will be V = 10'
horizontal and 1"=2'vertical.
j. Street and intersection layouts.
k. Proposed plan/profile sheets will conform to City of Fort Worth construction
legend. Adequate horizontal and vertical control shall be provided on the
plan sheets to locate all proposed and existing facilities. Legal descriptions
(Lot Nos., Block Nos., and Addition Names) along with property ownership
shall be provided on the pian view.
EA2-7
Rev 02/05/09
I. Geotechnical Investigation/Pavement Design
The ENGINEER shall prepare a detailed geotechnical engineering study
and pavement design in conformance with the City of Fort Worth Pavement
Design Standards Manual, 2005.
M. Right-of-Way Research
The ENGINEER will conduct preliminary research for availability of existing
easements where open-cut construction or relocation of existing alignments
is probable. Temporary and permanent easements will be appropriated
based on available information and recommendations will be made for
approval by the City.
n. Riclht-of-wavlEasement Preparation and Submittal
Preparation and submittal of right-of-way, easements and rights-of-entry will
be in conformance with "Submittal of information to Real Property Division
for Acquisition of Property".
o. Utility Clearance Phase
The ENGINEER will consult with the City's Transportation and Public
Works Department, Water Department, and other CITY departments,
public utilities, private utilities, private utilities and government agencies to
determine the approximate location of above and underground utilities,
and other facilities that have an impact or influence on the project.
ENGINEER will design City facilities to avoid or minimize conflicts with
existing utilities.
The ENGINEER shall upload the approved preliminary construction plans
to the City's Buzzsaw site to be accessed by all utility companies, which
have facilities within the limits of the project.
P. Preliminary Construction Plan Submittal
Fn?-8
Rev 02/05/09
i. Preliminary construction plans and specifications shall be submitted
to CITY 90 days after approval of Part B, Paragraph IV.
ii. The ENGINEER shall deliver eigW (8) sets of preliminary
construction plans (11"X17") and two (2) specifications to CITY for
review. Generally, plan sheets shall be organized as follows:
Cover Sheet
General Layout and Legend Sheet
Drainage Area Map and Computations
Plan&Profile Sheets
Preliminary Cross Sections
Standard Construction Details
Special Details(If applicable)
iii. The ENGINEER shall submit a preliminary estimate of probable
construction cost with the preliminary plans submitted. Engineer
shall assist City in selecting the feasible and or economical
solutions to be pursued.
q. Review Meetings with Ci
The ENGINEER shall meet with CITY to discuss review comments for
preliminary submittal. The CITY shall direct the ENGINEER in writing to
proceed with Final Design for Final Review.
r. Public Meeting
After the preliminary plans have been reviewed and approved by the City,
the ENGINEER shall prepare project exhibits, provide the CITY with the
database listing the names and addresses of all residents and business to
be affected by the proposed project, 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.
S. Storm Water Pollution Prevention Plan (SWPPP)
For projects that disturb an area greater than one (1) acre, ENGINEER
EA2-9
aev 02/05/09
will prepare the Storm Water Pollution Prevention Plan (SWPPP) required
for the project for use by the Contractor during construction. Engineer will
prepare drawings and details for proposed SWPPP improvement that the
Contractor must use during construction. Contractor will be responsible
for filing the SWPPP with appropriate regulatory agencies,
t. Traffic Control Plan
The ENGINEER may utilize standard traffic reroute configurations posted
as "Typicals" on the City's Buzzsaw website. The typicals need not be
sealed individually if included in the sealed contract documents.
In the event that the "typicals"(as described above) cannot be utilized on
the project, the ENGINEER shall prepare a signed and sealed Traffic
Control Plan for review and approval by the Traffic Division of the
Transportation and Public Works Department.
3. Final Construction Plan Submittal
a. Final Construction Documents shall be submitted to CITY 60 days after
approval of Part B, Paragraph 2 (b).
Following CITY approval of the recommended improvements, the
ENGINEER shall prepare final plans and specifications and contract
documents to CITY(each plan sheet shall be stamped, dated, and signed by
the ENGINEER registered in State of Texas) and submit seven (7) sets of
plans and construction contract documents within 15 days of CITY's final
approval. Plan sets shall be used for Part C activities.
b. ENGINEER's Estimate of Probable Construction Cost
The ENGINEER shall submit a final estimate of probable construction cost
with the final plans submitted.
C. Furnish as a function of final pians,two(2)copies of the final cross-sections
on 22" x 34" sheets. Information on these sheets will include centerline
station, profile grades and centerline elevations, roadway section (existing
F 2-10
Rev 02/05/09
and proposed), right-of-way limits. Scale will be 1" =20' horizontal and V_
2' vertical with cross sections plotted with stationing from the bottom of the
sheet, and will include laterals and inlets. CITY policy with regard to parking
design shall be maintained. Excavation and embankment volumes and end
area computations shall also be provided.
d. Mylar Submittals
The ENGINEER shall submit a final set of mylar drawings for record
storage as follows:
1. Street and storm drain plans shall be submitted as one set
of plans. Street and storm drain plans shall be separate
from water and sanitary sewer plans. All sheets shall be
standard size (22" x 34") with all project numbers (TPW and
waterlsanitary sewer)prominently displayed.
2. For projects where water/sanitary sewer improvements
occur on a TPW Department funded project with no Water
funding involved, a separate set of mylars with cover sheet
shall be submitted for Water Department.
3. Signed plans sets shall also be submitted as an Adobe
Acrobat PDF format (version 6.0 or higher) file. There
shall be one (1) PDF file for the TPW plan set and a
separate PDF file for the Water plan set. Each PDF file
shall contain all associated sheets of the particular plan set.
Singular PDF files for each sheet of a plan set will not
be accepted. PDF 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 of Fort Worth, "_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
KA2-11
Rev 02/05/09
II. Water and Sewer file name example — "X-
35667_org36.pdf"where"X-35867" is the assigned
file number obtained from the City of Fort Worth,
"_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 files shall be submitted on one (1) Compact Disk, which will
become property of and remain with the City of Fort Worth. Floppy disks,
zip disks,e-mail flash media will not be accepted.
4. For information on the proper manner to submit PDF 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.
PART C-PRE-CONSTRUCTION ASSISTANCE
Administration
a. Bid Documents
The ENGINEER shall upload all plans and contract documents onto
Buzzsaw for access to potential bidders. Hard copies of documents
will not be made available to potential bidders. Contract documents
shall be uploaded in pdf files and the plans in pdf and dwf files.
b. Bidding Assistance
The ENGINEER shall assist the CITY during this phase including
preparation and delivery of any additional addenda prior to bid
opening to plan holders and respond to questions submitted to
CITY by prospective bidders. The ENGINEER shall upload all
FA2-12
Rev 02/05/09
addenda onto Buzzsaw. The ENGINEER shall attend the
scheduled pre-bid conference.
The ENGINEER shall assist in reviewing the bids for completeness
and accuracy. The ENGINEER shall attend the project bid opening,
develop bid tabulations in hard copy and electronic format and
return four (4) copies of the bid tabulation, along with the contract
documents to the City within three (3) working days after bid
openings.
C. Construction Documents
The ENGINEER will make available for construction, upon request
by the CITY, up to twenty (20)sets of the final approved and dated
plans and specifications and contract documents for the projects to
the CITY for distribution to the contractor and City personnel.
C. Assistance During Construction
The ENGINEER shall attend the pre-construction conference for the
project. The ENGINEER shall also consult with and advise the CITY
on design and/or construction changes, if necessary. . The
ENGINEER shall make periodic site visits during construction and
provide documentation of the observations made, as requested by
CITY. The ENGINEER shall attend the "Final' project inspectin and
assist City with preparation of final punch list, as requested by CITY_
PART D — CONSTRUCTION STAKING (OPTIONAL) (PART D TO BE PRINTED ONLY IF
APPLICABLE): Not Applicable
Rn?-13
Rote 02/05/09
ATTACHMENT'B"
Contract Amendment No. 1
COMPENSATION AND SCHEDULE
Engineering Design Services: Raider Channel Improvements.
City Project No.: 00880, DOE No. 5884
1. Compensation
A. The Engineer shall be compensated a total lump sum fee of$100,242 as summarized in
Exhibit"B-3". Payment of the total lump sum fee shall be considered full compensation
for the services described in Attachment"A"and Exhibits"A-1"for all labor materials,
supplies and equipment necessary to complete the project.
B. The Engineer shall be paid in four partial payments as described in Exhibit"B-1"upon
receipt of four individual invoices from the Engineer. In this regard,the engineer shall
submit invoices for four partial payments as described in Exhibit"B-1 ", Section 1-
Method of Payment.
II. Schedule
Final Plans and Contract Documents for bid advertisement shall be submitted within 300
calendar days after the"Notice to Proceed"letter is issued.
A. Conceptual Engineering Plans—90 Calendar Days
B. Preliminary Engineering Plans and Contract Documents—150 Calendar Days
C. Final Engineering Plans and Contract Documents—45 Calendar Days
D. Final Engineering Plans and Contract Documents for Bid Advertisement— 15
Calendar Days
EXHIBIT"B-1"
(SUPPLEMENT TO ATTACHMENT"B")
Contract Amendment No. 1
METHOD OF PAYMENT
Engineering Design Services: Raider Channel Improvements
City Project No: 06666, DOE No. 5684
I. Method of Payment
Partial Payment shall be made to the Engineer monthly upon City's approval of an invoice from the
Engineer outlining the estimated current percent complete of the total project.
The aggregate of such monthly partial fee payments shall not exceed the following:
Until satisfactory completion of Exhibit"A-1", Conceptual Engineering plans submittal and approval by
the City, a sum not to exceed 30 percent of the total lump sum fee.
Until satisfactory completion of Exhibit"A-1", Preliminary Construction plans submittal and approval
by the City,a sum not to exceed 60 percent of the total lump sum fee,less previous payments.
Until satisfactory completion of Exhibit"A-1", Final Construction plans submittal and approval by the
City,a sum not to exceed 90 percent of the total lump sum fee, less previous payments.
The balance of fees, less previous payments,shall be payable after all of the pre-construction
meetings for the Project have been conducted.
Il. Progress Reports
A. The Engineer shall submit to the designated representative of the Director of the Transportation
and Public Works Department monthly progress reports and updated schedule covering all
phases of design in the format required by the City.
B. If the Engineer determines in the course of making design drawings and specifications that the
opinion of probable cost of$708,846(as estimated in Exhibit"134')will be exceeded,whether by
change in the scope of the project, increased cost or other conditions,the Engineer shall
immediately report such fact to the City's Director of the Transportation and Public Works
Department and, if so instructed by the Director of the Department of Transportation and Public
Works shall suspend all work hereunder.
EXHIBIT B-2
(SUPPLEMENT TO ATTACHMENT B)
Contract Amendment No. 'I
HOURLY RATE SCHEDULE
Engineering Services:
Raider Channel Drainage Improvements
City Project No.: 006610,OCE No. 5684
Employee Classification Rate/Hour
Principal $150
Project Manager $135
Project Engineer $120
Staff Engineer $75
Draftsman $70
Clerical $45
Reimbursable Cost+ 10%
Auto Milage $0.50 Per Mile
EXHIBIT B-3
(SUPPLEMENT TO ATTACHMENT B)
Contract Amendment No.1
Raider Channel Drainage Improvements
City Project No.: 00660, DOE No. 5684
Prime Consultant Scope of Services Fee %of Contract
Stream Water Group,Inc, Engineering&Proj.Mgmt $81,177 80.98%
Proposed MlWBE 5ubconsuitants
Spooner and Associates Survey,Easement Document $ 3,350 3.34%
L.A Blueline,Inc. Reproduction $ 900 0.90%
HVJ Associates Geo Tach and Environmental Site Assesment $ 13,115 13.08%
Gorrondona&Associates SUE(Level B) $ 1,700 1.70%
Total For Professional Services $ 100,242 100%
Actual MIWBE City's MIWBE
Prolect Description Scove of Services Total Fee MNUBE Fee Percen Percent Goal
Engineering Services Channel Improvements $100,242 $19,065 19,02% 19%
EXHIBIT B-3A
(SUPPLEMENT TO ATTACHMENT B)
Contract Amendment No. 1
SUMMARY OF DESIGN FEES
Engineering Design Services: Raider Channel Improvements
City Project No.: 00660, DOE No. 5684
Estimated Construction Costs for Drainage Improvements= $708,846
1. Basic Engineering Fee based on%of construction(T.S.P.E. Curve%)
(T.S.P.E. Curve 8%X 0.85) _ $48,201
Basic Services $48,201
Basic Engineering(%of Construction Cost) $48,201
Special Services $52,041
Topographic Surveying Services(approx 425 LF and
misc. area) = $ 1,750
Easement Document(4 Q$600 ea ) = $ 2,400
Model update = $ 4,860
Right-of-Entries(6@a $100ea) = $ 600
Erosion Control Plans 1 SW3P = $ 3,900
Preparation of 404 Permit Requirements Determination = $ 9,440
Phase I Environmental Site Assessment(by mlwbe) = $ 4,965
Geotechnical investigation(by mlwbe) = $ 8,150
SUE(Quality Level B)(by mlwbe) = $ 1,700
Structural Design = $ 4,500
Traffic Control Plan = $ 1,215
Public Meeting = $ 1,480
Meeting&Reports = $ 1,200
Prepare and Upload Plan and Spec to Buzzsaw = $ 585
Field Visit with City PM at 60% Plan Submit = $ 765
Printing&Reproduction Subtotal = $ 2,625
Administrative(10%)Fee on MIWBE Firms = $ 1,906
Additional Services Subtotal = $ 52,041
TOTAL LUMP SUM $100,242
Total Lump Sum Fee for Drainage Improvements $100,242
We will be using HVJ and Associates ($13,115) for Geotech and Environmental Site Assesments,
Spooner and Associates($3,350) for Surveying services,Gorrondona and Associates($1,700)for
SUE and L.A Blueline. Inc. ($900) for printing and reproduction services.This will result in an
19% portion of the contract that will be performed by approved MIWBE firm which will meet or
exceed the target of 19%.
a
■ ]
n � F E
� 5' 2 7 -V
( C t () G
■ 2 f • § 7 E
co
� � \ o
i $ 2 2
g � $ R
k � T §
:3 M /
3k ®
« § §
/\/ o C=
axg EE
. 2f � \ m
@2 [ gic
. \ � ( q 2
ƒ a k c § d B
® 2 E »
\ o E J $ »
Em CP z] z 2
£ s o o ■ P ic
B Z1.0k � k
®
- --- m
,
_ {
CO
�
$ @e� ro3
■ cn E
�
2
7 E
/
�
§
\ �
� ƒ
EXHIBIT B-36(cont.)
(SUPPLEMENT TO ATTACHMENT B)
Contract Amendment No. 1
Raider Channel Improvements
City Project No.: 40660,DOE No. 5684
Part A-Conceptual Design and Part B-Plans A Specifications
Transportaion and Public Works: ( Construction Cost X ASCE Curve"K'X 85%) ($708,846X8%X.85)
Culvert and Channel Improvements = $48,201
Basic Services Total $48,201
Additional Services:
Transportaion& Public Works:
Topographic Surveying Services(approx 425 LF and
misc.area) _ $ 1,750
Easement Document(4 @$600 ea ] _ $ 2,400
Model update = $ 4,860
Right-of-Entries(6@$100ea) _ $ 600
Erosion Contral Plans 1 SW3P = $ 3,900
Preparation of 404 Permit Requirements Determination = $ 9,440
Phase I Environmental Site Assessment(by mlwbe) _ $ 4,965
Geotechnical Investigation(by mlwbe) _ $ 8,150
SUE(Quality Level B)(by mlwbe) _ $ 1,700
Structural Design = $ 4,500
Traffic Control Plan = $ 1,215
Public Meeting = $ 1,480
Meeting& Reports = $ 1,200
Prepare and Upload Plan and Spec to Buzzsaw = $ 585
Field Visit with City PM at 60% Plan Submit = $ 765
Printing&Reproduction Subtotal = $ 2,625
Administrative(10%)Fee on MIWBE Firms = $ 1,906
Additional Services Subtotal = $ 52,041
Total Project Lump Sum= $100,242
0 O LO 47 O O 0 O 0 d O 0 0 0 N 0 Hl u'i
chi cv M M 00 � N rn n o m A r n ui n
Q _
m N V m N W � bi r r�
LL
W
O
69 6% 6% 6R #A W V! 69 60 69. 61-f 6R 6R N N W H Yi W
H O 0 O O O
❑ 0 Y7 ry N N
U tc) o
'fj ca m
m
d 6q V! 6R vs,LO
69
N N N
U
Ln a W d M N N LD 00
U
m
M co 6% O rn r N
m to W
r �
al
Z C O O C
W � Q1 Z � o N N CD W � Cp 7 � � ? � ❑7 � � N C7
d W a
U a.� > Q
oa
a d M d
r a p o c r N Cl)
Q = vs a
0► G
moa
d Va. e
IL z Qr�} �Q '0m
�` O S X G -- ❑'F
U] �, ❑ C w a
coo
•S° a
N m a c c N A
m Ck CL
E .8 `o E °p a
c e '0 L 3 a
E m2i 2a `r� v c d w
np O m m e a c c
Q '3 A O 4 vi
y C L C 0 N y 'Tj FF V m G m
y c •� m m a ❑ C a v c
c N
a m c c N E
N w u: coe V u a
W [J c Q+ c L7 m 2 v
z. m Y d U' E c a `o n V e m
a U m -y III
Q m a 7 7 0 w H Q Z, Y c m m c G ❑ _� m
c cj U m c m a m ❑ c E a n `0 3 «
m 7 LO W W ' o W aii y Q! c iR O C. N �' `
'i u°1, c v p a r = c •N E 'S
w U a F a s ul w d LU w 3 E LL ti w a a' a m LL Yee
EXHIBIT B-3C
(SUPPLEMENT TO ATTACHMENT B)
Contract Amendment No. 1
Raider Channel Drainage Improvements
City Project No.: 00660, DOE No. 5584
Fee for Reproduction Services
Printing & Reproduction
Conceptual Plans
7 Sets(11"X1 7") _ $ 70
Preliminary Plans =
8 Sets of Construction Plans(11"X17") _ $ 80
2 Sets of Specifications = $ 90
Final Plans -
7 Sets of Construction Plans(11"X17") _ $ 70
7 Sets of Specifications = $ 315
Bid Documents =
20 Sets of Construction Plans = $ 720
20 Sets of Specifications = $ 500
Mounted Exhibits for Public Meetings -
5 Drawings = $ 380
Final Mylars for Record Purposes =
1 Set of Plans = $ 300
Printing and Reproduction Subtotal = $ 2,625
*Estimated using 20 sheets per plan and 1 part
Houston 4200 King Arthur Dr.
Austin oallas.TX 75247-3610
214.678.0227 Ph
Dallas 214.678.0228 Fax
A S S O C l AT E S San Antonio www.hvj.com
November 4,2008 (Revised November 5,2008)
Mr.Arefiin Shamsul
President
Stream Water Group Inc.
6737 Brentwood Stair Rd,Suite 230
Fort Worth,Texas 76112
Re: Proposal for Geotechnical Study&Phase I Environmental Site Assessment
Raider Channel Improvement Project
Owner: City of Fort Worth
HVA Proposal No. DG0818540&DE0818541
Dear Mr.Arefin:
HV] Associates,Inc.is pleased to submit this proposal for providing a geotechnical study for the
above-mentioned project. It outlines our understanding of the scope of the project and presents our
approach and our fees for providing the study. This proposal combines the scope for geotechnical
study and environmental site assessment. It also separates the cost to provide additional project
specific insurance coverage to our standard insurance policy.
This project will involve drainage improvements along Raider Drive in Fort Worth,Texas. These
improvements will include:
• Improve approximately 250 LF of natural channel with concrete lined channel just
north of S Pipeline Rd within the City of Euless.
• Replace existing 54 inch diameter culvert with 4-5'X5'box culverts at S Pipeline Rd.
• Improve approximately 420 LF of downstream portion of natural channel from the
culvert at S Pipeline Rd with concrete lined channel within the City of Fort Worth. It
should be noted that using a combination of Gabon and earthen channel
improvements instead of concrete lined channel improvements will be considered
during the design phase of this area once a detailed survey and the results of
geotechnical report are available.
• Install energy dissipaters at the downstream section of Phase I improvements to
minimize erosion at this area.
GEOTECHNICAL STUDY
At the time of writing this proposal, the exact depth of the proposed structures was not available;
however,we understand that the maximum depth of these structures will be less than 10 feet.
The purpose of this study is to perform a geotechnical investigation and provide design and
construction recommendations for the proposed improvements.
lair.Arefin Shamsul
HVJ Proposal No.DG0818540&DE0818541
November 4,2008 (Revised November 5,2008)
Page 2
We propose to drill three(3) soil borings to a depth of 20 feet below the existing ground surface to
obtain sufficient geotechnical information for the project. The borings will be sampled continuously
to a depth of 10 feet and at 5-foot intervals thereafter,to determine site stratigraphy and to obtain
samples for laboratory testing. All the field and laboratory tests will be performed according to
ASTM standards,where applicable,or with other well established procedures.
Results of the field and laboratory data will be used to develop recommendations for the desi and
construction of the project structures. All borings will be backfilled with bentonite chips and of soil
cuts after obtaining ground water measurements.
The laboratory testing program will be developed once the field boring logs have been reviewed and
the general site stratigraphy developed. The laboratory tests will include: moisture contents,
Atterberg Limits,percent passing No. 200 Sieves,unconfined compressive strengths,dry unit
weights,sulfates,pH,and chlorides tests.
A report of our study will be prepared by an engineer specializing in soil mechanics and foundation
engineering after reviewing available structural,geological,boring,and laboratory data. In general,
the following items will be included in our report:
1. Boring logs,
2. Laboratory and Field test results,
3. Regional and site geology,
4. Generalized groundwater and subsurface soil conditions,
5. Recommendation for box culverts
G. Global slope stability analysis for the channel,
7. Disperssive potential of on-site soils,
8. Site preparation and structural fill requirements,and
9. General earthwork recommendations.
We expect to complete this assignment in approximately four weeks,following our receipt of your
written notice to proceed and all the right of entries required to complete the field work. If
requested,verbal recommendations can be provided throughout the progress of the investigation as
testing is completed.
In our fee estimate,we have assumed that the site is accessible to truck-mounted drilling equipment
and all access and permit issues for private properties (if any) will be addressed by Stream Water
Group. Also the boring locations are assumed to be outside the roadway and there will be no need
for traffic control.
PHASE I ENVIRONMENTAL SITE ASSESSMENT
As required by Federal Regulations 40 CFR Part 312 and the Comprehensive Environmental
Response, Compensation and Liability Act, section 104(k)(2)(B), HVJ Associates will perform a
Phase i Environmental Site .?assessment (ESA) for the Raider Project area, All Phase I ESA work
will be conducted in accordance with ASTM E-1527-05, Standard Practice for Environmental Site
Assessments: Environmental Site Assessment Process. Environmental Liens and Use Limitations
and chains-of-title(COTS) charges are not included in this proposal. The Phase I ESA report will be
presented in a format consistent with the report outlined in Section 12 ASTM-1527-05 and any City
of Fort Worth standard practice or guidance document(s) for a study of this type. In conducting
Phase I ESA work, emphasis will be placed on the following activities:
Mr.Arefin Shamsul
HVJ Proposal No.DG0818540&DE0818541
November 4,2008 (Revised November 5,2008)
Page 3
• Review and validation of historical data prior to site visits(primarily federal,state,and
local government agency records concerning generation,use, storage,and disposal of
hazardous wastes and/or regulated wastes);
• Review of federal and state spills,and local HAZMAT response files in immediate
vicinity;
• Review of historical aerial photographs (1940's through 1990's);
• Review of historical city directories and Sanborn Maps;
• Review of current and available historical USGS topographic maps;
• Review of available FEMA Flood Insurance Rate Maps (FIRM} maps;
■ Site visit observations based upon historical use;
• Provision of sufficient site photos to describe and support all recognized environmental
conditions;
• Provision of observations and distances from property lines for all Phase II work
recommendations based on adjacent properties;
• Documentation of all visual evidence(or lack of visual evidence) of features associated
with underground storage tanks when historical data indicates their presence;
• Review of Texas Commission on Environmental Quality (TCEQ) files as required or
warranted;and
Our Phase I ESA will also include conducting a review of the local/regional hydrogeology and soil
conditions, conducting interviews with knowledgeable parties and conducting a follow-up site
reconnaissance if necessary. Because of the urban nature of the project area, no water well search
will be conducted. Further, to the best of our knowledge, this area has historically not been an oil
and gas field;therefore,a review of state oil and gas records will not be conducted.
Following our initial review of data, site reconnaissance and data analysis, a report will be prepared
summarizing our findings and conclusions. In general, the following items will be included in the
report:
• Field observation data;
• Plates, figures and drawings depicting general and environmental conditions;
■ Potential for soil and/or groundwater contamination to impact the site;and
• Recommendations for further environmental studies (if necessary).
If a Recognized Environmental Condition ('REC) is identified, HVJ Associates will promptly notify
Stream Water Group. HVJ Associates will submit two draft paper copy reports and one electronic
file (.pdf file via e-mail or on CD) for review.
Asbestos containing materials and lead based paints suspected within residences and small structures
along the alignment(if any)will be considered incidental and will not be the basis for recommending
Phase II investigations. Asbestos containing materials and lead-based paint found in large
commercial structures (if any) will be considered a significant environmental concern that warrants
consideration for a Phase II investigation. After receiving Stream Water Group or the City of Fort
Worth's comments to the draft report, HNU Associates will submit four bound copies and one
electronic copy(.pdf file via e-mail or on CD) of the final Phase i report. The report will be signed
by a fully qualified Environmental Professional and Registered Professional Geologist (PG) in the
State of Texas.
We request that a User Questionnaire be completed by the user for the project area to assist the user
and Environmental Professional/PG in gathering information from the user that may be material to
identifying recognized environmental conditions(this questionnaire will be provided under separate
Mr.Arefin Shamsul
HV] Proposal No. DG0818540&DE0818541
November 4,2008 (Revised November 5,2008)
Page 4
cover). In addition, according to the ASTM guidance document,a search of available recorded land
title records and lien records should be conducted by the user to identify environmental liens and
their use limitations that are imposed by judicial authorities. We can provide this information as an
additional scope item. Chains-of-title should they be required will also be an additional scope item.
Charges for Environmental Liens will be approximately$140/parcel and charges for COTS will be
approximately$200/parcel. Because of the location of the project area,we will also address wetland
issues (if any) as an added scope item.
FEES AND CONDITIONS
Based on the scope of work outlined, the lumpsum fee for our geotechnical services is $6,900 and
for our environmental phase I site assessment is$3,71.5 (Environmental Lien and COT document
charges are not included in this total).
Our standard insurance policy for professional liability provides $1,000,000 per claim and$1,000,000
annual aggregate. We understand that this project may require professional liability coverage up to
$2,000,000 annual aggregate. Our fee to provide such coverage will be additional $2,500.
Our accounting procedures call for the submittal of invoices on a month-end basis or at the
conclusion of project should its duration last less than a month. Our credit terms are net 30 days.
The scope of work described is appropriate for the project configuration presented to us. If
anomalous soil conditions are encountered, or if the project configuration changes significantly, a
change in work scope may be required. HV] Associates will recommend such changes when and if
it is deemed necessary.
Laboratory samples will be held for no more than a period of 30 days following completion of the
final report,or 120 days following completion of the draft report.
Stream Water Group will be responsible for providing a site plan suitable for use as a base map for
our plan of borings. In addition,Stream Water Group will be responsible for surveying the
horizontal and vertical boring locations upon completion of drilling,if this information is needed.
HV J Associates Inc.will use the Texas One Call System to locate buried utilities. We will coordinate
the boring locations with the Cities to eliminate conflicts with identified utilities.
If this proposal meets with your approval,please sign and complete the indicated spaces below and
forward a copy of the proposal to us.
Mr. Arehn Shamsul
HVJ Proposal No. DG0818540&DE0818541
November 4,2008 (Revised November 5,2008)
Page 5
HVJ Associates,Inc.is pleased to be of service on this project. Please contact us if you have any
questions or require additional information.
Sincerely,
HVJ ASSOCIATES,INC.
(�j:ajt SIA
Fadi Faraj,P.E.
Sr. Project Manager
Agreed to this day of 120
By:
Title:
Firm:
Date to Start Work:
Exhibit B-3D-2
Contract Amendment No. 1
Raider Channel Improvements
City Project No.:00660,DOE No.5684
October 13, 2008
Mr. Chris McCoy
Stream Water Group
6707 Brentwood Stair Road
Fort Worth,Texas 76112
RE: Subsurface Utility Engineering
Raider Channel
Fort Worth,Texas
Dear Mr. McCoy:
Gorrondona and Associates (G&A), is pleased to submit a cost proposal for Subsurface
Utility Engineering (SUE) required for the above-referenced project. This proposal is based
on information contained in your email dated October 10,2008.
Introduction
G&A will perform the SUE work required for this project in general accordance with the
recommended practices and procedures described in ASCE Publication CIIASCE 38-02
(Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data).
As described in this 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 utility 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 horizontal position of
subsurface utilities within approximately one foot.
• Quality Level A (QL"A") — Three dimensional (x,y,z) utility information obtained
utilizing non-destructive vacuum excavation equipment to expose utilities at critical
points which are then tied down by surveying. Also known as"locating", this quality
Mr.Chris McCoy
Oclober 1.3.1008
P:{ge 2 or 3
level provides precise horizontal and vertical positioning of utilities within
approximately 0.05 feet.
Scope of Work
Based on drawings provided by Stream Water Group (SWG) depicting the work areas, G&A
has developed a preliminary scope for the SUE work required for this project. The scope of
work may be modified, with your concurrence, during the performance of the SUE fieldwork
if warranted by actual field findings.
The scope of this proposal includes Quality Level "B" SUE activities. Quality Level "B"
SUE will include designating pipelines and communications lines located in the vicinity of the
proposed drainage improvements at each of the three locations. Based on our site visit,G&A
expects to encounter various utilities crossing the proposed improvements that require
designating for.
G&A will perform surveying that is required for collection of SUE field data.
Designating Procedures
Prior to beginning field designating activities, G&A'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). Based on the information provide, G&A
has assumed that all utilities requiring designating as part of this project are tonable(FOC and
pipelines).
G&A 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&A has developed a proven method of collecting and recording survey
information once the utilities have been designated in the field. G&A'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 El 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
..,-".'Y"'6-'.1".h'a I'd:S,.Nh-k�$y Ik-A1;L :h U&I r'i F;LI
%Ir.Cbrk McCoy
Oc sober 13.008
llaue 3 of 3
example, if there are 50 shots required on buried electric line El, the points will be numbered
El-1 through El-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&A will produce a utility file in ACAD or Microstation format and a summary sheet
containing test hole field notes.
Schedule
G&A estimates that the designating/locating work can be completed in two workdays. We
expect that the work can commence within 1 week of receipt of a Notice to Proceed.
Estimated Fees
Based on the assumptions stated herein, G&A proposes to perform the work for:
Raider Channel: QL"B" SUE= $1,000.00, survey$700.00
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.
Jeffrey K. Vick
Division Manager
ATTACHMENT"C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A WATER AND
SANITARY SEWER REPLACMENT CONTRACT
Engineering Design Services: Raider Channel Improvements
City Project No.: 00660, DOE No. 5684
Contract Amendment No. 1
There are no changes and amendments to Standard Agreement and Attachment A.
V
p
rs.
i
I
d '
❑ v
m
cA
❑U D
t� a
a ID
7 - — -v 6--.0 o o :o o .o a :o a a o a 7
a s s
�3 3 4 2V 3 w LL 'I W $ j LL 3 3 r F € 3 : 3311
i
_ S x Iii 3 3 1
a a 8 3 S g H
s So
Ad LLa - `s z
d Y a a a vai _ c� a n` a` a` rr $ o x a" u
U i f 3
C I^ En
r
^ o
z �
O
[a..,
�^
f
N �}
CW7.
41
O O
ca H
v6 pi
W 0
M-9 _..... .- C
a0
... ....._. ... .... ........ --_ _
g,e
d
�pp € �s 5 5 5
A 41
II
ks
f
€ 4 € w N a
n p a a a a & s
s y 3
CL -4
0 0
U `
� e
�d a
__ A.-
x
� a
i
arT i
n. -._ ._ .... _ .... ... .... ... ... .... ... ... .... ... ... ._
y
nl� �
2'
co
71 co
41 O LO
Lij
Q S o
o r o
U
U �
a
y� U
a 441
_.y...-- - .- .. _ .. n n n :n n n
n n_ r� p
SSra yC pG ,F�i A ,c S 7 S!' rd s ?r A 5 N 5
E f
8 � w
m !! a co a E m w e 3 $ $ s G .s
aodg
Y2
c
I
� { �
�
)
4
( !
! �
a \ ] *
� c
E
22 ) CL
/
CL
|
| } } f ƒ |
� ; }
a � �
CL
) � !
. I
d ■ � i ,!
Lj�] E- LD -1,t�
LI ERO
.. k. \_ •• .,1.::-M1:-�.1—fes+.,� _
11 -- - 77
..
yf
co
`W �� ..,iii' , ii. ♦ - .. f i
QRST�f./ 'Ir :r - IMPROVEMENT
r AREA
7r.
S; I ■ NE.
i -- — — —
�... ry ;t
FOIg', J .
pt
T r
ATTACHMENT E
"` LEGEND URT WART CITY OF FORT WORTH TEXAS WATERSHED AREA MAP
IAIBI�hBd (COUNCIL DISTRICT 5)
RAIDER CHANNEL IMPROVEMENTS STREAh1 WATER GROUP,INC.
-=.m FIVA Imprav EiJGINEERS PLANNERS•SURVEYORS
CITYMAPNO.210B-4181 MAPSCO PG 54 u„ ,
i3j 4 p wa�n 1w•!
.w�n
r!�_ mow..•.'" __ _ _ � -3
jrlt
DESIGN LIMIT
ir•
` ` '•i�', `` CJLVERTCOSSING
4-51X5'BOX
ir
LJ
,— S. PIPJ50NE RD.`
-1 �f• ,5.3a t
_ r ask ..
dew
�',� f - f ••s �■ CONCRETE LINED
rm�rr1 B'90TTOh1 iNIDTH
Y 21 SIDE SLOPES
r -
n `�' �;� " -- �• � f. `� �`�,• ., rte.. �,�
kL
Lu
:• ,
�NSIDESLOPE :/
TION j I 4
-4
'� - - •=yam :, __•" '�_— I� .F �� .
CT
s
4.
,.�::� ' ., �'�� '' �;. '•�ti-yam �:��:�''. .. . .. '� . : -
�. n til• x.� '��k; t -- -,. _ - - •- - • --��' - - —
r '' '' ��'�� f ATTACHMENT E9
LEGEND PROPOSED
FORT WART CITY OF FORT WORTH, TEXAS
Prop.Channel (COUNCIL DISTRICT5) IMPROVEMENTS
r Pmp•Gshbn RAIDER CHANNEL IMPROVEMENTS STREAM WATER GROUP,INC.
Prop•C'�� CITY MAP NO.2'108-418/MAPSCO PG.54 } ENGINEERS.PLANNERS•SURVEYORS
un`....r srWswm
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 5/26/2009
DATE: Tuesday, May 26, 2009 REFERENCE NO.: C-23551
LOG NAME: 20AMENDI RAI DERCHANNEL
SUBJECT:
Authorize Amendment No. 1 in the Amount of$100,242.00 to City Secretary Contract No. 35395, an
Engineering Agreement with Stream Water Group, Inc., for the Storm Water Utility Project— Raider
Channel Improvements
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the
amount of$100,242.00 to City Secretary Contract No. 35395 with Stream Water Group, Inc., revising the
total contract cost to $150,547.00.
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.
On October 16, 2007, (Ordinance No. 17840-10-2007) City Council authorized the issuance and sale of
$25,000,000.00 in Storm Water (Drainage) Revenue Bonds, Series 2007, to fund a two year Storm Water
Capital project program.
There have been instances of flooding of the properties along the existing channel that runs parallel and to
the east of Raider Street, specifically where the channel crosses South Pipeline Road.
A request for qualifications to provide drainage design was issued by the City in January of 2006 and 24
design consultants submitted statements of qualifications, including Stream Water Group, Inc.
Stream Water Group, Inc., was selected to study the drainage in the subject area and provide subsequent
design services for drainage improvements.
On June 5, 2007, the City Council authorized the City Manager to execute an engineering agreement with
Stream Water Group, Inc., (City Secretary Contract No. 35395) in the amount of$50,305.00 for a study of
the Raider channel and the culvert crossing at South Pipeline Road. It was anticipated that the study
project would be expanded to a design project.
The study has been completed and channel and culvert improvements have been recommended.
Amendment No. 1 will provide the design and preparation of engineering plans and contract documents
for the bidding and construction of the recommended improvements.
Logname: 20AMENDI RAIDERCHANNEL Page I of 2
Stream Water Group, Inc., proposes to perform the design services for a lump sum fee of$100,242.00.
City staff considers the fee to be fair and reasonable for the scope of services proposed.
In addition to the contract amount, $28,354.00 is required for project management by the Transportation
and Public Works Department.
Stream Water Group, Inc., is in compliance with the City's MANSE Ordinance by committing to 19 percent
MANSE participation. The City's goal on the project is 19 percent.
This project is located in COUNCIL DISTRICT 5, Mapsco, 54X.
FISCAL INFORMATION ! CERTIFICATION:
The Financial Management Services Director certifies that funds are 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 205280066031 $38,728.00
P229 531200 205280066032 $51,226.00
P229 531200 2052800660338 5$ 38.00
P229 531200 205280066051 $1,750.00
CERTIFICATIONS:
Submitted for City Manager's Office bv: Fernando Costa (8476)
Originating Department Head: William Verkest (7801)
Additional Information Contact: Michael Owen (8079)
ATTACHMENTS
1. BFT- 114-_1.15.pdf (CFW Internal}
2. MAP 20AMEN61RAIDERCHANNEL.pdf (Public)
3. MWBE 20AMENDI RAIDERCHANNEL(3).pdf (CFW Internal)
4. PMP 20AMENDIRAIDERCHANNEL(3).pdf (CFW Internal)
Logname: 20AMEND 1 RAZDERCHANNEL Page 2 of 2