HomeMy WebLinkAboutContract 35921-A2 (2) CITY SECRETARY
AMENDMENT NO. 2 CONTRACT IO,3f2Ct j;>�-Iq a
(No M&C Needed)
STATE OF TEXAS 8
COUNTY OF TARRANT S
WHEREAS, the City of Fort Worth (City) and James DeOtte
Engineering Inc. , (Engineer) made and entered into City Secretary
Contract No. 35921, (the Contract) which was authorized by the
City Council by M&C C-22407 on the 25th day of September 2007; and
WHEREAS, the Contract involves engineering services for the
following project:
Rolling Hills Addition Drainage Improvements, Project No. 00704
WHEREAS, it has become necessary to execute Amendment No. 2
to said Contract to include an increased scope of work and revised
maximum fee;
NOW THEREFORE, City and Engineer, acting herein by and
through their duly authorized representatives, enter into the
following agreement which amends the Contract:
1 .
Article I of the Contract is amended to include the
additional engineering services specified in a proposal letter
dated 27th September 2011, 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 $ 16, 691 . 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 $ 216,320.00 .
City of Fort Worth,Texas OFFICIAL RE ]ARY
Amendment to Engineering Agreement ECRE
PMO Official Release Date:10.01.2010 C,1'TY S *Page 1 of 2Tm�ORTR
10-17-11 PO4 : 42 IN
3 .
All other provisions of the Contract which are not expressly amended
herein shall remain in full force and effect.
EXECUTED on this the day of 2011, in Fort
Worth, Tarrant County, Texas.
ATTEST: a� o 00 of (}
f A-0 %
°'
LL
Marty Hendrix o p '
City Secretary
NO M&C REQUIRED
APPROVAL RECOMMENDED: APPROVED:Douglas W Wiersig, P.E. Dire or, Fernando Costa
Department of Transportation/ lic Assistant City Manager
Works
James DeOtte Engineering, Inc.
ENGINEER
By: �LOL C11
Name: Jam E. DeOtte, P.E.
Principal, James DeOtte Engineering, Inc.
6707 Brentwood Stair Road, Ste. 520
Fort Worth, Texas 76112
APPROVELSTOORM AND LEGALITY:
Assistant City Attorney
City of Fort Worth,Texas
Amendment to Engineering Agreement =-T--
PMO Official Release Date:6.18.2010 Page 2 of 2 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
JC1YYleS
...............CivilEngineeing
..................... ..
DeOtte Land Surveying
............ .......... ............ ..............................
�o�= �ha„Management
...... ............
ENGINEERING Inc. Hydrologic and Hydraulic Modeling
.......................... ...................................................
27 September 2011
Mr. J. Felipe Pullido, PE
Project Manager
TPW - Stormwater
900 Monroe, Suite 201
Fort Worth, Texas 76102
Ref: Amendment #2 for Supplemental Funds for Design Services
ROLLING HILLS DRAINAGE IMPROVEMENTS
Project No. 00704; City Secretary Contract #35921 ; DOE #5695
Mr. Puliclo,
James DeOtte Engineering, Inc. completed the drainage study for the referenced
project in August 2008. We request an amendment to the amended contract in order
to provide design services in addition to the improvements recommended in the study.
Additional services and fees summary:
Research and design of Storm Water filtration system $ 1,960
Update Inlet Capacity Calculations to 2010 Standards $ 1,500
4 Easements with Field Work $ 3,960
Coordination for 4 additional easements $ 580
Additional Topographic Survey (1,200 LF of roadway and
2 areas 1.5+ acre of additional topographic survey) $ 8,019
Coordination for Additional Topo $ 672
Amendment#2 Total 16,691
Summary of previous contract amendments:
Original Contract $ 41,840
Amendment #1 $ 157,789
Amendment #2 $ 16,691
Total Revised Contract $ 216,320
Sincerely,
Jam s5rE. DeOtte, P.E., R.P.L.S.
President
fox8l7.930.0445 6707 Brentwood Stair Rd.Ste.520 * Fort Worth TX,76112 phone 817.446.6877
.......................................... ...........................................................................................................................................
ATTACHMENT "A"
Scope for Engineering Design Related Services for Storm Water Improvements Projects
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project. Under this scope, "ENGINEER"
is expanded to include any sub-consultant, including surveyor, employed or contracted by
the ENGINEER.
OBJECTIVE
The objective of this project is to eliminate storm drainage related flooding in the Rolling Hills
subdivision and to improve the drainage system to bring it into compliance with current City
of Fort Worth drainage criteria.
WORK TO BE PERFORMED
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 7. ROW/Easement Services
Task 8. Survey Services
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
2.5. Include Storm Water Filtering BMP in project drawings
• Design of filtering structure to remove sediment, trash and debris from main
sewer line.
• Focus placed on water quality of storm water discharge into Sycamore Creek.
• Research and implementation of filtering structure i.e. Size, Location, Filtering
Qualifications
DELIVERABLES
A. Preliminary Design Drawings comparing alternative storm water filtering methods
and individual products as well as an engineer's recommendation.
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
3.7. Update On-Grade Inlet Capacity Calculation Tables to 2010 Standards
ASSUMPTIONS
• All storm water inlet calculations and design shall conform to the City of Fort
Worth Storm Water Management Design Manual, October 2010.
ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9/01/2009)
PAGE 1 OF 2
TASK 7. ROW/EASEMENT SERVICES.
7.4. Additional Right-of-Way/Easement Preparation and Submittal.
• The ENGINEER shall prepare documents to be used to obtain right-of-way and
permanent and/or temporary easements required to construct the improvements.
ASSUMPTIONS
• 2 Permanent and 2 Temporary Construction Easements
DELIVERABLES
A. Easement exhibits and metes and bounds provided on CITY forms.
TASK 8. SURVEY.
8.2. Additional Design Survey and Coordination
• Additional areas requiring topographic and boundary survey include:
• Existing storm drain outfall along South Riverside Drive, 100 LF natural
channel
• Briardale Rd, 800 LF roadway
• Kingsdale Dr, 400 LF roadway southwest of Rolling Hills
• Existing natural channels upstream of existing storm drain east of Ellis Ranch
Tr., 300 LF natural channel
ATTACHMENT"A"TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9101/2009)
PAGE 2 OF 2
ATTACHMENT B
COMPENSATION
Design Services for
ROLLING HILLS ADDITION DRAINAGE IMPROVEMENTS
City Project No. 00704
AMENDMENT No. 2
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $ 16,691.00 as
summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A, including all labor materials, supplies,
and equipment necessary to deliver the services.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in Item III of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth's Schedule Guidance Document.
C. The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
D. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department — Storm Water Utility monthly
progress reports and schedules in the format required by the City.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Prime Consultant
James DeOtte Engineering Inc. Study—Original Contract $ 41,840.00 19.3 %
James DeOtte Engineering Inc. Engineering —Amendment#1 $ 98,571.00 45.6 %
James DeOtte Engineering Inc. Engineering —Amendment#2 $ 4,712.00 2.2 %
Proposed M/WBE Sub-Consultants
Gorrondona &Associates Survey—Amendment#1 $ 50,820.00 23.5 %
Gorrondona &Associates Survey—Amendment#2 $ 11,979.00 5.5 %
LA Blueline Reproduction Reproduction—Amendment#1 $ 5,648.00 2.6 %
Proposed M/WBE Sub-Consultants
CMJ Engineering, Inc. Geotechnical-Amendment#1 $ 2,750.00 1.3 %
TOTAL $ 216,320.00 100%
V. Summary of M/WBE Participation
Project Number& Name Total Fee M/WBE Fee M/WBE %
00704-Rolling Hills Drainage Improvements $ 216,320.00 $ 68,447.00 31.6 %
City M/WBE Goal = 17% Consultant Committed Goal = 31.6 %
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 2 of 3
B-2
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across work types and work phases.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:5.19.2010
Page 3 of 3
B-3
N O c
jy PH
N lop
�
b! 9 9 f9
O O 00
O O y C C 3 Q y�
C O O Of O O �` c A N y.. O
r 'Oo Nai ei m m>> m mU
E m x c c o u
w d ri co' E w o c r m
c d fA F--m m m o
ou o = >>o- a`
u Fcncn w
s w w w c m $
A m Z o
d
c
0
a
0
c
d
0: rn rn w w ui
o 0 0 0 0 0 0 0 N
0] m_ci u0 °J w i_w vi coo m `T
J
J
Q
F
O
F
EA M f9 fA f9 d3 kA 1A
o 0 0 0
Y O
x
` O O 10�O N N tp t0
co CD
L O O O O
07 O
CDx
0 3 Z 1,
x
N f0 A N ii1 A
O O F O O F F
L z 9
� G
N d
a
� C
E m
Q U
U) m
m
U
()
c
G
d
W
E
O
a a o`
m 00LL
L �
U) U
F c o
rn a
c � Z
m a
ro > n
a` o c
o d m d a 0
N
� m� _G a v
v E Q
o
2 0) In o
C C o o N c o
c
m
3 c m � R « f0 0) Z a
•y� C O m W e U) N m
O a
v a U m d x N c ti
N W N
0 `o •i c v 0 W c p
U l m a d 2 6 E U) A
(n N m a O_ N O_ E
N d� M OD ti w OO '•�
Y = C V Y V
H ii w O 07 Q N Q
F- F- F- F-
A A A
N M n b y 00 N
t i ri r cc