HomeMy WebLinkAboutContract 35373-A1 AMENDMENT NO. 1
STATE OF TEXAS S CITY SECRETARY CONTRACT NO 5J
(M&C Needed)
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. 35373, (the Contract) which was authorized administratively
by the City Manager on the 11th day of June 2007; and
WHEREAS, the Contract involves engineering services for the
following project:
Storm Water Utility Project - Arundel Storm Drain Improvements, Project
No. 00671: DOE No. 5613
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 December 23,
2008, copies of which are both attached hereto and incorporated herein.
The cost to City for the additional services to be performed by Engineer
total $60,824.00.
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
$83,544.00.
3.
All other provisions of the Contract which are not _expraQ
amended herein shall remain in full force and effect. '
ORIGINAL
EXECUTED on this the 3�h day of (�a�" 2CC) in
Fort Worth, Tarrant County, Texas.
ATTEST:
�o,arr Ct:. Al.'.rorizati.ox
Marty Hendrix �+ _a.. l I bt
City Secretary
�c�tr
APPROVAL RECOMMENDED: APPROVED:
William A: Verk�., E. Fernando Costa
Director,Transportation and Assistant City Manager
Public Works Department
41 - fc)a
Engine
By: James eotte Engineering, Inc.
Name: James DeOtte
President
6707 Brentwood Stair, Rd. , #520
Fort Worth, Texas 76112
APPROVED O FO �GA�LLITY:
Assistant C' y ttorney
OFFICIAL RECORD
CITY SECRETARY
FT..V140F.H,TX
James DeOtte Civil Engineering
Engineering, Inc. Land Surveying
23 December 2008
Mr. Michael A. Owen, P.E.
Senior Professional Engineer
Department of Engineering
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Texas 76102-6311
Ref: Amendment#1 for Design Services
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No. 00671; City Secretary Contract# 35373; DOE# 5613
Mr. Owen,
James DeOtte Engineering, Inc. completed the drainage study for the referenced
project in August 2008. We request an amendment to the original contract to provide
the design services for the improvements recommended in the study:
Original contract:
Scope: Locate, map and perform a capacity analysis on the existing storm system.
Determine the required system capacity and perform an alignment study for any required relief
or replacement line. Summarize all information in a report.
Fee: $22,720.00
Amendment#1
Scope: Design and provide construction drawings for Arundel Avenue drainage
improvements as described in Drainage Study dated 30 June 2008 and substantially comprised
of approximately 900 linear feet of storm drain replacement and easement acquisition.
Fee: $61,888.00
Total Fee: $84,608.00
fax 817-930-0445 6707 Brentwood Stair Road;Suite 520 • Fort Worth,Texas 76112 817-"6-6877
The following Attachments and Exhibits are attached:
Exhibit A-1 Supplemental Scope of Services
Attachment B Compensation and Schedule
Attachment C Changes and Amendments to Standard Agreement
Attachment D Project Schedule
Attachment E Location Map
Attachment E-1 Solution Option Map
Sinc rely
1. CON
J s E DeOtte, P.E., R.P.L.S.
Presi e
fax 817-930-0445 6707 Brentwood Stair Road;Suite 520 9 Fort Worth,Texas 76112 817-446-6877
EXHIBIT "A-1"
SUPPLEMENTAL SCOPE OF SERVICES
(SUPPLEMENT TO ATTACHMENT "A")
AMENDMENT#1
ARUNDEL AVENUE
DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS
The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT
"K. Work under this attachment includes engineering services for paving and/or storm drain
improvements for the following:
Arundel Avenue drainage improvements as described in Drainage Study dated 30 June
2008 and substantially comprised of approximately 900 linear feet of storm drain
replacement.
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 the CITY's Department of
Engineering and other departments that are impacted by the project).
One (1) review meeting at completion of the City's review of the conceptual
engineering plans.
b. Data Collection
In addition to data obtained from the City, ENGINEER will research and make
Fni-1
Rev 11/02/05
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
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
EAl-2
Rev 11/02/05
intersections will be verified by field surveys. Spot elevations will be shown
on intersection layouts with cross slope to fit intersecting grade lines.
b. ENGINEER will provide the following information:
All plans, field notes, plats, maps, legal descriptions, or other specified
documents prepared in conjunction with the requested services shall be
provided in a digital format compatible with the electronic data collection
and computer aided design and drafting software currently in use by the
Department of Engineering. All text data such as plan and profile, legal
descriptions, coordinate files, cut sheets, etc., shall be provided in the
American Standard Code for Information Interchange (ASCII) format, and
all drawing files shall be provided in Autocad (DWG or DXF) format
(currently Release 12), or as otherwise approved in writing by the CITY,
and all data collected and generated during the course of the project shall
become the property of the CITY.
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. 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.l.'s, Manholes, Valves, etc., in
EAl-3
Rev 11/02/05
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.
ii. Public Notification and PersonneWehicle Identification
a. Prior to conducting design survey, ENGINEER will notify
affected residents of the project in writing. The notification
letter shall be on company letterhead and shall include the
following: project name limits DOE project No., Consultant's
Project Manager and phone no., scope of survey work and
design survey schedule. The letter will be reviewed and
approved by the City prior to distribution.
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. All company vehicles shall also
be readily identifiable.
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.
EAl-4
Rev 11/02/05
iv. Conceptual Engineering Plan Submittal
a. Conceptual plans shall be submitted to City 60 days after Notice
to Proceed Letter is issued.
b. The ENGINEER shall furnish four (4) copies of the Phase 1
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 following
and shall be on 22" x 34" sheets:
Property Ownership
Curb Lines
Driveways
Medians (if applicable)
Sidewalks
Existing and proposed water and sanitary sewer mains.
C. Proposed roadway profile grades and elevations along each curb line;
elevations at all p.v.i.'s; p.i's half stations; high and low points; vertical curve
information; and pertinent AASHTO 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
EA1-5
Rev 11/02/05
drain mains and leads shall be provided.
d. 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.
e. 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 1" = 10'
horizontal and 1" =2' vertical.
f. Street and intersection layouts.
g. 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 plan view.
h. Furnish as a function of final plans, six (6) 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
and proposed), right-of-way limits. Scale will be 1" =20' horizontal and 1" =
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.
I. 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
EA1-6
Rev 11/02/05
appropriated based on available information and recommendations will be
made for approval by the City.
j. Right-of--way/Easement 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".
k. Utility Clearance Phase
The ENGINEER will consult with the City's Transportation and Public
Works Department, Water Department, Department of Engineering, 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 deliver a minimum of 13 sets of approved preliminary
construction plans to the City's Utility Coordinator for forwarding to all utility
companies, which have facilities within the limits of the project.
I. Preliminary Construction Plan Submittal
i. Preliminary construction plans and specifications shall be submitted
to CITY 30 days after approval of Part B, Paragraph iv.
ii. The ENGINEER shall deliver two (2) sets of preliminary
construction plans 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
Standard Construction Details
Special Details (If applicable)
FAl-7
Rev 11/02/05
iii. Preliminary estimate 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.
M. Review Meetings with City
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.
n. 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.
3. Final Construction Plan Submittal
a. Final Construction Documents shall be submitted to CITY 30 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 two (2) 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.
EA1-8
Rev 11/02/05
C. 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
water/sanitary 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
II. Water and Sewer file name example — "X-
35667 org36.pdf" where "X-35667" is the
EA1-9
Rev 11/02/05
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 Engineering Vault at telephone number(817)
392-8426. File numbers will not be issued to a project
unless the DOE number and proper fund codes have been
assigned and are in the Department of Engineering
database.
PART C -PRE-CONSTRUCTION ASSISTANCE
Administration
a. Bid Documents Submittal
The ENGINEER will make available for bidding, upon request by
the CITY, up to fifty (50) sets of the final approved and dated plans
and specifications and contract documents for the projects to the
CITY for distribution to potential bidders. Proposal will be provided
in electronic format.
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
FJ -10
Rev 11/02/05
DOE by prospective bidders. 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. 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.
EAl-11
Rev 11/02/05
ATTACHMENT "B"
COMPENSATION AND SCHEDULE
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
I. Compensation
A. The Engineer shall be compensated a total lump sum fee of $ 60,824.00 as
summarized in Exhibit "B-3" Payment of the total lump sum fee shall be
considered full compensation for the services described in Exhibit "A-1" for all
labor materials, supplies, and equipment necessary to complete the project.
B. The Engineer shall be paid monthly payments as described in Exhibit "B-1"
Section 1 - Method of Payment.
Each invoice is to be verified as to its accuracy and compliance with the terms of
this contract by an officer of the Engineer.
II. Schedule
Final Plans and Contract Documents for bid advertisement shall be submitted within 315
calendar days after the "Notice to Proceed" letter is issued.
A. Design Report—0 calendar days.
B. Conceptual Engineering Plans- 120 calendar days.
C. Preliminary Engineering Plans and Contract Documents- 120 calendar days.
D. Final Engineering Plans and Contract Documents- 30 calendar days.
E. Final Plans and Contract Documents for Bid Advertisement-45 calendar days.
F. Construction— 180 calendar days.
Attachment B_04-0605 revised 9-23-08
B - 1
EXHIBIT "13-1"
METHOD OF PAYMENT
(SUPPLEMENT TO ATTACHMENT"B")
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
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 plan 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 Plan submittal to
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 plan 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 the earnings, less previous payments, shall be payable after Bid opening
for the Project has been conducted.
II. Progress Reports
A. The Engineer shall submit to the designated representative of the Director of the
Department of Engineering monthly progress reports covering all phases of
design by the 10t'of every month in the format required by the City.
B. If Engineer determines in the course of making design drawings and
specifications that the opinion of probable construction cost of $334,154.70 (as
estimated in Exhibit B-4 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 Department of Engineering and, if so
instructed by the Director of the Department of Engineering shall suspend all
work hereunder.
Attachmerd B 04-0605 revised 9-23-08
131 - 1
EXHIBIT "B-2"
HOURLY RATE SCHEDULE
(SUPPLEMENT TO ATTACHMENT "B")
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
2008 Standard Hourly Rate Schedule
Employee Classification Rate/Hour(Range)
Principal Engineer $130/hour
Project Manager/Planner $90/hour
R.P.L.S. $130/hour
R.P.L.S. (Principal) $130/hour
Design Engineer $65-$80/hour
Designer/CAD Operator $65-$105/hour
Survey Technician $80/hour
Clerical $40/hour
Survey Crew $135/hour
Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual
invoice cost plus.
Attachment B_04-0605 revised 9-23-08
B2 - 1
EXHIBIT "B-3A"
(Supplement to Attachment B)
SUMMARY OF TOTAL PROJECT FEES
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Consulting Firm Prime Responsibility Amount %
Prime Consultant:
James DeOtte Engineering $33,622.00 55.2%
Engineering, Inc.
Proposed MWWBE
Sub-Consultants Amount ".8 %
Gorrondona and Topographic, Land $22,300.00 36.7%
Associates, Inc. Surveying Services and
Subsurface Utility
Engineering
L.A. Blueline Reproduction $4,902.00 8.1%
Project Description Scope of Services Total Fee MWBE Fee Percent
Engineering Services Storm Drainage Design $60,824.00 $27,202.00 44.8%
MWBE Goal 16.0%
Attachment B_04-0605 revised 9-23-08
B3- 1
EXHIBIT "13-313"
(Supplement to Attachment B)
PROFESSIONAL SERVICES FEE SUMMARY
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Part A—Conceptual Design, and Part B—Plans and Specifications
I. ARUNDEL AVENUE DRAINAGE IMPROVEMENTS:
Basic Services Total ($334,154.70 x 7.5 x .85) _ $ 21,302.00
A. ARUNDEL AVENUE DRAINAGE IMPROVEMENTS SPECIAL SERVICES
1. Topographic Surveying Svcs.(by M/WBE) $ 8,000.00*
2. Property survey and easement (9) perm $ 10,800.00*
3. Erosion Control Plans & SW3P $ 3,000.00
4. Sub-surface Utility Engineering Level B $ 3,500.00*
5. Public Meeting (total 2) $ 1,040.00
6. Printing & Reproduction Subtotal $ 4,902.00*
7. In House Reproduction $ 1,000.00
8. Administrative (10%) Fee on subs $ 2,720.00
9. Construction Related Services
a. Bid Opening and Review $ 1,000.00
b. Compile Bid Tabulations $ 1,000.00
c. Pre-Construction Meeting $ 1,000.00
d. Limited Construction Services $
1. Coordination with other agencies $ N/A
2. Address request for information $ 520.00
3. Periodic site visits (1 total) $ 520.00
4. Review Shop Drawings $ 520.00
10. Prepare and submit As-Built Plans $ N/A
Additional Services Subtotal $ 39,522.00
*denotes subcontract
TOTAL PROJECTED FEE $ 60,824.00
Attachment 8_04-0605 revised 9-23-06
B3 -2
EXHIBIT "13-313"
(Supplement to Attachment B)
SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE)
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
A. SUMMARY OF TOTAL FEE
Service Description Total
Engineering Services $ 21,302.00
Special Services $ 20,722.00
Surveying Services $ 18,800.00
FTotal $ 60,824.00
B. BREAKDOWN OF SEWER FEES (LESS SURVEY FEES)
1. Total Fee (less survey and permitting fee) Breakdown by Concept. Preliminary and Final
Design
30 a. Concept(30%)=(Total Fee—Survey)x (0.3) _$ 12,607.00
31 b. Preliminary(60%)_(Total Fee—Survey Fee)x (0.6) _$ 25,214.00
32 c. Final (10%)_(Total Fee—Survey Fee)x (0.1) _$ 4,203.00
51 d. Surveying Services =$ 18,800.00
Attachment B 04-0605 revised 9-23.08
133-3
EXHIBIT "B-3C"
(Supplement to Attachment B)
FEES FOR SURVEYING SERVICES
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Surveying and Subsurface Utility Engineering Services:
Establish Horizontal and Vertical Control, Topographic and planimetric survey
$ 8,000.00
Boundary survey and preparation of 18 easements (9 permanent and 9 temporary
construction = $ 10,800.00
Subsurface Utility Engineering = $ 3,500.00
Total Surveying and Subsurface Utility Engineering Services
$ 22,300.00
Attachment B 04-0605 revised 9-23-O8
B3-4
EXHIBIT "B-3E"
(Supplement to Attachment B)
FEE FOR REPRODUCTION SERVICES
AMENDMENT#1
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Printing & Reproduction:
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Design Report: $ N/A
Preliminary & Utility Clearance:
13 sets of Const. Plans $1.80/sht. x 10 sht./plan x 13 $ 234.00
6 sets of Const. Plans $1.80/sht. x 10sht./plan x 6 $ 108.00
2 sets of Specifications $.20/sheet x 280 Pg/Spec x 2 $ 112.00
Final Plans:
2 sets of Const. Plans $1.80/Sheet x 10 sht./plan x 2 $ 36.00
2 sets of Specifications $.20/sheet x 280 Pg/Spec x 2 $ 112.00
Bid Documents:
50 Sets of Const. Plans $1.80/sheet x 10 Sht./Plan x 50 $ 900.00
50 Sets of Specifications $.20/sheet x 280 pg/spec x 50 $ 2,800.00
Mounted Exhibits for Public Meeting
1 Drawings $100/Board x 3 each $ 300.00
Final Mylars for Record Purposes Not Included
Reproduction of SWPPP $ 0.20/sheet x 300 sheets x 5 $ 300.00
Printing & Reproduction Total $ 4,902.00
Attachment B_04-0605 revised 9-23-08
B3- 5
O O O O O CD O O O O O O O
0 0 0 0 0 0 0 0 0 0 0 0 0 0
m O O O N O O O O O O O O O
N O t0 t0 n O N O CDFfF O C) O
F- —1 C) Vl +--1 n n t0 T O O V' CD CD O I� r% Ln
R\�G D le M cl�M J -4 ri tc M Fri � ao o .-i n M
2co ko
Q M M
W °8v16
O o 0 0 0 0 0 0 0 0 0 0 0 0 0
o 0 0 0 0 0 0 0 0 0 0 0 0 0
Yy d W to to O co N O 6 $? O O M CG O O C
�� U fR N � t0 A Cr 1*l F� ,4 -b T ,--I CD O y�
M tD v iA- t14 4-6- 0 O
E ���d3a G�� Z � L � � ao O
F-
�; Z)
a � c�
r N
w C
W m is Z 1O Gu
c E Q w °
j� W a a u
i C c (So O U U-
C=
aI N W N m U o e
3 Q F'� () C O a O u OL
If 0
xx �'
a m . W Q t0 U Q /d�� °
En
Ll
X � U U O C cn B Q u o Q o
LO
E v cn - f c E c — a)
m 4,� Cn Fn ,� x Uf-
F- QQ QQ QQ }
N co 7
Z
f0 m O co N
C) U F- d to O t0 t0 t0 O 00 O OO V`
} U = N O a0 co co Fn ,-i ,1 O Fn Fn O ,-1
H�l
FOD
FnT;� W =O U co o ° w Z
a U �* z vUi F= N M V• Fn t0 � m M zo O Q p aW
oU 5 D U tL
ATTACHMENT C
ARUNDEL AVENUE
AMENDMENT#1
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A
Changes and amendments to Standard Agreement and Attachment A include:
NONE
Attachment C Page 1
c
Co 10
N
O
Z
ICID �
� f
m
�1
o�W
041
► —► ,
> m
O c
Z vl a
CO) m
H
m m c_
E v
1241'
Z > jE m o >
W •Om m >c m a
2 Z'
of m
cLi Q> n� � ci rn rn ci rn 0) rn ci rn o 0 o E m
= co EZ r. o o 0 0 0 0 0 0 0 0 E W
U m� m� a N cn N n 0 N N v m a m m c'n a
O m O c N N I� c � Q Cl) O
Qa Q` c a c ,r o - •= •c - o •C t lL H E 0
LL 2 LL LL LL lL g LL LL :i L H _m E •o
O V LL
LL H d
Q c" cn rn rn rn rn rn rn rn rn rn rn o Co 0
p o 0 0 0 0 0 0 0 0 0 0 - -
LO LO a a _ ;is � -
C7 f0 .�- N a0 N C7 C7 _
C = C° O O O O O O c O O LL lL O -
Cl) Sc a O
T cc T T T T T T T T T T cc T
N •O cc m m cc m m m m cc cc •o m
pa •o •o •o •o •o •o •o •o •o -o -
.c c 0otooCo rnoL Iq vW n n n CvIO'a m
H
Y LD
cc
EE cn a`
c c
j m
T o � E c
>• z 40 o o m
o a ° m
a. cr
a Z` a G 0 c
W v o, a a r a a a ° .2. o
n m c c ma V ii
mE m z G a
c c 9 m ? do€ $
Y V dd c d M
W i o W N u m
A
0 C? N C"1 f0 1� a0 O1 aM-- cc
ao
�,E +{ "Ave4ern`broke Dr
A
01
- tt
' i
P Ay * Icy' �G!&C0 1 ff
;VIere.Hlce of G P9k HSIOr' :M4 fpwk 140 Way
N�'f C7 ! .
Ek "p r '
Lowden V i�:FQRiVV4Rh@:^
iiR+tlgOC4 J{ ;i Dr k..1
3 BMW
?
re
_ d°t3t �" davjtt St Cleudt St ro
slow St
si
MO y m Wesic 11 Rd ?419si> 5S
S0,1 i-i J Ave Gn f,. t'C��P ROJE T LOCAON Issuer Stji
Fit
=.� mill
Pafforcrip
St r
4 f � _ o a z y Draw St
cb earl Se w �►
gcwI Si
StMoR Or
Overton P, ,1
h p �,
.� Lanark Ay" a� 'f13r !A to I
I Nak a t 8IN AVE* "ce Ave
1~�Lar `
46 0--var. ,ewe ikl•+ � —-m1kigamUB Rd °
4, Ce�roa Ave ��_;�1t _
,'1"i
�,
tk�e$v� Mein -ydO �v�o R
s a 4xK �ow� AYe Fates St JO
4a 82ds#kero; Q CaveatAve ,!
BARED LOCA110N MAP
CITY PROJECT#00671
Jam DeOtte E1K Inc. CITY SECRETARY CONTRACT#35373
f , - °OE#58,3 ARUNDEL AVE
O#81Ei 07 Br 91 wood LStair C11011YANMiBfBQ COUNCIL DISTRICT
REFR89H3 DRAINAGE STUDY
6707 Brentwood Stair Road
y
Suite FORT WORTH MAP
Fort Worth, Texas
2036-372s 76112 �_
(817)446-6677 AMENDMENTI ATTACHMENT E
MEN,CHAN
CAPACm�r =8
:\ 10 12�
r197 36"RCP �j I 3
JrA
14 /ter Wro5 PIPE
= 11 J�p // 5
400 LF 64"
RGP 0 2.96aR
1 1 234 t LFj96'f cP \Ckk1 119c"
Blk 4 5 s. \
ncaplo,2277��qq Ya \ INLET CAPACITY
\ G(100NN PIPE_ .19.7cfa S5
\ ADD 1 CURB INLETS \ �, 4
\i•SS 9^,M-v SS _ 5'CURB 1 5
INLET CAPACm Z(
6'�55 `1 �g=10.7cfi
i
4
f 224 LF 24"RCP @ 2.8
ncap=30=3 �Q,
DO)IN PIPE3,Ocfa \ a %'/ o� ,(�\
2 486 LF 36" �l �$
\ RCP@1.56% `Blk 10
.. A •IPp55�� / 7 / \
_ 1 .
II ncap- cis 10
\) OW)M F4 30cfp1 \ /
— 1 \ % \ 13
2
16 15 14 r
IN 22.2cfa 5 14
12 \
ADD URB i ET311
1 C CITY
y _ —V 6'wL i-J �•�.10.7cfa 10 \
• __ SS— — ss RB INLETS 9 - \\
-- \0 93 LF 'RCP@2. � ----- --\
1 8 p.31efa ._._-
7 n(100N PIPFJ ))
2 3 �
\\ \ 1aPlg 5*\ 22 21 2
23
34 \L—_— -- .--.-- — "1 225 LF "RCP 0L -
II nc p=31 cta 24
/ Blk 12 \{ n(1�N PIPE=28cfa 25 \
J// 26 1a 6' IRS INLETS
— v
—— 2 9 28' 27 1 LET 17.3cie 1 _
I I 32 31 30 ADD 10'CURGIN
3 i{
II
NLET CAPA Blk 14
6" 35 LF 18"RCP \ '10.7cfa 2 "
- -w ----w 1.
- =1sch 1 1
Blk 13 B
I 26
100 0 100 200
GRAPHIC SCALE IN FEET
PROCEDURE:
LEGEND 1. UPSIZE & REPLACE EXISTING STORM
DRAIN UPSTREAM AS SHOWN.
EXISTWG STORM DRAW 2. INSTALL ADDITIONAL INLETS AS
PROPOSED STORM DRAW SHOWN.
100`24"RCP @ EXISTWG SO SYSTEM AMENDMENT 1
1.00% LENGTH,SEE AND SLOPE
100-24"RCP @ PROPOSED SO SYS EM SOLUTION OPTION#1
1.001/ LENGTH,SEE AND SLOPE
EXISTWG 2 FOOT CONTOURS ARUNDEL AVE.DRAINAGE STUDY
-———————- EXISTWG 10 FOOT CONTOURS CITY OF FORT WORTH TEXAS
CITY PROJECTS 00671 PREPARED FOR:
--' -- -' -- EMMM WATER LNE CITY SECRETARY CONTRACT#35373 1Tr of FORT NORTH
1000 THROCKMORTON
--a ---" ---y -- EXISTM SEWER LM DOE#5613 FORT WORTH,TEXAS 76102
COUNCIL DISTRICT 3 James DeOlte 6707 ORITWOOb OSTA R RD. C'l Enqinee inq
~, EXIST.APPROX.PONDNG LOCATIONS MAPSCO REF.89H Engineering,Inc. Fort Wor[h.Texas 76112 and Survey ng
FORT WORTH MAP Phone• i�71 �6 b877
2038-372
TCM/KMM 6/23/OB 20061C4500 ATTACHMENT E-1
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 12/16/2008
DATE: Tuesday, December 16, 2008
LOG NAME: 20ARUNDEL REFERENCE NO.: **C-23236
SUBJECT:
Authorize Amendment No. 1 in the Amount of $60,824.00 to City Secretary Contract No. 35373 with
James DeOtte Engineering, Inc., for the Arundel Storm Drain Improvements
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the
amount of$60,824.00 to City Secretary Contract No. 35373, an engineering agreement with James DeOtte
Engineering, Inc., thereby revising the total contract cost to $83,544.00.
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.
A mid-block sump on Arundel is served by an un-mapped storm drain, and home flooding on Bellaire Circle
has occurred in the recent past. James DeOtte Engineering, Inc., was selected to study the drainage in the
area and provide subsequent design services for drainage improvements.
On June 11, 2007, the City Manager executed administratively an engineering agreement with James
DeOtte Engineering, Inc., for the study of proposed storm drain improvements at Arundel Avenue.
On October 16, 2007, the City Council approved the issuance and sale of bonds which will be used to fund
capital improvements in the storm water utility system scheduled over the next two years.
The study has been completed and the following proposed improvements have been recommended: upsize
and replace existing storm drain from an existing earthen channel north of Bellaire Circle to Arundel Avenue
and install additional inlets at Bellaire Circle, Arundel Avenue, and Winslow Drive.
Amendment No. 1 of the subject engineering agreement will provide the design and preparation of
engineering plans and contract documents for the bidding and construction of the recommended
improvements.
James DeOtte Engineering, Inc., proposes to perform the design services for a lump sum fee of
$60,824.00. City staff considers the fee to be fair and reasonable for the scope of services proposed.
In addition to the contract amount, $12,775.00 is required for project management by the Transportation
and Public Works Department.
James DeOtte Engineering, Inc., is in compliance with the City's M/WBE Ordinance by committing to 45
Logname: 20ARUNDEL Pagel of 2
h
percent M/WBE participation. The City's goal on the project is 16 percent.
This project is located in COUNCIL DISTRICT 3, Mapsco 89H.
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.
TO Fund/Account/Centers FROM Fund/Account/Centers
P229 531200 203280067131 $12.607.00
P229 531200 203280067132 $25,214.00
P229 531200 203280067133 $4,203.00
P229 531200 203280067151 $18,800.00
Submitted for City Manager's Office by: Fernando Costa (6122)
Originating Department Head: Greg Simmons(7862)
Additional Information Contact: Dena Johnson (7866)
Logname: 20ARUNDEL Page 2 of 2