HomeMy WebLinkAboutContract 35373-A2 AMENDMENT NO. 2
STATE OF TEXAS S CITY SECRETARY CONTRACT NO.
(No 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 by the
City Council by M&C C-23236 on the 16th day of December 2008; and
WHEREAS, the Contract involves engineering services for the
following project:
Arundel Storm Drain Improvements, Project No. 00671
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 May 14, 2010, 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 $20,461.
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 $104,005 .
OFFICIAL RECORD
CITY SECRETARY
FT WORTH,TX
City of Fort Worth,Texas
Amendment to Engineering Agreement 0 7-2 7-1 0 P a 2:5 7 I N
PMO Official Release Date:6.18.2010
Page 1 of 2
3.
All other provisions of the Contract which are not expressly amended
herein shall remain in full force and effect.
EXECUTED on this the }1' day of , 2010, in Fort
Worth, Tarrant County, Texas. ��dgb�Q
a�F FoRr aa�
ATTEST: oop00000Qo�/���
V
dk° Q040
O p
Marty Hendrix ooO ° a°
City Secretary t3a4 o0 00° ICY 0D00000A'
44 hix AY
APPROVAL RECOMMENDED: APPROVED:
64\ 4;��
William A. Verk , P.E. Director, Fernando Costa
Transportation and Public Works Assistant City Manager
Department
James DeOtte Engineering, Inc. N=OM&-(C 1 Z E Q U I R J,,!)
---�-
ENGINEER
By:
_ �\az'
Name: J tte, P.E.
President
6707 Brentwood Stair Road, Suite 520
Fort Worth, TX 76112
APPROVED A3 TO FORM AND LEGALITY: 4
Assistant City Attorney
City of Fort Worth,Texas
Amendment to Engineering Agreement
PMO Official Release Date:6.18.2010
Page 2 of 2
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
t
James DeOtte Civil Engineering
Engineering, Inc. Land Surveying
14 May 2010
Mr. Michael A. Owen, P.E.
Senior Professional Engineer
Transportation and Public Works
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Texas 76102-6311
Ref: Amendment#2 for Supplemental Funds 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 amended contract in order to
provide additional 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: $60,824.00
Total Fee: $83,544.00
+ax 817-030-0445 3707 Brentwood Stair`toad, Suite 520 • Fort Worth,Texas 76112 817-446-6877
A
Amendment#2
Scope: Provide additional topographic survey and subsurface utility engineering
(S.U.E.) in order to produce construction drawings for the Arundel Avenue drainage
improvements. Design will consist of approximately 1,655 linear feet of storm drain to bypass the
existing system. The proposed storm drain alignment will begin at the existing curb inlets in
Arundel Avenue travel west to Encanto Drive then north to Bellaire Circle where it will enter a
proposed 25' drainage easement following the southern property line of lot 14 to a proposed
outfall in the existing drainage channel.
Fee: $20,461.00
Total Fee: $104,005.00
Attached are exhibits and attachments describing the additional scope and fee:
Attachment A..........Scope of Services
Attachment B..........Compensation and Schedule
Attachment C. ........Changes and Amendments to Standard Agreement
Attachment D. ........Project Schedule
Attachment E..........Solution Option Map
Attachment F..........Level of Effort Worksheet
Sincerely
JWTnes E. eOtte, P.E., R.P.L.S.
Preet
fax 317-930-0445 u707 Brentwood Stair Road; Suite 520 Fort Worth,Texas 16112 317-�6-6877
ATTACHMENT"A"
Scope for Engineering Design Related Services for Storm Water Improvements Proiects
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 along Arundel
Avenue by bypassing the existing drainage system with a new system sized to carry the 100
year storm event.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
Task 6. Construction Phase Services
Task 7. ROW/Easement Services
Task 8. Survey Services
Task 9. Permitting
Task 10. Additional Services NOT Included in Existing Scope
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively,coordinate internally and externally as needed,and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
Attachment"A" Page 1
1.2. Communications and Reporting
• Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements.
• Conduct and document a total of 4 project update meetings with CITY Project
Manager.
• Conduct review meetings with the CITY at the end of each design phase.
• Conduct and document monthly design team meetings.
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the respective
CITY Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth's Schedule Guidance Document.
• Complete Monthly MIWBE Report Form and Final Summary Payment Report Form at
the end of the project.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design.
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements,as part of the design scope.
• Personnel and Vehicle Identification: 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.
ASSUMPTIONS
It is assumed that a total of 4 update meetings will be held aside from the
meetings at the end of each design phase.
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
Attachment"A" Page 2
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual design of the infrastructure as follows
2.1. 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, agencies(such as
TxDOT and railroads), CITY Master Plans, CITY drainage complaint files,
existing applicable drainage studies, FEMA floodplain and floodway maps,
existing models of project area(if any)and property ownership as available from
the Tax Assessors office.
• The following shall be applicable at all locations where it is necessary to relocate or
reroute the existing private sanitary sewer service line due to the abandonment or
realignment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of how the sewer service line
reroute/relocation should be designed and submitted for construction. During
design survey,if a rod can be inserted through the cleanout to the bottom of the
service line,the ENGINEER will obtain the flow line elevation and design the
service line prior to advertising the project for bid. If the service flow line
information cannot be obtained during design survey,the ENGINEER shall delay
the design of the sewer service line until after a Quality Level A Subsurface Utility
Engineering(SUE investigation has been performed). The Level A SUE will be
performed;(1)by the ENGINEER if included in the fee proposal;or(2)by the CITY
prior to bidding if the CITY determines that it is needed for satisfactory completion
of the design;or(3)by the Contractor after the project has been bid,by means of a
bid item to that effect. In ail options,the ENGINEER shall propose appropriate de-
hole locations in the project and collect flow line elevation and other applicable
information of the sewer service line.The ENGINEER shall use this information to
provide the design for the sanitary sewer service line to be rerouted or relocated.
• The following is applicable at all locations that require water service line
replacement: The ENGINEER shall visit the project site and obtain the meter
numbers and sizes on all existing meters to be replaced on the project and shall
identify existing sample stations and fire line locations.
2.2. Drainage Computations
• ENGINEER will delineate the watershed based on contour data and field
verification and document existing street; right-of-way and storm drain capacities
Attachment"A" Page 3
for the subject site. A drainage area map will be drawn at maximum 1"=200'
scale from available 2-foot contour data with the countours labeled. Data source
and year will be provided by the CITY. 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. All calculations shall conform to CITY criteria
delineated in the CITY's Storm Water Management Design Manual. All locations
in the project area where 100-year runoff exceeds available storm drain and
right-of-way capacities shall be clearly identified. The ENGINEER's responsibility
includes recommendations for improvements of the existing system as deemed
reasonable and consistent with CITY standards.
2.3. Subsurface Utility Engineering
Provide Subsurface Utility Engineering(SUE)to Quality Level B, as described below.
The SUE shall be performed in accordance with Cl/ASCE 38-02.
Quality Level D
• Conduct appropriate investigations(e.g.,owner records, County/CITY records,
personal interviews,visual inspections, etc.),to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
• Collect applicable records(e.g., utility owner base maps, "as built"or record
drawings, permit records,field notes, geographic information system data,oral
histories, etc.)on the existence and approximate location of existing involved
utilities.
• Review records for evidence or indication of additional available records;
duplicate or conflicting information; need for clarification.
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets, electronic files,and/or other documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership;date of depiction;
quality level(s);end points of any utility data; line status(e.g., active,abandoned,
out of service); line size and condition; number of jointly buried cables; and
encasement.
Quality Level C(includes tasks as described for Quality Level D)
• Identify surface features,from project topographic data and from field
observations, that are surface appurtenances of subsurface utilities.
• Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks.
• Survey surface features of subsurface utility facilities or systems.
• The survey shall also include(in addition to subsurface utility features visible at
the ground surface):determination of invert elevations of any manholes and
vaults;sketches showing interior dimensions and line connections of such
manholes and vaults;any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
• Exercise professional judgment to correlate data from different sources, and to
resolve conflicting information.
• Update(or prepare)plan sheets, electronic files, and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
Attachment"A" Page 4
• Recommend follow-up investigations(e.g., additional surveys, consultation with
utility owners, etc.)as may be needed to further resolve discrepancies.
• Provide Quality Level C to identify overhead utilities on the project and provide
the overhead utility information on the SUE plan sheets.
Level B(includes tasks as described for Quality Level C)
• Select and apply appropriate surface geophysical method(s)to search for and
detect subsurface utilities within the project limits, and/or to trace a particular
utility line or system.
• Based on an interpretation of data, marls the indications of utilities on the ground
surface for subsequent survey. Utilize paint or other method acceptable for
marking of lines.
• Unless otherwise directed, mark centerline of single-conduit lines, and outside
edges of multi-conduit systems.
• Resolve differences between designated utilities and utility records and surveyed
appurtenances.
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation,or upgrade to Quality Level A data.
• As an alternative to the physical marking of lines, the ENGINEER may,with
CITY's approval, utilize other means of data collection, storage, retrieval, and
reduction, that enables the correlation of surface geophysical data to the project's
survey control.
2.4. The Conceptual Design Package shall include the following:
• Written summary of alternative design concepts considered, strengths and
weaknesses of each,and the rationale for selecting the recommended design
concept.
• Cover sheet
• Drainage area map with supporting drainage computations in the CITY's
standard tabular format.
• SUE Plan sheets sealed by a licensed professional engineer registered in the
State of Texas.
• Horizontal alignment(excluding profiles)of proposed storm water improvements,
including existing lot layout, streets, street right-of-way, proposed easements,
and existing utilities gathered during the SUE within the project limits.
• Proposed phasing of water, sanitary sewer, street and drainage work
documented in both the project schedule and narrative form.
• Documentation of key design decisions(Project Decision Log).
• Estimates of probable construction cost.
Attachment"A" Page 5
ASSUMPTIONS
All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006.
• The SUE (Level B)and SUE plan sheets shall be in accordance with Cl/ASCE
38-02.
• 8 copies of the conceptual design package will be delivered. Drawings will be
half size(I V x 17").
• ENGINEER shall not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
• One design review meeting will be held.
DELIVERABLES
A. Conceptual Design Package to include plans, decision log,and updated cost
estimate.
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans shall be submitted to CITY per the approved Project Schedule.
3.1. Development of Preliminary Design Drawings shall include the following:
• Cover Sheet
• Drainage area maps showing proposed improvements with drainage calculations
and hydraulic computations in accordance with the City of Fort Worth Storm
Water Management Design Manual, March 2006.
• A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified(existing City Monument#8901, PK
Nail, 50 Iron Rod);X,Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinates on City Datum only;descriptive
location(i.e. 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).
• Overall project easement layout sheet(s).
• SUE plan drawings.
• Plan and profile drawings of proposed storm water improvements, including
existing lot layout with property ownership, streets, curb lines,driveways,
medians(if applicable), sidewalks, existing and proposed water and sanitary
sewer mains,existing utilities gathered during the SUE and existing utility
easements within the project limits.
Attachment"A" Page 6
• No less than two bench marks per plan/profile sheet.
• The ENGINEER will prepare standard and special detail sheets that are not
already included in the City's standard details.These may include connection
details between various parts of the project,tunneling details, boring and jacking
details,waterline relocations,details unique to the construction of the project,
trenchless details,and special service lateral reconnections.
• Station equations relating utilities to paving,when appropriate,
• 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 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 laterals shall
be provided.
• Channel plan and profile drawings shall Include existing channel centerline,
existing left and right top of channel bank, proposed top of channel backs,and 100
year water surface profile.
• Preliminary roadway and/or channel cross-sections will be developed,from the
survey notes,at intervals not-to-exceed 50 foot along the project length and will
extend 10 foot past the right of way line on both sides of the street. Additional
cross-sections at important features including driveways, P.l.'s of intersecting
streets, (minimum distance of 100 foot 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"=20'horizontal and 1"=2'
vertical. Excavation and embankment volumes and end area computations shall
also be provided.
3.2. Geotechnical Investigation/Pavement Design
• Soil investigations, including field and laboratory tests, borings,related
engineering analysis and recommendations for determining soil conditions will be
made. In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
• 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. The study shall include recommendations regarding
utility trenching and identifying existing groundwater elevation at each boring.
3.3 Constructability Review
• Prior to the 60 percent review meeting with the CITY,the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
Attachment"A" Page 7
3.4 Public Meeting
• After the preliminary plans have been reviewed and approved by the CITY,the
ENGINEER shall prepare project exhibits, 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. The ENGINEER
shall coordinate with CITY GIS staff to identify affected property owners/residents
and develop a spreadsheet listing addresses of those to invite to the public
meeting.
3.5 Utility Clearance
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department,Water Department, and other CITY departments, public utilities,
private utilities,and government agencies to determine the approximate location
of above and underground utilities, and other facilities(current and future)that
have an impact or influence on the project. ENGINEER will design CITY facilities
to avoid or minimize conflicts with existing utilities, and where known and
possible consider potential future utilities in designs.
• The ENGINEER shall deliver 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.
3.7 Traffic Control Plan
• Develop a traffic control plan utilizing 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.
• Develop supplemental traffic control drawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
These drawings shall be sealed by a professional engineer registered in the
State of Texas.
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006.
• 2 borings at an average bore depth of 15 feet each will be provided.
• Traffic Control"Typicals"will be utilized to the extent possible. It is assumed an
additional 2 project specific traffic control sheets will be developed.
• 4 copies of the geotechnical report will be delivered to the CITY. The report will
NOT include pavement design
• 10 full size(22"x 34")plans will be delivered for Utility Clearance.
• 1 full size(22"x 34")plans will be delivered for Constructability Review.
• 8 half size(11'x 17")drawings will be delivered for Preliminary Design.
Attachment"A" Page 8
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
• Drawings will include: Cover sheet, Control sheet, Drainage Area Map, Drainage
Calculation sheet, 3 storm drain plan and profile sheets, paving sheet, 1 SUE
plan, 1 water and sewer sheet, 2 traffic control sheets, storm detail sheet, 2
paving detail sheets, 2 water and sewer detail sheets for a total of approximately
17 sheets.
DELIVERABLES
A. Preliminary Design drawings
B. Utility Clearance drawings
C. Geotechnical Report
D. Documentation of key design decisions(Project Decision Log)
E. Estimates of probable construction cost
F. Public Meeting exhibits
G. Traffic Control Plans
TASK 4. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• Final draft construction plans and specifications shall be submitted to CITY per the
approved Project Schedule.
• The ENGINEER shall submit a final design estimate of probable construction cost with
the final design plans submitted. This estimate shall use ONLY standard CITY bid items.
• Following a 90%construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans(100%)to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped,dated, and signed by the ENGINEER registered in State of
Texas.
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth Storm
Water Management Design Manual, March 2006.
• 8 half size(11"x 17")and 1 full size(22"x 34")drawings and 2 specifications will be
delivered for the 90%design.
• 1 full size(22"x 34")drawings and 2 specifications will be delivered for the 100%design.
• Drawings will include:Cover sheet, Control sheet, Drainage Area Map, Drainage
Calculation sheet, 3 storm drain plan and profile sheets, paving sheet, 1 SUE plan, 1
Attachment"A" Page 9
water and sewer sheet, 2 traffic control sheets, storm detail sheet, 2 paving detail
sheets, 2 water and sewer detail sheets for a total of approximately 17 sheets.
DELIVERABLES
A. 90%construction plans specifications.
B. 100%construction plans and specifications.
C. Documentation of key design decisions(Project Decision Log).
D. Detailed estimates of probable construction cost for the authorized construction project,
including summaries of bid items and quantities using the CITY's standard bid items and
format.
E. Original cover mylar for the signatures of authorized CITY officials.
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows.
5.1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders. Contract documents shall be uploaded in .pdf files
and the plans in .pdf and .dwf files.
• The ENGINEER shall sell contract documents and maintain a plan holders list
from documents sold and downloaded from Buzzsaw.
• The ENGINEER will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders questions and requests
and the response thereto.The ENGINEER will provide technical interpretation of
the contract bid documents and will prepare proposed responses to all bidders'
questions and requests, in the form of addenda. The ENGINEER shall upload all
approved addenda onto Buzzsaw and mail addenda to all plan holders.
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors, subcontractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract.
• Assist the CITY with assembling and awarding contracts for construction,
materials, equipment, and services.
Attachment"A" Page 10
Incorporate all addenda into the contract documents and issue conformed sets.
5.2 Mylar Drawings
• The ENGINEER shall submit a set of conformed mylar drawings for record
storage.
• 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 Alan set will not be accepted. PDF files shall conform to naming
conventions as follows:
I. TPW file name example — "W-1956 org47.pdr' where "W-1956" is the
assigned file number obtained from the CITY, "—org" designating the file is
of an original plan set, 1147"shall be the total number of sheets In this file.
Example: W-0053—org3.pdf and K-0320—org5.pdf
11. Water and Sewer file name example — "X-35667—org36.pdr' where "X-
35667" is the assigned file number obtained from the CITY, "—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. Floppy disks, zip disks, e-mail flash
media will not be accepted.
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.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• 20 sets of conformed plans and specifications will be delivered to the CITY. The
20 plans shall consist of 10 full size(22"x 34") and 10 half size(11"x 17")
drawings.
• 1 copy conformed full size(22"x 34")mylar plans with a CD will be delivered to
the CITY.
Attachment"A" Page 11
DELIVERABLES
A. Addenda
B. Bid tabulations
C. Recommendation of award
D. Conformed construction documents
E. Conformed mylar plans with CD
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
After the pre-construction conference, the ENGINEER shall provide project
exhibits 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.
ASSUMPTIONS
• The Engineer's scope for Construction Services shall be limited to attending
one Public Meeting and one Pre-construction meeting.
DELIVERABLES
A. Public meeting exhibits
B. Pre-construction meeting
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.1. Right-of-Way Research
• The ENGINEER will conduct property research and prepare right-of-way base
maps for design or study purposes of affected and adjacent properties located
within the project limits.The SURVEYOR will prepare the base map based on
property/right-of-way record(s)research and available on-ground property
information (i.e. Iron rods,fences, stakes,etc.). The SURVEYOR is not
performing title research on the property, but is expected to research all available
existing property records based on current intemet based Tarrant Appraisal
District(TAD)information available at the start of the project. Any chain of title
research, parent tract research, research for easements, right-of-way
takings, easement vacations and abandonment(s), right-of-way vacation(s),
Attachment"A" Page 12
and/or street closures are considered additional services and will require
additional compensation following approval of the city's project manager.
7.2 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.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
7.3 Temporary Right of Entry Preparation and Submittal
• Prior to construction,the ENGINEER shall prepare mail and obtain Temporary
Right of Entries from landowners. It is assumed that letters will only be required
for land owners adjacent to temporary construction easements or who are
directly affected by the project and no easement is required to enter their
property.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
ASSUMPTIONS
• 1 Permanent and 1 Temporary Construction Easements
DELIVERABLES
A. Easement exhibits and metes and bounds provided on CITY forms.
B. Temporary Right of Entry Letters
TASK 8. SURVEY.
ENGINEER will provide survey support as follows.
8.1 Design Survey
• 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, utilities as required by the SUE, structures, trees(measure caliper, identify
overall canopy, and have qualified arborist identify species of trees), 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:
A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
The following information about each Control Point;
Attachment"A" Page 13
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 coordinates 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
corner of North Side Drive and North Main Street).
8.2. Temporary Right of Entry Preparation and Submittal
• Prior to entering property for field survey, the ENGINEER shall prepare mail and
obtain Temporary Right of Entry from landowners.
• The documentation shall be provided in conformance with the checklists and
templates available on the CITY's Buzzsaw site.
TASK 9. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows.
9.1. Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one(1)acre, ENGINEER 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.
9.2. Environmental Services—No Corps of Engineers related permits(i.e. 404 or
Individual Permits) are anticipated.
• Negotiating and coordinating to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY review
• Submitting revised forms for agency review
• Responding to agency comments and requests
9.3. No CLOMR/LOMR is anticipated on this project.
• Negotiating and coordinating to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY review
• Submitting revised forms for agency review
• Responding to agency comments and requests
Attachment"A" Page 14
9.4. No Texas Department of Transportation (TxDO7) Permits are anticipated
• Negotiating and coordinating to obtain approval of the agency issuing the
agreement and/or permits.
• Completing ail forms/applications necessary.
• Submitting forms/applications for CITY and TxDOT review
• Submitting revised forms for agency review
• Responding to agency comments and requests
ASSUMPTIONS
No specific permits are to be required on this project.
DELIVERABLES
A. Storm Water Pollution Prevention Plan (SWPPP)will be provided.
TASK 10. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF
SERVICES.
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above. However, ENGINEER can provide these services, if
needed, upon the CITY's written request. Any additional amounts paid to the
ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed. These
additional services include the following:
• Negotiation of easements or property acquisition.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre-qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Construction management and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire,flood,earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final
completion.
• Services to support, prepare, document, bring,defend,or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
Attachment"A" Page 15
ATTACHMENT"B"
COMPENSATION AND SCHEDULE
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
I. Compensation
A. The Engineer shall be compensated a total lump sum fee of $ 20,461.00 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" 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" Page 1
EXHIBIT"B-1"
(SUPPLEMENT TO ATTACHMENT"B")
METHOD OF PAYMENT
AMENDMENT#2
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 Attachment "A", 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 Attachment "A", 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 Attachment "A", 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 10th 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 $ 960,888.25 as
estimated in Exhibit "B-7" 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.
Attachment"B" Page 2
EXHIBIT"B-2"
(SUPPLEMENT TO ATTACHMENT"B")
HOURLY RATE SCHEDULE
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
2010 Standard Hourly Rate Schedule
Employee Classification Rate/Hour(Range)
Principal Engineer $130/hour
Project Manager/Planner $90/hour
R.P.L.S. $135/hour
R.P.L.S. (Principal) $117/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" Page 3
EXHIBIT"B-3"
(SUPPLEMENT TO ATTACHMENT"B")
SUMMARY OF TOTAL PROJECT FEES
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Consulting Firm Prime Responsibility Amount %
Prime Consultant:
James DeOtte Engineering $ 14,753.00 39.4 %
Engineering, Inc.
Sub-Consultant:
CMJ Engineering, Geotechnicai Investigation $2,200.00 5.9
Inc.
Proposed MWWBE Amount 54.7 %
Sub-Consultant:
Gorrondona and Topographic, Land $20,477.00 54.7%
Associates, Inc. Surveying Services and
Subsurface Utility
Engineering
Project Description Scope of Services Total Fee MWBE Fee Percent
Engineering Services Storrs Drainage Design $ 37,430.00 $ 20,477.00 54.7 %
MWBE Goal 16.0 %
Attachment"B" Page 4
EXHIBIT"B-4"
(SUPPLEMENT TO ATTACHMENT"B")
PROFESSIONAL SERVICES FEE SUMMARY
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS:
Amendment#1 Basic Services Total = $ 60,824.00
Amendment#1 Remaining Funds = $ 16,969.00
AMENDMENT#2 SPECIAL SERVICES
1. Engineering Design Services $ 14,753.00
2. Topographic Surveying Services $ 12,554.00 *
3. Sub-surface Utility Engineering Level B $ 7,923.00 *
4. Geotechnical Services $ 2,200.00 *
*denotes subcontract
Additional Services Subtotal $ 37,430.00
Amendment#1 Remaining Funds $ -16,969.00
Total (Subtotal Less Remaining Funds) $ 20,461.00
Original Contract Fee $ 22,720.00
Amendment#1 Fee $ 60,824.00
Amendment#2 Fee $ 20,461.00
TOTAL PROJECT FEE $ 104,005.00
Attachment"B" Page 5
EXHIBIT"B-5"
(SUPPLEMENT TO ATTACHMENT"B")
SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE)
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
A. SUMMARY OF TOTAL FEE
Service Description Total
Engineering Services $ 14,753.00
Geotechnical Services i $ 2,200.00
Surveying Services $ 20,477.00
Total $ 37,430.00
B. DESIGN FEE BREAKDOWN(LESS SURVEY FEES)
Total Fee(less survey and nermittina feel Breakdown by Concet% Preliminary and Final Desi4n
a. Concept(30%)=(Total Fee—Survey)x(0.3) _ $ 5,085.90
b. Preliminary(60%)=(Total Fee—Survey Fee)x (0.6) _ $ 10,171.80
c. Final(10%)=(Total Fee—Survey Fee)x(0.1) _ $ 1,695.30
d. Surveying Services = $ 20,477.00
Attachment"S" Page 6
EXHIBIT"B-6"
(SUPPLEMENT TO ATTACHMENT"B")
FEES FOR SURVEYING SERVICES
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Surveying and Subsurface Utility Engineering Services:
Establish Horizontal and Vertical Control,Topographic and planimetric survey
$ 11,154.00
Boundary survey and preparation of 2 easements
(1 permanent and 1 temporary construction
$ 1,400.00
Subsurface Utility Engineering = $ 7,203.00
Total Surveying and Subsurface Utility Engineering Services
_ $ 20,477.00
Attachment"B" Page 7
EXHIBIT"B-7"
(SUPPLEMENT TO ATTACHMENT"B")
OPINION OF PROBABLE COST
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Attachment"B" Page 8
EXHIBIT B-7 AMENDMENT #2
DOE Project Manager: Mr. Michael Owen, PE OF�NC
CITY PROJECT #00671
CITY SECRETARY CONTRACT#35373 sEMCIW Z
DOE#5613
COUNCIL DISTRICT 3
MAPSCO REF.89H
FORT WORTH MAP 2036-372
Opinion of Probable Cost-Open Cut with Box Culvert
PAY ITEM CITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT
1 2,000 SY Sodding $5.00 $10,000.00
2 0 FA Junction Box $6,500.00 $0.00
3 0 LF 8" PVC Sanitary Sewer Pipe $85.00 $0.00
4 0 LF 42" Class III RCP $220.00 $0.00
5 0 LF 54"Class III RCP $350.00 $0.00
6 0 LF 66"Class III RCP $490.00 $0.00
7 0 LF 66" Bore $500.00 $0.00
8 0 LF Remove Existing Pipe $60.00 $0.00
9 1,665 LF 4'x4' Box Culvert—Avg. Depth = 13' $343.00 $571,095.00
10 0 SY 7"Concrete Street $55.00 $0.00
11 1,665 LF Trench Safety $2.00 $3,330.00
12 7 EA 10' Standard Curb Inlet $3,340.00 $23,380.00
13 5 EA 5'Standard Manhole $3,000.00 $15,000.00
14 1 EA 4'Concrete Headwall $2,500.00 $2,500.00
15 750 CY 12"-18"Stone Riprap $70.00 $52,500.00
16 2,000 SY H.M.A.C.6" $10.00 $20,000.00
17 3,500 LF Concrete Curb,6" $3.00 $10,500.00
18 0 LF Remove and Replace Fence $18.00 $0.00
19 1 LS Landscaping&Tree Replacement $8,000.00 $8,000.00
20 1 LS Utility Adjustments $12,000.00 $12,000.00
21 8,250 SF 25' Permanent Drainage Easement $10.00 $82,500.00
22 4,950 SF 40'Temporary Construction Easement $5.00 $24,750.00
James DeOtte Emineeril Ina
Sub-Total 835,555.00
15%Cont 125,333.25
67pT EAentwood-Stale Hood
ENGINEERING` r51 446-W71R" Total 960,M.25
EXHIBIT"B-8"
(SUPPLEMENT TO ATTACHMENT"B")
FEE FOR REPRODUCTION SERVICES
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Printing&Reproduction:
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
REFER TO AMENDMENT#1 FOR FEE SCHEDULE
Attachment"B" Page 9
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT"A"
AMENDMENT#2
ARUNDEL AVENUE DRAINAGE IMPROVEMENTS
Project No.00671
Changes and amendments to Standard Agreement and Attachment A include:
NONE
Attachment"C" Page 1
.�wM:-••`F ..�vMw.lM�w .�.a .. .... _may�a
} ice...-. • � rn.i wu��.
N.,.. .. .�.
izl
rt 1
`w<
wr.
�+T•!f'V........l�f...}#}I`TIW"�11 .,!�1T�!..1 �'i'1 �'Tw.w�r �
wiRr•�' �� o uownrur
ME,
svio PUNOW Im,do ur ..... .....SJN7M34W^39VWdO 3AV"(A*
lAamm3pyv
--Rmw *I&ALW
e.
AUWgVW WM AWW
muw
;pp
*WIT*
IL 1 (J%~AGVAWd.EZ
ri
k-kd
ci wla,4 4k YOnS
V mwwwd9
!r N
VF b
->C 1 YMIgK'1
01W.MNt0 ANAWM 1
4 '7Mkl aM '4
( /A. Y
�.1 1 ` AVt NAYwi' 7
tY
fVYIC ��N M49:Y 9
lib^sk
R FA MA M
2
ri'R f qnC
w +uy�AS 0
vri Y
W?. a
VWr s
A -k Vk VSWPonT*W^d I"wwlklmllY I
t Mki IIW W.Ap oo '4
bl'N
• .n�a
' wn. u yagrx.
Mp WM
wo
i
(+ b
� f
YAIA •A
Q-1�1 4
JO S14 SB HH RWreducUtrl MIM SYbwotlaulhnt11'
Noun oun Hour II.. F
3 Task 3-Preiimin Des' n
7.1 D-1 ddinlimi n0-1.a
Cavr Shed b. Orel AMa wdh S rt Oral Com liar in th.C, s S4'dm Tsbb. 7Dimerrbn Control Pon i.d. Oronk Pro E.—rA WShoat n PMn and PmfiM SMd. r Pn Sbrm WsYr Im mv.marb 40 Pre n Sbnd.rd erd S ' bbd Meta Not Indud.d IntM Salon d tM n a ir- Ism n0-11 Serb end Wetar Le oSheW 72 h. ro n rab Pt.n end Probes for Wabr ardor San S.war Mina n Conflict 1.1. `+tb Pmv m or Remnn.d' all Id.Nfrbl.W.W end Savnr S.rvice LIMB 16 7.2 G.anchMca Irw..O Pavwn.nl D.g x 8o b a d. d 16 Mt
Lum SumF.. S 0007.]• ..i.wr b.a etP Sit.wdh CA a nslnlbn PanonnN to elk"Pm d 7.4' IA..11uAttend M ft.N. hboritood Maul 7 ]
7.5• Udll cf. nce
Con.."C Da rOnem.to Comli-m Uolft Im m.raa 4 f
b. D.M.rr A -d Pr.lan Cart ion Plerr b Cn a Wit Coordinator to Forward to a W ComM.U. $3401
7! Tr.Ml control Man
a. De.rb • r Ca Pbn UIY'2i Oebib on 8uzza.w Weban. $3401
b. Dev.b mane'Traffic Corbol Omvi a..NexMa or Review FxD and Public works O •rom.m Sol
O.I.—Mea u
Prawn—O.a n P•c .nd EYclmnb FIMa in POF Varabn 1 $464.00
b. UM CY•nnc.Ormvi Sol
GeobchNcal Ra n f
d. Pro.d D.d.ion L lot
.. EalhosM Cong ction Probable Coat Sol
f. Publlp EsMbt. S
9. Tr K Contro'Plarr
h. IkNlrn Spedf—Wrr $
Sub-Total 1 27 0 f 464.00 f 2,000.00 $24.30
4 Task 4-Final Design
4.1 F!nr w fox.rM Fhrt Con.Waten Oxum.rea 100x
Fm.1 OrHt C—trudbn Ps..rd S it.ti.- a 130 J$12b. FinalOe Es6mgaofPmbabr Cog 2 10 FmM 0" Ravtew Meet' wIM 1M C' 2 10 d. clbwl lM and Dea Review Meek tM trr.r SM• ubmn Fin.t Plam b th.CK 1 1 0.W.rabl.a 90%Corrtrudbn Plan AM S Y¢.0on• 1 b. 1CO%Conabuction Pl.na Ards Ificatbns 1 7 1114a.5151P ' NO.-L 1 2 e. D,Wdd stknm.4 Pmbble Cost 1 2 so O'in.Cover r 1 1 SubTotd 16 167 f !4600 o f ,
P.O.2
Ap
Jo SH Se KM Rap,oduotion MINSub
eorlwkaM
e ou
Total
Moore Hrs "bun noun Milss FM
5 Task 5-Bid Phase Services
SA Bid e
Er irrar SMN UpiDad all Plane and Commc Documents r umaw 17 Ausa Io PormW Bidden in POF Format S
b. Engineer Sh.1 Receive and Mawer BidMn Quest.sand R wets for Additional W.M.W.
e. Mend P.-Sid Canfanrwe in Su It d Me Ci f
d. Aasat C' in Dotannn' puallflpwrrant M; 6 of Contractors Sb..nu--WM and Su hen
e. En ineer M Advise Ckv on A=optob,Ky of AMmatiw W ladala and Egument Pm sad by Bidden S
f. AMnd 0 Bid m Sppdf, Cd S
Tabulsls and Rwrw all Bide to Recommend Award of 0u COntrsd f
Asset Cty In Asawi* and A*mnurq Comndsw Cora dN on Malarrla u n and Sr-as S
mco rsb.....rde into Me Coned D—nis and Isaw Conf—.d Seta S
5.2 ar Orawln
M _n meer SMN SubmN•Set of M , for Ramrd Slor 3
b. nad Phn Sam SMN also b•Submitted m POF Format
Delivenblr
a. Addenda
b. Bid Tebulelione f
Recommendation o Award f
0. Ccnrormed Carrwction Doc VI. 3,700.00 SN 07
oK.1—d ,Plane wth CD S
SuttiTow a 0 o a $3,700.00 o f $a.07
6 Task 6-ConstnuNon Phase Services
N.1 Corrstrudlen$Y ort
e. _ ineer SMNAmrd Me noVuction Conference
b. irwr SMN Cnab Exh,bila and Alland 2 Ne-hbOrhood b Ea Consuuaion to RaadMa 5 5 t 07
t. n insar SMY Vlsa Pm'd Sib a Reduestod Intervals to Cbaane and Report on Pmgm.o S
d Revs+S Orswi a oM OMer Submmala fmm ou Conuador S
a. En inNr SMY Prwiea C lad'Iratgn b Contract Documents Ravaw CM Orden,and Make RammmaMetrona S
f. AOnd bte Firm P W elk Thro herd Asalat whll P kawn of Firml Punch fiat S
Engineer SMN n n Record Drawir s fnm infonnelion Su mid d tM Contractor f
DN'warabi-
s M.*m Ehftm t 2 SS00 f02
b. Rea to C ntrad—Fg"-.t fa Info—tin, 2 ! 77
Revrw dC Orders 2 a $77
d. evrw s
Fr.1 Punch fiat Itame $
f. Ramd D—go S
Sub•Totat lo 0 is ol S 300,00 a y f3.2
Page 2
0 a e•
A SO S$ KM MNe Sub—mwmt
Hour H°un Hours Hours R-�aducean MIN. F TOE
7 Task 7-R.O.WJEalfement Services
7.+ RI,
M Rse-arc
E nwer SMf Dsbrmdw Maof-W-and Esa-mwMs Headed for Com Malon of lhs Pro 1 1 21
7.1 h- RI oof-W ant Pn tbn end fubmobal f
-. Pro ro lbcum-ms a M Ua-d m OMen R.O W and P-m —UTsm - Eaesm-roe t 7 ft Ot10 $1
b. Doovnwrrb 9ha11 M PZidsd wdr CMah m end 1-m eon fl -w woo. $01
7.3 Tamro ro arld M M o/En Pn..d-n-4 fubi-ittel
-, PMI R' letbre m Afleoled Lend Cvmen $
b. Doeumem-Shah M ProvAed wdh Chsatasb end Tsm won Bum-w W.W. f
t]-Iiverabl"
-. E.—A E%hrbb and fte-b erd B- P—id d m Ci Forms $
b. Tem r R' tot n! L.Z f
SuaTotd 2 0 1 0 s 0 f 1,000.00 S1.e1
a Task 8-Survey Services
Am-ndmaM Ol LuLumm S SumunFa s- $10 f11
Amerdm-nl K2 f10,/ Sil,154
auv«wb.
Co roe of Fi-b Surve Deb end How S nw and S--1-d Llmnerld Surw r
b. Dre of!M P Le wrth Dimerobn eM Coonlneb Lbt
Sul�Total 0 0 0 0 $ 0 f 20,140.00 $22,1$
9 Task 9-Peffnitting
S.+ worm Wt1-r PelluUon Fn tlon Rem
-. Pre SWPPP for Pro ae that Diaufb over 1.0 aae 0 40 $3 $17301
e.1 E.I,—rrbl Sentce-
a. CoordiMbnand N-Wfi,4 wQttul o tM I ft PW $01
b. Co Me
s. e $01
c. umt oWaFd fo evew Sol
d. Submt Fa end A "tdw W tM A br Rew $01
Rea nd b CommoM
and R usab $
e.3 Floodphin fenlps
s. t'oordewtbn mrd NQigN b ObWn ravel o drs A laeui the Permit f
b. Co bb of fpma erd A bona He— $
c. Submt Forms end A timoona to fM C4 for Review S
d. Submt Forms end A tinlbna m lM A an mr Ravlw f
Rea n0 m A• Comm-nb and R uMe $
e.4s Tea--M rr+o/Tram on Ta00T -
s. CoordYrtbn end otlet b Oobn A mv-I of 0w lasu' tM Psrmd S
b. Com bt--a Forme Ptam end Ymtbm fNwaM f
e. Submi Forma end A 6m1bro to db C end I x5o for Review f
d. Submt Forma and A mtbro to Ns A en br Rem-w S
Reg b A Comm-ms and R upb f
S-S- Rallr°-d PamR
Coordirotbn and 40 to OGIeM A mm1 of tM 0%Pe nA $
b. Com bb sa o ma and A 'moons Nswane S
S�tmt Forme endA tbmto Oe C and TaDO br Raviaw f
d. Submt wma and A katbro m the A n for Rev+-w
Raapondl m A Commxda erd R nab S
Sub-Total 0 0 40 is 300.00 f $3,73
RamalMn Amennbnenl e1 Fund S1e,Sf
Tot 117 201 266 i 4,D02.00 f f 30,74200 ff1,1f
Peg-4