HomeMy WebLinkAboutContract 25836 CITY
AMENDMENT No. 2 CON RAC NO Y h
STATE OF TEXAS 3 CITY SECRETARY CONTRACT
(No M&C Needed)
COUNTY OF TARRANT 3
WHEREAS, the City of Fort Worth (City) and Halff Associates
Inc. , (Engineer) made and entered into City Secretary Contract No.23049,
(the Contract) which was authorized by the City Council by M&C C-16154 on
the 8 day of July, 1997; and
WHEREAS, the Contract involves engineering services for the following
project:
Additional Engineering Services to secure a Letter of Final Map Revision
(LOMR) for sanitary sewer M-278 Aerila crossing.
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 April 11, 2000,
a copy of which is attached hereto and incorporated herein. The cost to
City for the additional services to be performed by Engineer total
$9, 070. 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 $42, 270.00
=z) 4
�v
rry
s i C_/C
W —q Cl
City of Fort Worth ' {
10 MAY -1.3 G g.B epartmental Request for Waiver
Q �
M E/WBE Subcontracting/Supplier Goal c x =
&C"Ad-27f3 , �r�r L Cho �s�.R/� o� -4-01338
NAME Off PROJECT/BID: BID/PROJECT NO.
A4,� 91V400,
SIGNATURE OF BUYER/PROJECT MANAGER EXTENSION DATE
Prior to advertisement, the contracting/managing department shall determine whether the bid/proposal is one which MBE/WBE
requirements should not be applies. MBE/WBE requirements may be waived upon written approval of the M/WBE Coordinator. If
one of the conditions listed below exists,the contracting/managing department shall notify the Coordinator via this form, stating the
specific reason(s)for requesting a waiver.
If the contracting/managing department and the Coordinator are in conflict over the granting of a waiver,
either may appeal to the City Manager, or designee, and his/her decision is final.
Please Check Applicable Reason:
A . A public or administrative emergency exists which requires the goods or services to be
provided with unusual immediacy; or
B. Purchase of goods or services from source(s) where subcontracting or supplier opportunities
are negligible; or
C. The application of the provisions of this ordinance will impose an economic risk on the City or
` unduly delay acquisition of the goods or services; or
D. Other (explain)
Justify Commodity or Service Waiver Request:
a +
G
;�.QesA4009�r' fI��Zr2„r..i
/ L
Please use a nal shee ,if needed
MX� At
FFICE USE ONLY: �aC�
Approved "ahem-k& -1hL '&,kSignature of M/WBE Authoriz Person e
Not Approved Signature of M/WBE Authorized Perso ries}��: Gi a;� ,^U�� Date
0 Q -Rev.2/24199
Associates 4000 FOSSIL CREEK BOULEVARD
FORT WORTH,TEXAS■■■ Half (817)847-1422 METRO(817)429-9975■■■
76137
FAX(817)232-9784
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS • SURVEYORS
April 11, 2000
AVO 16301
Fred Ehia, P.E.
City of Fort Worth
Department of Engineering
1000 Throckmorton
Fort Worth, Texas 76102
Re: Amendment No. 2
Design for Replacement of M-278 Aerial Crossing
D.O.E. No. 0838
Dear Mr. Ehia:
In response to your request for additional modifications to provide engineering services to
secure a Letter of Final Map Revision(LOMR) for the above referenced project, Halff Associates is
pleased to present this Amendment for the additional services as described on Attachment "A".
The Basis of Compensation is outlined on Attachment"B".
Following is an updated Project Fee Summary:
Contract Item Description Fee
Original Contract Notice to Proceed (3/9/98) $20,000
Amendment No. 1 Hydraulic Studies and CLOMR $13,200
Amendment No. 2 LOMR including FEMA Processing $9,070
Fee
Total $42,270
Please review the enclosed information and do not hesitate to call me if you have any
questions or require additional information regarding this amendment.
Sincerely,
Her FF ASSOCIATE'S, INC.
iF. Roberts, P.E.
Vice President
Enclosures
FORT WORTH DALLAS • HOUSTON • McALLEN
a U� .._.•.I U.�L o
TRANSPORTATION WATER RESOURCES • LAND DEVELOPMENT • MUNICIPAL • ENVIRONMENTAL STRUCTURAL
MECHANICAL • ELECTRICAL SURVEYING • GEOGRAPHIC INFORMATION SYSTEMS
ARCHITECTURE LANDSCAPE ARCHITECTURE • PLANNING
%m Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS • SURVEYORS
ATTACHMENT "A" - SCOPE OF WORK
I. Data Collection
A. Visit project site for record photographs and field verification of"as-built" channel and
aerial crossing improvements.
B. Obtain the effective FEMA HEC-2 hydraulic computer model of Mary's Creek flood
plain and floodway conditions.
C. Obtain copies of the most recent FEMA flood plain and floodway maps along with
corresponding flood profiles.
D. Obtain contractor's "as-built" drawings and City's "as-built" survey.
II. Field Surveys
A. Research available benchmark data established for the M-278A.
B. Conduct field surveys of recently constructed improvements to ensure project was
constructed as originally designed. Surveys will consist of"spot elevations" of channel
flowlines and top of banks and aerial crossing at key locations through the project.
III. Hydraulic Analysis
A. Utilize the updated Mary's Creek HEC-2 model developed for CLOMR to develop an
"as-built" model through the project area using record plans and field surveys.
B. Prepare and execute an updated floodway model. This model will include the
regulatory FEMA floodway downstream and upstream of the project.
C. Plot hydraulic channel cross-sections and flood profiles of the 10-, 50-, 100-, and 500-
year flood events.
D. Document and prepare tables of results comparing pre-project and "as-built" channel
and floodway computed water surface elevations.
E. Delineate "as-built" 100-year flood plain and floodway limits using available
topographic maps and record construction plans.
IV. FEMA Technical Report
A. Prepare the appropriate FEMA application/certificate forms. Halff Associates
anticipates preparation of the following four (4) FEMA forms:
V. Form - Revision Requester and Community Official Form
VI. Form 2 - Certification by Registered Professional Engineer
VII. Form4 - Riverine Hydraulic Analysis Form
VIII. Form 5 - Riverine Mapping Form
MEN
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS • SURVEYORS
IX. Form 6 —Channelization Form
X. Form 7 —Bridge/Culvert Form (Proposed Aerial Crossing)
XI. Prepare brief letter report describing procedures, assumptions, results, and requests
for flood plain floodway revisions.
Documentation/Coordination
A. Meet with the City of Fort Worth, City of Benbrook and other interested parties to
discuss details of FEMA LOMR submittal (if needed).
B. Submit request for final LOMR to the City of Benbrook for transmittal to FEMA. Halff
Associates to pay processing fee to FEMA.
C. Answer technical questions from FEMA and Technical Review Contractor.
0
NNE
Halff Associates
ENGINEERS • ARCHITECTS • SCIENTISTS
PLANNERS • SURVEYORS
ATTACHMENT "B" —BASIS OF COMPENSATION
TASK
I. Data Collection $200
IL Field Surveys $1,000
II1. Hydraulic Analysis $1,300
IV. FEMA Technical Report $1,670
V. Documentation/Coordination $1,500
VI. FEMA Processing Fee $3,400
TOTAL FEE $9,070
ry
^n
S=OS-2000 7:22AM FROM HALFF ASSOCIATES. INC 817 232 9784 P. 2
I=ON ,WW POM CREEK BOULEVARD
Halff Associates F�TMuFto 1-/)Q" m
MEN (8t�847_142.2 �o(8,7�
FAX(817)232-VU
ENG&TE RS - ARCIUTF S - sCDRgTIM
PLANNERS - SURVEYORS
May 4,2000
AVO I6301
W. Fred Ehia,P.E.
PmjectManager/Consultant Services
Department of Engineering
City of Fort Worth
1000 Tbrockmorton Street
Fort Worth,Texas 76102
RE: M-278A Aerial Crossing
Dear Mr.Ehia:
The total fee for Amendment No 2 is $9,070. Of that total, $3,400 is the application fee that
must be paid to.FEMA. for processing a request for floodplain map revision. The $5,670
remainder of the fee involves hydraulic modeling, preparation of a report and application to
FEMA, coordination with the cities of Fort Worth and Benbrook, and technical interaction with
FEMA staff during review_
Thus project is essentially a "ane person" project. Subcontracting portions of the work is not
practical or desirable from the standpoint of management and accountability Please call if you
have any questions or comments.
Sincerely,
HALFF ASSOCIATES,INC.
Jerry F.Roberts,P.E.
Vice President
IElY,
FORT WORM - DALLAS-HOUSTON-MW1EN -__--
TRANSPORTATION - WATER RESOURCES - LAND DEVELOPMENT - MUNICIPAL - ENVIRONMENTAL • STRUCTURAL
MECHANICAL - ELECTRICAL- SURVEYING -CE^wRAPW,MORMAi:ON SYSTEMS
ARrHTFMI IAP r I ANnAr.APF ARrJIITFrnIRF •PI ONNINA
FOP,TWOP,TH
TO: A.Douglas Rademaker, P.E.
FROM: Fred Ehia, P.E.
DATE: April 25,2000
RE: Sanitary Sewer Main-278 Aerial Crossing, DOE#0838
As requested by the Water Department,Halff Associates,Inc. has submitted a proposal to provide
additional services to secure a Letter of Map Revision(LOMB)for the above referenced project.
Halff Associates,Inc. has requested to perform these additional services for a fee not to exceed $9,070.00
increasing the contract fee to $42,270.00
Staff considers this fee to be fair and reasonable for the scope of services proposed. Please authorize this
additional design by your signature on the attached Contract Amendment form.
Xc: Rick Trice
Wg
CcRD
ENGINEERING DEPARTMENT
THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102-6311
(817) 871-7941 * FAx (817) 871-7854
ev Printed on recycled paper