Loading...
HomeMy WebLinkAboutContract 36076 AMENDMENT NO. 12 r STATE OF TEXAS S CITY SECRETARY CONTRACT NO. (M&C Required) COUNTY OF TARRANT S I WHEREAS, the City of Fort Worth (City) and Dunaway Associates, "T , (Engineer) made and entered into City Secretary Contract No. 27650, (the Contract) which was authorized by the City Council by M&C C-19049 on the 16th day of April, 2002 and subsequently revised by eleven previous amendments; and WHEREAS, the Contract involves engineering services for the following project: Sanitary Sewer Rehabilitation Contract IV (55) WHEREAS, it has become necessary to execute Amendment No. 12 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 addition- al engineering services specified in M&C C-22467, adopted by the City Council on October 23, 2007, and further amplified in a proposal letter dated September 11, 2007, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $274,279.00. 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 $1,025,876.42. ,}'�- '� - i J)DRIGINAL S. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the 'I`T day of'no& 2007, in Fort Worth, Tarrant County, Texas. ATTEST: L— contract AjuthoriFzatioD Marty HendrixP ..._.r_: City Secretary Da APPRO/ -�,COMNENDED: APP VE bi Z2 A. Douglas Rademaker, P.E. rc A. Ott Director, Department of Assistant City Manager Engineering DUNAWAY ASSOCIATES, L.P. Engineer BY: Name: Brian S. Darby, P.E. , Associate 1501 Merrimac Circle, Suite 100 Fort Worth, TX 76137 APPROVE TO FO ITY: Assistant ty Atto y -2- : � f RUNAWAY DA No. 2001223 September 11, 2007 Mr. Abe Calderon, P.E. Project Manager City of Fort Worth Department of Engineering Fort Worth, Texas 76102 Reference: Amendment No. 12 - Updated Sanitary Sewer Rehabilitation Contract LV (55) Sewer Project No. PS 58-07050175100 D.O.E. Project No. 3569 City Project No. 00431 Dear Mr. Calderon: Dunaway Associates, L.P. is pleased to present this Amendment No. 12 for the following additional services that are beyond our original scope of services. Contract 55 M-260 Part 2 • Separation of M-260 plans from remaining Contract 55 construction plans to advertise as a separate construction project. Preparation of associated specification documents, opinion of probable construction costs & SWPPP documents. • Updates to the following: o Revise all sheet layouts to latest City sheet size from 24"x 36"to 22"x 34" o Revise all specifications sections to latest elated City versions. o Revise unit pricing to reflect current construction costs amounts. o Revise ownership information to reflect current property ownership. o Review and update to reflect current as-built information. • Tree suniey and associated plan and permit preparation. One review meeting with the Parks Department on tree removal plan • Additional field survey and research to confirm four year old survey and property owner information. 15f11 Marrimnc CirNa Suits inn 3 Fnrt Wnrth TaYns 76in7 3 Tal-Al 7.335.1191, Matrn•A17 A99 9115 a FnY•Al 7 A45 7A37_a wunuri inrnurnmcennirrtoc r,r,.., • Amendment No. 12 - Updated September 11, 2007 Page 2 • Preparation of two additional Temporary Rights of Entry agreements. • Preparation of service re-route plans. • US Army Corps of Engineers Nationwide Permitting verification (to include wetland delineation, impact assessment, and cultural resource survey). • Additional coordination meetings with City Department staff for design reviews and coordination and scheduling of remaining lines in Contract 55 and Contract 71. • Additional site visit to confirm no changes to previously approved four year old alignment. • Additional Reproduction for separate M-260 bid advertisement. Contract 55 Part 3 • Additional survey and design for 57 LF of M-363 (Sta. 6+55 to Sta. 7+12) sanitary sewer line. • Separation of M-222, M-222R, L-545, L546, L-4969, L-4975 and L-4973 plans from remaining Contract 55 construction plans to include in an unscheduled Contract 71 Part 3 construction package. • Separation of L-6503 and L-7001 plans from remaining Contract 55 construction plans to include in an unscheduled Contract 71 Part 2 construction package. • Re-package all of the remaining Contract 55 lines to be advertised as one separate construction project. Preparation of associated specification documents, opinion of probable construction costs & SWPPP documents. • Updates to the following: o Revise all sheet layouts to latest City sheet size from 24"x 36"to 22"x 34". o Revise all specifications sections to latest dated City versions. o Revise unit pricing to reflect current construction costs amounts. o Revise ownership information to reflect current property ownership. o Review and update to reflect current as-built information. • Additional field survey and research to confirm four year old survey and property owner information. • Additional coordination meetings with City Department staff for design reviews and coordination with Trinity Bluffs consultants for M-363. • Additional site visit to confirm no changes to previously approved four year old alignments. • Amendment No. 12 - Updated September 11, 2007 Page 3 M-134 • Separation and re-design of downstream portion of M-134 plans (from 7"' and Carroll to Foch and Crockett) from remaining Contract 55 Part 3 construction set to include with developer's CFA project. Preparation of associated plans, non-City standard specification documents, and opinion of probable construction costs. • Additional preparation of plans, specification documents, and opinion of probable construction costs for 700 LF of 42"water line in Foch from 7"'to Morton. • Additional preparation of plans, specification documents, and opinion of probable construction costs for 700 LF of 12"water line in Foch from 7"'to Morton. • Additional coordination meetings with City Department staff for design reviews and coordination with Huitt Zollars. • Preparation of erosion control plan for sanitary sewer line north of Lancaster. • Preparation of SWPPP document for water lines. • Bid assistance. o Bid opening. o Pre-construction meeting. • Public meeting. • Shop drawing review. • Site visits. • Final observation. • Additional Reproduction. • Revise all sheet layouts to latest City sheet size from 24"x 36"to 22"x 34". M-1-C-C4-B • Separation and re-design of 2,300 LF of M-1-C-C4-B plans from remaining Contract 55 Part 3 construction set to include a portion of the M-1-C-C4-B design with developer's South of Seventh Lofts project. Preparation of associated plans, non-City standard specification documents, and opinion of probable construction costs. Preparation of plans for remaining M-1-C-C4-B alignment, specification documents, and opinion of probable construction costs for public bidding. • Alignment alternates and capacity sizing for remaining upstream portion (south of Lancaster) of M-1-C-C4-B plans. • Amendment No. 12 - Updated September 11, 2007 Page 4 • 430 LF of additional survey and field verification of previous survey work. • Preparation of service re-route plans (2). • Additional coordination meetings with City Department staff for design reviews and coordination with Kimley Horn. • Preparation of SWPPP document. • Tree survey and associated plan and permit preparation. This task will also include one review meeting with the Parks Department on tree removal plan. • Fort Worth and Western Railroad Permit application preparation. This task includes the preparation of the application for the procurement of the permit and the necessary exhibits needed to accompany the permit application. This task will also include two meetings with the permitting agency. • Tarrant Regional Water District Permit • Bid assistance. o Bid opening. o Pre-construction meeting. • Public meeting. • Shop drawing review. • Site visits. • Final observation. • Additional Reproduction. • Amendment No. 12 - Updated September 11, 2007 Page 5 A summary of the proposed budget for this revised amendment is as follows: Basic Fee Contract 55 M-260 Part 2 Plan revisions for M-260 separation as one separate construction project. $ 11 100.00 Preparation of SWPPP documents. 5 000.00 Tree Survey and Parks Dept. coordination $ 6,000.00 Survey field verification $ 1,200.00 Preparation of TROEs(up to two $ 150.00 Preparation of service re-route plans (up to two $ 1,000.00 USACOE Nationwide Permitting Verification $ 7,500.00 Coordination meetings with the City u to four 2,000.00 Site Visit one $ 1,000.00 Reproduction for bid advertisement $ 1,796.00 10%Sub-consultant coordination $ 300.00 Su btota 1 $ 37 046.00 Contract 55 Part 3 Desicin of 57 LF for M-363 sanitary sewer line 570.00 Survey of 57 LF for M-363 sanitary sewer line $ 189.00 Separation of M-222 area lines. $ 6,900.00 Separation of Danci er area lines. $ 1,700.00 Plan revisions for remaining lines as one separate construction project. $ 26 600.00 Preparation of SWPPP documents. 5,000.00 Survey field verification 800.00 Coordination meetings(up to four $ 2,000.00 Site Visit one $ 2,000.00 10% Sub-consultant coordination $ 99.00 Subtotal $ 45 858.00 M-134 Separation and re-design of downstream M-134 $ 20 551.00 247 975 x 9.75% x 85% Opinion of Probable construction cost X Curve A X 85% Desi n of 700 LF of 42" WL $ 22 852.00 $358 455 x 7.5%x 85% Opinion of probable construction cost X Curve B X 85% Design of 700 LF of 12" WL 12 990.00 138 920 x 11%x 85% Opinion of Probable construction cost X Curve A X 85% Coordination meetings(up to 13 $ 6 500.00 Erosion control Ian sewer line $ 1 500.00 SWPPP water lines $ 5,000.00 Bid assistance $ 3,000.00 Public meeting 750.00 Shop drawing review 4,000.00 Site visits (up to three $ 1,500.00 Final observation $ 750.00 Reproduction $ 7000.00 Revise Plan Sheet Sizes $ 1,500.00 Subtotal $ 87 893.00 • Amendment No. 12 - Updated September 11, 2007 Page 6 Basic Fee M-1-C-C4-B Separation and re-design of M-1-C-C4-B $ 54231.00 996 891 x 6.4%x 85% Opinion of probable construdion cost X Curve B X 85% 430 LF of additional survey $ 3,000.00 Service re-route plan preparation $ 500.00 Coordination meetings u to 6 $ 3,000.00 SWPPP $ 5,000.00 Tree Removal Permit $ 6,000.00 Fort Worth and Western Railroad Permit 3.000.00 Tarrant Regional Water District Permit $ 5,500.00 Bid assistance $ 1,900.00 Public meeting $ 750.00 Shop drawing review $ 1000.00 Site visits (up to two $ 1,000.00 Final observation 750.00 Alignment alternatives and capacity sizing for M-1-C-C4-B 10 000.00 Reproduction $ 7.328.00 10% Sub-consultant coordination $ 923.00 Subtotal $ 103 482.00 TOTAL PROPOSED AMENDMENT $ 274,279.00 Following is a breakdown of the amendment per department: Sewer Water Total Part 2 $ 37,046.00 $ - $ 37,046.00 Part 3 $ 45,858.00 $ - $ 45,858.00 M-134 $ 27,201.00 $ 60,692.00 $ 87,893.00 M-1-C-C4-B $ 103,482.00 $ - $ 103,482.00 Total $ 213,587.00 $ 60,692.00 $ 274,279.00 • Amendment No. 12 - Updated September 11, 2007 Page 7 A summary of the total project is as follows: Contract Desciiption Fee Original Contract Desi n of 21,396 LF of Sewer Improvements $315,790.12 Amendment No. 1 Design of 6,576 LF of Sewer I mprovements $86 307.50 Amendment No. 2 Storm Drain TxDot permit, &CCTV of storm drain $22 270.00 Amendment No. 3 Design, re-route plans,easements &SWPPP $123 659.30 Amendment No. 4 Design of 1,125 LF of Sewer Improvements,TxDOT $24,865.90 permit and easements. Amendment No. 5 Design of 1 822 LF of Sewer Improvements&TROE's $24,682.60 Amendment No. 6 Revise Contract 55 Part 1 plans $24,000.00 Amendment No. 7 Revise Contract 55 Part 2 plans $12,408.00 Amendment No. 8 Split Contract 55 Part 1(M-17) into 3 construction units. $24,674.00 Amendment No. 9 Multiple Sierra Vista Revisions $24 880.00 Amendment No. 10 Re-Desig n of 1 500 LF of Sewer Im rovements $13 500.00 Amendment No. 11 Design of 650 LF of Water Line Improvements and $54,560.00 Sierra Vista Coordination Re-packaging of remaining lines in Contract 55for Amendment No. 12 construction or advertisement, additional design of 1,400 $274 279 00 LF of water lines and 2,300 LF of sanitary sewer. TOTAL PROJECT $1,025,876.42 Please review the enclosed information and do not hesitate to call me if you have any questions or require additional information regarding this proposal. Sincerely, DUNAWAY ASSOCIATES, L.P. 5 _ Brian Darby, P.E. Associate 2001223 Amendment#12 ACalderon 07-09-11 kmc.doc ATTACHMENT E F CONTRA CT 55 D M-134 200 0 200 400 MAPSCO 76 B COUNCIL 9 OUNCIL DISTRICT 9 SCALE: 1'-200' LEGEND �lr EXISTING LINE 'WDUNAWAY PRO IX 76107 PROPOSED LINE TO 01 7-UG-1 121 a Fm 01 74WO7 ABANDONED LINE lu L- 1592 -1 cr 8 -46...... 81) W. 7TH STREET 2811 L-2776 6)' 77 N4 —To— N Sr 201 ContractLV (55) - Part 3 '�D U NAWAY 42 & 12, Water Line Replacement 18" Sewer Line Replacement Conceptual OPCC D.O.E. No 5435 Summary Water $ 497,375.00 Sewer $ 247,974.50 Total $ 745,349.50 Contract LV(55) - Part 3 ti 42" & 12" Water Line Replacement 1 DUNAWAY Conceptual OPCC D.O.E. No 5435 42"Water Line 12"Water Line Item Description Unit Unit Price Qty Total Qty Total 1 42"Water Pipe LF $ 200.00 700 $ 140,000.00 2 12"C-900 PVC Water Pipe LF $ 90.00 $ - 700 $ 63,000.00 3 42"Gate Valve w/Vault EA $ 50,000.00 2 $ 100,000.00 $ - 4 12"Gate Valve w/Box and Lid EA $ 2,200.00 $ - 3 $ 6,600.00 5 Permanent asphalt pavement repair(per Fig 2000-1) LF $ 60.00 700 $ 42,000.00 700 $ 42,000.00 6 Concrete Curb and Gutter Replacement LF $ 30.00 360 $ 10,800.00 $ - 7 Connect to Ex 42"WL EA $ 7,500.00 2 $ 15,000.00 8 Connect to Ex 12"WL EA $ 2,650.00 $ - 2 $ 5,300.00 9 Trench safety system for trenches(depth > 5-ft.) LF $ 2.00 700 $ 1,400.00 700 $ 1,400.00 10 SWPPP LS $ 5,000.00 0.5 $ 2,500.00 0.5 $ 2,500.00 SUBTOTAL $ 311,700.00 $ 120,800.00 15%CONTINGENCY $ 46,755.00 $ 18,120.00 TOTAL $ 358,455.00 $ 138,920.00 WATER TOTAL $ 497,375.00 moimn�wanr+x of-0osy. Contract LV (55) - Part 3 O DUNAWA Sanitary Sewer Rehabilitation y Conceptual OPCC D.O.E. No 5435 Conceptual Item Description Unit Unit Price M-134 - North Qty Total 1 Pre-construction D-hole EA 1,500.00 1 1,500.00 2 18-in. sanitary sewer pipe all depths) LF 115.00 500 57 500.00 3 18-in sanitary sewer pipe w/cement LF $ 165.00 400 $ 66,000.00 stabilized backfill all depths) 4 Standard 4-ft. diameter SSMH (to 6-ft. EA $ 2,000.00 3 $ 6,000.00 de th 5 4-ft. diameter extra depth for SSMH VF 150.00 15 2,250.00 6 Locking stainless steel manhole insert for EA $ 250.00 3 $ 750.00 SSMH 7 Watertight Manhole insert for SSMH EA 50.00 - 8 Vacuum test SSMH EA 160.00 3 480.00 9 Concrete collars for SSMH EA 350.00 3 1,050.00 10 Post-construction TV inspection of sanitary LF $ 2.00 900 $ 1,800.00 sewer 11 36" water line ad'ustment EA 20 000.00 1 20 000.00 12 Trench safety system for trenches (depth LF $ 2.00 900 $ 1,800.00 13 Permanent asphalt pavement repair (per LF $ 60.00 900 $ 54,000.00 Fin 2000-1 14 SWPPP LS 2,500.00 1 2,500.00 SUBTOTAL $ 215,630.00 15% CONTINGENCY $ 32,344.50 SEWER TOTAL $ 247,974.50 ATTACHMENT E [CONTRA CT 55 M- -C-C4-B 400 0 400 800 MAPSCO 76 B COUNCIL DISTRICT 9 SCALE: 1'=400' O LEGEND EXISTING LINE E A IMMWA y ------0 PROPOSED LINE 1a01 Monk=Ckft 0 bft IW 0 FalWaft 1X 76107 A BA ND ONED LINE Uk 61763M1121 9 Fac SIYM&7437 1+84E 19+58 rJUl 8' Lo i 4 t3 -7, 13+30 JTSE f 5+OOE 8+60 TRIQ 1 5 E MIR 1+02' 11 7+13E HESTLANCAs7ER 5+20 6+2 ST. 63+01 N TRINITY PARK W= 0+00- CC48 111+15 27' 30. G+00- DI 6+37E G+00= 27' JK 111+75 46+40E 4+19 EUf 0+65 R 11. 5 1+35E 1+50 E RD. 2 JAM ol 7R5 50c)Tj-4 .6.j O r k o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �^ O0000ao00oo00000000oOLOOOoo 0 t) 00000 � Loc) 0000000000o0r- 00 (cif v- O o 0 o LO 00 N O o 0 0 0 Iq O O O O (D cY) CV N (D r- 0 N T m LO O O O r- O 00 (D N 0 N M O o (D M N r- 00 N O O M N (D 00 1- 00 (O 1 N r- c- CO N � (O c7 N r r O CA (D O (D `O 00 C'7 T- r- N (D r rn 0) T O r 64 64 64 64 69 69 69 63 69 69 64 64 64 EA 69 63 69 69 69 69 Efl 69 69 69 to.� 6f! N r- N O N r- V (D N O N V N q N r- O O c9 (D O N N ti CN CO 0 0 O N Cn (O C'7 O (D V c9 CN CN c- N N a;r a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o CO o f } J V o 0 0 0 o rn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n , rn Q U Q 000ouiTuio000000000ouio ►- vT0Z 0 O LO O O N N LO O O 0 CO 0 0 0 O O (D q c LO CV LO 00 (D N 00 N N N O (M c) N F- (� �:.. CO LO (D LO N j Z Z F- 6.1 69 63 69 69 69 6. 61). 69. 60.161 63 63 63 63 Ul 6 - 69 6k61) 69 69 d3 Z QQ QQ QQ QQ QQ QQILLNU- DQQ QQ QQ QQ QQ O W J J W J J W W W W > > W W W W W LL �- LL LL LL U J CO J J J �• O s- a) ' c a) H � U Z coo w e W C X 0 U .. (n a) 3 E Q LO 2 0 � W _e � •� �° O .� c W h o a) wcu C (a E (D = 2 O v- N ' a) c (nEp > O -v0 - u) a) � $ �k CO U) Q m _ c ?i ._ N- O C1 ( Cl-o (o CL o Eo = 15 t33 � � EC: a) a) (� v) � a) (D CN a) 4) w E E ca Q O-OLv ° E v c o LA L V c a) cn c c 'v X - c ` v) c c O Ln GAO. ° og �' �' Lr— ct2 � � � (au) (a °) O rn 30 0w x (n (na) Ha) m �° � pO ._�. (ten m► `� G7 t w (n .1 E E W c o o E o - 3 a) N ca w e U U N to 3 "O 0 0 0 U V V 41 V U c c V O c O O O 'O a) t a) U 7 E U r I U 0. t L i c c E N c}0 (a 42 M c O c U "0 � "O N N � Q7 V (D (D 'i a) i 7 3 O O N O ' O O C C Crl D- Mco (D (D QU).U). ncnF- � F- mU > a (Dcn � a !t Q� O N (9 (O (0 r- a0 C) C:) NC) V V ! � `- N (7 (!� (C) r- 000 � — .- c,) r- r- NNN N Pagel of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/23/2007 DATE: Tuesday, October 23, 2007 LOG NAME: 30LV5512DUNAWAY REFERENCE NO.: **C-22467 SUBJECT: Authorize Execution of Amendment No. 12 to City Secretary Contract No. 27650 and Engineering Agreement with Dunaway Associates, L.P., for Sanitary Sewer Rehabilitation Contract LV (55) (City Project No. 00431) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 12 to City Secretary Contract No. 27650 with Dunaway Associates, L.P., in the amount of $274,279.00 to provide additional engineering services, thereby increasing the contract amount to $1,025,876.42. DISCUSSION: On April 16, 2002, (M&C C-19049), the City Council authorized an engineering agreement with Dunaway Associates, L.P., in the amount of$315,790.12 for Sanitary Sewer Rehabilitation Contract LV (55). The agreement was subsequently revised by eleven previous amendments totaling $435,807.30 as follows: • Amendment No. 1 in the amount of$86,307.50 (M&C C-19436, January 31, 2003) provided additional engineering services for the replacement of a severely deteriorated sewer line in close proximity to the project area. • Amendment No. 2 in the amount of$22,270.00 and administratively approved by the City Manager on May 27, 2003, allowed for design for the rerouting of a conflicting storm drain system. • Amendment No. 3 in the amount of$123,659.30 (M&C C-19871, December 2, 2003) provided for additional engineering services for the rerouting of several deteriorated sewer lines in close proximity to the project area. • Amendment No. 4 in the amount of$24,865.90 and administratively approved by the City Manager on March 26, 2004, allowed for the design of a new alignment for a deteriorated and blocked sewer main in close proximity to the project area. • Amendment No. 5 in the amount of$24,682.60 and administratively approved by the City Manager on May 26, 2004, provided additional engineering services for the replacement of additional deteriorated sewer mains in close proximity to the project area. • Amendment No. 6 in the amount of$24,000.00 and administratively approved by the City Manager on December 15, 2004, allowed for the redesign of a sewer main in the Part 1 plans to accommodate the Sierra Vista development. • Amendment No. 7 in the amount of$12,408.00 and administratively approved by the City Manager on January 13, 2005, allowed for the redesign of the Part 2 plans to incorporate the sewer main for the Sierra Vista development. http://www.cfwnet.org/council_packet/Reports/mc_print.asp l l/l/2007 Page 2 of 3 • Amendment No. 8 in the amount of$24,674.00 and administratively approved by the City Manager on February 9, 2005, allowed the Part 1 plans to be divided into three units in order to expedite construction of the project. • Amendment No. 9 in the amount of$24,880.00 and administratively approved by the City Manager on July 28, 2005, provided for revisions to the project plans to accommodate recent changes to the sewer main within the Sierra Vista subdivision. • Amendment No. 10 in the amount of$13,500.00 and administratively approved by the City Manager on August 18, 2005, provided for the redesign of a 1,500 feet segment of a project sewer main to accommodate other proposed development in the vicinity. • Amendment No. 11 in the amount of$54,560.00 provided for revisions to the project plans to allow a segment of the project sewer main to be constructed in conjunction with the Sierra Vista Subdivision. Amendment No. 12 will provide for the following as requested by the Water Department: • The separation of sewer main M-260 from the contract 55 plans for advertisement as a stand-alone project. • Revisions to the plans and specifications to reflect current city design standards. • Preparation of re-route plans as now required for sewer service lines greater than 50 feet in length. • Additional field survey and research to verify remaining existing ground conditions prior to advertising the remaining projects. • U.S. Army Corps of Engineers nationwide permitting verification. • The separation of sewer mains M-222, 222R and laterals L-545, L-546, L-4969, L-4975, L-4973, L-6503 and L-7001 from the contract 55 plans for inclusion in another project. • The separation and re-design of a 2,300 feet segment of M-1-C-C4-B from the Contract 55, Part 3 plans for inclusion in another project. • Preparation of plans and specifications for the installation of 12 and 42-inch water mains located on Foch Street from 7th Street to Morton Street. • Tree survey and associated plan and permit preparation for the project as now required by the Parks and Community Services Department. Dunaway Associates, L.P., proposes to provide the necessary additional design and survey services for a fee of$274,279.00. Staff considers this amount to be fair and reasonable. In addition to the contract amount $32,611 (water: $6,500 and sewer: $26,111) is required for project management by the Department of Engineering. Dunaway Associates, L.P., is in compliance with the City's M/WBE Ordinance by committing to an additional 7 percent M/WBE participation on this Amendment No. 12. The City's goal on this amendment change order or extra work is 6 percent. The project is located in COUNCIL DISTRICT 8. http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/1/2007 Page 3 of 3 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water and Sewer Capital Projects Funds. TO Fund/AccounVCenters FROM Fund/Account/Centers P258 531200 708170043151 $3,000.00 P258 531200 708170043133 $42,717.00 P258 531200 708170043132 $170,870.00 P253 531200 608170043133 $12,138.00 P253 531200 608170043132 $45,554.00 Submitted for City Manager's Office by- Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Abe Calderon (7963) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/1/2007