Loading...
HomeMy WebLinkAboutContract 51751-A1 12 M N � . RECCNE� N CITY OEC RLIARV co11 2019 W AMENDMENT No.1 CONTRACTNO.5I151"At any CF VCR WCR1HCh ��{SECRE(ARY ay TO CITY SECRETARY CONTRACT NO. 51751 WHEREAS, the City of Fort Worth ("CITY') and Dunaway Associates, L.P., ("ENGINEER") made and entered into City Secretary Contract No. 51751, ("CONTRACT") which was authorized on the 9th day of January, 2019 in the amount of$49,800.00; and WHEREAS, the CONTRACT involves engineering related professional services for a PROJECT generally described as North Park Improvements; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised 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 expand the Scope of Services to be provided by ENGINEER as specified in Attachment A.1 which is attached hereto and incorporated herein. 2. Article II of the CONTRACT is amended to increase the Compensation to be paid to ENGINEER as specified in Attachment B.1 which is attached hereto and incorporated herein. The cost to CITY for the additional engineering related professional services to be performed by ENGINEER by this amendment totals the amount up to $467,250.00. (See Funding Breakdown Sheet attached hereto.) The ENGINEER's compensation for all engineering related professional services under the CONTRACT, as amended, shall be in the amount up to $517,050.00 (Five Hundred Seventeen Thousand Fifty Dollars). 3. Attachment D Project Schedule of the CONTRACT is amended to establish the Schedule for completion of all engineering related professional services by ENGINEER as specified in Attachment D.1 which is attached hereto and incorporated herein. 4. All other provisions of the CONTRACT, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD Amendment No.1 to City Secretary Contract No.51751 CITY SECR ETA RY North Park Improvements—City of Fort Worth Project No.101766 Page 1 of 3 FT WORTHD TX Duly executed by each party's designated representative to be effective on the date subscribed by the CITY's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Dunaway ASS919fliLtes, L.P. Fernando Costa As ' ant City Manager Tom Galbreath Da / (Signatory's Printed Name) President (Signatory's Printed Title) Date: Sept 30, 2019 APPROVAL R O END By: Da id Cre , Acti g Director Park& Recreation Department Contract Compliance Manager By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Dwight for Project Man ger OFFICIAL RECORD CITY SECRETARY FT, V1lOR7H,TX Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 2 of 3 APPROVED AS TO FORM AND LEGALITY By: Dougla lack Senior Assistant City Attorney ATTEST: Form 1295 No: 2019-530034 M&C No: M&C 19-0206 ,Malry J. r City Secre ry F�RT� M&C Date: 9/24/2019 * ' f2 .. 'F �XAS OFFICIAL RECORD CITY SECRETARY FT. WORTH TX Amendment No.1 to City Secretary Contract No.51751 s North Park Improvements—City of Fort Worth Project No.101766 Page 3 of 3 FUNDING BREAKDOWN SHEET City Secretary Contract No. 51751 Amendment No.1 Department Fund-Department-Account Amount Park & 34018-0800450-5330500-101766-005030-9999 $ 467,250.00 Recreation Total $ 467,250.00 Funding Breakdown Sheet-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 1 of 1 Attachment A.1 Scope of Services Amendment No. 1 to City Secretary Contract No. 51751 North Park Improvements Attachment A Scope of Services of the CONTRACT is amended as defined below. (i)Below BASIC SERVICES Task 3 description, add the following: 4. Base Mapping ENGINEER shall perform the following tasks: Based upon the final updated master plan completed under BASIC SERVICES Task 3 and topographic survey completed under SPECIAL SERVICES Task 4, prepare base mapping for design of park improvements utilizing:sheet format requirements and relevant data provided by CITY; scale/north orientation approved by CITY; relevant data, topographic survey, and latest available Google Earth (or other source approved by CITY) provided by ENGINEER. Base mapping scale, data content, resolution, and legibility shall be suitable for use in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size) format plans. A) Base mapping shall include, at minimum,the following for all of the project area: 1) Existing topographic contours at one-foot contour interval 2) Location and identification of all existing improvements based on site measurement and visual observation 3) Location and caliper size (DBH) of single trees with trunk diameter of 4 inches and greater, locations of multi-trunk trees with any trunk diameter of 3 inches or greater, and locations of any trees with crown diameter of 8 feet or greater 4) Current established 100-year floodplain and floodway limits from latest available source (FEMA Firm Map, CITY or other flood study, etc.) 5) Utilities data(type,underground/at-grade/overhead, location,size,and owner name) for public and/or private utility lines or easements 6) Tarrant Appraisal District parcel data for all public and/or private land lots/tracts inside of or within 25 feet of park boundary (see sample provided by CITY- account number, owner name, street address, legal description, square footage/acreage size) 7) Aerial photography background (at a minimum within park boundary and 25 feet beyond park boundary) Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 1 of 10 5. Phase 1 Program Confirmation ENGINEER shall perform the following tasks: Based upon the final updated master plan completed under BASIC SERVICES Task 3 and base mapping completed under BASIC SERVICES Task 4, prepare geometrically and dimensionally correct CAD-drafted layout for all improvements shown in the updated master plan for use in overall park development cost analysis and in phase 1 program determination. ENGINEER shall, at request of CITY at any time throughout the project, transmit to CITY electronic copies of ENGINEER work product components including but not limited to data, photos, images,text, designs, cost opinions, etc.for project-related use by CITY including but not limited to project budgeting, coordination, communication, bidding, etc. This requirement shall include but not be limited to ENGINEER's transmittal of electronic files of drawings to CITY's designated project folder system. A) Overall Park Plan Prepare overall park CAD-drafted plan based on updated park master plan. B) CITY Review Meeting Attend one(1) meeting(up to two-hour duration)with the CITY to discuss the overall park CAD-drafted plan and to obtain CITY input and guidance prior to ENGINEER proceeding with preparation of overall park quantities and cost opinion. C) Overall Park Quantities and Cost Opinion Based on overall park CAD-drafted plan prepared and CITY input and guidance received (including requested adjustments to overall park plan) in previous subtasks, calculate item quantities and prepare a cost opinion of all master plan improvements for use in Phase 1 program determination. The opinion of probable construction shall be based on the quantities indicated on the ENGINEER's overall plan CAD plan and on unit prices current at the time of the cost opinion preparation. The cost opinion shall be submitted in 8 % inch x 11 inch portrait format, printed on one side,three (3) hardcopies and an electronic pdf. D) Phase 1 Program Confirmation Attend one (1) meeting (up to four-hour duration; workshop format) with the CITY to discuss the adjusted overall park CAD-drafted plan and overall cost opinion and to confirm the design program for Phase 1 improvements based on the CITY's construction budget of$4,000,000.00 (four million dollars). Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 2 of 10 6. Schematic Design (30%Construction Document Level) ENGINEER shall perform the following tasks: Based on the Phase 1 Program confirmed in the previous task and input and guidance from CITY, prepare schematic design documents (plans and cost opinion at 30% construction document level submittal) as described below. Schematic design for all improvements shall follow current CITY design standards unless directed otherwise by CITY. ENGINEER shall, at request of CITY at any time throughout the project, transmit to CITY electronic copies of ENGINEER work product components including but not limited to data, photos, images,text, designs, cost opinions, etc.for project-related use by CITY including but not limited to project budgeting, coordination, communication, bidding, etc. This requirement shall include but not be limited to ENGINEER's transmittal of electronic files of drawings to CITY's designated project folder system. A) Schematic Design Plans The schematic design plans shall be suitable for use and submitted in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size)format with black and white line work(and with full-color aerial photo background which can be turned on or off as requested by CITY). The minimum text font size shall be 12 point on full-size sheets and 6 point on half-size sheets. Both full-size and half-size sheet plan and detail views shall be to standard engineer or architect scale(for example: 1 inch=30 feet full-size/1 inch=60 feet half-size for plans; 1/4 inch = 1 foot full size and 1/8 inch = 1 foot half size for details). All plan submittals (full-size and half-size, hardcopy and electronic pdf) shall be true to feet per inch scales indicated on the plans. The plan sets shall be submitted in both full-size and half-size formats with three (3) hardcopies in each size, bound with a solid black heavy paper binder strip on left side and with an electronic pdf in each size. The schematic design plans shall include,at a minimum,the following in the sheet formats provided by CITY and in the order shown below: 1) Cover(1 sheet) 2) General Notes and Key Map (1—3 sheets) 3) Plans (number of plan sheets as required for legibility and scalability in both full-size and half-size sheet format) Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 3 of 10 B) Schematic Design Cost Opinion The schematic design opinion of probable construction cost shall be based on the ENGINEER's plans and on unit prices current at the time of the cost opinion preparation. The cost opinion shall be submitted in 8% inch x 11 inch portrait format, printed on one side, three (3) hardcopies and an electronic pdf. C) Schematic Design CITY Review and Meeting Following CITY's review of ENGINEER's schematic design, ENGINEER shall attend one (1) meeting (up to two-hour duration) with the CITY to discuss the schematic design review comments and to obtain CITY input and guidance prior to ENGINEER proceeding with preparation of preliminary design. 7. Preliminary Design (60%Construction Document Level) ENGINEER shall perform the following tasks: , Based on CITY's review of the ENGINEER's schematic design and input and guidance from CITY, prepare preliminary design documents(plans and cost opinion at 60%construction document level submittal) as described below. Preliminary design for all improvements shall follow current CITY design standards unless directed otherwise by CITY. ENGINEER shall, at request of CITY at any time throughout the project, transmit to CITY electronic copies of ENGINEER work product components including but not limited to data, photos, images,text, designs, cost opinions, etc.for project-related use by CITY including but not limited to project budgeting, coordination, communication, bidding, etc. This requirement shall include but not be limited to ENGINEER's transmittal of electronic files of drawings to CITY's designated project folder system. A) Preliminary Design Plans The preliminary design plans shall be suitable for use and submitted in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size)format with black and white line work(and with full-color aerial photo background which can be turned on or off as requested by CITY). The minimum text font size shall be 12 point on full-size sheets and 6 point on half-size sheets. Both full-size and half-size sheet plan and detail views shall be to standard engineer or architect scale(for example: 1 inch=30 feet full-size/1 inch=60 feet half-size for plans; 1/4 inch = 1 foot full size and 1/8 inch = 1 foot half size for details). All plan submittals (full-size and half-size, hardcopy and electronic pdf) shall be true to feet per inch scales indicated on the plans. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 4 of 10 The plan sets shall be submitted in both full-size and half-size formats with three (3) hardcopies in each size, bound with a solid black heavy paper binder strip on left side and with an electronic pdf in each size. The preliminary design plans shall include, at a minimum, the following in the sheet formats provided by CITY and in the order shown below: 1) Cover(1 sheet) 2) General Notes and Key Map (1 -3 sheets) 3) Plans (number of plan sheets as required for legibility and scalability in both full-size and half-size sheet format) 4) Details(number of detail sheets as require for legibility and scalability in both full-size and half-size sheet format) B) Preliminary Design Cost Opinion The preliminary design opinion of probable construction cost shall be based on the ENGINEER's plans and on unit prices current at the time of the cost opinion preparation. The cost opinion shall be submitted in 8% inch x 11 inch portrait format, printed on one side, three (3) hardcopies and an electronic pdf. C) Preliminary Design Specifications The preliminary design specifications shall be an outline list of all proposed specification sections by section number and title (based on Master Spec number and title format unless directed otherwise by CITY). The specification list shall be submitted in 8% inch x 11 inch portrait format, printed on one side,three (3) hardcopies and an electronic pdf. D) Preliminary Design CITY Review and Meeting Following CITY's review of ENGINEER's preliminary design, ENGINEER shall attend one (1) meeting(up to two-hour duration)with the CITY to discuss the preliminary design review comments and to obtain CITY input and guidance prior to ENGINEER proceeding with preparation of final design. 8. Final Design (909/o/100%/Sealed Construction Document Levels) ENGINEER shall perform the following tasks: Based on CITY's review of the ENGINEER's preliminary design and input and guidance from CITY, prepare final design documents (plans, cost opinion, and specifications at 90%/100%/Sealed construction document level submittals)as described below. Final design for all improvements shall follow current CITY design standards unless directed otherwise by CITY. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 5 of 10 ENGINEER shall, at request of CITY at any time throughout the project, transmit to CITY electronic copies of ENGINEER work product components including but not limited to data, photos, images,text, designs, cost opinions, etc.for project-related use by CITY including but not limited to project budgeting, coordination, communication, bidding, etc. This requirement shall include but not be limited to ENGINEER's transmittal of electronic files of drawings to CITY's designated project folder system. A) Final Design Plans The final design plans shall be suitable for use and submitted in both 22 inch x 34 inch (full-size)and 11 inch x 17 inch (half size)format with black and white line work(and with full-color aerial photo background which can be turned on or off as requested by CITY). The minimum text font size shall be 12 point on full-size sheets and 6 point on half-size sheets. Both full-size and half-size sheet plan and detail views shall be to standard engineer or architect scale(for example: 1 inch=30 feet full-size/1 inch=60 feet half-size for plans; 1/4 inch = 1 foot full size and 1/8 inch = 1 foot half size for details). All plan submittals (full-size and half-size, hardcopy and electronic pdf) shall be true to feet per inch scales indicated on the plans. The plan sets shall be submitted in both full-size and half-size formats with three (3) hardcopies in each size, bound with a solid black heavy paper binder strip on left side and with an electronic pdf in each size. The final design plans shall include, at a minimum, the following in the sheet formats provided by CITY and in the order shown below: 1) Cover(1 sheet) 2) General Notes and Key Map (1 -3 sheets) 3) Plans(number of plan sheets as required for legibility and scalability in both full-size and half-size sheet format) 4) Details(number of detail sheets as require for legibility and scalability in both full- size and half-size sheet format) B) Final Design Cost Opinion The final design opinion of probable construction cost shall be based on the ENGINEER's plans and on unit prices current at the time of the cost opinion preparation. The cost opinion shall be submitted in 8%inch x 11 inch portrait format, printed on one side,three (3) hardcopies and an electronic pdf. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 6 of 10 C) Final Design Specifications The final design specifications shall include all appropriate technical specification sections for Phase 1 improvements(based on Master Spec number and title format unless directed otherwise by CITY), table of contents, and bidders proposal form. The CITY shall provide standard CITY front end non-technical section documents. The specifications shall be submitted in 8 % inch x 11 inch portrait format, printed on one side, bound on left side, three (3) hardcopies and an electronic pdf for all final design submittals (90%/100%/Sealed construction document level submittals). D) Final Design CITY Reviews and Meetings Following CITY's review of ENGINEER's final design (at 90% and 100% construction document level submittals only), ENGINEER shall attend one (1) meeting (up to two-hour duration) with the CITY to discuss the final design review comments and to obtain CITY input and guidance prior to ENGINEER proceeding with preparation of next final design submittal. (ii) Below SPECIAL SERVICES Task 1 description, add the following: 2. Special Service—Topographic Survey ENGINEER shall perform the following tasks: Conduct topographic survey as required for completion of final design documents (through sealed construction document level)for all master-plan-proposed park improvements within the following boundaries: south edge of the West Trail Loop, west edge of the South Trail Loop, back of street curb along north side of Shiver Road and along east side of Beach Street, excluding the YMCA parcel. Additionally, conduct 8 to 10 cross-sections in the drainage corridor, at locations to be determined, along the east side of the park. Survey datum shall be tied to a benchmark or datum designated by the CITY. Horizontal control shall be tied to NAD83, North Central Zone 4202, utilizing a scale factor of 1.00012. Vertical control shall be tied to a benchmark or datum designated by the CITY. A minimum of four(4)control points will be set.A minimum of six(6)temporary benchmarks, located as directed by CITY, shall be set for construction. The X, Y, and Z shall be tied for all surface and overhead features, improvements, and trees (at center of base of trunk). A) The data provided by the survey shall include, at a minimum, the following for the area of survey coverage: Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.S17S1 North Park Improvements—City of Fort Worth Project No.101766 Page 7 of 10 1) Existing topographic contours at one-foot contour interval 2) Location and identification of all existing improvements based on site measurement and visual observation 3) Location and caliper size (DBH) of single-trunk trees with trunk diameter of 4 inches and greater, locations of multi-trunk trees with any trunk diameter of 3 inches or greater, and locations of any trees with crown diameter of 8 feet or greater 4) Current established 100-year floodplain and floodway limits from latest available source (FEMA Firm Map, CITY or other flood study, etc.) 5) Utilities data (type,underground/at-grade/overhead,location,size,and owner name) for all public and/or private utility lines and/or easements (without probing or digging) 6) Tarrant Appraisal District parcel data for all public and/or private land lots/tracts inside of or within 25 feet of park boundary (see sample provided by CITY- account number, owner name, street address, legal description, square footage/acreage size) A stand-alone version of the completed topographic survey, bearing the seal and signature of a Texas Registered Professional Land Surveyor, shall be provided to the CITY in full-size and half-size hardcopy format (four copies) and electronic format (both AutoCAD and PDF). 3. Special Service—Hydrology/Hydraulic Analysis ENGINEER shall perform the following tasks: Provide analysis and documentation necessary to evaluate hydrologic/hydraulic impact to ensure conformance with CITY's stormwater management policy and floodplain permitting requirements. A) Assemble existing models, calculations, files and other pertinent information available to ENGINEER from CITY, FEMA, or other sources. B) Conduct a site visit to examine existing conditions of the existing stream bed through the park and proposed locations of low-water pedestrian bridges, check-dam sediment basins, and channel area grading. C) Utilize effective FEMA hydrology will be used for the 10-, 50-, 100-, and 500-year peak discharges for existing conditions. Ultimate flows from a previously approved flood study can be used for planning purposes. D) Prepare preliminary hydrology/hydraulics study floodplain maps and report that describes and depicts the existing and proposed conditions peak discharges and the existing and proposed floodplain and floodway showing water surface elevations. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 8 of 10 E) Attend a meeting(up to two-hour duration)with CITY staff from Floodplain Management and Park & Recreation departments to review the ENGINEER's design plans, preliminary hydrology/hydraulics analysis memo,and FPD application.Timing of this meeting relative to overall project duration shall be determined and scheduled by CITY and coordinated with ENGINEER. F) Prepare final hydrology/hydraulics study floodplain maps and report incorporating input and guidance from the CITY review meeting. 4. Special Service—Geotechnical Analysis ENGINEER shall perform the following tasks: A) Conduct geotechnical investigation and analysis as required to develop recommendations for ENGINEER's completion of final design documents (through sealed construction document level) for all proposed park improvements shown in the master plan. 1) The number, depth, horizontal location, and proposed access routes for all borings shall be as recommended by ENGINEER and depicted on a scaled site plan prepared by ENGINEER for review and written approval by CITY. 2) Borings shall be performed using a truck-mounted drill rig and ONLY after CITY's written approval of ENGINEER's proposed boring locations and access routes. 3) Sampling shall be performed continuously to a depth of 10 feet and then at 5- foot intervals until termination depth. If bedrock is encountered, the rock shall be drilled by auger and Texas Cone Penetrometer Testing shall be conducted in lieu of sampling. These borings shall be used to determine site stratigraphy and to obtain samples for laboratory testing.Shelby tube sampling shall be performed in cohesive soils and split spoon sampling shall be performed in cohesionless soils. 4) Selected laboratory testing shall be conducted on samples that are representative of the materials obtained during the field exploration. The tests shall be used to evaluate and classify the soils and identify subsurface site characteristics. All of the field and laboratory tests shall be performed according to ASTM standards, where applicable, or with other established procedures. B) Develop design recommendations as required for ENGINEER's completion of final design documents (through sealed construction document level) for all proposed park improvements shown in the master plan. C) Prepare preliminary geotechnical report summarizing geotechnical investigation, analysis, and design recommendations. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 9 of 10 D) Attend a meeting(up to two-hour duration)with CITY to review geotechnical report. E) Prepare final geotechnical report incorporating input and guidance from preliminary report review meeting. 5. Special Service—Floodplain Development Permit ENGINEER shall perform the following tasks: A) Prepare and submit a CityofFort Worth Floodplain Development Permit(FDP)application based on ENGINEER's hydrology/hydraulics analysis. B) Attend a meeting(up to two-hour duration)with CITY staff from Floodplain Management and Park & Recreation departments to review the ENGINEER's design plans, hydrology/hydraulics analysis, and FPD application. Timing of this meeting relative to overall project duration shall be determined and scheduled by CITY and coordinated with ENGINEER. 6. Special Service—TDLR Submittal ENGINEER shall perform the following tasks: A) Submit ENGINEER's construction document plans to TDLR (Texas Department of Licensing and Regulation)for project registration and TAS(Texas Accessibility Standards) design review. Timing of this submittal relative to overall project duration and construction document% level shall be as determined by CITY and ENGINEER. 7. Special Service—Contingency Services ENGINEER shall perform the following tasks: A) If requested by CITY and agreed to by CITY and ENGINEER in writing prior to ENGINEER's performance, ENGINEER shall provide additional assistance to the CITY related to the BASIC SERVICES and SPECIAL SERVICES already being provided.These services shall be provided on a lump sum or hourly-at-agreed-established-rates basis and on an agreed scope of work and deliverable basis. Attachment A.1 Scope of Services-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 10 of 10 Attachment B.1 Compensation Amendment No. 1 to City Secretary Contract No. 51751 North Park Improvements Attachment B Compensation of the CONTRACT is amended as defined below. (i)The first paragraph first sentence is amended as follows: The services described in Attachment A Scope of Services, as amended, shall be provided within the overall fee total amount indicated below. (ii)Below BASIC SERVICES Subtotal, add the following: ADDITIONAL BASIC SERVICES(provided by Amendment No. 1) 4. Base Mapping(lump sum) $ 7,050 5. Program Confirmation (lump sum) $ 13,850 6. Schematic Design (30%CD Level) (lump sum) $ 34,500 7. Preliminary Design (60%CD Level) (lump sum) $ 116,100 8. Final Design (90%/100%/Sealed CD Level) (lump sum) $ 171,000 Subtotal (Amendment No. 1 BASIC SERVICES) $ 342,500 Subtotal (Total Project BASIC SERVICES) $ 385,900 (iii)Below SPECIAL SERVICES Subtotal, add the following: ADDITIONAL SPECIAL SERVICES(provided by Amendment No. 1) 2. Special Service—Topographic Survey Gump sum) $ 40,000 3. Special Service—Hydrology/Hydraulic Analysis Gump sum) $ 24,000 4. Special Service—Geotechnical Analysis(lump sum) $ 12,000 5. Special Service—Floodplain Development Permit Gump sum) $ 5,750 6. Special Service—TDLR Submittal (lump sum) $ 3,000 7. Special Services—Contingency Services(not to exceed) 40,000 Subtotal (Amendment No. 1 SPECIAL SERVICES) $ 124,750 Subtotal (Total Project SPECIAL SERVICES) $ 131,150 (iv) The last line regarding Total Fee is amended as follows: Total (Amendment No. 1 BASIC and SPECIAL SERVICES) $467,250 Total (Total Project BASIC and SPECIAL SERVICES) $ 517,050 Attachment B.1 Compensation-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 1 of 1 Attachment DA Schedule Amendment No. 1 to City Secretary Contract No. 51751 North Park Improvements Attachment D Schedule of the CONTRACT is amended as defined below. (i) The first paragraph is amended as follows: The services described in Attachment A Scope of Services, as amended, including BASIC SERVICES Tasks 1 -8 and SPECIAL SERVICES Tasks 1 - 6, shall be completed on or before April 28, 2020. (Following completion of these services, SPECIAL SERVICES Task 7 Contingency Services may continue to be provided by ENGINEER if requested by CITY during project Bid Phase and/or Construction Phase.) (ii)Below BASIC SERVICES Subtotal, add the following: ADDITIONAL BASIC SERVICES(provided by Amendment No. 1) 4. Base Mapping 4 Weeks+ 5. Program Confirmation 5 Weeks+ 6. Schematic Design (30%CD Level) 5 Weeks+ 7. Preliminary Design (60%CD Level) 5 Weeks+ 8. Final Design (90%/100%/Sealed CD Level) 9 Weeks+ Subtotal 28 Weeks+ (iii)Below SPECIAL SERVICES Subtotal, add the following: ADDITIONAL SPECIAL SERVICES(provided by Amendment No. 1) 2. Special Service—Topographic Survey(during tasks above) N/A 3. Special Service—Hydrology/Hydraulic Analysis (during tasks above) N/A 4. Special Service—Geotechnical Analysis(during tasks above) N/A 5. Special Service—Floodplain Development Permit(during tasks above) N/A 6. Special Service—TDLR Submittal (during tasks above) N/A 7. Special Service—Contingency Services(as authorized by CITY) N/A Subtotal N/A (iv) The last line regarding Project Duration is amended as follows: BASIC SERVICES Tasks 1-8 and SPECIAL SERVICES Tasks 1-6 SHALL BE COMPLETED BY APRIL 28,2020 Attachment DA Schedule-Amendment No.1 to City Secretary Contract No.51751 North Park Improvements—City of Fort Worth Project No.101766 Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication DATE: 09/24/19 M&C FILE NUMBER: M&C 19-0206 LOG NAME: 80NORTH PARK IMPROVEMENTS SUBJECT Authorize Execution of Amendment No. 1 to City Secretary Contract No. 51751 with Dunaway Associates, L.P., in the Amount of $467,250.00 for the North Park Improvements Project for a Revised Contract Amount of$517,050.00 (2018 Bond Program) (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No.1 to City Secretary Contract No.51751 with Dunaway Associates, L.P., in the amount of$467,250.00 for the North Park Improvements Project for a revised contract amount of$517,050.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of Amendment No. 1 to City Secretary Contract No. 51751 with Dunaway Associates, L.P., in the amount of$467,250.00 for the North Park Improvements Project located in northeast Fort Worth (C D4). On January 19, 2019, City Secretary Contract No. 51751 was administratively executed with Dunaway Associates, L.P., in the amount of$49,800.00 for preparation of an updated park master plan. The master plan update was completed on June 21, 2019 and was endorsed by the Park & Recreation Advisory Board on July 24, 2019. Under this amendment, Dunaway Associates, L.P., will prepare construction documents for park improvements included in the 2018 Bond Program and updated park master plan. The 2018 Bond Program included $2,000,000.00 for the preparation of a master plan update and implementation of the park master plan, including, but not limited to the renovation of existing soccer fields, provision of additional athletic facilities, restrooms, additional parking, security lighting, and supporting infrastructure and equipment; and $600,000.000 for the installation of athletic field lighting at North Park. The 2018 Bond Program also included $750,000.00 for the installation of a Universal Playground at a to be determined location. North Park was selected as the location based on an unmet service need per the Parks, Recreation and Open Space Master Plan which calls for one Universal Playground in each of the five sectors of the City— north, south, east, west and central. Currently, Universal Playgrounds are located in Patricia LeBlanc Park (south) and Trinity Park (central). Additionally, North Park has the supporting infrastructure including roads and parking to support a Universal Playground facility. Additional funding for the North Park Improvements project was appropriated from the PayGo Capital funding (M&C G-19305), and the earnings derived from the sale of City surplus property .(M&C`G-19503). The project funding is summarized in the table below: work Type Fund Authority Amount Playground 2018 Bond Fund FY21 CIP $750,000.00 Equipment Athletic Field LightingF 2018 Bond Fund FY19 CIPIF $600,000.00 Community Parks 2018 Bond Fund FY19 CIP $2,000,000.00 Community Parks General Capital G-19503 $1,245,000.00 Fund Community Parks General Capital G-19305 $100,000.00 Fund Total Funding 1$4,695,000.00 This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. OFFICE OF BUSINESS DIVERSITY - Dunaway Associates, L.P., is in compliance with the City's BDE Ordinance by committing to 13% SBE participation on this project. The City's SBE goal on this project is 10%. North Park is located in COUNCIL DISTRICT 4. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as appropriated, of the 2018 Bond Program and the General Capital Projects Funds, and that prior to expenditures being made, the Park & Recreation Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Fernando Costa 6122 Originating Business Unit Head: David Creek 5744 Additional Information Contact: Joel McElhany 5745