Loading...
HomeMy WebLinkAboutContract 36513-A9 (2) � 345ji N SE? 112015 AMENDMENT NUMBER 9 CIVofTo �R TO CITY SECRETARY CONTRACT NO. s 8-e 9 , the City of Fort Worth (CITY) and Dunaway Associates, L. P. , (ENGIN'EER) made and entered into City Secretary Contract No. 36513, (the CONTRACT) which was authorized by the City Council by M&C C-22600 on the 8th day of January, 2008 in the amount of $726, 110 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $7, 757 . 00 which was administratively authorized by the City on the 19th day of March 2009, Amendment Number 2 in the amount of $110, 428 . 00 which was authorized by M&C C-24123 on the 9th day of March 2010, Amendment Number 3 in the amount of $25, 524 . 00 which was administratively authorized by the City on the 30th day of September 2011, Amendment Number 4 in the amount of $155, 902 . 00 which was authorized by M&C C-25627 on the 5th day of June 2012, Amendment Number 5 in the amount of $17, 705. 00 which was authorized by M&C C-26125 on the 5th day of March 2013, Amendment Number 6 in the amount of $42, 750 . 00 which was authorized by M&C C-26555 on the 12th day of November 2013, Amendment Number 7 in the amount of $61, 375. 00 which was authorized by M&C C-26753 on the 8th day of April 2014; and Amendment Number 8 in the amount of $13, 420 . 00 which was administratively authorized by the City on the 5th day of September 2014; and WHEREAS, the Contract involves engineering services for the following project: East First Street from Beach Street to Oakland Boulevard; and WHEREAS, it has become necessary to execute Amendment No. 9 to said 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 include the additional gineering services specified in the proposal dated July 21, 2015, pies of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer otals $20, 056. 00 . (See Attached Funding Breakdown Sheet, Page -3-) 2 . ZArticle II of the Contract is amended to provide for an increase in the fee to be paid to Engineer for all work an M-7717,,M pqrformed under OFFICIAL RECORD Page -1- CITY SECRETARY FT. WORTH, TX the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $1, 181, 027 . 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Dunaway Associates, L. P. '—)9 e 1 • 3:�Aw — Jesus J. Chapa Vp y K. Ford, P.E. Assistant City Manager Vice President i DATE: 2—! 4 _/'S DATE: APPROVAL RECOMMENDED: — 14, (J, �_j C--� / Douglas . Wiersig, P. E. Director, Transportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: 259a:nn /lb /H 4-G Qy;j Douglas W. Black Assistant City Attorney ®� ,.' a.� ATTEST: CIA OFFICIAL RECORD ary a s e CITY SECRETARY City UIre ary FT WnRTH,TX Page -2- FUNDING BREAKDOWN SHEET City Secretary No. 36513 Amendment No. 9 Department Fund-Account-Center Amount 20 C200 531200 204230014530 $20, 056. 00 Total: $20, 056. 00 Page -3- ODUNAWA v DA No. 2006328 July 21, 2015 Mr. Michael Weiss, P.E. City of Fort Worth Transportation & Public Works Department Fort Worth, Texas 76102 Reference: Amendment No. 9 East First Street from Beach Street to Oakland Boulevard City Project No.00145 Mr. Weiss: This letter constitutes our request for supplemental authorization for tasks outside and in excess of the scope of services for the current contract and amendments. This request is based upon the following items: SCOPE OF SERVICES 1.0 Construction Phase Engineering After the East First Street project was approved for construction and awarded to SEMA construction, the number of RFI's and request for Change rapidly depleted the budget set aside for construction phase services. As of the date of this letter, there have been eleven (14) RFls, requiring additional coordination and issuing plan revisions that were not included in the shop drawing reviews and site visits as originally scoped. In addition, TxDOT has requested that the temporary detour pavement be upgraded and that a pavement design be run. Also, TxDOT has requested that we investigate substituting Type B embankment material with a maximum PI of 35, for the proposed Type C material (PI between 15 and 30) and the original Select Fill material specified for various locations. 550 Bailey Avenue,Suite 400 --' Fort Worth,Texas 76107 —*Tel:817.335.1121 a Fax:81 7,335.7437 0 dunawayassociates.com Amendment No. 9 July 21, 2015 Page 2 2.0 Basic Fee A summary of the total project is as follows: MNVBE Provided Original Contract $ 726,110 Amendment #1 $ 7,757 Amendment #2 $ 110,428 Amendment #3 $ 25,524 Amendment #4 $ 155,902 Amendment #5 $ 17,705 Amendment #6 $ 42,750 Amendment #7 $ 61,375 Amendment #8 $ 13,420 Amendment #9 20,056 0.0% TOTAL BUDGET $1,181,027 20.7% Summary for Amendment#9 by Task: i I Description: FEE Request Task 1.0 Construction Phase Engineering $ 20,056.00 Total $ 20,066.00 I Please review the enclosed information. Do not hesitate to call me if you have any questions or require additional information regarding this proposal. Sincerely, DUNAWAY ASSOCIATES, L.P. Grady Beachum, P.E. Sr. Project Manager Public Sector Services W o ^ M WCl m G O�OI fV n OI 7 N Y tl tl M N W N N N N N N N N F N O O E » N N N 7 0 tl WO N f0 01 IL Cpp Cpp .0(,1 t7 O O J U 7 0f 0 o a N N NN N.0N N N N N N N O W a ww co -,a 7 c CL •o 0 0 2 C m m > tl � C F' 01 N W W O O O 3 m m C r2 N 07 C n Z 40N C 0 H m • 3 N M p` 10 O 0 h a §� F m a J o aOf fV l� W m U N N N N N N N N.9[ N N > s O O O O N m m � ' V N c o 0 d 0 � a10► Y d d � oS e o o g aW N ; c » N � rrnz r m a m w m LU O n o a 0 0 O Y _ tl tl 40b, ' y N U O E C J H C L u V a•c N tlw J `O aDOCDO O O h _ W NNe M R u ar 0i C O'- a` c w .��Rmus e040 o V 01 e0 tltl •o c a 16 10 N N O O N c1 H L O O tl m w tl o c E c E � m c a c n v m E o chi d m � 3 CL n o '41 QJ� 'v N m y� Y N 0l N It C uj tl N M 6N t0 L m W 01 IL N a x O p c C° m C H> w 0, 'y a L > 01 V o 0 m L 0 0 ` N O m- O O m 3m -w�� c� _ rZ Wtl U 0 `o O o N M v U Q a Z Y tl � O