Loading...
HomeMy WebLinkAboutContract 43925-A2 AMENDMENT No. 2 CITY SECRETAIW CONTRACT N©. 43q25-,42- TO 3q25-,42.TO CITY SECRETARY CONTRACT No. 43925 WHEREAS, the City of Fort Worth (CITY) and Dunaway & Associates, L. P. , (ENGINEER) made and entered into City Secretary Contract No. 43925, (the CONTRACT) which was authorized by M&C C-25949 on the 26th day of November, 2012 in the amount of $515, 633 ; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $0 which was administratively authorized authorized January 9, 2014 . WHEREAS, the CONTRACT involves engineering services for the following project : Randol Mill Road Improvements (Interstate 820 to Precinct Line Rd) City Project 01809; and WHEREAS, it has become necessary to execute Amendment No. 2 to the CONTRACT to include a revised scope of work. 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 engineering services and change is scope as specified in a proposal dated November 14, 2014 , a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by M Engineer is within the originally authorized amount . C-) _n C 2 . M There shall be no change in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the v total fee to be paid by the City for all work and services through this Amendment No. 2 shall be the amount of $515, 633 . 00. CityFort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 CITY SECRETARY Page 1 of 3 FT.WORTH,TX 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 and Associ tes L. P. Fernando Costa y Ford, 'P. E. Assistant City Manager Vice President DATE: ,Z11i//S� DATE: February 2 , 2015 AP / VAL RECOMMENDED: Douglas Wiersig, P. E. Director, Transportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date . Doug as W. Black Assistant City Attorney ATT °ao!� Ma y J. Kayser 00 City Secretary ZX AS City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 OFFICIAL RECORD Page 2 of 3 CITY SECRETARY FT.WORTH,TX FUNDING BREAKDOWN SHEET City Secretary No. 43925 Amendment No. 2 Department Fund-Account-Center Amount Total : City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 DA No. 2008279 November 14,2014 Ms. Wilma J. Smith, P.E. City of Fort Worth Transportation & Public Works Department Fort Worth,Texas 76102 Reference: Amendment No. 2 Randol Mill Road Improvement Project City Project No.43925 Ms. Smith: This letter constitutes formalization of your request for changes in the scope of the current contact and our request for supplemental authorization for Tasks outside the scope of services of the current contract and amendments. Dunaway will provide the following: SCOPE OF SERVICES The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have clearly defined the work to be performed and address the needs of the Project according to objectives listed below: Section A: Design 3 lane HMAC pavement section with two-way left turn lane into Temple Christian School. Design intersection at Old Randol Mill Rd and Randol Mill Rd for limits shown in red 1,600 LF along Randol Mill Rd, and 250 LF along Old Randol Mill Rd. Section B: Provide Typical Pavement Section and quantities to City for HMAC Pavement Reconstruction for limits shown in blue 4,960 LF. Section C: Design Temporary Roundabout at intersection of Randol Mill and Precinct Line Rd. Provide plans for Roundabout and HMAC Pavement Reconstruction around curve as shown for 2,600 LF and 500 LF north of intersection. Extend cross-culvert located on curve. Section D: Provide Typical Pavement Section and quantities to City for HMAC Pavement Reconstruction for limits shown in blue 2,740 LF. City of Fort Worth,Texas Page 1 of 11 WORK TO BE PERFORMED Task 1. Project Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Survey Services Task 5. Geotechnical Services Task 6. Environmental Services TASK 1. PROJECT 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. Anticipated project design timeline is 6 months. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate directly with City on all design aspects • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend one (1) pre-design project kickoff meeting with CITY staff to confirm and clarify scope, understand project objectives, and ensure that the overall design meets CITY requirements • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY • Prepare and submit baseline Microsoft 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 • Prepare and submit monthly progress reports in the format provided by the respective CITY Department • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project City of Fort Worth,Texas Amendment 92 Page 2 of 11 • 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. 1.3. Scoping • Verify project scope by conducting initial investigations of project elements and proposed solutions ASSUMPTIONS • Tier 3 Schedule will be required DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline project schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes 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 (TxDOT), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. Alignment and Typical Section Refinement Section A: • Investigation of up to two (2)alignment options for proposed 3-lane pavement section and two-way left turn lane for Temple Christian School. City of Fort Worth,Texas Amendment#2 Page 3 of 11 • Provide opinions of probable construction cost for alignments investigated. Sections B & D: • Provide Typical Pavement Sections based on preliminary Geotechnical Report Information. • Provide opinions of probable initial construction costs for typical sections proposed. 2.3. Roundabout Layout Refinement Section C: • Investigation of up to three (3) options for proposed Roundabout including alternative truck apron and shoulder sections. • Provide opinions of probable initial construction cost for alternatives investigated. • Conduct traffic modeling of investigated alternatives. 2.4 Peer Review of Roundabout Options • Engineer will coordinate with GHD (City's sub-consultant) to perform a peer Quality Control review of each roundabout option, and will incorporate their review comments into the design prior to submitting final options to the City. 2.5. The Conceptual Design Package which will begin upon City approval of completion of Tasks 2.2 and 2.3 and shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Conceptual plan sheets showing existing and proposed horizontal roadway alignments, proposed Roundabout layout with striping plan and street lighting plan, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, and city owned and franchise utilities. • Traffic Control Plan: Develop a traffic control plan utilizing TxDOT standards. Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. Provide a written summary of the distinct phases to take place during construction operations to include road and/or lane closures, limited access to adjacent properties, and limited access to pedestrian and bicycle traffic. • Proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, and existing and proposed curbs. • Opinion of probable construction cost. ASSUMPTIONS • One large plot with plan view for each alternative investigated City of Fort Worth,Texas Amendment#2 Page 4 of 11 • The ENGINEER will attend up to three (3) meetings with the CITY for Alignment and Typical Section Refinement • Three (3) sets of plans will be delivered to the City for the 30% design • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw • ENGINEER shall not proceed with Preliminary Design activities without approval by the CITY of the Conceptual Design Package • 50 Sheets will be assumed for 30% submittal to City DELIVERABLES A. Conceptual Design Package TASK 3. PRELIMINARY DESIGN (60 PERCENT) Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications 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 shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.l.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • Roundabout layout sheets including ROW lines, horizontal alignments, utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and existing and proposed contours (0.25' intervals) • Traffic Control Plan updated to reflect any changes as a result of the conceptual design submittal while also including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • Signed and sealed SUE plan drawings for entire project limits. • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Updated existing and proposed typical section sheets. • No less than two bench marks plan/profile sheet. City of Fort Worth,Texas Amendment#2 Page 5 of 11 • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Overall project easement layout sheet(s). • Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details. • ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours 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. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. 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. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts and piping to include storm drain profiles showing existing and proposed flow lines,flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • Preliminary signing, pavement marking, and illumination layouts. • Prepare Specifications according to City of Fort Worth standards. • Opinion of probable construction cost. 3.2. 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. 3.3. 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, prepare and mail the invitation letters to the affected customers. The ENGINEER shall coordinate with the CITY GIS staff to identify affected property owners/residents and develop a spreadsheet listing addresses of those to invite to the public meeting. 3.4. Utility Clearance City of Fort Worth,Texas Amendment#2 Page 6 of 11 • 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 upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • 1 set of half size for constructability review delivered for the 60% design. • 3 sets of half size plans will be delivered for the 60% design. • 3 sets of specifications will be delivered for the 60% design. • DWF files and PDFs created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • All submitted documents and checklists will be uploaded to the designated project folder in Buzzsaw • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. 10 sets of half size drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without approval by the CITY of the Preliminary Design plans. • 75 Sheets will be assumed for 60% submittal to City. DELIVERABLES A. Preliminary Design drawings and specifications B. Preliminary iSWM Checklist C. Utility Clearance drawings D. Geotechnical Report E. SUE Plan Drawings F. Opinion of probable construction cost G. Public Meeting exhibits (as needed) City of Fort Worth,Texas Amendment#2 Page 7 of 11 TASK 4. SURVEY SERVICES ENGINEER will provide survey support as follows. 4.1. 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, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, 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; 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 coordinate 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). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. TASK 5. GEOTECHNICAL SERVICES 5.1 Geotechnical Investigation The ENGINEER will perform 4 borings to a depth of 10 feet each (40 vertical feet total) using truck-mounted equipment. The borings will be taken starting at the intersection of Randol Mill Rd and Precinct Line Rd and extending along curve to east. Specific sections will be determined prior to the actual investigation. The ENGINEER will amend the previously completed Geotechnical Report No. DUNA1402.00 dated February 14, 2014 and titled, "Geotechnical Engineering Report—Randol Mill Road Improvements", and include the four (4) new borings completed for this project in that report. Pavement recommendations will be based on utilizing the City of Fort Worth Pavement Design Manual, dated 2005 and the 1993 AASHTO Pavement Design Manual. City of Fort Worth,Texas Amendment#2 Page 8 of 11 The borings will be performed with traffic control according to the Texas Manual on Uniform Traffic Control Devices, 2011 (TMUTCD). Field personnel will observe drilling and sample the borings using truck-mounted equipment. Cohesive and non-cohesive soil samples will be obtained using 3-inch diameter Shelby tube samplers (ASTM D-1587) and 2-inch diameter standard split-spoon samplers (ASTM D-1586), respectively. A field geo-technician will extrude the samples in the field, check the samples for consistency with a hand penetrometer, as appropriate, carefully wrap them to preserve their condition, and return them to the laboratory for testing. A log of each boring will be prepared to document field activities and results. At the completion of drilling operations, bore holes will be backfilled and the top 6-inches plugged with a cold asphaltic concrete patch. Laboratory tests will be required for classification purposes and will be performed on selected samples to determine soil/rock classification, strength characteristics, and potential short and long term compressibility/swell of the potential pavement subgrade along the alignment. Testing will be in accordance with our standard procedures, which include moisture content and soil identification, liquid and plastic limit determinations, strength tests on soil, and unit weight determinations. Specific types and quantities of tests will be determined based on soil conditions encountered in the borings. The report will provide evaluations and recommendations for improving the existing Randol Mill Road base and subgrade and will address: • Soil and groundwater conditions encountered at the boring locations. • Pavement design recommendations for Randol Mill Rd and temporary Roundabout intersection for a 15-yr pavement life, including review of existing pavement section. • Earthwork recommendations, including material and compaction requirements. • Construction considerations related to soil and groundwater conditions at the borings. This work is based on the following assumptions: • The site is readily accessible, but will require traffic control during the fieldwork • The boring locations can be accessed by a truck-mounted drilling rig. • The boring locations are not covered by concrete. • All drilling operations are to be done during normal business hours. • Site does not require clearing for boring access. • Lane closure permits are required for field personnel. TASK 6. ENVIRONMENTAL SERVICES 6.1 — Environmental 404 Waters of the U.S. Determination • Dunaway will perform a Jurisdictional Determination based upon a field visit to identify not only the current Waters of the U.S., but also classify them as to their existing function. This determination of their function and values is an important component of the Section 404 permitting process. This determination is necessary for the U.S. Army Corps of Engineers (USACE) to verify the adequacy of any delineations and any required mitigation. • Using available literature, the soil survey, and USGS topographic maps, Dunaway will provide a description of the functions and values and limits of the Waters of the City of Fort Worth,Texas Amendment#2 Page 9 of 11 U.S. for the subject property. As part of the functions/values determination, Dunaway will provide the client with the appropriate wetland delineation forms, map of jurisdictional waters overlain on the site plan (if existing), and any evaluation of the waters of the U.S. within the proposed project site. The wetland forms will include the vegetation characteristics of the jurisdictional waters, soil profiles, and hydrologic information per the 1987 Corps of Engineers Wetland Delineation Manual and regional supplement. • Dunaway will use a Global Positioning System (GPS) to map jurisdictional waters of the U.S. Data collected in the field will be downloaded to existing ArcGIS files to overlay on the existing topographic maps for the project. Exhibits indicating all jurisdictional waters of the U.S. will be prepared for inclusion in the wetland survey report. • Dunaway will prepare a letter report describing the limits and types of waters of the U.S. found within the project site. The report will contain descriptions of waters of the U.S. and site maps with waters shown. • It should be noted that this exercise does not include any permitting activity with the USACE, it simply identifies the function or type, their classification or value, and the quantity of all Waters of the U.S. regardless of type. This will provide the client with guidance on both future permitting and development constraints or strategies as they relate to the Waters of the U.S. 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. • FEMA floodplain modeling. • CDC Floodplain Permitting for Trinity River Basin. • Negotiation of Utility Relocations. • Additional traffic count data beyond what the ENGINEER already has on record. • Construction management and inspection services City of Fort Worth,Texas Amendment#2 Page 10 of 11 BASIC FEE A summary of the total project is as follows: M/WBE Provided Current Authorization —Amendment#2 $ 201,430 18.0% Previous City Authorizations $ 314,203 30.4% Subtotal $ 515,633 25.6% Original Contract Total Budget Approved $ 515,633 Summary for Amendment# 2 by firm: Percentage of Amendment Gorrondona &Associates, Inc. (M/WBE) $ 36,307 18.0% Dunaway Associates L.P. $ 165,123 82.0% Total $ 201,430 100.00% Please review the enclosed information and call me if you have any questions or require additional information regarding this amendment. Sincerely, DUNAW Y SSOCIATES, L.P. Y// Daniel Daniel Tremper, P.E. Project Manager City of Fort Worth,Texas Amendment#2 Page 11 of 11 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWoRm COUNCIL ACTION: Approved on 11/6/2012 DATE: 11/6/2012 REFERENCE NO.: ""C-25949 LOG NAME: 20RANDOL MILL ROAD 01809 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Services Agreement with Dunaway Associates, L.P., in the Amount of$515,633.00 for the Design of Randol Mill Road from East Loop 820 to Precinct Line Road Utilizing Funds from the 2008 Bond Program to Provide for Design Services, City Project Management and Design Review for a Project Total in the Amount of$608,633.00 (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Services Agreement with Dunaway Associates, L.P., in the amount of$515,633.00 for the design of Randol Mill Road from East Loop 820 to Precinct Line Road utilizing funds from the 2008 Bond Program to provide for design services, City project management and design review for a project total in the amount of$608,633.00. DISCUSSION: This Agreement is for design services associated with concept level schematic design for the expansion of Randol Mill Road from a two-lane asphalt road to a four-lane divided arterial from East Loop 820 to Precinct Line Road in accordance with the City's Master Thoroughfare Plan. This work includes preparing concept level alignment studies, a traffic study and drainage study, and determining the optimum roadway alignment. This project also includes developing alternative alignments for Cooks Lane and Precinct Line Road at their intersection with Randol Mill Road. This project is needed to accommodate additional traffic demands in eastern Fort Worth resulting from continued growth and development and to mitigate flooding of Randol Mill Road by the Trinity River due to 100 year storm events. Dunaway Associates, L.P., proposes to perform the design services for a fee in the amount of $515,633.00. Staff considers this fee to be fair and reasonable for the scope of services to be performed. In addition, the amount of$93,000.00 will be included for project management and design review. Funds are available in the 2008 Capital Improvement Program Funds for design only. Dunaway Associates, L.P., is in compliance with the City's BDE Ordinance by committing to 13 percent SBE participation on this project. The City's SBE goal on this project is 13 percent. This project is located in COUNCIL DISTRICT 4, Mapsco 66K, 66L, 66M, 66P and 67J. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund. http://www.fortworthgov.org/council_packet/mc—review.asp?ID=I 7484&councildate=I I/... 1/23/2015 M&C Review Page 2 of 2 TO Fund/Account/Centers FROM Fund/Account/Centers C204 531200 204230180930 $515.633.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Dennis R. Ingram (2294) ATTACHMENTS 20RANDOL MILL RD MAP 01809.pdf hap://www.foawofthgov.org/council_packet/mc_review.asp?ID=17484&councildate=l I/... 1/23/2015 Sabb, Losivale From: Wiersig, Doug Sent: Thursday, February 26, 2015 1:08 PM To: Smith, Wilma; Sabb, Losivale Subject: RE: Contract Submitted for Processing Losi: the highlighted area below is the case for this situation— No "Amendment 1" was created,just "Amendment 2". Thanks From: Smith, Wilma Sent: Thursday, February 26, 2015 10:14 AM To: Wiersig, Doug Subject: FW: Contract Submitted for Processing Doug, Here's the email message discussed. Thank you. Wilma J. Smith, P. E. Project Manager VPW—lnfrastucture Design & Construction 1000 Throckmorton Street Fort Worth,TX 76102 Office: 817.392.8785 Email: Wilma.Smith(&,FortWorthTexas.gov City of Fort Worth— Working to build&strong community. FORTWORTH, How am I doing? Please feel free to contact my supervisor: William.Estesn&,FortWorthTexas.aov From: Sabb, Losivale Sent: Wednesday, February 18, 2015 12:13 PM To: Smith, Wilma Subject: Contract Submitted for Processing Good Afternoon, The CSO office received a contract for processing— Amendment No. 2 to Contract No. 43925. There is no record on file for the first amendment. i Do you have anything regarding an Amendment No. 1 for Contract No. 43925? If yes, may you please submit it to our office so that we may finish processing the contract that we currently have. If not, and there is no record on file for an Amendment No. 1, then we will need a memo/form signed off by your department head stating that there is no Amendment No. 1 on file and that Amendment No. 2 is authorized/ok. Thank you, Losi Sabb Administrative Secretary City Secretary's Office 1000 Throckmorton Street Fort Worth, TX 76102 817.392.6154 Losivale.Sabbgfortworthtexas. ov "City of Fort Worth— Working together to build a strong community. " FORTWORTH. 2