Loading...
HomeMy WebLinkAboutContract 34093-A8��V'� ���C�Ti��d� �� � ��RAC`� 6��. �uG�-( % ._. AMENDMENT No. 8 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L.P., (ENGINEER) made and entered into City Secretary Contract No. 34093 (the Contract) which was authorized by M&C C-21712 on the 26th day of September, 2006 in the amount of $208,357.00; and WHEREA�, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $15,510.00 which was administratively authorized on February 9, 2007, Amendment No. 2 in the amount of $4,440.00 which was administratively authorized on July 2, 2007, Amendment No. 3 in the amount of $10,570.00 which was administratively authorized on March I4, 2408, Amendment No. 4 in the amount of $24,750.00 which was authorized by M&C C-23218 on December 9, 2008, Amendment No. 5 in the amount of $8,000.00 which was administratively authorized on October 5, 2009, Amendment No. 6 in the amount of $32,541.00 which was administratively authorized on November 3, 2010 and Amendment No. 7 in the amount of $15,020.00 which was authorized by M&C C-25240 on October 25, 2011; and WHEREAS, the Contract involves engineering services for the following project: Street Reconstruction, Water and Sewer Replacement on College �venue (Page �treet to W. Capps Street), Lipscomb Street (W. Ca�ps Street to W. Berry Street), Orange Street (Stanley Avenue to Townsend Drive) and Wayside Avenue (l�t. Dead End to Wa Cantey Street) 2004 CIP Contract 53, Project No. 00455 WHEREAS, it has become necessary to execute Amendment No. 8 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 include the additional engineering services specified in a proposal letter dated February 17, 2012, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer totals $19,864.00. 2. Article II of the CONTRACT is amended to provide for an increase in the fee to � P — - — - -. _ _=„d� be paid to Engineer for all work and services erformed under the Contract, as amende � ���Yell�� Fti�Cq►��1 ; E�IiY SE��I��'A�Y Contract Amendment No. 8 ��'� �y'��'��ti T)( Page 1 of 2 ---•-- - ---- so that the total fee paid by the City for all worlc and services shall be an amount of $339,052.00. 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 signatoiy, below. APPROVED: City of Fort Worth �G�.....�..�.,� ��. Fernando Costa Assistant City Manager DATE: 3�:�-��� APPROVAL RECOMMENDED: ,�.. ' � c� c� Douglas . Wiersig, P.E. Director, Transportation and Pub ' Works APPROVED AS TO FORM AND LEGALITY � � Doug as W. Blacic Assistant City Attorney ATTEST: ENGINEER Dunaway Associates, L.P. ���`-�'' a�Y'�� Stephen R. James, P.E. Sr. Principal DaTE: 2• 2 3, Zo r2 M&C: �1:� / Date: Mary J City Sf Contract Amendment No. 8 Page 2 of 2 � �� � �FFIC��1� I�f���RD � �lil( SECREiARY A � �T. VYORYl�, "�� �� -_- - -� � DUNaw�o►y � EXHIBIT "A" Dunaway No. 2006151 February 17, 2012 Mr. Richard Argomaniz, P.E. Project Manager City of Fort Worth Transportation and Public Works Department 1000 Throckmorton Street, 2nd Floor Fort Worth, Texas 76102 Reference: Amendment No. H ver5 2004 CIP Project Yrs 4& 5- College Ave, Orange St, Lipscomb St and Wayside Ave. Contract 53 Project No. 00455 Dear Mr. Argomaniz: Dunaway Associates, L.P. is pleased to present this Amendment No. 8 for additional engineering design services requested by the City that are beyond our original scope of services. The general scope of these additional services is as follows. Description of work: City requested the design of a sub drain system in the eastern half of College Ave roadway section from Elizabeth Blvd to Capps St to address french drain and seepage issues within these street limits. The completion of this work will include the following tasks: 1. Detailed topographic survey from the center line of College Ave to east ROW along College Ave from Elizabeth Blvd to Roberts Ave in addition to the Elizabeth/College intersection and the inlet on the northeast corner of the College/Capps St intersection (This survey work will be performed by City's staf�. 2. The Engineer shall coordinate, via letter or email requests, with utilities, including utilities owned by the City, within the project limits (the eastern half of the roadway section along College Ave from Elizabeth Blvd to Capps St.). The information obtained shall be shown on the preliminary and final plans, to include the location of the existing utility lines, based on the information provided by the utility. LS (LUMP SUM) 3. Design of paving and sub-drain improvements along the east curb line of College Ave. LS 55D Boiley Avenue, Suite 400 � Fort Worth, Texas 76107 � Tel: 81 7.335.1 1 21 � Fax: 81 7.429.3959 � dunaavayassociates.com • Amendment No. 8 February 17, 2012 Page 2 4. Prepare specification documents for bidding. LS 5. Preparation of opinion of probable construction cost estimates at 90% & 100% submittals. LS 6. Project Meetings a) Design review meetings up to (2). LS b) Field meetings and site visits with City staff and Residents up to (2).HNTE (HOURLY NOT TO EXCEED) c) Neighborhood meeting (1). HNTE 7. Bid Phase Services a) Pre-bid meeting (1) HNTE b) Bid Assistance (addenda preparation, assist City with Contractor's questions) HNTE 8. Construction Phase Services a) Pre-construction meeting (1) HNTE b) Final observation (1) HNTE c) Site visits during construction (1) HNTE 9. Reproduction and mileage (includes 12 bid sets & 3 design review sets). HNTE ASSUMPTIONS 1. City of Fort Worth Traffic Control Standards will be used for this work, detailed traffic control plans are not included as a part of this scope. 2. Detailed erosion control plans & SWPPP book preparation is not included as a part of this scope. 3. City of Fort Worth will manage plan distribution and preparation of the bid tabs. 4. Dunaway attendance at the bid opening is not included as a part of this scope. 5. SUE services are not included as a part of this scope of services. 6. Specification documents will be based on the old CFW standard documents prepared for the original construction contract, with minor modifications to the proposal and technical specs to include new bid items need for subdrain construction. 7. RFIs from the Contractor will be handled by the CITY staff. 8. Bid phase services listed above in item #7 are to be handled by CITY. However, if CITY requires assistance from Dunaway this time will then fall under the HNTE category. 550 Bailey Avenue, Suite 400 3 Forf �Norih, Texas 76107 � Tel: 81 7.335.7 1 21 � Fax: 81 7.335J437 � dunawoyassociates.com . -. • Amendment No. 8 February 17, 2012 Page 3 A summary of the proposed budget for this proposal is as follows (See Exhibit B for a detailed man-hour estimate of these tasks): MNVBE Participation City MNVBE Goal — 20% M/WBE % Provided: Original Contract — 20% Amendment No. 1 —11 % Amendment No. 2 — 0% Amendment No. 3 —11 % Amendment No. 4 — 0% Amendment No. 5 — 0% Amendment No. 6 — 8% Amendment No. 7 — 0% Amendment No. 8 — 0% ($40,672 / $208,357) ($1,732 / $15,510) i$0 / $4,440) ($1,200 / $10,570) ($0 / $24,750) ($0 / $8,000) ($2, 610 / $32, 541) ($0 / $15,020) ($0 / $19,864) Revised M/WBE % (Original contract + Amendments) — ($46,214/$339,052) - '14% Please review the enclosed information and do not hesitate to call me if you haVe any questions or require additional information regarding this amendment. Sincerely, DUNAWAY ASSOCIATES, L.P. a Texas limited partnership 2, I ,2UIZ Stephen R. James, P. E. Date Sr. Principal 2006151 Amendment#8 MHasler kmc 2-17-2012 v i Q N V N T W � Q C N Y � a E 0 u N Q J W a N N � M � � O m W � v O m � � r Z _ _ > O V w i av o Q � a` � _ 0 U N � �t � } r �.i d .O a` a U � 0 0 N � � 0o a m �n �n m �n �n ni �n �n o ni �c �n N o v a m v a lD M M N 00 V1 e-I a-I M 'i �-1 e-1 Ol M N V} VF iA Vf Vf tA VT i/f VT L} VF U/ N LL U M N i�n � N '�-1 '•j U O v � a v v `" F, V% �-I � � � o O np N ct � N V _ `c � N rl V m � N M � lA � � � Cf 01 � '7 � N � �-i 'i ei ei rl 'i .� � n a N � g "' �n �n o � o � � M �, � � � � � m � � � � � Y W � y V � a X G � W Z J O � +�-� � � Z F" J C K � a � � O � � ? a�i u � i � a M +-' �' rl Q H v � O d � J C O l0 Z M -p a-j C N � O a m J Y O � A C (J � N o a ni .1 .� � o •� � a � � Z � Y = •C O m � � � � N 6 o �V � Z �"� M � N v O Y � ?; a �o ,'3 �• � ,� :a a�i ° � � o ti � y� U C O a+ N C C ry '�p i ~ Q' N 7 W 0 e-1 y�,� ..�.+ 'O O E U y i O p, O. C � a +' v � o � � ,C O N � � j C pp u �= u p, a�+ C tn y�- .-1 �p G ` N � af0i E a�i v � N � a°° c w � m .� « y ai c v a � •� � a w � a°1i � � � c `�' � c � �' � c� � u � tl0 �° o ° c oi! 'n v� •}, � � a y +L,' C � u t'i �p � o c � v�i Q � �- � O , W N = � vY�f � v�i � �i � � u hC0 `.�" � CCD i L � v� O 0 ,� � .n v > f0 0 0 '6 v c, a a °� 'v v? � c :: y H V lL � VI O � in Z 1 CO 1 u. !n 1� � - - W W W W W W W W `.7 ���. � Z Z Z Z Z Z Z Z .- S S S S S S 2 = .-i N M � ln t0 I� 00 Ql � e-I �N-1 �m-I 0 u X O H W Q W Z � J � � h � a = j u J W II Z � _ � m w