HomeMy WebLinkAboutContract 36513-A6 (2) Cam'SECRETARY
CONTRACT NO., 1
AMENDMENT No. 6
TO CITY SECRETARY CONTRACT No.
WHEREAS, the City of Fort Worth (CITY) and Dunaway Associates, L. P. ,
(ENGINEER) made and entered into City Secretary Contract No. 36513, the
CONTRACT) which was authorized 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 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; 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. 6 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 dated September 4, 2013, a
copy of which is attached hereto and incorporated herein. The cost to
City for the additional design services to be performed by Engineer
totals $42, 750 . 00 . (See Attached Funding Breakdown Sheet, Page -3-)
2 ,
Article II of the CONTRACT is amended to provide for an increase in
the 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 be an amount of $1, 086, 176. 0 .
OFFICIAL RECORD
Page - 1 - CITY SECRETARY
RECEIVEDr'��' 40 iui'j 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 Associates, L. P.
�/t.•-� a"
Fernando Costa Stephen R. James, P.E.
Assistant City Manager Principal
DATE: I'lfla DATE: if. E3• 13
APPR,QWAL RECOMMENDED:
Douglas . Wiersig, P.E.
Director, Transportation/Public Works Department
APPROVED AS TO FORM AND LEGALITY: M&C. G 2-Lt
Date : 12 13
hA 'W 'w h" A
Assistant City Attorney
®ATTE � � ®o"1%'w-�
AZA
ary J. Kayser r
City Secretary
OFFICIAL RECORD
CITY SECRETARY
FT.WORTIH,TX
Page - 2 -
FUNDING BREAKDOWN SHEET
City Secretary No. 36513
Amendment No. 6
Department Fund-Account-Center Amount
20 C200 531200 204230014530 $42, 750. 00
Total: $42, 750. 00
Page - 3 -
DUNAwAy
DA No. 2006326
September 4,2013
Mr. Dennis Ingram,P.E.
City of Fort Worth
Transportation&Public Works Department
Fort Worth, Texas 76102
Reference: Amendment No. 6
East First Street from Beach Street to Oakland Boulevard
City Project No.00145
Mr. Ingram:
This letter constitutes our request for supplemental authorization for tasks outside the scope
of services of the current contract and amendments. Due to TxDOT design criteria and
administrative constraints the East First Street Project to be let and constructed by TxDOT
will not include illumination poles, but only the foundations and wiring. This requires a
concurrent City of Fort Worth project to install illumination poles on illumination foundations
and bridges constructed by TxDOT, from Haltom Road to Oakland Boulevard, as well as to
install illumination arms on existing utility poles In the area along East First Street, from Beach
Street to Haltom Road. The below scope covers the development, bidding and construction
support of such a project.
Additionally, at the request of the City Parks and Community Services Department, pavers
are to be added at the Streams and Valley entrance to Gateway Park. The below scope
covers the modifications and additions needed to be made to the current 95%-100%
complete plan set for the addition of the pavers.
Finally, the environmental documentation required for the East First Project has exceeded the
scope of the original contract and amendments. Specifically, the most recent environmental
document review has required additional coordination of the future trail system and changes
required to meet another Standard of Uniformity (SOU) update for the air quality section of
the environmental documentation. The below scope also covers this out of scope work.
This request is based upon the following items:
550 SoVy A% we.Sulo 400 4 Fod Wbft Texas 76107 4 Tel:817.335.1121 8 Fax:817.335.7437 It dur amWOMOC1019 com
Amendment No. 6
September 4, 2013
Page 2
SCOPE OF SERVICES
1.0 Project Management
The Illumination project aspect of this scope is expected to take no more than
20 working days requiring additional project management covering: accounting,
project documentation, QA/QC, MWBE reporting and at least two meetings with City
staff.
2.0 COFW Illumination Project
ENGINEER will produce a plan set, bid documentation and construction
documentation needed for the installation of illumination poles on illumination
foundations and bridges constructed by TxDOT from Haltom Road to Oakland Blvd
as well as the installation of illumination arms on existing utility poles in the area along
East First Street from Beach Street to Haltom Road.
2.1 The ENGINEER will produce a project plan set Cover Sheet,
Index/General Note Sheet, and Summary Sheet.
2.2 Aguirre & Fields will produce a project layout sheet, illumination
installation sheets and select applicable standards.
2.3 The ENGINEER will coordinate with Oncor on the installation of
illumination on utility poles in the area of East First Street from Beach
Street to Haltom Road.
2.4 The ENGINEER will submit to the City a 30% review set with an OPCC
and address any City comments.
2.5 The ENGINEER will submit to the City a 60% review set with an OPCC
and address any City comments.
2.6 The ENGINEER will submit to the City a 90% review set with an OPCC
and address any City comments.
2.7 The ENGINEER will submit to the City the final plan set and an OPCC.
2.8 The ENGINEER will produce the necessary contract document package
for bidding the illumination project.
2.9 The ENGINEER will provide a bid package with supporting activities that
Include:
2.9.1 The preparation and delivery of an addendum to the contract
documentation.
2.9.2 Make available bid documents to perspective Bidders.
2.9.3 Respond to and document Bidder questions during the bidding
process.
S5o Baiwy Avenue,Stale 400 A Fort ftdh,loxos 16101 0 tot:817,336.1121 ® Fox:817.335,7437 4 dunowoyossocloleLCom
Amendment No. 6
September 4, 2013
Page 3
2.9.4 Attending the Bid Opening.
2.9.5 Provide to the City a Bid Tabulation.
2.10 The ENGINEER will provide the contractor and City inspectors
construction documents.
2.11 The ENGINEER will attend a Pre-Construction Conference.
2.12 The ENGINEER will support construction activities, reviewing shop
drawings and answer any City questions.
3.0 Streams and Valley Entrance
ENGINEER will modify the current East First Street Project Plan Set, which is at
95%-100% complete, to include pavers at the Streams and Valley entrance to
Gateway Park.
3.1 The ENGINEER will coordinate with the City Parks and Community Services
Department the pavers location,type and pattern.
3.2 The Engineer will modify the Streams and Valley typical section to a concrete
section with pavers, matching the existing street.
3.3 The ENGINEER will modify the Plan and Profile sheets showing Streams and
Valley to show the new pavers and related quantities.
3.4 The ENGINEER will modify the removal sheets to remove a portion of
Streams and Valley pavement and existing pavers to facilitate the tying in of
the new concrete pavement and pavers.
3.5 The ENGINEER will create a paver layout sheet and paver details sheet to
facilitate the installation of pavers and tying proposed pavers into existing
pavers. The existing Streams and Valley pavement will also be investigated
and a detail produced to join existing and proposed Streams and Valley
pavement together.
3.6 The ENGINEER will create and refine a special specification to cover the
installation of pavers.
3.7 The ENGINEER will update projects estimates to reflect the new quantities
and changes to previous quantities.
4.0 Environmental Services
To finalize required environmental documentation the ENGINEER has had to perform
the following services outside of the scope of the original contract and amendments.
4.1 To date, the amount and extent of coordination with the City Parks and
Community Services Department on the proposed future hike and bike
trail in Gateway Park has exceeded the scope of the original contract.
550 Bailey Avonuo,State 400& Fat Worth.Texas 76107 r tel:017.335.1121 •Fax:817.336.7437 d dunawoyassoclotes.com
Amendment No. 6
September 4, 2013
Page 4
The original contract envisioned pedestrian and bike traffic being handled
by a trail consisting of the existing East 1 t Street. Due to required
drainage improvements, portions of the existing East 18" Street pavement
would be removed and pedestrian and bike traffic will be handled by a
future trail, located within Gateway Park. Most recent Environmental
Document comments has required additional coordination with PACSD,
which was not included the original contract scope. To date the Engineer
has had two meetings and has produced exhibits, the attending of a
meeting at the PACSD offices as well as email and phone conversations.
4.2 The ENGINEER has been required to update the Air Quality section of
the environmental documentation to a new SOU that was issued during
the latest review of the current documentation. This additional update to
the Air Quality section has exceeded the scope of the original contract
and will involve revising section 9.8 Air Quality of the environmental
documentation. Section 9.8 Air Quality is 8 pages with 6 subsections, 2
tables, and 1 figure. Revisions will be required to each subsections:
• Mobile Source Air Toxics
• Background
• Project Specific MAST Information
• Incomplete or Unavailable Information for Project-Specific MSAT
• Conclusion, and
• Air Quality Construction Emissions Reduction Strategies.
4.3 The ENGINEER is updating the environmental documentation from a
Categorical Exclusion (CE) to an Environmental Assessment (EA) as
required by TxDOT. This will require revisions to the overall document
and exhibits, removing references to the document being a CE. It will also
require revisions to the conclusion reached in several sections of the
document. Additionally, an EA document requires a FONSI (Finding Of
No Significant Impact). THE ENGINEER will create a draft FONSI as
required by TxDOT and support TxDOT in relation to the FONSI.
550 Mloy Avenue,Suite 400 V Fort Walh,Texas 76107 4 Tel:817.335.1121 8 Fax;817.335.7437 ®dunowayossocialot.com
Amendment No. 6
September 4, 2013
Page 5
6.0 Basic Fee
A summary of the total project is as follows:
WWBE
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 27.6%
$1,086,176 21.8%
TOTAL BUDGET
Summary for Amendment#6 by firm:
Percentage of
Amendment
Dunaway Associates L.P. $ 30,882 72.50/6
Aguirre&Fields LP(MNVBE) -$ 11,760 27.5%
Total $ 42,750 100.0%
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.
2� �WVtA4
Stephen R. James, P.E.
Sr. Principal
Director, Public Sector Services
550 Bonet Avonue,Sulte 400 4P Fort Worth,foxos 76107 4 fol:817.336,1121 1 Fox:817.335.7437 8 dunawovc aociotos.cor i
s
rr0 0 Ony�l N �+ t®p qp (�fyi ImA�»r. m�fl W O 1� O
7 N
t//
Y
r
F
c
�o y '39ws �a�T'
o £ �in� wo.
►" a m a
c m m. F
a
z
m
C
m
w m
.. 3
c S -
8 C
O
g z
0
u
7 m-
y
CL
O � NNp N♦N_ 8 O�^� O 8N� Ny.
q� oU it
G1 S ~ v o co N �a
H o
mY � arm
Q
W U
co exZ � z e
o
W � � N O
O S w W a U
J F— W
Y 8 N I'jl
US
a C`b iD; AN r N N p Y r rN0 't u) fONN
�O G
GOC-
Q C
a�
M O Tl
N r N I
N Cf..
Ti �ttN�O O
11
Q
ap
r
c 3
0 o c F
> >
c m N u U E
m
O m
t O m
y m N D r d
a m p A U C y m Y O y N m y p V'M CO W
is E c c E' A 2 U d m E o m r.5 m U c E
Y °1 oE1pcEEEac of w �U a m TT o
a E- a o�o n a a d m Q U c `fi r m y o �� ;p ku m
H m m Cy«W(ONV1 a'1 E c a cpo o� j' N'o j Ja m N gdU EO
r m c c 3 m o .P i> a
c Nco bacam c 2 Ycoc 9yar aoomo
BE 21
cm /�-acmm aEmm a
a
rw
= 2 maccm MWmo �s c UaU U�7 �UU$ IiUUa aQo fCo>G.
aru�i
ru
s�oU
�� N
G J 0
2 m
Y rN th m NOrNca L
(-. O r O N tV N N fV tV[V N<`l[V fV N N N(V N N th M M M C)M 4h'.'O Q'T O
!V e! V
C�
c�¢a
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 11/12/2013
DATE: Tuesday,November 12,2013 REFERENCE NO.: **C-26555
LOG NAME: 20EAST FIRST STREET AMENDMENT—6
SUBJECT:
Authorize Execution of Amendment No. 6 to City Secretary Contract No. 36513, an Engineering Services
Agreement with Dunaway Associates,L.P.,in the Amount of$42,750.00 for the Design of East First Street
from Beach Street to Oakland Boulevard,Thereby,Increasing the Total Contract Amount to$1,086,176.00
(COUNCIL DISTRICT 4)
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment No.6 to City Secretary Contract
No. 36513, an Engineering Services Agreement with Dunaway Associates, L.P.,in the amount of$42,750.00
for the design of East First Street from Beach Street to Oakland Boulevard,thereby increasing the total
contract amount to$1,086,176.00.
DISCUSSION:
The 2004 Capital Improvement Program(CIP)approved funding for the design and construction of East First
Street. This contract Amendment is for additional engineering services that are required to prepare a Finding
of No Significant Impact(FONSI), which is required due to new federal environmental permitting
requirements.
This Amendment is also for the preparation of separate construction bid documents for the installation of
street light poles and fixtures as a separate construction project due to TxDOT design requirements that
prevent the installation of these features as part of the roadway construction. Additionally, this Amendment is
to provide for an update to the design plans to include brick pavers at the Streams &Valleys Circle entrance
into Gateway Park.
The following table summarizes previous contract action and Amendments:
Amount r '
dalzroy
Qmdadw
Initial Contract $726,110.00 Design of East First Street from Beach Street to C-22600 1/8/2008
Oakland Boulevard
Amendment Archeological Investigations for East First Street at the
o. 1 $7,757.00 new TrinityRiver Bride 1A 3/19/2009
Amendment $110,428.00 Additional Historical Investigation for East First Street _24123 3/9/2010
o. 2 at the new Trinity River Bridge
Amendment Additional Right—of—Way, Survey and Exhibits,
o. 3 $25,524.00 Environmental Documentation, and Meetings with /A /30/2011
xDOT
Amendment Design of Bicycle Lanes,Streetlights,Environmental
0 4 $155,902.00 Investigations, and Water and Sanitary Sewer C-25627 6/5/2012
Improvements
Amendment $17,705.00 Conditional Letter of Map Revision(CLOMR) —26125 3/5/2013
o. 5
Preparation of construction bid documents for street light
Amendment $42,750.00 poles/fixtures, design changes in coordination with PACS, ending ending
o. 6 and preparation of additional environmental documentation
FONSI
Total 1 086 176 00
Dunaway Associates,L.P.,proposes to complete Amendment No. 6 for a fee not to exceed$42,570.00. Staff
considers this fee to be fair and reasonable for the scope of services proposed to be performed.
M/WBE Office—Dunaway Associates,L.P.,is in compliance with the City's M/WBE Ordinance by
committing to an additional 28 percent M/WBE participation on this Amendment No. 6.
This project is located in COUNCIL DISTRICT 4,Mapsco 64S,64T, 64U and 64V.
FISCAL INFORMATION:
The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated,of the Street Improvements Fund.
FUND CENTERS:
TO Fund/Account/Centers FROM Fund/Account/Centers
C200 531200 204230014530 $42,750.00
CERTIFICATIONS:
Submitted for City Manager's Office by: Fernando Costa (6122)
Originating Degartment Head: Douglas W.Wiersig (7801)
Additional Information Contact: Dennis R. Ingram (2294)
ATTACHMENTS
1.Amendment 6 Com_nliance Memo.ndf
2. C200 99901.docx
3.EAST FIRST STREET AMENDMENT—6 FAR-00030,Vdf
4.East First Street Amendment-6 Man.ndf