Loading...
HomeMy WebLinkAboutContract 49847-A1 city l�2 �l} AMENDMENT NO. 1 TO AGREEMENT cijysFc9r�a�/9r STANDARD AGREEMENT FOR PROFESSIONAL SERVICES EASTSIDE LIBRARY STATE OF TEXAS CITY SECRETARY CONTRACT NO. 49 - I COUNTY OF TARRANT WHEREAS, The City of Fort Worth and KAI/Alliance, LC dba KAI Texas (Consultant) made and entered into City Secretary Contract No. 49847 (The Contract) which was authorized by the City Council by M&C C-28430, the 101h day of October, 2017, to provide Design and Construction Administration Services for the new Eastside Library located at 3851 East Lancaster Avenue; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for additional design services for Detention Facility Design to comply with City's stormwater management requirements & TxDOT Permitting for construction within Lancaster Avenue's (US180) R.O.W along, and Park Plan Development to include a playground and pavilion. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1 . Article I — Scope of Services, Paragraph (3) shall be added to read as follows: (3) Provide additional design services for the design and detailing of a Detention Facility to comply with City's stormwater management requirements & TxDOT Permitting for construction within Lancaster Avenue's (US180) R.O.W along, and Park Plan Development to include a playground and pavilion. The cost and not-to-exceed amounts of this additional services are $14,322.00 with no direct reimbursable expenses (Attachment "B"), and $51,215.00 with no direct reimbursable expenses (Attachment "C"). The scope of services is described more fully in KAI Texas's Letters dated February 18, 2019, subject: "Additional Services Request #01, Detention Facility Design/TxDOT Permitting, Eastside Family Library, KAI Project No. 10-17014" (Attachment "B"), and April 5, 2019 (Revised June 24, 2019), subject: "Additional Services Request #02, Eastside Family Library — Park Plan Development, KAI Project No. 10-17014" (Attachment "C"). 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachments "B" & "C". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachments "B" & "C". However the total fee paid by the City shall not exceed a total of $448,229.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly." _ OFFICIAL RECORD CITY SECRETARY CFW Standard Agreement for Professional Services AMENDMENT(16Aug2016) FT. vV OR Ppp 11of 2 KAI Texas—Eastside Library—Amendment No.1 3. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED this the l day of , 2019 in Fort Worth, Tarrant County, Texas. KAI/Allianc , LC ba K T xas APPROVED: Darren L. James, Kevin Gunn President &CO Interim Assistant City Manager APPROVAL RECOMMENDED: RECORDED: f By: By: � Roger Venables, Interim Director ary J. Kay,Ver,(PIProperty Management Department City Secreta A� APPROVED AS TO FORM AND LEGALITY: M&C Not Required Contract Authorization By: Jo B. Str` ng sistant City Attor y 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. By: 4 a CAP Brian R. Glass, AIA Architectural Services Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX CFW Standard Agreement for Professional Services AMENDMENT(16Aug2016) Page 2 of 2 KAI Texas—Eastside Library—Amendment No.1 July 2019 r Attachment "B" February 18, 2019 Mr. Alfonso Meza Property Management Department City of Fort Worth 401 W. 131h Street Fort Worth,TX 76102 Reference: Additional Services Request#01 Detention Facility Design/TOOT Permitting Eastside Family Library KAI Project No. 10-17014 Dear Mr. Meza: KAI is pleased to submit this proposal for Additional Services for detention facility design associated with the Eastside Library facility at 3851 East Lancaster Avenue, Fort Worth, TX 76103. This fee proposal covers the Construction Document phases of the project. A. Scope of Services Due to the City of Fort Worth Storm Water Management site disturbance requirements, the proposed site for the library facility will require on-site detention. KAI has received a proposal from Carrillo Engineering to provide detention design.services for the project site (Task 1). In addition, the sidewalk improvements to the project are within the TOOT Right-of-Way and will require submission for review and permitting(Ta02). The scope of work is outlined and highlighted in the attached Proposal for Design Services. Direct Expenses: No direct expenses are expected for this Additional Service Request. Payments are due and payable per the terms of the proposal agreement executed between KAI and the City of Fort Worth on 10/11/17. B. Compensation The compensation for the above referenced service shall be a lump sum fee of $14,322.00 (Fourteen Thousand Three Hundred Twenty-Two Dollars and no/100). This fee includes the following: Task 1 —Detention Facility Design $7,500.00 Task 2—TxDOT Driveway Permit $4,500.00 KAI Project Management $1,020.00 KAI Administrative Mark-up (10%J $1,302.00 C. Schedule of Services Upon written notice to proceed. The proposed services will be in accordance with the current design schedule. D. Terms and Conditions The Terms and Conditions will be the same as the proposal agreement executed between KAI and the City of Fort Worth on 10/11/17. Please contact Maurice Thames if you have any questions regarding this proposal. If you are in agreement with these terms you may indicate your acceptance by signing and returning one copy of this letter proposal. We look forward to continuing our work with you on this project. Sincerely, Accepted by: Darren L. Jame', A Date President& C�00 Signature Printed Name/Title Attachments: Carrillo Engineering Scope of Work cc: Matthew J. Westphal, PE, SE Derwin Broughton,AIA Maurice Thames, AIA Exhibit A to Amendment Number One dated February 11, 2019 Carrillo Engineering, LLC shall perform the following Additional Services: Task 1 —Detention Facility Design $7,500 (Lump Sum) The Consultant will prepare calculations and design for a detention pond to serve the 1.56-acre site. The Consultant will prepare construction drawings per City requirement and will submit them to the City for review and approval. This task includes addressing up to two (2)rounds of concurrent City and Client comments. If additional effort is required, this will be considered additional services. If the City requires dedication of a detention easement by separate instrument and/or a Storm Water Facilities Maintenance Agreement (SWFMA), these will be considered additional services. Task 2—TxDOT Driveway Permit $4,500(Lump Sum) The Consultant will prepare a set of drawings for the sidewalk improvements within the TxDOT Right-of-Way per TxDOT requirements and will submit to TxDOT for review and permitting. This task includes addressing up to two (2) rounds of TxDOT comments. If required, additional comments will be considered additional services KAI CONTRACT SUMMARY 2/15/2019 KAI#10-17014 PROFESSIONAL SERVICES FEES Original Contract $ 355,192.00 Net Change by Previous Modifications $ - This Modification ADD $ 14,322.00 TOTAL Professional Services Fees $ 369,514.00 REIMBURSABLE SUMMARY Original Contract $ 27,500.00 Net Change by Previous Modifications $ - This Modification ADD r - TOTAL Reimbursable Budget $ 27,500.00 Attachment "C" Transforming KMCommunities April 5,2019 Revised June 24,2019 Mr.Alfonso Meza Property Management Department City of Fort Worth 401 W.13th Street Fort Worth,TX 76102 Reference: Additional Services Request#02 Eastside Family Library—Park Plan Development KAI Project No.10-17014 Dear Mr. Meza: KAI is pleased to submit this proposal for Additional Services for the development of a park design associated with the Eastside Library facility at 3851 East Lancaster Avenue,Fort Worth,TX 76103. This fee proposal covers the Schematic Design,Construction Document,and Construction Administration phases of the project. A. Scope of Services As discussed at our meeting on March 6,2019,KAI will provide a design for a pocket park to be located at the northwest green space of the site adjacent to the Library project. The scope of work associated with this design include a rubberized play surface,a pavilion shelter structure,age 2yr- 5yr old playground. This scope of work also includes civil,landscape and structural design. This fee includes three(3)design review meetings with the Owner,and participation in two(2) community meetings,if required. The services to be provided by the Architect and the Architect's Consultants,pursuant to the terms and conditions of this Agreement,shall include the services identified and described in the proposal agreement executed between KAI and the City of Fort Worth on 10/11/17. kai-db.com B. Compensation Basic Services: $51,215.00 The compensation for the above referenced service shall be a lump sum fee of$51,215 (Fifty-One Thousand Two Hundred Fifteen Dollars and no/100). This fee includes the following: Civil Engineering $14,000.00 Landscape design $ 5,460.00 Structural design $ 4,000.00 Direct Expenses: No direct expenses are expected for this Additional Service Request. Payments are due and payable per the terms of the proposal agreement executed between KAI and the City of Fort Worth on 10/11/17. In addition to the Service fees above,if additional meetings,observations,or teleconferences are required KAI will be reimbursed at$150.00 per manhour. Fractional hours will not apply. C. Schedule of Services Following is our proposed schedule subject to your confirmation: Schematic Design 30 days Construction Documents 30 days Bidding& Negotiation 30 days Construction Administration 4 months D. Terms and Conditions The Terms and Conditions will be the same as the proposal agreement executed between KAI and the City of Fort Worth on 10/11/17. This proposal is valid for a period of up to 30 calendar days from the date of the proposal. Please contact Maurice Thames if you have any questions regarding this proposal. We look forward to working with you on this project. Thank you for the opportunity to continue our participation in this project. ARL Thank You, Accepted: h Maurice Thames, Signature Title SENIOR PROJECT ARCHITECT Michael Hein, Date CHIEF OPERATING OFFICER,CHIEF INTEGRATION OFFICER KAI Design 101 N Zang Blvd,Ste 100 Dallas,TX 75208 214.742,0400 Attachments:N/A CC: Darren L.James,FAIA Michael Hein,AIA,PMP Dan Forguson L L >, 3 (o O 2 O J UA 41 C L Ln O (O Q >W to L LL N i CY C O cr d CD I~ hl n C\iQ # N in 0 z r O •- C Lnu v � u E O L n � •tfl •tfl -t1't •tdl if3• Ln N O E u Q O O Q m fn W u r-I r4 L (p � L 1rl Il•7 � � v O- 0 n Ln 50 tll tn -LA to •U3• p C Ln 4-1 C l6 a) C (6 4 O ' _0 f[1 7 Q 3 Q r I rl p0 O m + Ln Z r6 v E iiQA ih -IA iA i^ � N Ln Ln 0 V O i `� t11 ty 810 ill 4V vi 3 In .9 + L 3 ri C o Q J L u U Ln 0 i V O 4- Ln 0 � � m 41 m vi T Ln -0 0 UA Q cV J w � d U-1 Ln pp vt _ 8 E O O O d ri C N t3 H Q C 4J O L " O a cw (0 3 v � Q ^ O Uai Lo v —" p d L VI rp r6 M cu L N LLJ u _0 to to ,n tdl tJ3 0 - o ° I- 4- > v N L t- (T n O � C .� pp p a) >- 3 O O N O to N N u C N U O O Ln — v �vi Z Q rl 3 N L >` Q V L t3 J l a iri p N Q U Q 4-1 c ro O a, to o CO bA r6 R Q v _ `) 3 s a: a F N 0 vi - c -O N O O C: J E N C N O u 7 +�' 4= ro m U Y a Q O a rd OJ G L. LA u th Q Q Q Y u 4 I— `1 tL (n 2 0 2 � _ � � \ e � e \ t a . e ) \ o Ln/ J \ E = t G % > § \ * y ƒ e E d $ ^ e e � e 2 3 \ / ° E 0 S \ ƒ 7 / \ \ 2 / S 0 ~ d E Ln k « Ile \ 2 / E @i / k / $ = o y / / 2 ® k / § 3 m G r4 t E o \ / [ \ \ m 2 5 2 [ ± c \ / / \ \ / / f � e / / \ 2 « 2 u / \ / ® / \ a 0 \ 5 M \ ƒ > / % » § @ ~ d ~ a $ 4 < ƒ ƒ 5 U/ f / % 2 # u k ' \ J / % E 2 / q 0 a_ / u % \ f 7 ¢ V % \ / « / fu 6 •- e = 2 E ¢ G \ & o 0 � _ » f v \ 3 N 2 \0 2 v / ° e 2 # 2 ° © u = \ § g o f § < � •. \ § / ® . u a e \ t .� / ao 9 / ƒ \ \ a / 0 / D � / / / ° E ƒ § / q @ \ \ i 2 3 ƒ e A / ~ / 7 R ƒ» 2 k ~ 2 3 . a § F- d / » 3 k / Q % k LL 2 F- d / 2 \ f : �e@ M O O ,It O CV d r N O Cl m (D d r rn ch c2 E in o r cz rn ❑ Y Berkenbile Landscape Architects, Inc March 14, 2019 Proposal for Design Services For City of Fort Worth East Side Library— Park Plan 3851 East Lancaster Ave Fort Worth, Texas 76103 This proposal is for consulting services for Landscape Design Services by Berkenbile Landscape Architects, Inc. (BLA/consultant) and KAI Texas (KAI/client), 101 North Zang Boulevard, Suite 100, Fort Worth, Texas 75208, for City of Fort Worth East Side Library— Park Plan (North End of Site), Fort Worth, Texas 76103. The Client's agent shall be Maurice Thames, Project Manager. Project owner, City of Fort Worth. 1.0 SCOPE BLA area and scope shall consist of Landscape Design services for the above-mentioned project. 1.1 This proposal is based on a lump sum fee to include the following: 1.1.1 Playground Area Design 1.1.2 100% Construction Drawings 1.1.3 Construction Administration 2.0 BASIC SERVICES The Consultant services shall consist of the phases described in the following paragraphs: 2.1 Playground Area Design 2.1.1 Background Information • Attend a Project Kick Off meeting. • Review City of Fort Worth Parks Department Approved playground vendors play equipment options. • Coordinate with playground vendor(s) to get playground layout plans. • Help determine appropriate location and size of of play area and pavilion. 2001 North Lamar, Suite 290 Fort Worth, TX 75202 Phone 214-922-9946 1 of 9 Berkenbile Landscape Architects, Inc • Modify landscape layout as designed for the East Side Library project. 2.1.2 Plan Base Background • Use CAD base files from KAI that include Civil and MEP files that have these consultants have provided to KAI. • Title block including Issue Name, and date shall be provided by KAI. • If BLA sees any issues or recommended adjustments to the layout of walks or other features. BLA shall markup such recommendations and sent to KAI for review for potential adjustment, which includes Civil and MEP items related to the exterior site plan. 2.1.3 Conceptual Landscape Plan • Prepare a conceptual landscape plan to include the appropriate location for the play equipment and pavilion • Play Surface — Rubberized ±2,500 Square Feet • 24' x 24' Pavilion Structure • Equipment Play Age Group 2-5 year olds. • Swing (Age group to be determined) • Modify landscape layout as designed for the East Side Library project. 95% Construction Documents 2.2.1 On the East Side Library construction drawings prepare the following addendum items. 2.2.2 Base File • Use CAD base files from KAI that include Civil and MEP files that have these consultants have provided to KAI. • Title block including Issue Name, and date shall be provided by KAI. • If BLA sees any issues or recommended adjustments to the layout of walks or other features. BLA shall markup such recommendations and sent to KAI for review for potential adjustment, which includes Civil and MEP items related to the exterior site plan. 2.2.3 Planting Plan • Show location for play equipment and pavilion. • Modify planting as required due to addition of play equipment and pavilion. 2001 North Lamar, Suite 290 Fort Worth,TX 75202 Phone 214-922-9946 2 of 9 B e r k e n b i l e Landscape Architects, Inc • Revise Plant List 2.2.4 Irrigation Plan • Show location for play equipment and pavilion. • Modify irrigation layout as required • Provide 2 hose bibs one at play structure and one at play surface area opposite side of Pavilion. 2.2.5 Playground Details • Prepare new detail sheet for details relating to playground • Playground manufacture CAD file of play equipment layout shall be placed on plan. • Hardscape details for play surface and base as required. • Location for site furniture items such as benches, tables, and trash receptacle(s) 2.2.6 Specifications • KAI shall furnish specification formatting, header and footer goby. • Site Furnishings (Play equipment, benches, trash receptacle) • Playground Surfacing • Playground Inspection 2.2.7 Coordination and Design Review Meetings in person or via conference call. • Meetings to review and coordinate critical issues between design disciplines. (2 Meeting) 2.3 100% Construction Documents 2.3.1 Review City of Fort Worth and Client comments, respond and incorporate as required. 2.3.2 Plan Base Background (Update and Modify as required) • Use CAD base files from KAI that include Civil and MEP files that have these consultants have provided to KAI. • Title block including Issue Name, and date shall be provided by KAI. • If BLA sees any issues or recommended adjustments to the layout of walks or other features. BLA shall markup such recommendations and sent to KAI for review for potential adjustment, which includes Civil and MEP items related to the exterior site plan. 2001 North Lamar, Suite 290 Fort Worth, TX 75202 Phone 214-922-9946 3of9 B e r k e n b i l e Landscape Architects, Inc 2.3.3 Update all Landscape and Irrigation Documents based on City of Fort Worth review comments and any updates to the site plan architecture, civil and MEP. 2.3.4 Specifications • KAI shall furnish specification formatting, header and footer goby. 2.4 Construction Administration 2.4.1 Submittal Review • Review and respond to required submittals provided by KAI 2.4.2 Site Visits and Meetings • Pre-Construction Meeting • Review Play Ground Installation • Attend Playground Inspector Visit • Punch List Site Visit • Final Site Visit • Prepare site visit reports and issue to KAI 3.0 Fee 3.1 Basic Services For the Basic Services outlined above, the Owner agrees to pay the Consultant a lump sum fee of Five Thousand Four Hundred Sixty Dollars and no cents, ($5,460.00) portions of this fee shall be billed monthly as the work is completed. Base Fee Schedule and Submittals Construction Documents Services Play Area Design 1,120.00 95% Construction Documents Phase 1,680.00 100% Construction Documents Phase 560.0 Contract Administration 2,100.00 Total Fee $5,460.00 3.2 Reimbursable Expenses — Not included in the base fee shall be billed at cost plus 15%. 2001 North Lamar, Suite 290 Fort Worth, TX 75202 Phone 214-922-9946 4of9 Berkenbile Landscape Architects, Inc • Identifiable project and courier services. Automobile travel and air travel. • Identifiable reproduction costs applicable to the work, such as blueprinting, scanning, plotting, photocopying, printing and binding, drawing mounting, etc. requested by KAI. 4.0 Limitations Limitations to the work are as follows: • Playground Area Design • 95% Construction Document Phase • 100% Construction Document Phase • Contract Administration 5.0 Excluded Services Excluded services include but are not limited to the following items. • Nursery Site Visits to Review Plant Material • Site Survey • Tree Survey • Structural Engineering • Electrical Engineering • Storm Water Protection Plan • Storm Water Capture System use for Irrigation • TAS submittal plan • Soil testing 6.0 Additional services Additional services must receive written authorization from the Client before being performed. The following hourly rates will be utilized for additional services for BLA: • Principal $140.00 • Professional $85.00 7.0 Payment Schedule Landscape Architect shall bill Client for Basic and Additional Services and Reimbursable Expenses once a month. All payments are due Landscape Architect upon receipt of invoice. An amount equal to 1% per month will be charged on all amounts due more than 30 days after the date of invoice 8.0 Termination 2001 North Lamar, Suite 290 Fort Worth, TX 75202 Phone 214-922-9946 5of9 Berkenbile Landscape Architects, Inc 8.1 Either Client or Landscape Architect may terminate this Agreement upon seven days written notice. 8.2 If terminated, Client agrees to pay Landscape Architect for all Basic and Additional Services rendered and Reimbursable Expenses incurred up to the date of termination. 8.3 Upon not less than seven days' written notice, Landscape Architect may suspend the performance of its services if Client fails to pay Landscape Architect in full for services rendered or expenses incurred. Landscape Architect shall have no liability because of such suspension of services or termination due to Client's nonpayment. 9.0 Dispute Resolution 9.1 Client and Landscape Architect agree to mediate claims or disputes arising out of or relating to this Agreement before initiating litigation. The mediation shall be conducted by a mediation service acceptable to the parties. A party shall make a demand for mediation within a reasonable time after a claim or dispute arises, and the parties agree to mediate in good faith. In no event shall any demand for mediation be made after such claim or dispute would be barred by applicable law. Mediation fees shall be shared equally. 10.0 Use and Ownership of Landscape Architect's Documents 10.1 Upon the parties signing this Agreement, Landscape Architect grants Client a nonexclusive license to use Landscape Architect's documents as described in this Agreement, provided Client performs in accordance with the terms of this Agreement. No other license is implied or granted under this Agreement. All instruments of professional service prepared by Landscape Architect, including but not limited to, drawings and specifications, are the property of Landscape Architect. These documents shall not be reused on other projects without Landscape Architect's written permission. Landscape Architect retains all rights, including copyrights, in its documents. Client or others cannot use Landscape Architect's documents to complete this Project with others unless Landscape Architect is found to have materially breached this Agreement. 11.0 Miscellaneous Provisions 11.1 This Agreement is governed by the law of Landscape Architect's principal place of business. 2001 North Lamar, Suite 290 Fort Worth,TX 75202 Phone 214-922-9946 6of9 Berkenbile Landscape Architects, Inc 2001 North Lamar,Suite 290 Fort Worth,TX 75202 Phone 214-922-9946 7 of 9 Berkenbile Landscape Architects, Inc 11.2 This Agreement is the entire and integrated agreement between Client and Landscape Architect and supersedes all prior negotiations, statements or agreements, either written or oral. The parties may amend this Agreement only by a written instrument signed by both Client and Landscape Architect. 11.3 In the event that any term or provision of this Agreement is found to be unenforceable or invalid for any reason, the remainder of this Agreement shall continue in full force and effect, and the parties agree that any unenforceable or invalid term or provision shall be amended to the minimum extent required to make such term or provision enforceable and valid. 11.4 Neither Client nor Landscape Architect shall assign this Agreement without the written consent of the other. 11.5 Irrespective of any other term in this Agreement, Landscape Architect shall not control or be responsible for construction means, methods, techniques, schedules, sequences or procedures; or for construction safety or any other related programs; or for another parties' errors or omissions or for another parties' failure to complete their work or services in accordance with Landscape Architect's documents. 11.6 Client agrees to indemnify, defend and hold Landscape Architect harmless from and against any and all claims, liabilities, suits, demands, losses, costs and expenses, including, but not limited to, reasonable attorneys' fees and all legal expenses and fees incurred through appeal, and all interest thereon, accruing or resulting to any and all persons, firms or any other legal entities on account of any damages or losses to property or persons, including injuries or death, or economic losses, arising out of the Project and/or this Agreement, except that the Landscape Architect shall not be entitled to be indemnified to the extent such damages or losses are found by a court or forum of competent jurisdiction to be caused by Landscape Architect's negligent errors or omissions. 11.7 Client and Landscape Architect waive consequential damages for any claims, disputes or other matters in question arising out of or relating to this Agreement. Landscape Architect's waiver of consequential damages, however, is contingent upon the Client requiring contractor and its subcontractors to waive all consequential damages against Landscape Architect for claims, disputes or other matters in question arising out of or relating to the Project. 2001 North Lamar, Suite 290 Fort Worth, TX 75202 Phone 214-922-9946 8 of 9 Berkenbile Landscape Architects, Inc 11.8 To the extent damages are covered by property insurance during construction, Client and Landscape Architect waive all rights against each other and against the contractors, consultants, agents and employees of the other for such damages. Client or Landscape Architect, as appropriate, shall require of the contractors, consultants, agents and employees of any of them similar waivers in favor of the other parties described in this paragraph. 11.9 Client acknowledges and agrees that proper Project maintenance is required after the Project is complete. A lack of or improper maintenance in areas such as, but not limited to, may result in damage to property or persons. Client further acknowledges and agrees that, as between the parties to this Agreement, Client is solely responsible for the results of any lack of or improper maintenance. 11.10 Nothing in this Agreement shall create a contractual relationship for the benefit of any third party. 11.11 BLA shall not be responsible for drainage issue on or off the site of this project. Berkenbile Landscape Architects, Inc. CLIENT Stephen C Berkenbile. President (NAME PRINT) (NAME PRINT) President (TITLE) (TITLE) v-� I, (SIGNATURE) (SIGNATURE) March 14, 2019 (DATE) (DATE) 2001 North Lamar, Suite 290 Fort Worth,TX 75202 Phone 214-922-9946 9of9 AMENDMENT NUMBER ONE TO THE AGREEMENT BETWEEN THE CLIENT AND CARRILLO ENGINEERING, LLC AMENDMENT NUMBER 2 DATED March 14, 2019 to the agreements between KAI/Alliance L.C. dba KAI Texas ("Client") and Carrillo Engineering, LLC ("Consultant") dated January 23, 2018 ("the Agreement") concerning the City of Fort Worth Eastside Library (the "Project"). The Consultant has entered into the Agreement with the Client for the furnishing of professional services, and the parties now desire to amend the Agreement. Therefore, it is mutually agreed that the Agreement is amended to include Additional Services to be performed by Consultant and provisions for additional compensation by the Client to the Consultant, all as set forth in Exhibit A hereto. The parties ratify the terms and conditions of the Agreement not inconsistent with this Amendment, all of which are incorporated by reference. CLIENT: KAI TEXAS CARRILLO ENGINEERING, LLC By: By: Title: Title: Managing Member Exhibit A to Amendment Number 2 dated March 14,2019 Carrillo Engineering,LLC shall perform the following Additional Services: Task 1 —Re-Plat Revisions and Park Dedication $4,000 (Lump Sum) It is our understanding the plat under review will need to be revised into to two for park dedication. This task includes the Consultant's time to revise the plat one time, resubmit it to the City and address one round of comments from the City. Additionally, it includes the Consultant's effort up to 16 hours to coordinate approvals with the Park Department and other City departments. If additional effort is required, it will be considered additional services. Task 2—Civil Engineering Plan Revisions $10,000(Lump Sum) The Consultant will revise the civil engineering plans to accommodate a pavilion and a park area. The plans anticipated to be revised are: paving, grading, drainage, and utility plans. The budget amount provided anticipates Consultant's response to from the City, Owner and/or Client for two (2)rounds. It also includes up to two(2)meetings for this part of the project scope. shaping ' 11■(■■ 11■1■■ 13o1 WEST 7TH STREET SUITE 141B,FORT WORTH,TEXAS 76102 817546,7200 PHONE JQIENG.COM 04.04.19 Mr. Maurice Thames,AIA Senior Project Architect KAI Design 101 N.Zang Blvd.,Suite#100 Dallas,Texas 7S208 Re: Additional Services Authorization—ASR-02- Park Pavilion City of Fort Worth- Eastside Family Library, Fort Worth,Texas JQ Project No.:4170340 Dear Mr.Thames, We understand the scope of the required additional services to be a new 24'-0" by 24'-0" park pavilion to be located north of the new Eastside Family Library, 38S1 East Lancaster Avenue, Fort Worth,Texas.The pavilion will anchor a proposed pocket park at the northwest green space of the site.The pavilion will be designed to provide a cohesive design with the library building. Construction is anticipated to consist of a steel framed structure and drilled pier foundations. It is assumed that the floor will consist of site concrete or other material designed and detailed by the landscape architect or civil engineer. We propose to provide engineering services for a lump sum fee of$4,000.00 inclusive of expenses. The terms and conditions of our base contract will apply to all work performed as part of these additional services. If this proposal is acceptable, please sign and return one copy to our office. Sincerely, JQ Infrastructure, LLC Texas Registered Engineering Firm:7986 SIrtnr . Lucy, PE P Accepted by: KAI Design Date STRUCTURAL ( CIVIL I GEOSPATIAI I FACILITIES PERFORMANCE