Loading...
HomeMy WebLinkAboutContract 30646 AMENDMENT NO. 5 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. rz✓ " � COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (CITY) and Carter & Burgess, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 26945, (the CONTRACT) which was authorized by the City Council by M&C C-18648 on the 10th day of July, 2001; and subsequently revised by: Amendment No. 1 which was authorized by the City on the 20th day of September, 2002; Amendment #2 which was authorized by the City on the 25th day of July, 2003; Amendment #3 which was authorized by the City on the 23rd day of September, 2003; and Amendment #4 which was authorized by the City on the 21st day of January, 2004; WHEREAS, the Contract involves engineering services for the following project: New Interchange at IH-35W and North Tarrant Parkway WHEREAS, it has become necessary to execute Amendment No. 5 to said Contract to include an increased scope of work and revised maximum 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 August 18, 2004, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $5,240. 00 . 2 . Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of $758, 756 . 00 . 5IYY L ORIGINAL 3 . All other provisions of the Contract, which are not expressly amended herein shall remain in full force and effect. -)4 EXECUTED on this the day of �h 2004, in Fort Worth, Tarrant County, Texas. ATTEST: OVED: Maw ,� . City Secretary Marc Ott City Secretary Assistant City Manager APPROVAL RECOMMENDED: �� n l 1�.1��1...L J KI w-Loj- Z/ Contract Authoriaatioa Robert Goode, P.E. Director, Transportation/ Date Public Works Department CARTER & BURGESS, INC. ENGINEER By: V (c- lore."d.—A APPROVED AS TO FORM AND LEGALITY: (;46� Ga y Steinberger Assistant City Attorney -2- WON CITY SEREPtiC S$omI w : 777 Main Street P.O. Box 901058 Carter:-.Burgess Fort Worth,Texas 76101.2058 Phone: 817.735.6000 Fax: 817.735.6148 www.c-6.com August 18, 2004 Mr. Michael Weiss, P.E. City of Fort Worth 1000 Throckmorton Transportation & Public Works Department Fort Worth, TX 76102 Re: IH35W/North Tarrant Parkway Interchange Mitigation Site Site No. 1 —Whites Branch Creek Dear Mike: We are pleased to present this proposal for professional construction observation services related to the construction of the IH35W/North Tarrant Parkway Interchange Mitigation Site, Site No. 1 —Whites Branch Creek. We value our relationship with the City and look forward to continued service through the construction portion of this project. I have included two (2) copies of our standard Authorization for Professional Services. Please return one to us after signing. If you have any questions or wish to discuss any aspect of our proposal, please give me a call at 817.735.6153. Sincerely, CARTER & BURGESS, INC. Larry P. O'Flinn, ASLA LPO/mds 96103501.L01.doc cc: correspondence Larry O'Flinn � r EginDers,Inc..Carter&Burgess,Inc. Carter&Burgess Architects/Engineers,Inc. Carter&Burgess Consultants,Inc. C&B Architects/ -- C&B Architects/Engineers,P.C. C&B Nevada,Inc. Nixon&Laird Architects/Engineers,P.C. PROPOSAL FOR CONSTRUCTION OBSERVATION SERVICES For IH-35W/North Tarrant Parkway Interchange Mitigation Site Site No. 1 —Whites Branch Creek Fort Worth, Texas I. PROJECT DESCRIPTION Carter & Burgess, Inc. will perform professional landscape architectural construction observation services for the City of Fort Worth during the project construction phase of the IH-35W/North Tarrant Parkway Interchange Mitigation Site, Site No. 1 —Whites Branch Creek. II. SCOPE OF BASIC SERVICES A. CONSTRUCTION PHASE SERVICES 1. Attend pre-construction meeting. 2. Respond to RFI inquiries and issue clarifications as required. 3. Process and review product and administrative submittals and shop drawings. 4. Provide site observation visits by Landscape Architect as requested at key times during the construction process for a total of 6 visits. 5. Conduct 1 site visit by Landscape Architect for final inspection with City and Contractor. III. EXCLUSIONS A. Exclusions to the Basic Scope of Work: The following items, if provided, shall be considered reimbursable or extra to this contract: 1. Additional meetings beyond those indicated. 2. Filing fees. 3. Printing/reproduction services. 4. Printing of multiple sets of bid documents. 5. Special courier services. 6. Permits and designs for EPA NPDES storm water management. 7. Construction staking. W K:\job\961035\Doc\PROPOSAL081604.doc . 8. Permit application with FEMA, TNRCC, or the COE. 9. Site visits to plant material suppliers to review plant material. 10. Hydraulic modeling or reports. 11. Re-bidding of project due to unusual circumstances. 12. Rework of contract documents previously approved. IV. BASIS OF COMPENSATION The following is a Lump Sum fee for the above described services included during construction. Additional owner requested and approved site meetings would be considered as additional services, and will be agreed to prior to services bring performed. Construction Phase Services Pre-Construction Conference $480.00 Submittal Reviews $1,200.00 Site Visits $2,600.00 Final Inspections $960.00 $5,240.00 If additional meetings, site visits, reviews, etc. are requested by the City, time frames and personnel will be agreed upon prior to the work being done. The hourly rates used for additional services are as follows: Senior Landscape Architect $120.00 Landscape Architect 70.00 Reimbursables All reimbursable expenses such as printing, plotting/drafting, courier/delivery, postage, mileage, filing fees, etc. will be paid for at cost times a 1.0 muliplier. K:\ob\961035\Doc\PROPOSAL081604.doc w