HomeMy WebLinkAboutContract 49287-A1 CITY SECRETARY
AMENDMENT No.1 CONTRACT NO. �'{q a$7-P
TO CITY SECRETARY CONTRACT No. 49287
WHEREAS, the City of Fort Worth (CITY) and Criado & Associates,
Inc. , (ENGINEER) made and entered into City Secretary Contract No. 49287,
(the CONTRACT) which was authorized by M&C C-28288 on the 20th day of
June, 2017 in the amount of $ 400, 000 . 00; and
WHEREAS, the CONTRACT involves engineering services for the
following project :
E. Bailey Boswell Road Extension; and
WHEREAS, it has become necessary to execute Amendment No. 1 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 December 6, 2018, 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 $120, 000 . 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 $520, 000 . 00 .
3 .
All other provisions of the Contract, which are not expressly
amended herein, shall remain in full force and effect .
0'
City of Fort Worth PQRProfessional Services OFFICIAL RECORD
CFW Official Release 9/�19/201y reement Amendment Template �pGP ��(
CITY SECRETARY
Page 1 of 3 �
FT WORTH,TX
EXECUTED and EFFECTIVE as of the date last written by a signatory,
below.
APPROVED:
City of Fort Worth WENGEER
s ciates, Inc.
Sus Alanis tt, P.E.
Assistant CitManager ations officer q
DATE: l DATE: ZG 1
VAL RECO ED:
ALQ
tee Cooke
Interim Director, Transportation and Public Works Department
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 e orting requirements .
Jo 6eKamman, P.E.
Engiing Manager
APPROVED AS TO FORM AND LEGALITY: M&C: G' 2'IO �►
Date:
Douglas W. Black L'9 �/ 8 ' 4zd84 f
Assistant City Attorney
ATTEST: 4�OR7..
0
Mar J. t er
City Sec eary MA !
City of Fort Worth OFFICIAL RECORD
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017 CITY SECRETARY
Page 2 of 3
FT. WORTH,TX
FUNDING BREAKDOWN SHEET
City Secretary No. 4928i
Amendment No. 1
Department Fund-Account-Center Amount
TPW 34018-0200431-5330500-101018-002330-9999-18010199 $120, 000 . 00
Total: $120, 000 . 00
City of Fort Worth
Professional Services Agreement Amendment Template
CFW Official Release 9/19/2017
Page 3 of 3
• r
CIVIL ENGINEERING I LAND SURVEYING SUBSURFACE UTILITY ENGINEERING CE&I
December 6, 2018
Mr.J.T.Auldridge, PE, PMP
City of Fort Worth,
Transportation and Public Works Department
200 Texas Street, 2"d Floor
Fort Worth,Texas 76102
Re: Extension of East Bailey Boswell Road from FM 156(N. Blue Mound Road)to Harmon Road
City Project No. 101018
Contract Amendment 1 for Additional Services
Dear Mr. Auldridge:
Criado & Associates, Inc. (CRIADO) is pleased to be of service to the City of Fort Worth, by providing
additional Professional Engineering Services for this project. These additional services are required to revise
design to reflect an ultimate buildout paving section of a four lane roadway. The additional services also
include Level 'A' S.U.E. efforts to evaluate any associated impacts to existing water and sanitary sewer
infrastructure within the project limits as well as completion of a compensatory mitigation assessment
memorandum. This Engineering Services Contract Amendment includes a detailed scope of additional
services attached to this letter. CRIADO proposes to provide the attached scope of additional services for
the not to exceed total of $120,000.00. All the additional services proposed will be performed in
accordance with the original contract dated June 20, 2017.
This Amendment, consisting of one page, and the attached Additional Scope of Services, represent the
entire amendment to the original agreement between the City of Fort Worth and CRIADO. If the terms of
this Amendment are acceptable, please indicate by acknowledging acceptance of the terms of this
document.
Summary of Contract Fee for East Bailey Boswell
Original Contract Amount $ 400,000.00
Amendment No. 1: $ 120,000.00
Revised Contract Amount: $ 520,000.00
If you should have any questions, please do not hesitate to contact us at(972) 392-9092.
Sincerely,
Criado&Associates, Inc.
16R� Pwq
Kelly C. Moncrief, P.E.
Senior Project Manager
4100 Spring Valley Road I Suite 1001 1 Dallas,Texas 75244 1 1 (972)392-9092(F)(972)392-9192 1 www.criadoassociates.com
ATTACHMENT "A"
Scope for Enqineerinq Design Related Services for Street Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The objective of the projects completed under the Task Order agreement is to provide
engineering services for:
1. Phase I project limits: Extension of E. Bailey Boswell Road from Holstein Way to
Harmon Road (approximately 0.8 miles). Work under this agreement includes services
related to schematic design of Phase II to accommodate a four-lane divided arterial;
including project management and additional schematic roadway and drainage design
services for transportation improvements, and a roundabout design at Bailey Boswell
Road and Harmon Road intersection.
2. Phase II project limits: Extension of E. Bailey Boswell Road from FM 156 (N. Blue
Mound Road)to Holstein Way (approximately 1.0 mile). Work under this agreement
includes services related to schematic design of Phase I to accommodate a four-lane
divided arterial; including project management, additional evaluation of two bridge
structures /bridge-class culverts over Big Fossil Creek and BFC-3, environmental
studies, geotechnical services, drainage studies for crossings at Big Fossil Creek and
BFC-3, design of a roundabout intersection configuration at the intersection with
Horseman Road and schematic roadway and drainage design services for
transportation improvements
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.
1.1 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.
City of Fort Worth,Texas
Attachment A
PMO Release Date:07.23.2012
Page 1 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFM02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06\Attachment A-Bailey
Bosewell-Scope T03.docx
1.1.1 through 1.1.4:
• Conduct review meetings with the CITY at the end of each design phase
• Prepare and submit 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.
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY.
• 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.
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
E. Monthly M/WBE Report Form and Final Summary Payment Report Form
F. Plan Submittal Checklists (See Task 6)
TASK 2. PHASE I - SCHEMATIC DESIGN (30 PERCENT).
Phase I Limits: E. Bailey Boswell Rd from Holstein Way (approximately 1 mile)
Phase II Limits: E. Bailey Boswell Rd from FM 156 (N. Blue Mound Rd.) to Holstein
Way (approximately 1 mile)
The Schematic Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the schematic 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 utilize concepts and criteria contained in the current CITY iSWM
Criteria Manual for Site Development and Construction for schematic planning and design.
ENGINEER will develop the schematic design of the infrastructure as follows.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 2 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFW\02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06\Attachment A-Bailey
Bosewell-Scope TO3.docx
2.1 Evaluation and Recommendation of Horizontal Alignment.
• Revise conceptual plans to reflect an ultimate proposed four-lane divided arterial
typical section. Update plan and profile sheet showing existing and proposed
horizontal roadway alignments, existing and proposed ROW, existing and
proposed sidewalks and driveways, proposed lane dimensions and lane arrows,
existing drainage structures, city owned and franchise utilities, and existing
roadway vertical alignments (profiles).
2.2 Evaluation and Recommendation of Vertical Alignment.
• Revise conceptual plans to reflect an ultimate proposed four-lane divided arterial
typical section. Update plan and profile sheet showing existing and proposed
horizontal roadway alignments, existing and proposed ROW, existing and
proposed sidewalks and driveways, proposed lane dimensions and lane arrows,
existing drainage structures, city owned and franchise utilities, and existing
roadway vertical alignments (profiles).
2.3 Evaluation of Intersection Improvement Alternatives (Bailey Boswell at Horseman &
Bailey Boswell at Harmon).
• Revise and update design of Roundabout intersection to reflect an ultimate
proposed four-lane divided arterial typical section.
• Evaluation of the geometrics for the inclusion of a roundabout along Bailey
Boswell Road at the Horseman and Harmon Road - Northern Terminus
intersections.
• Evaluation of the horizontal geometrics of the roundabout to include entry angles,
path alignment, fastest path, design vehicle & turning movements, intersection
site distance, accommodation of bicycles and pedestrians, and right-of-way
requirements.
2.4 Bridge Layouts and Sections (2 Crossings).
• Revise and update Bridge Layout Sheets for Big Fossil Creek and BFC-3
crossings to reflect an ultimate proposed four-lane divided arterial typical section.
• Revise and update estimated quantities, typical interior bent cap detail details,
and miscellaneous TxDOT standard detail sheets.
2.5 Construction Estimate.
• Revise and update estimates of probable construction cost to reflect an ultimate
proposed four-lane divided arterial typical section.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 3 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFW\02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06Wttachment A-Bailey
Bosewell-Scope T03.docx
2.6 Roadway Cross Sections (for Design).
• Revise and update to reflect an ultimate proposed four-lane divided arterial
typical section. Preparation of cross sections at 50-foot intervals (only for use in
evaluation of associated horizontal and vertical paving profiles.)
2.7 H&H for Big Fossil Creek and BFC-3.
Revise and update the hydraulic study to incorporate the proposed TxDOT
improvements of FM 156 (N. Blue Mound Road). The hydraulic study will include:
• Collection of previous design plans for FM 156 as well as FEMA and City of Fort
Worth H&H models of the area
• Review of existing data to determine applicability of use for the project
• Review of ultimate conditions hydrologic model for Big Fossil Creek and BFC-3
• Update of the latest hydraulic model for Big Fossil Creek and BFC-3 using HEC-
RAS for FEMA flows and Fully Developed Conditions Flows. Update of the
effective FEMA Floodway Model.
• Sizing of the crossings to meet all City of Fort Worth and FEMA requirements
• Floodplain mapping: creation of FEMA and Fully Developed 100-year floodplains
for pre- and post-project conditions
• Hydraulic Study Report will include documentation of analyses and results
including figures and tables.
• Response to one (1) sets of comments from the City of Fort Worth
2.8 Drainage Computations and Drainage Schematic.
• Revise and update schematic drainage plans to reflect ultimate proposed four-
lane divided arterial typical section. Drainage schematic plan to include
proposed storm pipe layout and sizing of drainage pipe system, layout and sizing
of inlet locations. Associated pipe profiles will be calculated for design purposes,
but not provided with submittal.
2.9 Geotechnical Engineering.
• Field investigation will include drilling a total of nineteen (19)test borings for the
proposed new roadway; including:
o Field investigation will include three (3) retaining wall borings drilled to
depths of 40 feet or 5 feet into unweathered rock, whatever is shallower,
o Twelve (12) pavement borings will be drilled to depths of 10 feet below
the existing ground surface, and
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 4 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFW\02_Project Info rmation\021_Pro posal\To_Client\TO-03\2018-12-MAttachment A-Bailey
Bosewell-Scope T03.docx
o Four(4) bridge borings will be drilled until 15 feet of unweathered rock is
penetrated. Unweathered rock is anticipated to be encountered at
average depths of 30 feet below the existing ground surface. Therefore,
it is anticipated that the borings will be drilled to average depths of 45 feet
below the existing ground surface. If unweathered rock is encountered at
average depths greater than 30 feet, additional drilling footage will be
required in order to penetrate 15 feet into unweathered rock.
• Subsurface soil samples will be secured with thin walled tube and / or split spoon
samples depending on soil type and consistency. Rock encountered in the
borings will be evaluated using the Texas Department of Transportation
Penetrometer (TxDOT Cone) on 5 foot intervals with the overburden soils at the
bridge and retaining wall borings. All samples will be properly logged, packaged,
sealed, and placed in a core box for transportation to the laboratory. The test
borings will be backfilled with soil cuttings.
• Two property owners will be contacted for permission to access the dedicated
Right-of-way. It is assumed the boring locations are accessible to conventional
truck mounted drilling rig. Should unusual soil conditions be encountered, City
staff will be contacted with a recommendation and cost estimate to explore these
unusual conditions prior to commencement of work.
• Texas 811 and the City of Fort Worth's Water Department will be contacted to
locate underground utilities. However, these utility locators will not mark
underground utilities on private property. Therefore, the proposed boring
locations will be marked and maintenance personnel will be notified in order for
the utilities to be cleared by them.
• Laboratory Investigation — Laboratory tests will be conducted to classify soil and
to evaluate the volume change potential and strength of the soil present at the
site. Soil classification tests will consist of Atterberg limits (plasticity index),
moisture content, and dry unit weight. The volume change potential of the soils
will be evaluated by swell tests. The strength of the soil will be estimated using
the hand penetrometer test and unconfined compression strength tests. Direct
shear, CU Triaxial and consolidation tests are also anticipated to assist with the
global stability studies for the proposed retaining wall.
• Engineering Analysis and Report:
Results of field and laboratory work will be presented in an engineering report.
The report will include our recommendations to guide design and construction of
the foundations and will include the following:
o Site reconnaissance, boring staking and utility clearance coordination,
o Plan of borings, boring logs, water level observations, and laboratory test
results,
o Bridge foundation recommendations,
o Retaining wall recommendations including slope stability analyses,
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 5 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFV\A02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06Wttachment A-Bailey
Bosewell-Scope T03.docx
o Concrete pavement thickness recommendations,
o Pavement subgrade preparation recommendations,
o Comments on the presence and effect of expansive soils on pavement
construction will be provided. Alternate methods of reducing any
anticipated shrink/well movements associated with expansive clays will
be included for pavement construction, if required, and
o Recommendation of site grading and compaction of earthwork.
ASSUMPTIONS
• Boring locations are accessible to truck-mounted drilling equipment.
• Reasonable efforts will be taken to reduce damage to the property, such as
rutting of the ground surface. However, it should also be understood that in the
normal course of the geotechnical work, such disturbance could occur. If there
are any restrictions or special requirements regarding the site or exploration,
those shall be identified and conveyed to Terracon prior to them commencing
field work.
DELIVERABLES
A. Geotechnical Report: A draft geotechnical report electronic copy and hard copy
will be submitted for review and comments. After resolving all comments, a final
geotechnical report will be prepared and two (2) bound copies and one (1) PDF
copy will be submitted.
B. Schematic design package.
TASK 3. SUBSURFACE UTILITY ENGINEERING SERVICES.
Engineer will provide survey support as follows.
3.1 Temporary Right of Entry Preparation and Submittal
• Prior to entering property, ENGINEER shall prepare, mail and obtain Temporary
Right of Entry from landowners.
• The documentation shall be provided in conformance with the checklists and
templates available on CITY's Buzzsw site.
3.2 Subsurface Utility Engineering
• Provide Subsurface Utility Engineering (SUE) to Quality Level A in accordance
with CI /ASCE 38-02.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 6 of 8
N:\PR0JECT\R14230.00_E.Bailey Boswell Rd_COFW\02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06\Httachment A-Bailey
Bosewell-Scope T03.docx
TASK 4. PERMITTING AND COORDINATION
4.1 Compensatory Mitigation Assessment Memorandum
• From the previously completed delineation of all aquatic resources within the
proposed roadway alignment, an assessment of the potential requirement for
compensatory mitigation for the project will be completed. From the delineation, it
was determined that the project corridor contained three tributaries and one
wetland feature. Since there are tributary features, the compensatory mitigation
must follow the 2008 Final Mitigation Rule and the U.S. Army Corps of Engineers
(USACE) Fort Worth District Stream Mitigation Method. The 2008 Mitigation
Rule indicates a preference for the USACE to use compensatory mitigation in the
form of purchase of mitigation bank credits over other forms of Permitee
Responsible Mitigation (PRM).
DELIVERABLES
A. Environmental: Memorandum and associated figures detailing the proposed
impacts to waters of the United States, the approved mitigation banks that have a
service area containing the project corridor.
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 activities 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:
• Preparation of floodplain permits, CLOMR or LOMR.
• Boring locations that are not accessible to truck-mounted drilling equipment.
• Site restoration beyond backfilling the boreholes.
• Backfilling of boreholes after original backfill material settles. (We recommend
maintenance staff check the boreholes periodically and add backfill if necessary
as backfill material often settles below the surface after a period of time.)
• Non-shrink grout for backfill material.
• TxDOT Categorical Exclusion Documentation Forms
• Nationwide Permit 14 Pre-Construction Notification
• USACE Coordination
• Protected Species Habitat Assessment
• Cultural Resources Pedestrian Survey and THC Coordination
• Negotiation of easements or property acquisition.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 7 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COF1M02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06\Attachment A-Bailey
Bosewell-Scope T03.docx
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre-qualification, bid protests, bid rejection and
re-bidding of the contract for construction.
• Construction management and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
City of Fort Worth,Texas
Attachment A
PMO Release Date:02.06.2015
Page 8 of 8
N:\PROJECT\R14230.00_E.Bailey Boswell Rd_COFW\02_Project Information\021_Proposal\To_Client\TO-03\2018-12-06\Attachment A-Bailey
Bosewell-Scope TO3.docx
ATTACHMENT B
COMPENSATION
Design Phase Services for
E. Bailey Boswell Road Extension
City Project No. 101018
Time and Materials with Rate Schedule Project
I. Compensation
a. The ENGINEER shall be compensated for personnel time, non-labor expenses, and
subcontract expenses in performing services enumerated in Attachment A for an
amount not to exceed $120,000 as follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate
for each labor category performing the work and includes all direct salaries,
overhead, and profit.
LABOR CATEGORY 2018 Rate ($/hour)
Principal $328
Sr. Project Manager $244
Project Manager $182
Project Engineer $141
Engineer-in-Training $125
CADD Technician $130
RPLS $244
2-Man Survey Crew $255
Survey Technician $135
SUE Field Manager $125
2-Man Utility Locator Crew $190
SUE Tech II $88
Administrative $93
II. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or
internal office cost.
Direct Expenses (Non-labor) include, but are not limited to, mileage, travel and lodging,
expenses, mail, supplies, printing and reproduction services, other direct expenses
associated with delivery of the work; plus applicable sales, use, value added, business
transfer,gross receipts, or other similar taxes.
III. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost
to ENGINEER plus a markup of ten percent (10%).
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 1 of 4
B-1
ATTACHMENT B
COMPENSATION
IV. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and
will keep the City informed of progress toward that end so that the budget or work effort
can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted,
nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services that the PROJECT
cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope
of the project, increased costs or other conditions, the ENGINEER shall immediately report
such fact to the City and, if so instructed by the City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER'S excess costs expended prior to such
increase will be allowable to the same extent as is such costs had been incurred after the
approved increase.
The Engineer shall be paid monthly payments as described in Section II — Method of
Payment.
V. Method of Payment
a. The ENGINEER shall be paid by the City based upon an invoice created on the basis of
statements prepared from the books and records of account of the ENGINEER, based on
the actual hours and costs expended by the ENGINEER in performing the work.
b. Each invoice shall be verified as to its accuracy and compliance with the terms of this
Agreement by an officer of the ENGINEER.
c. ENGINEER shall prepare and submit invoices in the format and including content as
presented in Exhibit B-1.
d. Payment of invoices will be subject to certification by the City that such work has been
performed.
VI. Progress Reports. The ENGINEER shall prepare and submit to the designated representative of
the Transportation and Public Works Department monthly progress reports and schedules in
the format required by the City.
VII. A Summary of fees is listed in the following table.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 2 of 4
B-2
ATTACHMENT B
COMPENSATION
I. Summary of Fees
Firm Primary Fee Amount %
Responsibility
Prime Consultant
Criado & Associates, Inc. Civil Engineering $81,589.00 67.99%
Proposed MBE/SBE Sub-Consultants
Multatech Engineering, Inc. Civil Engineering $9,366.00 7.81%
Alliance Geotechnical Group, Geotechnical Services $27,545.00 22.95%
Inc.
Non-MBE/SBE Consultants
Integrated Environmental Environmental Services $1,500.00 1.25%
Solutions
TOTAL $120,000.00 100%
Project Number& Name Total Fee MBE/SBE Fee MBE/SBE
10 10 18 E. Bailey Boswell Road $120,000.00 $36,911.00 30.76%
City of Fart Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 3 of 4
B-3
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth,Texas
Attachment B
PMO Official Release Date:8.09.2012
Page 4 of 4
B-4
( § � ~
�
! §
J ±
$ >
k { »ƒ
\ \ ) a
C ®
� ! !
§ ) \
; ! £ 2 70
0
§ §
( $ 72 $ p#K \ L
` $$ &
f 75
{ #! i \ \ \ § ƒ
` «
� � }t ) J )
)U
pi §§�
o
! ..k) k
� 2E; { %
/ § (§/ƒ J %
X \ ) + 7
2 f � n )
CL
mo 2G33
± oQOQ (
2 g .� . . a.ma _ = \ 2 / .
§ 3 ; « « «
co - o / k !
a ¥ U- J
� . . . 2
$ / co °
uI � R ! _ _ _
\ 2k \ \ { \ \ \
@ k
§ k z th 2r
\ �\ \ / -t C
a � � C § " a,4) 2 ` !
o '\ E (A 0 � 22 - 222
» o 0 0>
a a3 0 0 o>a-LLe_ ■ kk � kkk
CRIADO&Associates,Inc. 972-392-9092
972-392-9192 Invoice
4100 Spring Valley Road,Suite 4100 Spring Valley Road,Suite 1001,
1001,Dallas,Texas 75244 Dallas,Texas 75244
Consultant Project No. 10101e
CFW Project Manager Chris Kuykendall Proj.Invoice No.
Invoice date:
Consultant's Project Manager:KellyMoncrief
Consultant's email: Kmoncrief@criadoassociates.com Period From Date
To Date
Name of Project: City Secretary Contract#: 49287
E.Bailey Boswell Road Extension P.O.Number:
Labor Cateaory Name Hours Rate /hr Amount
Project Manager(example) $0.00
Senior Engineer exam le $0.00
Engineer(example) $0.00
Junior Engineer(example) $0.00
CAD Technician(example) $0.00
Adminstrative Support example $0.00
etc $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total Labor 0.0 $0.00
Subcontract Service
Subcontract Service-<i exam le>
Subcontract Service-<2 example>
etc
Subcontractor Subtotal $0.00
10 Percent Markup on Subcontract Services $0.00
Nonlabor Exi3enses
Nonlabor Expense Subtotal $0.00
Total Expenses(Subcontract Services+Markup+Nonlabor Expenses) $0.00
TOTAL DUE THIS INVOICE $0.00
0 Co
( ) �
�
41
41
J /
} ®
} \ \ �
J {
\ ) ) \ 2 \ \
ƒ \ | | a § q Cl)
� k| �
) } « § a
| !! § \ { I o
ik{ - - IE
` [% - Ez
Li -2 «
{ co | /J
ƒ o iz E ) a
§ k CA k 4
7 ■ § J
� �(k) )
w
$$ \
e
� 6
� =
a
$ \_� ( ! ±0/
� E-222 R
Luj \ ƒ}
r_ ° M %k
% « '
$ E; ; z
/�. z E
E , f
° W/`§/ § 2 > §��ƒ m
G aa a « teaE
-
§
�
J /
@�
) ®
) \ / /
\{ , ..
E \ \
§ § 4)0 p 2
\ � 2« 2
\
E ®
_ { k
E - - E k
\ - k
| )
_ ]rƒ( _ - - | 2
)§ «
/})j | r$
- /k § U) | /;
} !) { \ «) § rn J
co
§ ac 13
\
� § ■
CL
2 ƒ d§))
{
7
Jk j
E \ \\ \ \ ) \
a
2 3 2'
to§\ § } \ \
Cl)
o «/ )2 z - r m;
\ 2) E Z. \ \
a 0/ .R §
/f../ƒ
° E /2 (Ea'
a\kƒƒ� j 3«2ƒ/k a \
� o 0
C c0.1 0 0
C c o 0
A N N
c M M
d m
C d
N V
O
7 >
U
d —
u >
j O
C >
— m
wLL`
c
c�i d
m` y
a
d
t
0
u C
7
i O
w c E N
CL
� o
a T
a
0 0
N
a c o
a N Of E y
u Q Q cc
ai
m o
A � C
c u �
.O a
o E
Y c E a ° �Jn in CyC 7
N a u t C v "O c Z
O
L O J w Q
O � �� o 0
yi U O _ O O
D —
a N — m C
C U C` V > m > d C 0 O
C C .p� OI Qi
f A - m m - N O N O
O 2 W d m y c
o = t o E o n o Q
a U iz 3 U Y a m m c
N N
C v �
O a m •o
ac a
o E
N � y x
N X mO FO-Li RO'
� W
7 Y
a Co
O
r N
c
c
G O
�+ 0 wr O
H
0. >, 2 y
VJ ¢ -
N o O o ❑
C1 p]o•d �m Cl T
.L LLo� vm w
Q c v U Y
N y Xk
N d N m
xkN E'O Z a
orc N
H'o
y VJ a z w A
T N FT- w A Q, `o
OOo3 � o oa� m°o >
a aU�LLUa U 0>aLLF-r Q M
C d
'C U
�p A
E m
d m
C d
d V
i >
U c
aDi —
U
� O
C >
y
wa
c �
U d
d N
a
t
0
o O d
m c E �
c 0
Q Cn
� o
T
T< W
Q C y C
o c E c y G.
> L O 0 COm Q
a` E d
N N Q Q
J
m C
C
O N N N A a Q L
U y o O O d
y Q
y
a a v u d d D E
0
Z
" gig = a E
t c J Q
0 o 0
c 'y 3 ¢
N o p N C
C =w > N > d C
g m rn d 0
O r _ d
n co Ol Q
m c v o
o = t o E o ^ o Q
a U iL 3 U Y v m m v
N N
C i �
o c o
U7 Q O Q
+� X Edm d
dw d0E-LL
3 a
p
N
p d y
m � 'U
Q ` 0
m O ❑
w O m K N
U) ci #
d
it E D Z N O d d
y i� a oO A >dci m
N U'0
CL 0 .0 y d
O O^aYUN E N.o E En' >,
L- 2Z"oa o od �E0 °> ca
d dU�LLU n�. 0 U>91 E d
; ]
J
o
2/
\2
) ®
« ; / \
\)
> \ k5 CL
- � E �
2« .
_ {
) \ k ` (
{ ` E a
E <
- § \ 2
{{ o
-/ | )E \ \ ] E
E - 2
/ \ } \\ .59 \ }
&{)j \ | f
7§ \ #QQ ; |
}k) { } �) �`
/ ) t \
U) \ }(/) )
/ 0 \
� � f
\
�3
$ U» 0 { /
v = z R §
( 2/ \ ( ƒ
� � a
§ o )k } � f ( m
\ \E
a »a\2\.. 2CL / =br2) m- o .
° ) E a'
ƒJ «a §a\ 3GLL >
a
E
�
J /
) }
) ®
.E
\< ..
> E \ 2 L
k § \\ 0 §
)- / ® �
-
| ]
r0 _ - - Ez
o _ol
] j§ «
(/_ ! k&: | E
: ` { � §? } $`
ƒ 3 ! \/
SU
§ � k.� 7} 2
2 \ )(}) }
/$ \
J } . . A
a _ \_
E t
M
CO_
° ® ° R 2 = a
( e§ j \ \
m
; § .. Co
B %)
$ /] ?) 2 - a ; U)
0$A 22 / \�/ .R §
a � �¢.. 0 ( ��a) a =
` EEC' >
E0
a aGk�Gz o 0a��e_ a
_
;I 3&§ &#&®-r[
-!c
o
Zo
; & )§!§)
2jD
wl
| k
;® -
7o
�
-
)
2 .
§
2 k; �) §§■
0 7L)
0 !!, �'
dl �|
A
.2 ■ � w
#) \\ �
W2 A
>ia §.
\� 1
2 0
Iv� 346
41
§
IS I
§/ ,
!a! 2
\ \ Ik) E E
\}m}/�{\-\
jf .f §e
�j\)�k rf!!7! ))&f \\�f�]
k)\(ƒ() ■-5i-6 ${\/2f)\\k�)$2 k}k (\\ k
�)||!)w ww>I /)$k!\§!) \§
)|2
#i)
!¥;
}k0
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 3/5/2019
DATE: Tuesday, March 5, 2019 REFERENCE NO.: **C-29046
LOG NAME: 20AMENDMENT NO. 1 FOR E. BAILEY BOSWELL ROAD
SUBJECT:
Authorize Execution of Amendment No. 1 in an Amount Not to Exceed $120,000.00,to City Secretary
Contract No.49287 an Engineering Services Agreement for Design for E. Bailey Boswell Road Extension
Project Identified in the 2018 Bond Program (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment No. 1 in an amount not to
exceed$120,000.00 to City Secretary Contract No. 49287, an Engineering Agreement with Criado&
Associates, Inc.,for design of transportation improvements (City Project No.101018),for a revised
contract amount not to exceed$520,000.00.
DISCUSSION:
In preparation for the 2018 Bond Program and to advance delivery of projects, engineering contracts
were executed on 13 potential Jump Start Projects(Mayor and Council Communication, M&C C-28288,
June 20, 2017)to further define individual project cost and identify possible risks that would impact costs
and delivery schedules. Funding for these Jump Start Projects was authorized on May 16, 2017 in the
amount of$10M (M&C G-19009).
Amendment No. 1 in the amount of$120,000.00 includes completion of the conceptual design by
providing engineering roadway design, subsurface utility engineering, and geotechnical engineering
services. Funding is available as appropriated in the 2018 Bond Program for this project along E. Bailey
Boswell Road from FM 156(Blue Mound Road)to Harmon Road, authorized on June 12, 2018 in the
amount of$200,000.00(M&C G-19306).
Available resources within the General Fund will be used to provide interim financing for expenditures
incurred on projects within the 2018 Bond Program until debt is issued. Once debt associated with these
projects is sold, bond proceeds will reimburse the General Fund, in accordance with the statement
expressing official Intent to Reimburse that was adopted as part of the ordinance approving the bond
election and authorizing the appropriation of funds.
M/WBE OFFICE—Criado&Associates, Inc.,agrees to maintain its initial commitment of 25%that it
made on the original agreement and extend and maintain that same SBE commitment of 25%to this first
amendment. Therefore Criado&Associates, Inc., remains in compliance with the City's BDE Ordinance
and attests to its commitment by its signature on the Acceptance of Previous SBE Commitment form
executed by an authorized representative of its company.
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations,funds are available
in the current capital budget as appropriated, of the 2018 Bond Program Fund. Prior to an expenditure
being incurred,the participating department has the responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccoun Project Program ctivity Budget Reference# lArnol
ID ID Year (Chartfield 2)
FROM
Fund Department ccoun Project�Prog ram Activity Budget Reference# Amoun
ID 1A ID Year (ChartfieId 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ Susan Alanis (8180)
Originating Department Head: Steve Cooke (5134)
Additional Information Contact: JoAnne Kamman (7258)
ATTACHMENTS
1. FID Bailey Boswell.pdf (CFW Internal)
2. Form 1295 Criado Asso 2018-428849 Redacted.pdf (Public)
3. Map BAILEY BOSWELL- PROJECT LOCATION.pdf (Public)
4. MWBE Criado Asso. Form.pdf (CFW Internal)
rnR-~r'" City of Fort Worth
ACCEPTANCE OF PREVIOUS SBE COMMITMENT FORM
(for use with CHANGE ORDERS or AMENDMENTS greater than$50,000)
To be Completed by City Project Manager
Amendment(for Professional Services Agreement)
Project Name: City Project Number
101018
E. Bailey Boswell Road Extension
City Project Manager
Consultant: JT Auldridge
Criado&Associates, Inc. City's SBE Project Goal: 25 %
Original Amount of Agreement: $400,000.00 Accepted SBE Commitment: 25 %
Total of Previous Amendments: $0.00 Date of Last SBE Report: 10/31/2018
Amount for this Amendment: $120,000.00 Amendment#: 1
Revised Amount of Agreement: $520,000.00 Date: 11/28/2018
Language to be inserted in the M&C for this Agreement
Criado &Associates, Inc. agrees to maintain its initial SBE commitment of 25%that it made on the
original agreement and extend and maintain that same SBE commitment of 25% to this first
amendment. Therefore Criado&Associates, Inc. remains in compliance with the City's BIDE
Ordinance and attests to its commitment by its signature on the Acceptance of Previous SBE
Commitment form executed by an authorized representative of its company.
To be Completed by the Representative of the Co s Itant6�u
Michelle F. Macdowell Chief Financial Officer
Printed Signature Title Authorized Signature/Date
Criado&Associates, Inc. Kelly Moncrief
Company Name Contact Name(if different)
4100 Spring Valley Road,Suite 1001 kmoncrief@criadoassociates.com
Address E-mail address
Dallas, TX 75244 972-392-9092 972-392-9192
Clty/State/Zip Phone number Fax Number
24% as of 10/31/2018
SBE% Paid to Date Date
City Project Manager has reviewed the work associated with this Amendment,
considers it the same or similar to work in the original Agreement, and recommends that the
Consultant have the option to retain and onfirm its existing SBE commitment.
JT Auldridge d J _ k 00l f
City Project Manager Pity Project ManaQler Signature Date
. be Completed by •
•
Cof7A
aff ID# SB Current% Lev I v a Last Fj�port Rec'd
M/WSE Siglature t5yate