Loading...
HomeMy WebLinkAboutContract 60204-A1AMENDMENT No.01 CSC No. 60204-A1 TO CITY SECRETARY CONTRACT No. 60204 WHEREAS, the City of Fort Worth (CITY) and LJA Engineering, Inc., (ENGINEER) made and entered into City Secretary Contract No. 60204, (the CONTRACT) which was authorized by M&C 23-0778 on the 12th day of September, 2023 in the amount of $ $207,500.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Chuck Silcox, Lebow, Westhaven and Kingsridge West Parks, CPN 104701, 104702, 104703, and 104781; and WHEREAS, it has become necessary to execute Amendment No. 01 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $183,100.00. (See Attached Funding Breakdown Sheet, Page -4-) 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 $390,600.00. 3. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX All other provisions of the Contract, which are not expressly amended City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 1 of 4 Chuck Silcox, Lebow, Westhaven and Kingsridge West Park 104701, 104702, 104703 and 104781 herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City"s designated Assistant City Manager. APPROVED: City of Fort Worth 00� Jesica McEachern Assistant City Manager DATE: 01 /16/2025 ATTEST: an 4Fon. rol 4; R,L.t daann�°�Sag4 Jannette Goodall City Secretary APPROVAL RECOMMENDED: ENGINEER LJA Engineering, Inc. z41— Thomas Meurer (Jan 9, 2025 14:53 CST) Thomas Meurer, PLA Director DATE: — sS ,�i�iL2zcG OHO � Richard Zavala Director, Park & Recreation 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 pgerfformance and reporting requirements. Seth Henry Landscape Architect OFFICIAL RECORD APPROVED AS TO FORM AND LEGALITY: M& C No . # : 2 4-113 9 CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Chuck Silcox, Lebow, Westhaven and Kingsridge West Park Prof Services Agreement Amendment Template 104701, 104702, 104703 and 104781 Revision Date: 12/08/2023 Page 2 of 4 4)� M&C Date: 12/10/2024 Douglas Black (Jan 15, 2025 17:11 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Chuck Silcox, Lebow, Westhaven and Kingsridge West Park Prof Services Agreement Amendment Template 104701, 104702, 104703 and 104781 Revision Date: 12/08/2023 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 60204 Amendment No. 01 CF2 - Project CF1- Fund Dept ID Account Bond Amount ID Activity Reference 34027 0800450 5330500 104701 004930 22020499 $30,500.00 34027 0800450 5330500 104702 004930 22020499 $16,000.00 34027 0800450 5330500 104703 004930 22020499 $25,500.00 34027 0800450 5330500 104781 004930 22020499 $111,100.00 Total: $183,100.00 City of Fort Worth, Texas Chuck Silcox, Lebow, Westhaven and Kingsridge West Park Prof Services Agreement Amendment Template 104701, 104702, 104703 and 104781 Revision Date: 12/08/2023 Page 4 of 4 M&C Review Page 1 of 2 CITY COUNCIL AGEND Create New From This M&C DATE CODE: 12/10/2024 REFERENCE **M&C 24- NO.: 1139 Official site of the City of Fort Worth, Texas FORTWORTH '11� 80CHK SILCOX, LEBOW, LOG NAME: WESTHAVEN, AND KNGRIDGE WEST PARK AMEND 1 C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2, CD 4, CD 6, and CD 7) Authorize Execution of Amendment No. 1 to an Engineering Services Agreement with LJA Engineering, Inc., in the Amount of $183,100.00, for Additional Engineering Services for Improvements at Chuck Silcox, Lebow, Westhaven, and Kingsridge West Parks, for a Revised Design Contract Amount of $390,600.00 (2022 Bond Program) RECOMMENDATION: It is recommended that City Council authorize execution of Amendment No. 1 to City Secretary Contract No. 60204, an Engineering Services Agreement with LJA Engineering, Inc., in the amount of $183,100.00, for additional engineering services for improvements at Chuck Silcox Park (City Project No. 104701), Lebow Park (City Project No. 104702), Westhaven Park (City Project No.104703), and Kingsridge/K West (City Project No. 104781) for a revised design contract amount of $390,600.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of Amendment No. 1 to City Secretary Contract No. 60204 with LJA Engineering, Inc., in the amount of $183,100.00, for additional engineering services for design and development of improvements at Chuck Silcox, Lebow, Westhaven Parks and newly added Kingsridge West Park for a revised design contract amount of $390,600.00. Services are being added for three of the parks. Chuck Silcox and Westhaven Park are adding drainage study and flood development permit services. Lebow Park is adding drainage study services. Kingsridge West Park is being added to the project bundle along with topographic surveying, master planning, design, construction documents, a drainage study and flood development permit services. Total project funding for the four neighborhood parks is as follows: Park 112022 Bond Program Chuck Silcox Park $250,000.00� Lebow Park $750,000.00� Westhaven Park $750,000.00� lKingsridge West Parke $900,000.001 Total 11 $2,650,000.00� This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available resources will be used to make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). http://apps.cfwnet.org/council_packet/mc—review.asp?ID=3 2 845&counci I date= 12/10/2024 1/6/2025 M&C Review Page 2 of 2 The Business Equity Division placed a 6.30\% business equity goal on this solicitation/contract. LJA Engineering, Inc., will be exceeding the goal at 14.20\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. Chuck Silcox Park is located in COUNCIL DISTRICT 7. Lebow Park is located in COUNCIL DISTRICT 2. Westhaven Park is located in COUNCIL DISTRICT 6. Kingsridge West Park is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the 22 Bond Chuck Silcox Park project, 22 Bond Lebow Park project, 22 Bond Westhaven Park project, and the 22 Bond Kingsridge/K West project to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Park & Recreation Department has the responsibility to validate the availability of funds. TO Fund I Department I Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) 1:1r701LyJ0 Fund Department Account Project Program Activity Budget Reference # Amount ID ID I Year I (Chartfield 2) Submitted for Citv Manager's Office bv: Jesica L. McEachern (5804) Oriainatina Department Head: Additional Information Contact: ATTACHMENTS Richard Zavala (5704) Joel McElhany (5745) 80CHK SILCOX, LEBOW, WESTHAVEN, AND KNGRIDGE WEST PARK AMEND 1 fid table.xlsx (CFW Internal) 80CHK SILCOX, LEBOW, WESTHAVEN, AND KNGRIDGE WEST PARK AMEND 1 funds avail.docx (CFW Internal) Attachment A.gdf (CFW Internal) Attachment B.pdf (CFW Internal) Attachment E -with Kinaridae West.Ddf (Public) Form 1295 Certificate 101274521.Ddf (CFW Internal) Fort Worth Park Bundle Completion Schedule.Ddf (CFW Internal) Improvements at Chuck Silcox Lebow Kinqsridae West and Westhaven Parks sianature request RC sianed.odf (CFW Internal) Proposition Report-80CHK SILCOX, LEBOW, WESTHAVEN, AND KNGRIDGE WEST PARK AMEND 1.xlsx (CFW Internal) http://apps.cfwnet.org/council_packet/mc—review.asp?ID=3 2 845&counci I date= 12/10/2024 1/6/2025 469.621.0710 TBPELS F-1386 TBPELS 10110501 www.LJA.com 6060 North Central Expressway, Suite 400, Dallas, Texas 75206 EXHIBIT A SCOPE OF SERVICES AND COMPENSATION PROJECT IDENTIFICATION Neighborhood Park Improvements at Chuck Silcox, Lebow, Westhaven Parks, and Kingsridge West City of Fort Worth, Tarrant County, Texas LJA Job No. NTP4456-0346 LJA Proposal No. 23-17886 CO#1 PROJECT DESCRIPTION The scope of this project includes the development of design documents for park improvements at existing Chuck Silcox, Lebow, Westhaven, and Kingsridge West. The scope of work includes master planning, demolition, the installation of walking trails, picnic shelters, playground, seating, trash receptacles, security lighting and practice fields. Scope items for the consultant include design and preparation of construction documents, construction administration and project close-out assistance. The estimated combined construction budget for the park improvements is $1,868,350. The CONSULTANT shall prepare construction documents and cost opinion, ensuring that the site is designed within the specified park budget. SCOPE OF SERVICES LANDSCAPE ARCHITECTURE SERVICES 1. Coordination/Management/Communication CONSULTANT shall perform the following tasks: A. Attend one (1) project kick-off meeting (two-hour duration) with the CITY to review project scope, schedule, deliverables, status reporting, communications, and expectations for the project. B. Lead and manage the CONSULTANT and sub -consultant design team throughout the project. C. Communicate regularly by phone and email with CITY staff D. Provide to the CITY a one -page project status report on the last business day of each month throughout the project. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 2 of 12 E. Participate in meetings with CITY staff as noted specifically in each task described below. F. Basic services for each bid set shall include preparation of design submittals, construction documents, project manual and cost opinion documents. Project design duration is anticipated to be approximately six (6) months (180 Calendar days). G. Special Services shall be those services necessary to provide appropriate design guidelines for the design/construction documents. (i.e.; topographic survey, etc.) These are described in greater detail below. 2. Data Review/Site Visit/Base Map CONSULTANT shall perform the following tasks: A. Gather and review available relevant project data provided by CITY and other sources. B. Visit the project site to observe and photographically document existing conditions as necessary for completion of the project. Scope includes up to two site visits per park. C. Prepare a project base map for the project utilizing sheet format provided by CITY, CONSULTANT's special survey data, relevant project data, and latest Google Earth or other available aerial photographic imagery. The project base map shall be suitable for use in both 22 inch x 34 inch (full-size) and 11 inch x 17 inch (half size) format with black and white line work (and with full -color aerial photo background which can be turned on or off as requested by CITY). D. Attend one (1) meeting (two-hour duration) with the CITY to review project data, site photos, base map Note: City Project Manager will coordinate public input for the site, consultant to provide `extra' service cost for attendance of public meeting (if required) for site amenity items. See task item 10 for optional public involvement scope. 3. Schematic (30% Design) LANDSCAPE ARCHITECT shall perform the following tasks: A. CONSULTNAT TO PREPARE A SCHEMATIC LAYOUT OF THE TRAIL ALIGNMENT AND PROPOSED ACTIVE IMPROVMENTS FOR CLIENT REVIEW ANDINPUT B. BASED ON CLIENT FEEDBACK, CONSULTANT TO PREPARE ONE FINAL RENDERED VERSION OF THE PARK MASTERPLAN to communicate the design intent and vision of the project. Concept design graphics shall consist of plan layouts, to show all proposed improvements. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 3 of 12 C. Consultant will attend one (1) meeting with the CITY to confirm the overall design and obtain CITY approval before proceeding into the 60% CD level documents. The CONSULTANT will take the comments and input from the CITY and incorporate those in the 60% CD's. Note: All improvements will follow applicable City of Fort Worth standards and details, unless directed otherwise. Park Facility Standards will be provided by the CITY. All other required standards will need to be researched, verified, and acquired separately. 4. 60 % Construction Documents LANDSCAPE ARCHITECT shall perform the following tasks: A. Prepare and submit 60% design/construction documents for all anticipated park improvements to the CITY for review. These documents shall incorporate CITY comments and input from the previous review of project data and existing stie conditions. a. Reference Clarifications and Exclusions for Construction Document Scope B. The design/construction documents shall plan and instruct the installation of park improvements, as based on the approved Schematic Design plans. C. 60% design/construction documents will be required for: a. Design/construction plans b. Anticipated technical specifications (outline only) c. Detailed opinion of probable costs D. Attend a meeting with the CITY to discuss CITY review comments regarding the 60% submittal and obtain CITY input prior to LANDSCAPE ARCHITECT's preparation of 90% construction documents. 5. 90% Construction Documents A. Prepare and submit 90% design documents for all anticipated park improvements at both sites to the CITY for review, incorporating previous CITY review comments and input. An opinion of probable cost will be prepared a. Reference Clarifications and Exclusions for Construction Document Scope B. 90% design/construction documents will be required for: a. Design/construction plans b. Anticipated technical speifications (approximated final copies) C. Attend a meeting with the CITY to discuss CITY review comments regarding the 90% submittal and obtain CITY input prior to LANDSCAPE ARCHITECT's preparation of 100% final construction documents. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 4 of 12 6. 100% Preliminary -Final Construction Documents LANDSCAPE ARCHITECT shall perform the following tasks: A. Prepare and submit 100% preliminary -final design documents for all improvements at both sites to the CITY for review, incorporating previous CITY review comments and input. An opinion of probable cost will be prepared a. Reference Clarifications and Exclusions for Construction Document Scope B. 100% preliminary -final design documents required, will be: a. Cover sheet (template to be supplied by CITY) b. Design/construction plans c. Final technical specifications (considered ready for bidding documents) C. Incorporate any remaining comments and input from CITY regarding the 100% preliminary -final submittal prior to LANDSCAPE ARCHITECT's submittal of final sealed and signed construction documents for bidding advertisement by CITY. D. Submit plans to a Texas Licensed Registered Accessibility Specialist (RAS) for review and inspection upon construction completion. 7. Sealed Construction Documents for Bidding LANDSCAPE ARCHITECT shall perform the following tasks: A. Submit sealed and signed bid set design documents for all improvements to CITY for bidding advertisement, incorporating previous CITY review comments and input. These improvements shall include all of the elements from the previous task. Provide documents in PDF and DWG format as applicable. B. Bidding design/construction documents shall include the following: a. Sealed design/construction plans b. Sealed page for final technical specifications c. Detailed opinion of probable costs for all planned improvements 8. Bid Phase Assistance LANDSCAPE ARCHITECT shall perform the following tasks: A. Prepare and submit written responses to bidder requests for information (RFI's), through CITY B. Attend pre -bid conference, in support of the CITY C. Assist the CITY with bid analysis, bid tabulation, and bid award recommendation 9. Construction Phase Assistance LANDSCAPE ARCHITECT shall perform the following tasks: A. Attend the pre -construction conference, in support of the CITY 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 COI Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 5 of 12 B. Review up to 20 product submittals and shop drawings C. Attend on -site construction coordination/status meetings as requested by CITY during construction phase of project. Anticipated to be one (1) per month for a maximum of six (6). D. Participate in final walk-through E. Inspection of project improvements by a Texas Licensed RAS. 10. Public Input Meeting Consultant to attend one (01) public input meeting per park and assist the city project manager in leading talks with the public, answering questions, and providing design input. Display graphics can be provided as an additional service. SURVEY SERVICES 11. TODO Survev Consultant will provide a Topographic Survey for the remaining unsurveyed park space. The proposed topographic survey will include all areas that are anticipated to be included in the construction document work. The topographic survey will include the locations and elevations of the above ground features such as existing streets, trails and walks, fences, light poles, drainage features, readily visible utility components, etc. A. Consultant deliverables include: a. Sheet format: 22x34 sheets at appropriate scale b. PDF and CAD format 12. Tree Survev Identify species, size, stem designation, and field -tie location of all trees within the designated area that are a minimum 6-inch diameter and larger as measured breast height. GEOTECH SERVICES 13. Geotechnical Evaluation LJA shall retain the services of a Geotechnical Engineer to provide borings on site and prepare a Geotechnical Evaluation based on their findings for the design of structural components and structural systems to achieve design goals. Scope includes one boring at the proposed pavilion site. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 6 of 12 H&H SERVICES 14. Drainage Studv Prepare a drainage study (DS) for the zone of influence that includes downstream assessment of properties that could be impacted by the proposed improvements as compared to existing conditions. Prepare a hydrologic and hydraulic modeling for existing, proposed, and fully developed watershed using the SCS hydrograph method and for the 1-, 5-, 10-, 50-, 100-, and 500-year storm events. No floodway model will be provided in the current FEMA Zone A. The study will include supporting documentation consisting of a memo, City Checklists, and summary output tables to be incorporated on to the construction plans. The DS package will be submitted to the City that will seek to fulfill the drainage approval and floodplain requirements of the City normally required for construction plans. Up to one (1) pre -submittal meeting with the City. Assumptions: • Hydrologic and hydraulic modeling will be performed only on the streams within the project limits or as called out in this study. Should modeling be required on other waterways, it will be accomplished as additional services. • This scope assumes that base conditions hydrologic and hydraulic modeling for the watershed will be provided by the City. • This scope assumes that no mitigation will be needed based on the proposed park improvements. Should mitigation modeling be required, it will be accomplished as additional services. • This scope does not include final design or construction plans for any proposed detention ponds, outlet structures, or mitigation grading. No dam safety or spillway design is included with this scope of work. • This scope does not include a Conditional or Letter of Map Revision. A conditional letter of map revision will be required by the City should the grading be required in the floodway and if there is any increase in water surface elevation. A LOMR will be required for lots and roadways that encroach in the FEMA effective floodplain. These permits take 9-18 months for approval. • This scope of service does not include any local, state, or federal agency fees. 15. Floodplain Development Permit (FDP) Prepare a hydrologic and hydraulic summary and other supporting documentation to accompany a Floodplain Development Plan (FDP) application as required for grading within the existing FEMA effective 100-yr floodplain. Coordinate with the City Floodplain Administrator and City's Storm Water Management Division/review consultant as needed for permit processing. Coordination will include one (1) City meeting and a round of comments. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 7 of 12 CLARIFICATIONS AND EXCLUSIONS 1. Services and work products by CONSULTANT beyond those specifically described above are not included in the project unless mutually agreed to by CITY and CONSULTANT in writing prior to performance of such services. 2. CITY shall provide review, coordination, and submittals related to historic resources. 3. CITY shall provide review, coordination, and submittals related to tree preservation ordinance requirements. 4. CONSTRUCTION DOCUMENTS SCOPE Based upon Client approved Schematic Design, prepare construction documents for the Proposed Improvements at 30%, 60%, 90%, and 100% milestones for approval by the Client. Upon completion of the plans, process the plans through the City for approval. This task includes the following drawings and deliverables: Demolition Plan — Prepare the demolition plan for existing site features that will be removed, preserved, or relocated for the project in conjunction with the site improvements. • Erosion Control Plan — Prepare the erosion control plan in conjunction with the site improvements and drainage design. This task is for the preparation of design drawings and associated details only. The most current TCEQ requirements for the design of silt fence, erosion control logs, rock filter dams, and construction entrances will be used as required. • Dimension Control and Site Layout — Provide horizontal control, typical dimensions, standard details, and notes required for the layout of proposed improvements. • Site Grading — Prepare a grading plan that includes the notes and details required to allow grading for proposed improvements. The grading plan will show existing and proposed contour lines and spot elevations, along with existing utility information. • Planting Plan — Prepare the Planting Plans, Details and Notes required to show all plantings areas and arrangement of plant materials as required by the Client and the overseeing public agency. The quantity, species, size and spacing of all materials will be specified in a plant legend/schedule on the plan. • Lighting Plan - Prepare a landscape lighting plan to include identification and location of light fixtures / installation to be turnkey by installer. This includes schematic layout and fixture recommendations only and excludes any site electrical engineering design. • Technical Specifications — Provide specifications following the Standard CSI Format. Specifications will be submitted at the 60%, 90% and 100% submittal milestones, as mentioned in the City standard scope. The provided specifications will include all necessary technical specification for the proposed improvements. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 8 of 12 GENERAL CONDITIONS This Scope is based on the following General Conditions: • All negotiations and coordination with adjoining property owners will be by Client. • All research for the boundary survey including easements, adjoining deeds, etc., will be provided by the Client's title company or will be performed by an outside deed research company and billed as a reimbursable expense. • Contract documents will be prepared by others. • Franchise utility coordination will be by others. • Site will be developed in accordance with City of Fort Worth Parks and Recreation design standards • Site will be mowed by Client prior to design surveys or verifications. Contractor shall be responsible for protecting stakes. • Any additional work not specifically included in the Proposed Scope of Work will be accomplished as Additional Services. • For client generated changes to the design once Construction Document Preparation is in progress, time will be billed at an hourly rate (or an agreed upon lump sum) until the work is at the same level of completion as it was prior to the change. • The Client shall, in a timely manner, provide full information regarding the requirements of the project, including design objectives, constraints and criteria, and any other relevant information; shall designate a representative to act on Client's behalf to examine the documents or the work as necessary and to render decisions related thereto in a timely manner so as to avoid unreasonable delays; and shall furnish all services required for the expeditious completion of the project which are not part of LJA services to be provided under this agreement. • The Texas Board of Architectural Examiners has jurisdiction over complaints regarding the professional practices of persons registered as Landscape Architects in Texas. The Board's address and phone is P. O. Box 12337, Austin, TX 78711, phone: 512-305-9000, fax: 512-305-8900. The Board's web site address is www.tbae.state.tx.us. • No formal City IPRC review. Assumed all reviews will be conducted by the city and not an outside third party consultant. • No flow mitigation modeling. These scopes assume that no mitigation will be needed for the watersheds due to the proposed park improvements. If the studies prove that the increased imperviousness of the parks cause adverse impacts, an add services maybe needed to mitigate the impacts. • City will provide usable hydraulic base models. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 9 of 12 COMPENSATION SCHEDULE (01) CHUCK SILCOX PARK LANDSCAPE ARCHITECTURE SERVICES 14 Drainage Study Lump Sum $23,000 15 Floodplain Development Permit (FDP) Lump Sum $7,500 TOTAL $30,500 (02) LEBOW PARK LANDSCAPE ARCHITECTURE SERVICES 14 Drainage Study Lump Sum $16,000 15 Floodplain Development Permit (FDP) Not in Contract TOTAL $16,000 (03) WESTHAVEN PARK LANDSCAPE ARCHITECTURE SERVICES 14 Drainage Study Lump Sum $18,000 15 Floodplain Development Permit (FDP) Lump Sum $7,500 TOTAL $25,500 (04) KINGSRIDGE WEST PARK LANDSCAPE ARCHITECTURE SERVICES 01 Coordination/Management/Communication Lump Sum $2,500 02 Data Review/Site Visits/Base Map Lump Sum $3,200 03 Schematic (30% Design) Lump Sum $5,200 04 60% Construction Documents Lump Sum $7,200 05 90% Construction Documents Lump Sum $6,400 06 100% Preliminary -Final Construction Lump Sum $6,400 Documents 07 Sealed Construction Documents for Bidding Lump Sum $3,500 08 Bidding Assistance Lump Sum $2,000 09 Construction Phase Assistance Lump Sum $4,200 10 Public Meeting Attendance Not in Contract 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 10 of 12 SURVEY SERVICES 11 Topographical Survey 12 Tree Survey* 13 Geotechnical Evaluations 14 Drainage Study 15 Floodplain Development Permit (FDP) *$26,000 provided by MWBE Firm ADDITIONAL SERVICES Lump Sum $15,500 Lump Sum $26,000 Not in Contract Lump Sum $21,500 Lump Sum $7,500 TOTAL $111,100 GRAND TOTAL $183,100 Compensation for Additional Services not listed herein or services required due to change in municipal ordinances and/or State legislation will be billed on a time and materials basis in accordance with LJA Standard Rate Schedule below or on a lump sum basis agreed upon at the time the work is authorized. • Revisions to the plans requested by the Client after the plans are approved, unless necessitated by discrepancy in the plans • Design of areas outside the limits of the defined project site • Tree Mitigation Plans • Public meetings or hearings • Additional graphic products needed for marketing or public meetings • Additional meetings or workshops not identified in the project scope of services • Negotiations with adjacent property owners • On -site inspections during construction or other construction services • Architectural services • Arborist services • Structural Engineering • Irrigation Design or Specifications • Civil Engineering Services • Electrical engineering for site lighting or irrigation controller location(s) (assumed turnkey by installer or others) • Redesign of project in attempt to reduce construction costs (after completion of Construction Documents) • As -built surveys • Applying for and obtaining construction permits (typically completed by contractor) 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 11 of 12 BILLING RATES LABOR CATEGORY LOWEST HIGHEST Department Head (VP, Division Manager) $225.00 $295.00 Senior Consultant $220.00 $290.00 Director $210.00 $285.00 Group/Design Manager $195.00 $280.00 Sr. Project Manager $190.00 $275.00 Project Manager $150.00 $235.00 Senior Project Engineer $145.00 $235.00 Professional Engineer (Project Engineer, APM) $120.00 $195.00 Graduate / Design Engineer $100.00 $160.00 Sr. Civil Designer $120.00 $185.00 Civil Designer $ 85.00 $150.00 Sr. Planner $130.00 $195.00 Planner $ 85.00 $150.00 Sr. Landscape Architect (Studio Lead) $170.00 $230.00 Landscape Architect $115.00 $165.00 Landscape Designer $ 90.00 $140.00 Sr. Construction Manager $120.00 $215.00 Construction Manager $105.00 $165.00 Resident Project Representative $ 85.00 $165.00 Construction Engineer $ 90.00 $180.00 Construction Inspector $ 85.00 $150.00 GIS Developer $100.00 $190.00 GIS Analyst $ 70.00 $125.00 Survey Project Manager $130.00 $210.00 Project Surveyor $110.00 $170.00 Survey Technician $ 75.00 $155.00 3 Man Survey Crew $200.00 $240.00 2 Man Survey Crew $160.00 $200.00 Clerical (Admin. Assistant) $ 60.00 $125.00 Intern $ 50.00 $ 90.00 REIMBURSABLE EXPENSES In performance of the Scope of Services attached to the Project specific Proposal, the following types of expenses are not contemplated in the Total Proposal Fee. These are considered Reimbursable Expenses and LJA will be compensated for in accordance with the following: 1. Reproduction, out-of-town travel expenses, employee travel and mileage, and other non - labor charges directly related to the Project will be billed at cost plus ten percent. 2. Filing fees, permit fees, and other special charges which are advanced on behalf of the Client will be billed at cost plus ten percent. 3. Subcontracted services and other services by outside consultants will be billed at cost plus ten percent. 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 C01 Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx Neighborhood Park Improvements Page 12 of 12 4. Vehicle mileage will be charged at the current IRS mileage rate per mile for all travel. Contact for all Correspondence Johnathan Pomietlo, PLA Associate Principal, Landscape Architecture 214.620.2742 jpomietlo@lja.com 0:\PROPOSAL\2024\Fort Worth (City)\23-17886 COI Neighborhood Park Silcox Proposal DRAFT 24MAY07.docx '1►0 10 ulaip'