HomeMy WebLinkAboutContract 60204-A2AMENDMENT No . 02 CSC No. 60204-A2
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 was subsequently revised by: Amendment Number 1
in the amount of $183,100.00 which was authorized by M&C # 24-1139 on
December 10th, 2024,
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. 02 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 $19,200.00. (See Attached Funding Breakdown Sheet, Page
-4-)
OFFICIAL RECORD
CITY SECRETARY
2. FT. WORTH, TX
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 $409,800.00.
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 1 of 4
1911
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Dana Surandoff
Dana Burgh doff (Apr t�025 14:00 CDT)
Dana Burghdoff
Assistant City Manager
DATE: 04/07/2025
4.d444���
aFF� %nod
pc> 0000 o�yo9�d
ATTEST: o°-a o=v
0
dd4� nEXoS�pp
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
av jy SS iooMcElhany
Dave Lewis
Director, Park & Recreation Department
ENGINEER
LJA Engineering, Inc.
zA_
Thomas Meurer (Mar 24, 2025 09:37 CDT)
Thomas Meurer, PLA
Director
DATE: 03/24/2025
OFFICIAL RECORD
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
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.
A-V'U�' 1`1�
Seth Henry
Landscape Architect
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Apr 4, 2025 15:51 CDT)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 3 of 4
M&C No.#: NA
M&C Date: NA
Chuck Silcox, Lebow, Westhaven and Kingsridge West Park
104701, 104702, 104703 and 104781
FUNDING BREAKDOWN SHEET
City Secretary No. 60204
Amendment No. 2
Project CF1- CF2 -
Fund Dept ID Account Bond Amount
ID Activity
Reference
34027 0800450 5330500 104701 004930 22020499 19,200.00
Total: $19,200.00
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
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#2
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
3A. Schematic (30% Design) - Add
LANDSCAPE ARCHITECT shall perform the following tasks:
A. CONSULTANT 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.
C. Consultant will attend one (1) meeting with the CITY to confirm the overall design
and obtain CITY approval before proceeding into the 100% CD level documents.
The CONSULTANT will take the comments and input from the CITY and
incorporate those in the 100% CD's.
0:\PROPOSAL\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 2 of 7
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.
6A.100% Preliminary -Final Construction Documents
LANDSCAPE ARCHITECT shall perform the following tasks:
D. 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
E. 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)
F. 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.
G. Submit plans to a Texas Licensed Registered Accessibility Specialist (RAS) for
review and inspection upon construction completion.
7A. Sealed Construction Documents for Bidding - Add
LANDSCAPE ARCHITECT shall perform the following tasks:
H. 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.
I. 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
SURVEY SERVICES
11A. Topo Survey - Add
Consultant will provide a Topographic Survey for the additional 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, trees of 6" caliper or
larger, boundary verification, etc.
A. Consultant deliverables include:
a. Sheet format: 22x34 sheets at appropriate scale
b. PDF and CAD format
OAPROPOSAL\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 3 of 7
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\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 4 of 7
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\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 5 of 7
COMPENSATION SCHEDULE
(01) CHUCK SILCOX PARK
LANDSCAPE ARCHITECTURE SERVICES
3A Schematic (30% Design)
Lump Sum
$2,000
6A 100% Preliminary -Final Construction
Lump Sum
$4,500
Documents
7A Sealed Construction Documents for Bidding
Lump Sum
$3,000
SURVEY SERVICES
11A Topographical Survey
Lump Sum
$9,700
TOTAL
$19,200
*$9,700 provided by MWBE Firm
ADDITIONAL SERVICES
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\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 6 of 7
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
0:\PROPOSAL\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
Neighborhood Park Improvements
Page 7 of 7
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.
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
OAPROPOSAL\2025\Fort Worth (City)\23-17886 CO2 Neighborhood Park Silcox Proposal DRAFT 25MAR17.docx
a APIM
N= n
al�
' 1
Signature: )9#�e fo-,
Email: Dave.Lewis@fortworthtexas.gov