Loading...
21-892FILE REFERENCE FORM  Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Ordinance Created By 20-1516 08/18/2020 CW First Amendment 03/12/2021 CW Second Amendment – Ordinance 21-892 05/18/2021 CW 21 -892ORDINANCE NO. AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICPAL CORPORATION, AUTHORIZING THE APPROVAL OF A SECOND AMENDMENT TO A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF DENTON AND STEARNS, CONRAD AND SCHMIDT CONSULTING ENGINEERS, INC., DBA SCS ENGINEERS, AMENDING THE CONTRACT APPROVED BY CITY COUNCIL ON AUGUST 18, 2020, IN THE NOT-TO-EXCEED AMOUNT OF $69,645.00; AMENDED BY AMENDMENT 1, APPROVED BY CITY COUNCIL; SAID SECOND AMENDMENT TO PROVIDE ADDITIONAL ENGINEERING SERVICES FOR SURVEYING AND CONSTRUCTION QUALITY ASSURANCE (CQA) SERVICES FOR THE EXTENSION OF THE PERIMETER LANDFILL GAS (LFG) COLLECTION HEADER PERIMETER ROAD, AND WATERLnqE AT THE CITY OF DENTON LANDFILL PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVDnqG AN EFFECTIVE DATE (FEE 7 1 09-011 – PROVEDPqG FOR AN ADDITIONAL SECOND AMENDMENT EXPENDITURE AMOUNT NOT-TO- EXCEED $273,822.00, WITH THE TOTAL CONTRACT AMOUNT NOT-TO-EXCEED $353,117.00) WHEREAS, on August 18, 2020, by Ordinance No. 20-1516, the City awarded a contract to Stearns, Conrad and Schmidt Consulting Engineers, Inc., dba SCS Engineers in the amount of $69,645 for design services of the gas header, waterline, and road construction at the City of Denton Landfill; and WHEREAS, on March 12, 202 1, the City awarded a First Amendment to Stearns, Conrad and Schmidt Consulting Engineers, Inc., dba SCS Engineers in the amount of $9,650 for additional unforeseen services related to the landfill gas (LFG) collection header, perimeter road, and non- potable 6” waterline; and WHEREAS, the additional fees under the proposed First Amendment are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees applicable to the Provider’s profession, and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDARqS: SECTION 1. The First Amendment, increasing the amount of the contract between the City and Stearns, Conrad and Schmidt Consulting Engineers, Inc., dba SCS Engineers, which is on file in the office of the Purchasing Agent, in the amount of Two Hundred Seventy-Three Thousand Eight Hundred Twenty-Two and 00/ 100 ($273,822.00) Dollars, is hereby approved, and the expenditure of funds therefor is hereby authorized in accordance with said amendment, which shall be attached hereto. The total contract amount increases to $353,117.00. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. The notion to approve this ordinance was made by -TcSSe DAvis and secondedby %\a \ N\e\ttcc . The ordy thefollowing vote n - a : Aye V’ £ JC JL vr ,/ a Nay Abstain Absent Mayor Gerard Hudspeth: Vicki Byrd, District 1 : Brian Beck, District 2: Jesse Davis, District 3 : Alison Maguire, District 4: Deb Annintor, At Large Place 5 : Paul Meltzer, At Large Place 6: PASSED AND APPROVED this the \Cfb day of Me'.q J 2021. GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY A\11111111 _P=&? APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY gl:T::sJi::::iE:InI:T,ndncKdH JW\fb }lilIIE:::i;$::Sj;=."" Date 2021.05.03 1622:23 -0S'C>0' ABY:w?,cyan\ DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED DENTON Docusign City Council Transmittal Coversheet PSA 1 7109-011 File Name I GAS HEADER, WATER LINE AND ROAD DESIGN Purchasing Contact I CrYsta1 westbraok City Council Target Date MAY 18’ 2021 Piggy Back Option Contract Expiration Ordinance NO N/A 21-892 DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED SECOND AMENDMENT TO CONTRACT BY AND BETWEEN THE CITY OF DENTON, TEXAS AND STEARNS, CONRAD AND SCHMIDT CONSULTING ENGINEERS, INC. dba SCS ENGINEERS 7109-011 THE STATE OF TEXAS § §COUNTY OF DENTON THIS SECOND AMENDMENT TO CONTRACT 7109-011 (“Amendment”) by and between the City of Denton, Texas (“City”) and Stearns, Conrad and Schmidt Consulting Engineers, Inc. dba SCS Engineers. (“Engineer”); to that certain contract executed on August 18, 2020, in the original not-to-exceed amount of $69,645 (the “Original Agreement”); amended on March 12, 2021 in the additional amount of $9,650 aggregating a not-to-exceed amount of $79,295 (the “First Amendment”); (collectively, the Original Agreement and the First Amendment are the “Agreement”) for services related to the Gas Header, Water Line and Road Design. WHEREAS, the City deems it necessary to further expand the services provided by Engineer to the City pursuant to the terms of the Agreement, and to provide an additional not-to-exceed amount $273,822 with this Amendment for an aggregate not-to-exceed amount of $353,117; and FURTHERMORE, the City deems it necessary to further expand the goods/services provided by Engineer to the City; NOW THEREFORE, the City and Engineer (hereafter collectively referred to as the “Parties”), in consideration of their mutual promises and covenants, as well as for other good and valuable considerations, do hereby AGREE to the following Amendment, which amends the following terms and conditions of the said Agreement, to wit: 1.The additional services described in Exhibit “A“ of this Amendment, attached hereto and incorporated herein for all purposes, for professional services related to the Gas Header, Water Line and Road Design, are hereby authorized to be performed by Engineer. For and in consideration of the additional services to be performed by Engineer, the City agrees to pay, based on the cost estimate detail attached as Exhibit “A”, a total fee, including reimbursement for non-labor expenses an amount not to exceed $273,822. 2. This Amendment modifies the Agreement amount to provide an additional $273,822 for the additional services with a revised aggregate not to exceed total of $353.117 7109-011 PSA – Amendment #2 Page 1 of 2 DocuSign Envelope ID: 5F9E584D-634F42A8-810C-BIFCEF2BBEED The Parties hereto agree, that except as specifically provided for by this Amendment, that all of the terms, covenants, conditions, agreements, rights, responsibilities, and obligations of the Parties, set forth in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the City and the Engineer, have each executed this Amendment electronicallyOyyMMugh their respective duly authorized representativesand officers on this date “Engineer” Stearns, Conrad and Schmidt Consulting Engineers, Inc. dba SCS Engineers “CITY” CITY OF DENTON, TEXAS A Texas Municipal Corporation DocuSignod by: raw kBKtp) SARA HENSLEY, INTERIM CITY MANAGERAUTHORIZED SIGNATURE, TITLE APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY ATTEST: ROSA RIOS, CITY SECRETARY THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. Br1 an Boerner PRINTED NAME D1 rector of so11d waste TITLE solld Waste and Recycllng DEPARTMENT 7109-011 PSA – Amendment #2 Page 2 of 2 DocuSign Envelope ID: 5F9E584D-634F42A8-810C-BIFCEF2BBEED EXHIBIT A SCS ENGINEERS Environmental Consulting & Contracting April 2, 2021, revised April 5, 2021 and April 21, 2021. Proposal No. 160034221 Mr. Arturo (Art) Garcia Site Ops./HCC Manager City of Denton 1527 S. Mayhill Road Denton, Texas 76208 (sent via email) Re:Proposed 2"d Change Order Request for Engineering Design and Bid-Support Services Perimeter LFG Header, Perimeter Road, and Waterline Extension City of Denton Landfill, Denton County, Texas Dear Art: As discussed and per your request, SCS Engineers (SCS) is providing this Change Order No. 2 request to you for additional services associated with construction quality assurance (CQA) services to be provided during construction of the extension of the perimeter landfill gas (LFG) collection header, perimeter road, and waterline. This change order request includes a detailed summary of the CQA services to be provided during the performance of the construction as requested by the City that were not included in our initial scope of services dated July 6, 2020 and Change Order No. 1 dated March 2, 2021. You will note, we have maintained the task designations from our initial scope of services associated with approved PO#194020. This change order request does not include any changes to Tasks 1 through 6 of our initial scope of services and Change Order No. 1. However, we have added a new Task 7 - CQA Services associated with this Change Order No. 2 request, including a detailed summary and fee breakdown for these services as described below. Task 7 - Construction Quality Assurance (CQA) Services This task includes the CQA services that SCS will provided during construction of the subject project. SCS will perform the CQA services required by the current construction documents, including a project manual (dated March 30, 2021) and construction drawings (dated February 23, 2021), which were prepared by SCS Engineers. We have separated proposed CQA services into the following three (3) subtasks: 7.1 Field CQA Services; 7.2 Construction-phase engineeringservices; and 7.3 Construction Record Report. The project team will be supervised by Ryan Kuntz, P.E., as a senior CQA advisor, who has 16 years of experience in construction management and CQA. SCS has assigned a Project Manager (PM), who wiI be a licensed Professional Engineer in the State of Texas, to handle the scheduling of the SCS personnel, monitor the project budget, assist in material submittal reviews, participate in project meetings, and certify the construction record report and that the work was completed in accordance 1 901 Central Drive. Suite 550 Bedford, Texas 1 81 7-571 -2288 eFax 81 7-571 -21 88 DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2, 2021, revised April 5, 2021 and April 21 , 2021 Page 2 with the Contract Documents. Additionally, a Project Professional (PP) has been assigned to this project. This individual will review and approve material submittals, review field reports and test results, make periodic site visits on behalf of the PM to determine that construction is properly conducted, and review of construction record report. Other support staff (i.e., Associate Staff Professional, ASP) have been assigned to this project, who will assist the PM & PP with review of material submittals, review field reports, review of as-built information, and preparation of construction record report. Additionally, a CQA technician will be assigned to the project, and will be responsible for conducting and documenting all CQA field testing and sampling, preparing daily construction reports, photographic documentation, distributing field documentation to the PM, and keeping the Owner and PM informed as to the status of the project. SCS’ Field CQA services technician for this project will perform on-site testing services, and collection of samples for laboratory testing. Test results will be sent to the PM and PP to confirm that they comply with the Contract Documents. As described below, SCS proposes to provide these services on a unit rate basis using the rates provided in the table applicable for each subtask. Subtask 7.1 - Field CQA Services This subtask includes the full-time field CQA services required during the project, including necessary expenses for mobilization, vehicle, density gauge equipment for soil testing, and equipment required for pavement testing. The CQA Technician shall be responsible for the following: • • • • • • • • • • Observe and document materials and workmanship are consistent with the construction plans and technical specifications. Observe and document pneumatic pressure testing of LFG header, leachate collection forcemain, and waterline. Surveying top of LFG header, leachate collection forcemain, and waterline to confirm depth of cover above pipes. Additionally, this survey will include slope of LFG header pipe and locations of future tioins, valves, flanges, and connections. Conduct and document applicable CQA field testing and sampling of road pavement option (asphalt or concrete) selected for the project. Conduct and document field moisture/density testing using a Nuclear Density Gauge during placement of structural fill and lime-stabilized structural fill. Conduct and document field pH testing of lime-stabilized structural fill. Observe and document installation of drainage structures and other miscellaneous items are consistent with the construction plans and technical specifications. Preparing daily construction reports and photographic documentation. Distributing field documentation to the PM, and keeping the City and PM informed as to the status of the project. Attend construction progress meetings administered by the PM. For the purpose of this proposal, it is assumed that construction will be completed within 33 weeks consistent with following general milestones: • Installation of LFG header, leachate collection forcemain, and waterline will be completed within the 84 calendar days (12 weeks). M :\BD\Proposals\Denton\Z)21 \ 1 6(X)34221 Header_Rocxi_Water_CQA Services\PX)21 .Q4.02_Denton_Header_Road_Water_CQ&rev2.docx DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2. 2021, revised April 5, 2021 and April 21 , 2021 Page 3 •Construction of road and stormwater drainage features will take an additional 116 calendar days (approximately 17 weeks). During this time, it is assumed that soil placement, road pavement, installation of stormwater drainage features, and miscellaneous items will be completed . An additional 30 calendar days (approximately 4 weeks) have been included in the cost for CQA technician to be present onsite on a full time basis for the project to reach final completion following substantial completion. • Additionally, our fee estimate assumes that onsite construction observation will be required up to 60 hours per week, Monday through Saturday. The following tables indicate the hours and expenses for this subtask, based on the milestones described above. Table 7.1.1 provides a breakdown of costs associated with construction of LFG Header, Leachate Collection Forcemain, and Waterline. Table 7.1.2 provides a breakdown of costs associated with Road Construction and Drainage Improvements with Concrete Pavement Option. Table 7.1.3 provides a breakdown of costs associated with Road Construction and Drainage Improvements with Asphalt Pavement Option. Note the assumptions made on construction duration indicated in the note section below; as such, invoiced amount will be based on the actual quantities and schedule performed during construction. Table 7.1.1 LFG Header, Leachate Collection Forcemain, Waterline mr ml > 720 $70.00Hour $5,040.00$70.00Day72 $1,000.00 $12,000.0012Week $67,440.00Subtota I m) CQA Technician (u CQA Field Vehicle Survey Equipment (2> 2. Survey equipment will be used by our CQA technician for as-built surveys, discussed above, during the installation 1. SCS has assumed six (6), ten (IO) hour days per week (Monday through Saturday) for a 12-week duration. of the LFG header and waterline. It is assumed that the LFG header and waterline be installed within a 12-week duration. Note Table 7.1.2 Road Construction and Drainage Improvements Concrete Option Description CQA Technician (1) CQA Field Vehicle Soil Testing (2) Concrete Testing (3) Compressive Strength Testing For Concrete in Accordance with ASTM C39 (4) Unit Hour Day Week Quantity 1260 126 13 Rate per Unit $70.00 $70.00 $400.00 $ 100.00 Cost $88,200.00 $8,820.00 $5,200.00 $2,400.00 $85.00 $2,550.00 $ 107, 170.00Su btotal DocuSign Envelope ID: 5F9E584D-634F42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2, 2021 , revised April 5, 2021 and April 21 , 2021 Page 4 Note: 1.SCS has assumed six (6), ten (10) hour days per week (Monday through Saturday) for 21-week (1,260 working hours) duration to reach final completion. Cost includes a nuclear density gauge and pH meter, required during placement of structural fill for perimeter road construction, for a 13-week duration. Cost includes equipment for concrete slump testing, percent voids, and temperature for a 24-day duration. Cost includes laboratory testing of concrete cylinders, taken at an interval of 1 set of 3 cylinders per day for 24 days. An additional 6 sets of 3 cylinders are included for concrete pad repair work at the existing vehicle maintenance building, concrete required for new box culvert wing walls, and concrete required to join existing box culverts 2. 3 4. Table 7.1.3 - Road Construction and Drainage Improvements - Asphalt Option Description CQA Technician (u CQA Field Vehicle Soil Testing (2) (3)1 Concrete Testi (4) r Concrete in Accordance with ASTM C39 t5) Quantity 1,260 126 24 6 e $70.00 70.00 $400.00 $335.00 100.00 mo $88,200.00 $8,820.00 $5,200.00 $8,040.00 $ 600.00 $85.006 Asphalt Option Subtotal $ 510.00 111,370.00 Note: 1. 2. SCS has assumed six (6), ten (10) hour days per week (Monday through Saturday) for a 21-week (1,260 working hours) duration to reach final completion. Cost includes a nuclear density gauge and pH meter, required during placement of structural fill for perimeter road construction, for a 13-week duration. Cost includes equipment for asphalt density testing, coring, percent voids, and temperature for a 24-day duration. Cost includes equipment for concrete slump testing, percent voids, and temperature for a 24-day duration. These tests are included for concrete pad repair work at the existing vehicle maintenance building, concrete required for new box culvert wing walls, and concrete required to join existing box culverts. Cost includes laboratory testing of 6 sets of 3 concrete cylinders for concrete pad repair work at the existing vehicle maintenance building, concrete required for new box culvert wing walls, and concrete required to join existing box culverts 3 4. 5. The following table summarizes the total cost of Field CQA Services for each pavement option described in this subtask. Task TitleTask No, Field CQA Services with Concrete Option7. IA. Field CQA Services with Asphalt Option7.IB Proposed Fee $ 174,610.00 $178,810.00 Subtask 7.2 - Construction-Phase Engineering Services This subtask includes the construction-phase engineering services, which include the following services: • Project Management and Oversight; and • Surveying. Project Management and Oversight: The PM will be responsible for the overall operations of the project. This will include handling the scheduling and management of SCS’ CQA technician and M :\ BD\Proposals\Denton\a)21\16(x13t22 1 Header_Rocxi_Water_CQA Services\Pa)21 b4.0LDenton_Header_Road_Water_CQALrev2.docx DocuSign Envelope ID: 5F9E584D-634F42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2, 2021, revised April 5, 2021 and April 21 , 2021 Page 5 laboratory testing, assisting in the review of project submittals, including review and approval of Manufacturer’s Product or Quality Control Data, review of laboratory test results, modify construction plans and technical specifications (if necessary), and certifyingthe documentation record report. The PM will keep the City informed with the progress of the work. Any problems or conflicts which may arise during the project will be brought to the attention of the PM. The PM will be also be responsible for general construction-phase services and verifying that the project is being performed in accordance with the Contract Documents. This individual will make sufficient visits to the site to be familiar with the work and to review the documentation process. The PM will, upon completion of the project, certify that the work does meet the Contract Documents, including construction plans and technical specifications. The PM also will assist in the preparation of the construction record report, and certify and sign/seal the report following receipt of comments from the City. The PM is a licensed Professional Engineer in the State of Texas. In addition, the PM will perform the general construction-phase CQA services, which will include the following services: • • • • • • • Telephone calls among the City, Contractor, and/or SCS’ CQA team to answer questions and resolve issues. Review and respond to all contractor submittals and requests-for-information or clarifications. Coordinate interpretations of construction plans and specifications. Maintain files for correspondence, photographs, requests-for-information or clarifications, submittal responses, and other construction project related documentation. Review and evaluate Contractor change order proposals (if any), pay applications, and final verification for measurement and payment, if requested by Owner. Administer bi-weekly progress meetings. Progress meetings will be documented by distribution of meeting minutes. Progress meetings will be attended by the PM in person or by telephone, as necessary, to be familiar with the progression and certification of work being completed. Performance of up to 10 sites visits, including a pre-construction meeting, 7 intermediate visits, substantial walkthrough, and final walkthrough. The PM will schedule sites during normal bi-weekly progress meetings, if practicable. Additionally, a Project Professional (PP), who is also a licensed engineer in the State of Texas, and other support staff (Associated Staff Professional) have been assigned to the project. This personnel will assist the PM on the above responsibilities on the project, as needed. Surveying: Includes the following services: •Pre-Construction Survey: This survey will include existing ground elevation in areas where proposed roadway will be installed as shown on the construction drawings (assumed 1 site visit). An additional three (3) site visits are included in the proposal for the surveyor to perform a layout and staking of the proposed roadway, if deemed necessary to assist the Contractor, at an interval of once every 100 feet and at each curve. Roadway Survey: This survey will include the top of final road surface taken once every 100 feet and at each curve (assumed 4 site visits). a. Each surveyed location shall include elevation of the shoulder, where applicable, and elevation of the edge of pavement, and curvature of road. b. Construction tolerance for top of road surface is 10.1 feet, c. Surveyor shall verify that points meet or do not meet the required tolerance while onsite, and indicate to the contractor which points meet and do not meet these tolerances, • M:\BD\Proposals\Denton\a)21\16cx134221 Header_Rocxi_Water_CQA SeNices\Pa>21 04.0LDentorLHeadw_Road_Water_CQA_rev2.docx DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2, 2021 , revised April 5. 2021 and April 21 , 2021 Page 6 •As-Built Surveys for the following (assume 3 site visits): Inlet and outlet invert elevations of drainage culverts along with existing ground elevation at each location to verify cover above pipe, Rip-rap installed at each drainage pipe inlet and outlet, where applicable, and at other locations, a b c. Rip-rap installation; d. Topographic survey of excavation/fill; e. Drainage culvert installation and miscellaneous items; Record survey drawing(s), to include each aforementioned item, will be prepared to be included within the record report. The following table indicates the hours and expenses required for this subtask. Description Senior CQA Advisor (u Project Manager II €1) Project Professional II Associate Staff Professional (n Office Services Manager Site Visits C2) Surveying (3> Allowance (4> Unit Hour Hour Hour Hour Hour Each LS T&M T+Rate per Unit $225.00 84 $175.00 $ 160.0050 $ 100.0032 100.00 012 29,612.001 10,000.001 L Cost $7,200.00 14,700.00 $8,000.00 $3,200.00 800.00 $12,000.00 ,29,612.00 $10,000.00 $85,512.00 Note: 1. 2. 3 4. SCS has assumed up to six (6) hours per week combined, over a 33 week period, for construction oversight by the Senior CQA Advisor, PM II, PP Ill, and ASP. Site visits will be performed by PM II or PP III, and include up to 6 hours per visit, including travel time and onsite Cost includes survey items discussed in Subtask 7.2 and reflects a 10% mark-up for SCS. Allowance budget is provided for unforeseen complications that may arise during construction that may require time additional engineering or changes to construction drawings. Allowance budget will not be used until receiving approval from the City and will be billed on a time and material basis. Subtask 7.3 - Construction Documentation Report This subtask includes the preparation of the construction documentation report for construction, related to LFG header, waterline, leachate forcemain pipe, and perimeter road construction. This report will include the following: • • • • • • • A narrative describing the construction, test methods, and results; All material submittal correspondence and documentation; Daily progress reports; Laboratory test results, including pre-construction testing and construction testing; Field testing results, logs and location maps; Photographic documentation; Summary of design and field adjustment, if any; M:\BD\Proposals\Denton\a)21 \ 1 6CX>34221 Header_Road_Water_CQA Services\Pa)21 .C)4.0LDenton_Header_Road_Water_CQAJev2.docx DocuSign Envelope ID: 5F9E584D-634F42A8-810C-BI FCEF2BBEED Mr. Art Garcia April 2. 2021 , revised April 5, 2021 and April 21 , 2021 Page 7 • Record survey drawings and documentation; and • Certification of final construction. The construction documentation report shall be sealed by a licensed Professional Engineer in the State of Texas, and submitted to the City within 14 days following the receipt of the final record survey drawings from the surveyor. Up to three (3) hard copies of the report will be reproduced for the City’s records. Additionally, SCS will provide an electronic version (PDF) format of the final signed/sealed report to the City. The following table indicates the hours and expenses required for this subtask. Description Construction Documentation Report Rate per UnitQuantityUnit $9,500.00LS1 SI Cost $9,500.00 9,500.00 PROPOSED FEES SCS’ proposed fees for the above additional services, associated with Task 7 - Construction Quality Assurance (CQA) Services are provided in the table below for a total requested not-t&exceed fee increase of $273.822.00. SCS proposes to perform each subtask on either a lump sum or unit rate basis as indicated in the table below. 7. IA. 7.IB 7.2. 7.3 Task Title CQA Field Services with Concrete Option CQA Field Services with Asphalt Option Construction-Phase Engineering Services Construction Record Report Project Total with Concrete Pavement Option Project Total with Asphalt Pavement Option: Proposed Fee $174,610.00 $178,810.00 512.00 $9,500.00 $269,622.00 $273,822.00 Unit Rate Unit Rate Unit Rate Lump Sum M :\BD\Proposals\Denton\a)21 \ 16(X)34221 Header_Rocx]_Water_CQA Services\P202 1 D4.(>LDenton_Header_Road_Water_CQA_rev2.docx DocuSign Envelope ID: 5F9E584D-634F-42A8-810C-BIFCEF2BBEED Mr. Art Garcia April 2, 2021, revised April 5, 2021 and April 21 , 2021 Page 8 REQUESTED FEE INCREASE TO ORIGINAL CONTRACT Task No. Original Contract Value Fee Increase with Change Order #1 Requested Fee Increase with Change Order #2 Task Title New Total 1 2 3 Conceptual Layout and Project Planning Meeting $5,400.00 $8,995.00 $2,840.00 $1,035.00 $0.00 $8,240.00 $ 10,030.00Soil Analysis of Available Borrow Source(s)$0.00 Engineering Design and Preparation of Construction Plans $38,500.00 $5,025.00 $ 750.00 $0.00 $43,525.00 4 5 Technical Specifications and Bid Documents $6,500.00 $0.00 $7,250.00 Engineer’s Estimate and Probable Construction Costs Bid-Support Services $4,750.00 $0.00 $0.00 $4,750.00 6 7 $5,500.00 $0.00 $0.00 $9,650.00 $0.00 $5,500.00 Construction Quality Assurance (CQA) Project Total: $0.00 $69,645.00 $273,822.00 $273,822.00 $273,822.00 $353,117.00 CLOSING We appreciate this opportunity to provide this proposal to you. If you have any questions, please contact Ryan Kuntz, P.E. at (817) 358-6117. Sincerely, & Sandeep Saraf P.E. Senior Project Manager SCS ENGINEERS TBPE Registration No. F-3407 Ryan Kuntz, P.E. Vice President/Satellite Office Manager SCS ENGINEERS M:\BD\P©posats\Denton\2021 \16CX13422 1 Header_Road_Water_CQA Services\P2021 .04D2_Denton_Header_Road_Water_CQA_rev2.docx