Loading...
HomeMy WebLinkAboutContract 35369STATE OF TEXAS 8 COUNTY OF TARRANT S AMENDMENT NO. 1 C� C I TY SE CRE TARY CONTRAC T NO .•.� ��'_ � F I (M&C Required) WHEREAS, the City of Fort Worth (City) and Kimley-Horn and Associates, Inc., (Engineer) made and entered into City Secretary Contract No. 29797, (the Contract) which was authorized by the City Council by M&C C-20005 on the 23th day of February 2004; and WHEREAS, the Contract involves engineering services for the following project: Fort Worth Medical District Water Distribution System Evaluation Study and Improvements, Part 2. WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I, of the Contract is amended to include the additional engineering services specified in M&C C-22154, adopted by the City Council on the 29th day of May 2007, and further amplified in a proposal letter dated April 12, 2007, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $571,300.00. 2. Article II, of the Contract is amended to provide for an increase in the maximum fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall not exceed the sum of $1,220,550.00. . � : ... .:.� �J �::� A'.:J �� � r'j2 ^��(�i j�{; �'i'�`/ �yjJ��l�' u1.C�:i���l51��'.i;� ;�CJ - f�'7.� I� 1�'� 4� I�/ � `S , 1 `t l� . �:�d.;ir','� �L�,e ' �ORIGINAL 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. *, EXECUTED on this the �'� -- day of -,'�" - , 2007, in Fort Worth, Tarrant County, Texas. ATTEST: , r� Marty Hendr' City Secretary RECOMI�NDED : / /.�.� �- A. Douglas Rademaker, P.E. Director, Department of Engineering KIMLEY-HORN AND P.SSOCIATES, INC. Engineer By: � Name:Glenn Gary, P.E. Vice-President 801 Cherry Street, Suite 1100 Fort Worth, TX 76102 APPROVEDriA9' TO FO � �l . ', � l r`-�� Assis nt C t��At AND L�EGALITY: `J J � �, � �.`: .� i-: �.i ;`�. �� i'`I l�% �\( I� `:JJ° L �,'���.'i:O:LI�',;JI�,'nli �^ �U `�'`'°��'`��j!� � ��''� ' '✓ •' � � �L l� , -„'--_---� -2 - _ ����� ���- _ Cor:txac� ,�u�k�arz��ta.o� � � E� �' - �--� v�te APPROVED: �% � - � -� �- Marc A. Ott Assistant City Manager Yage 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/29/2007 DATE: Tuesday, May 29, 2007 LOG NAME: 30MEDICAL-KH REFERENCE NO.: C-22154 SUBJECT: Authorize Execution of Amendment No. 1 to the Engineering Agreement with Kimley-Horn and Associates, Inc., for the Fort Worth Medical District Water Distribution System Evaluation Study and Improvements, Part 2(City Project No. 00247) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 to City Secretary Contract No. 29797 with Kimley-Horn and Associates, Inc., in the amount of $571,300 to provide additional engineering services on the project, thereby increasing the contract amount to $1,220,550. DISCUSSION: On March 23, 2004, (M&C C-20005) the City Council authorized the City Manager to execute an engineering Agreement with Kimley-Horn & Associates, Inc., in the amount of $649,250 for the Fort Worth Medical District Water Distribution System Evaluation Study and Improvements, Part 2. The agreement provided for design of critical water main system upgrade in the vicinity of the JPS Health Network facilities; the Veterans Administration Clinic, Medical Center Surgical Hospital and the replacement of a 36-inch water transmission main from the Holly Water Treatment Plant to the Medical District. Amendment No. 1 to the original agreement will provide for the following: • Additional engineering services for alignment and routing study as well as the design of increased footage of water and sanitary sewer impravements for the Holly Water Treatment Plant. In order to eliminate canflict with the SH 121T (Southwest Parkway) project, it is necessary to pursue a different alignment than previously selected for the proposed 36-inch water main proposed from the Holly Water Treatment Plant to the Medical District. Substantial coordination will be necessary with the SH 121T project engineers, TX DOT, NTTA, The T and the Union Pacific Railroad for construction of the water main within the respective right-of-ways of the identified entities; • Preparation of plans and specifications for water and sanitary sewer main improvements on the west side of Baylor All Saints Medical Center campus to provide increased level of water and sewer service in the immediafe vicinity; • Preparation of plans and specifications for water and sanitary sewer improvements to serve Baylor All Saints Medical Center, Lot 1R, Block 1, of the All Saints Additions as well as new and proposed development within the project area; • Preparation of plans and specifications for water main extension on 8th Avenue from Myrile Street to Allen Avenue to satisfy increasing domestic and fire service needs in the immediate vicinity; http://www.cfwnet.org/council_packet/Reports/mc_print.asp '::,;,;;,�; ;� s, 5/2�/200 3 rV� �.,�.�:��r�!� �1��;�, , _ _--.�_ _.-�_ Page 2 of • Design and coordination as requested by the Water Department related to John Peter Smith Health Network's new patient tower project and the Baylor All Saints Medical Center Women's Hospital and Medical Office Building project; and • Construction assistance during construction of the various parts of the project to include shop drawing review and weekly site meetings ta facilitate construction of the project. Kimley-Horn and Associates, Inc., proposes to provide the necessary additional work for a lump sum fee of $571,300. Staff considers this amount to be fair and reasonable. In addition to the contract amount, $68,560 is required for project management by the Department of Engineering. This project is located in COUNCIL DISTRICTS 8 and 9. Kimley-Horn and Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to 7 percent M/WBE participation on this amendment. The City's goal on this amendment is 7 percent. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water and Sewer Capital Projects Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Oriqinating Department Head: Additional Information Contact: FROM Fund/Account/Centers P264 531200 609140024731 $145,320.00 P264 531200 609140024732 $290,640.00 P264 531200 609140024733 $48,440.00 P264 531200 609140024751 $35,000.00 P274 531200 709170024731 $14,820.00 P274 531200 709170024732 $29,640.00 P274 531200 709170024733 $4,940.00 P274 531200 709170024751 $2,500.00 Marc A. Ott (8476) A. Douglas Rademaker (6157) Liam Conlon (6824) ` �'.,�.i :� 1.s� }G,' � , ,�. , , � ��:� :, ,� �� � l l ,� �,;,,,i � L"'° � �C�;::'{�y����lil(`�`% j�� ki;'i��,'i 'I'I�l! ,, a U' ,�1','Ufl� ��Gt�, http://www.cfwnet.org/council packet/Reports/mc_print.asp 5/29/2007 � Kimley-Horn � � and Associates, Inc. April 12, 2007 Mr. Liam Conlon Project Manager City of Fort Worth Deparhnent of Engineering 900 Monroe, Suite 201 Fort Worth, TX 76102 Re: City of Fort Worth-Water Distribution Improvements in the Medical District-Part 2, Additional Services Contract Amendment No. 1 I. . � ► • I :f 1 : 1 Dear Liam: As we have discussed with you, a few additional scope items have been identified associated with the Fort Worth-Water Distribution Improvements in the Medical District — Part 2 project. The items include the following: • M44 Improvements- water and sanitary sewer design along west side of Baylor All Saints (BAS) Medical Center. • South Side Vault — design of new butterfly valve vault at the South Side Pump Station. • Community Facilities Agreement Coordination-JPS — design and coordination related to JPS Health Network's new Patient Tower project. • Community Facilities Agreement Coordination-BAS — design and coordination related to BAS Medical Center Women's Hospital and Medical Office Building project. ��BAS Medical Center Improvements - water and sanitary sewer design associated with serving the BAS expansion project. • Holly Water and Sewer Improvements — Additional services related to alignment and routing, and increased linear footage of water and sanitary sewer improvements. • Construction Phase Services-JPS - Construction phase services for JPS Health Network expansion project. � Construction Phase Services-BAS - Construction phase services for BAS expansion project. • Construction Phase Services -Holly - Construction phase services for Holly water and sewer improvements project. • Development Review Coordination — Joseph's Gardens — Coordination related to review of water analysis for the proposed Joseph's Garden multi-use development. • 8tn Avenue (Myrtle to Allen) Water Improvements — water design associated with serving the proposed development at the intersection of 8`h Avenue and Allen Avenue. �,J� ir .}�� ,���i�sli��',i,j � n4'I �.,:�.�s� ,I ul'.^,�U TEL 817 335 6511 �� U; ^��` ��`✓ :�:� U P ���;�',+, � - FAX 817 335 5070 — — _ _ _. ■ Suite 1025 801 Cherry Street, Unil t i Fort Worth, Texas 76102 ❑O❑ Kimley-Horn � and Associates, Inc. Mr. Liam Conlon, Apri] 12, 2007, Page 2 M44 — Water and Sanitary Sewer Improvements The services associated with this item include the preparation of plans and specifications for water and sanitary sewer improvements on the west side of the BAS Medical Center campus. These improvements consist of approximately 1,200 LF of 12-inch water line and 600 LF of 12-inch sanitary sewer improvements. Fee: $23,000 (Water Fee: $15,500; Sewer Fee: $7,500) Southside Vault The services associated with this item include the preparation of plans for the construction of a 24-inch butterfly valve and vault located at the Southside Pump Station. This valve was added to provide a means for the City to remotely transfer water between pressure planes. Fee: $4,400 (Water Fee: $4,400; Sewer Fee: $0) Community Facilities Agreement Coordination - JPS This item involves coordination related to the creation of a Community Facilities Agreement (CFA) between the City and JPS Health Network . These services include preparation of opinions of pi�obable construction cost, attendance at CFA coordination meetings when requested, calculations associated with domestic and fire service for the proposed facilities, and updates to plans, specifications, and opinions of probable construction cost for changes associated with the design and construction of the JPS Health Netwark new Patient Tower. Fee: $22,000 (Water Fee: $22,000; Sewer Fee: $0) Community Facilities A�reement Coordination - BAS This item involves coordination related to the creation of a Community Facilities Agreement (CFA) between the City and BAS Medical Center . These services include preparation of opinions of probable construction cost, attendance at CFA coordination meetings when requested, calculations associated with domestic and fire service for the proposed facilities, assistance with impact fee calculations, and updates to plans, specifications, and opinions of probable construction cost for changes associated with the design and construction of the BAS Medical Center's new Women's Hospital and Medical Office Building. Fee: $27,500 (Water Fee: $27,500; Sewer Fee: $0) Baylor All Saints Medical Center — Water and Sanitarv Sewer Improvements These services include the preparation of plans and specifications for the Water and Sanitary Sewer Main Replacement to serve Baylor All Saints Medical Center Lot 1R, Block 1 ofthe All Saints Addition. In Apri12004, as part ofthe Medical District Part 1 project, plans were prepared for a portion of this project. However, the project was placed on hold due to funding issues. Since new 'N��ti%' :?�;;�'��z�j;��;;��j - V c;�u7 L ��.� �. ��t; ��l ''4Y!ii�''.� �i�I '� I � � ��o �'i �✓ J'. U�ll � G' a ❑� ❑ Kimley-Horn � and Associates, Inc, Mr. Liam Conloq April 12, 2007, Page 3 development is occurring in the project area, a portion of the previously designed project is needed to meet the growing domestic and fire service demands within this area. The revised project consists of approximately 5,3001inear feet of 16- inch and 12-inch water line in addition to approximately 3501inear feet of 12- inch, 8-inch, and 6-inch sanitary sewer line. The services associated with this project consist of updating construction plans to reflect current conditions, verification of existing meters and contact personnel, design revisions associated with revised beginning and ending points of the water line, coordination with the BAS Medical Center expansion project consultants related to new domestic, fire, and irrigation services, final preparation of plans, specifications, and opinion of probable construction cost. Fee: $27,500 (Water Fee: $25,000; Sewer Fee: $2,500) Holly — Water and Sanitarv Sewer Improvements Professional services were included in the ariginal contract for this project. However, due to coordination among divisions within the Water Department, as well as coordination associated with the NTTA 121T project, the alignment previously agreed upon can no longer be used, so an alternative alignment is required to be evaluated. The additional Routing and Alignment Study services will be consistent with those outlined in the General Scope of Services. However, up to eight (8) alternatives will be evaluated to route the transmission line from the South Holly High Service Pump Station to the Medical District. Once an alignment is selected by the City, Preliminary, Final Design, and Bidding services will be provided in accordance with the General Scope of Services for this project with the exception that the total linear footage of the project is planned to contain the following: Holly Improvements Cooper St 13�'Ave/Surgicare/The T Property 121T ROW 15`h Avenue Holly WTP l lth Avenue Holly WTP (east side) 11�' Avenue Holly WTP (east side) C1-W7 Sewer Replacement Cooper St. 15`h Avenue Total Length (Holly) From 11 th Ave. Cooper St. T Property 121T ROW Daggett Broadway 12-inch Daggett 42-inch UPRR 11 `�' Ave. 121T ROW To 13th Ave 121TROW 15`h Ave. Daggett Pump Station Wenneca IT Solutions Admin Bldg SCADA Bldg 15th Ave. 13`�' Ave Daggett � ' , , � , s, �,�5 , , .,tr'1 ,� � �� �, � �i�: � ��Ja.0 s "��i�-�� ������I���j;�,�''�;� � ,-� i �:.�. � � r� :, ,�ifLU j� , ; � ��, ..'�r: ��: il U4', �LG+�, r. Length (LF) 550 500 1,020 1,200 1,600 600 350 420 360 1,000 750 1,200 9,550 Size (in) 30 30 30 3 0/42 42 8 12 36 42 12 8 Survey (LF) 0 0 0 370 600 350 420 360 1,000 750 1,200 5,050 ❑� ❑ Kimley-Horn � and Associates, Inc, Mr. Liam Conlon, April 12, 2007, Page 4 The original contract amount allowed for 4,500 linear feet of water line improvements associated with the Holly portion of the project. Therefore an additional 5,050 linear feet of water/sewer improvements are required for design and survey services. In addition to traditional topographic survey, subsurface utility engineering se�vices will be performed for portions of the project by the ENGINEER's subconsultant. The original contract identified these services to be performed by the CITY. The original contract provided for two sets of bidding services and the Holly portion of the contract was planned to be bid with the VA and 12`h Ave. sections. Since those sections are not funded for construction at this time, an additional Bidding task will be required so that the Holly Improvements project can be bid separately. These services will be provided as described in the General Scope of Services. In addition, this revised project will contain various coordination services associated with the 121T entities that were not included in the original scope of seivices. These services include: coordination with 121 T Segment Engineers, coordination with TxDOT, coordination with NTTA, coordination with The T, and coordination with Union Pacific Railroad. Additional easement will be required for crossings on The T and Surgicare property. Three (3) additional Geotechnical Borings will be required due to the change in length. Cathodic Protection services for the 30/42-inch water line will also be added during design to be included with the Contract Documents. Fee: $278,000 (Water Fee: $250,200; Sewer Fee: $27,800) Construction Phase Services — JPS Health Network ENGINEER will provide professional construction phase services for construction of the Medical District Water Distribution System Improvements — Part 2 JPS Health Network project for the purpose of providing assistance to City during construction. These services are as follows: Pre-Construction Confef•ence. Attend a Pre-Construction Conference prior to commencement of Work at the Site. Visits to Site and Observation of Construction. ENGINEER will provide on-site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by CITY in order to observe the progress of the Work. It is anticipated that the ENGINEER will attend one progress meeting and visit the site for observation at that time, once a week for a period of 3 months for the Construction. Additional site visits will be considered additional services. Such visits and observations by ENGINEER are not intended to be e�chaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER's exercise of professional judgmen�: . Based on information obtained , , .. VJ� G V�1�5'L���LL�.��J� IS `I� ffr1:"i �L,(�j l� rr ' 09 ! �lo ,,.�J:.:U;`ll� ��2i�S. � Kimley-Horn � � and Associates, Inc, Mr. Liam Conlon, April 12, 2007, Page 5 during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. The purpose of ENGINEER's site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall I�IA have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. Recommendations with Respect to Defective Work. ENGINEER will recommend to CITY that Contractor's work be disapproved and rejected while it is in progress if, on the basis of such observations, ENGINEER believes that such work will not produce a completed Project that conforms generally to Contract Documents. Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. Change Orders. Recommend Change Orders to City, as appropriate. Review and make recommendations related to Change Orders submitted or proposed by the Contractor. Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. ';���1� ;��� �,����L �%'� � �Iv � .;, � c �,( ���� :';`�'✓'�' ��f1'� ����, i i_� � Kimley-Horn � � and Associates, Inc. Mr. Liam Conlon, April 12, 2007, Page 6 Substitutes and "or-equal. " Evaluate and determine the acceptability of substitute or "or-equal" materials and equipment proposed by Contractor in accardance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. Limitation of Responsibilities. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing ar furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. Final Notice ofAcceptability of the Work. ENGINEER will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that ENGINEER may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge, information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. Record Drawings. The ENGINEER will prepare Record Drawings. Record Drawings will be revisions to the construction drawings that reflect changes during the construction process reported to the ENGINEER by the Contractor and are considered to be significant. The Record Drawings are not guaranteed to be "as built", but are based on the information made available. One (1) set of Record Drawings on mylar will be delivered to the CITY, Construction Phase Services will not include services related to inspections or testing, applications for payment, disagreements between the City and the Contractor, or determination of substantial completion. Construction Phase services will be performed under a new task, Task 7, Construction Phase Services. ENGINEER will provide Construction Phase Services on a reimbursable basis, as authorized, and up to the approved contract amount. This amount does not constitute a maximum or minimum amount. Once this contract amount for Construction Phase Services has been exceeded, the ENGINEER will stop services until such time that a new contract amount is approved. Fee: $42,000 (Water Fee: $37,600; Sewer Fee: $4,400) Construction Phase Services — BAS Medical Center ENGINEER will provide professional construction phase services for construction of the Water and Sanitary Sewer Main Replacement to serve Baylor All Saints Medical Center Lot 1R, Block 1 of the All Saints Addition project for the purpose of providing assistance to City during construction. These services will include the same services as shown in the previous item above: Construction � _ . . ; _ , _ . �. . . . ,. . . ... ry � U l ;:� �, ^� c�j � ��I ( ���+v�}��,��I��'�J•!�� ' r� ; �.�,�,U ��9 ��� �:���;�';��J�di ��i�, � Kimley-Horn � ❑ and Associates, Inc, Mr. Liam Conlon, April 12, 2007, Page 7 Phase Services — JPS Health Network. However, the time period associated with Visits to Site and Observation of Construction is anticipated to be weekly for a period of 6 months. Fee: $57,200 (Water Fee: $54,000; Sewer Fee: $3,200) Construction Phase Services — Holly Improvements ENGINEER will provide professional construction phase services for construction of the Water and Sanitary Sewer Main Replacement to serve the South Holly Water High Service Pump Station project for the purpose of providing assistance to City during construction. These services will include the same services as shown in the item above: Construction Phase Services — JPS Health Network. However, the time period associated with Visits to Site and Obseivation of Construction is anticipated to be weekly for a period of 4 months. Fee: $65,300 (Water Fee: $58,800; Sewer Fee: $6,500) Development Revie`v Coordination — Joseph's Gardens Joseph's Gardens is a major development that is proposed next to JPS Health Network. Since this development has significant impact on the service to the JPS Campus, the City is seeking assistance with review of the development submittal. These services include review of the developer's water system analysis, preparation of correspondence, and attendance at meetings in conjunction with this development. Fee: $14,200 (Water Fee: $14,200; Sewer Fee: $0) 8r'' Avenue (Myrtle to Allen) Water Improvements These seivices include the preparation of plans for the Water Main Extension in 8`h Avenue from Myrtle Street to Allen Avenue project. In Apri12004, as part of the Medical District Part 1 project, plans were prepared for a portion of this project. However, the project was placed on hold due to funding issues. Since new development is occurring in the project area, a portion of the previously designed project is needed to meet the growing domestic and fire service demands within this area. The revised project consists of approximately 750 linear feet of 12-inch water line. The services associated with this project consist of updating construction plans to reflect current conditions, verification of existing meters and contact personnel, design revisions associated with revised beginning and ending points of the water line, and coordination with the 8`�' Avenue and Allen Avenue development project consultants related to new domestic, fire, and irrigation services. Fee: $10,200 (Water Fee: $10,200; Sewer Fee: $0) We recommend that the City increase the maximum fee not to exceed budget of $649,250 by $571,300 for a project not to exceed amount of $1,220,550. A summary of these recommendations are included on the following page: � , . , . .. .. �_ .,��f . .... i�,l��'; ,,,r,,�sn,� ;�.,� `�� J u �' ��S �J �`� �" �''� � 1': �� c ^�-nncI'Ii �.n �i � �i1':��^����!U� ��� `( � � � ❑� ❑ Kimley-Horn � and Associates, Inc. Mr. Liam Conlon, April 12, 2007, Page 8 Task Water Fee Sewer Fee Total Fee M44Im rovements $15,500 $7,500 $23,000 South Side Vault $4,400 $0 $4,400 Community Facilities Agreement $22,000 $0 $22,000 Coordination-JPS Community Facilities Agreement $27,500 $0 $27,500 Coordination-BAS BAS Medical Center $25,000 $2,500 $27,500 Im rovements Holly Water and Sewer $250,200 $27,800 $278,000 Improvements Holly Water and Sewer $35, D00 $2, S00 $37, S00 Improvernents -Survey/SUE Fee Construction Phase Services-JPS $37,600 $4,400 $42,000 Construction Phase Services- $54,000 $3,200 $57,200 BAS Construction Phase Services - $58,800 $6,500 $65,300 Holl Development Review $14,200 $0 $14,200 Coordination - Jose h's Garden 8` Avenue Waterlmprovements $10,200 $0 $10,200 (M rtle to Allen) Amendment No. 1 TOTAL $519,400 $51,900 $571,300 Total Srcrve /SUE Fee $35,000 $2,500 $37,500 Revised Contract Total $1,220,550 Kimley-Horn will subcontract surveying, printing, and geotechnical services for the water line design to the following M/WBE subconsultants: Lopez-Garcia Group, Gorrondona Associates, Inc., Alphagraphics #83., and GM Enterprises. The amount we anticipate to subcontract for this amendment is approximately $39,050. Our current M/WBE commitment is $129,850. Since our revised cont��act amount will be $1,220,550, the revised total contract M/WBE participation percentage will be 13.8%. Our M/WBE goal for this project is 20.0%. We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIIvILEY-HORN AND ASSOCIATES,INC. �� Glenn A. Gary, P.E. Seniar Vice President GAG/JRT:jrt P:\061018.022�PPP Wmend ] Wmendment 1. doc ; - -- -� � � .__ . -. . _ __ ' ".s�is1 Jv1G'1 � �,��y-;;a:;�l ����_ ` �� q,,, .,� ,,-,-rJ'y '.:J '�JU'L' �'��:.�rl,sil,`,�,,i��ll � �5 � •�: �, � ,,� � � � : �''� �: �� t �� �� 3 �. L � FEE BREAKDOWN FOR ADDITIONAL SERVICES AMENDMENT No. 1 Fort Worth Medical Dlstrlct Water Distributlon System Evaluatlon Study and Improvements, Part 2 ProJect Na. Pi64-060164014'101 Lahor Hoursl Total TASKS P6-P7 P4-PS P1-P3 A2 LaborFee Subconsultants Fee Fees for Additlonal Servlcas M441mprovements -I1,200 LF 12" WtJ60� LF 12" SSl PreliminaryDesign 5 35 60 Final Design 5 12 45 Coordinalion with BaylorAll Salnls 5 4 2 2 SERVICES SUBTOTAL 15 51 107 2 175 SERVICES SUBTOTAL DOLLARS S3,000 $7,600 512,300 5100 SZ3,000 S� 523,OOD Southslde VaWt f24lnch Butterflv Vaive Vaultl Preliminary Design and Meetings 2 5 Final Dasign 2 19 SERVICES SUBTOTAL 4 24 0 0 28 SERVICES SUBTOTAL DOLLARS SB00 S3,fi00 50 50 24,400 50 54,400 CommunlN FacillHes Aqreement Caordinatlon -JPS Preparatlon of OPCC 2 5 CFA Coordination Mealings 5 10 10 Domeslic and Fire Servlca Evaluation 2 25 2 Coordinafion with Hospital and Consul�anl 1 10 15 Plan, Specification, and OPCC Updales 4 15 55 2 SERVICES SUBTOTAL 14 65 80 4 163 SERVICES SUBTOTAL DOLLARS 52,900 59.700 59,200 5300 5�,000 SO E�,000 CommuniN Facllllies Aqreament Coordlnation - BAS Praparalion of OPCC 2 5 CFA Coordinatlon Meelings 15 25 25 Domesfic and Fire Service Evalualion 2 25 2 Coordinalion with Hospilal and Consui�anl 1 10 15 Plan, SpecificaUon, and OPCC Updales 4 15 5'I 2 SERV/CES SUBTOTAL 24 80 91 4 199 SERVICES SUBTOTAL DOLLARS $4,800 $11,900 310,500 5300 527,500 f0 527,500 BAS - Water and Sewer Imorovamants Conslrucfion Plan Update Flnal Design (3,650 LF) 5 21 79 Spacifications 2 25 15 TraPoc Control 2 35 2 Pu611c Meelin8 1 5 15 1 SERVICES SUBTOTAL 10 B6 109 3 208 SERVICES SUBTOTAL DOLLARS 52,000 512,800 5�Z,500 5200 527,500 SO $27,500 Hollv - Water and Sanitary Sewer Imorovements Roule S�udy Preparalion of Route Sfudy for eighl (8) Alignments 20 45 200 5 Presentallon oleighl (8) Alignmenls fo City sta% 'IS 30 50 2 Revisions to Allgnmenis per Cilys dlreclian 8 8 39 2 Inferconnecllon wilh Cleanvell Sludy 10 12 15 2 Preliminary Design ( Additional Linear Foolaqa) Plan View Alignmenl 2 10 40 ProfileVlewAlignmenf 2 10 6D AlignmenlconfliclaccessmeniwithTxDOT 1 5 2 Aliqnmentcontlictaccessmenlwi�hSegmenlEngineers 1 5 2 Alignmenl conllicl accessmenf wilh Plaza Medical 1 5 2 Alignmenl conflicl accessment wilh Surgicare Hospilal 1 5 2 Alignmenlcon0ictaccessmenlwi�hFieldOpera�ions � 5 2 Levy Design Templa�a and Research 3 4 10 Chemical Delivery Access and Confiic�s wifhin Planl 3 5 15 PreparaGon of Exhibils forCoordination Maetings 'I 2 15 Site Visits 3 6 7 Coardinafion related �o C1-W7 w! Segmanf Engineers 4 8 30 FuWreCarridorAssignmenlforCt-W7 5 10 25 AlignmenlCoordinationwilhFodWorthT 4 8 10 Identity Geofechnical Boring Localions 1 2 5 SubsuAace UGliry Engineering Coordination 1 2 10 Plan Revlsions 2 4 35 Preliminary5pecificalions 'I 10 25 Preliminary Design Meeting wi�h City 4 4 4 . � �. �+ . . . , � t1'��71 1� �l5'�,t�ti;!J � ' �N� • ,2%,� , �;r., ��';�i ,,�„ ;..,i����'�1'iij �JJ � �..'c.',}�i5��t �, 2� :�,.�;;,���';� ?��?( P:1061018D2Z1PPPWneiM7120 0 7-03-27 Am¢rA1_FeeOreaktlown.Ns _ :I i� 1 � �"�j . . ,, ! � . ,.. ,. , 1 0( 3 Lahor Hoursl Total TASKS P6•P7 P4P5 P1-P3 A2 LahorFee Subconsulfan4s Fee Final Design (AddiGonal Linear Foo�age) Algnmenl Revisions from Prelim Design MeeGng 1 3 12 Pianl Tie-In Design to 42-inch Discharge Header 5 70 15 FieldOpsYardfveaDesign 2 5 2 130/SH�2INPRRlThe T Bore Detail and Coordination 2 3 5 Cannec6on lo exisling 36-inch in Cooper 2 3 5 Parellel DisiribuGon Line Design 3 5 15 Minor Crossings and Connections in Plant 2 4 12 Planl Sform Sewer Crossing � 2 5 7&inch Raw Waler Line Crossing 1 3 6 General Noles 1 2 5 Plan and Profla NolaGon 1 3 25 Slandard Details 3 10 15 ErosionCanUolDesignforSWPPP 1 3 8 Updale Delail References 2 5 Thickness, Delleclion, and Thrusl Calculalions 1 5 7 CasinglTunnel Liner Plale Calculafions 1 5 7 �uanfities 1 5 20 Opinion o( Pro6abte Consiruction Cost 'I 5 10 Final Specifications 4 25 10 5 6id Form 1 2 �0 Sife Visils 1 5 5 Plan Review wilh Cily Z Z 2 Final Plan and Specificallon Revisions 2 15 15 Monlhly MeetingsfReporls (6) 6 6 2 Traf�c Conlrol 6 15 24 2 Unian Pacifc Railroad Petmit and Coordina�on 10 15 30 5 TxDOT Permil and Coordinalion 5 5 10 5 Pre-bid MeeUng � Z Bidders Queslions 5 25 15 5 Bid Opening/Tabulalion/Awartl Recommendation 2 5 75 7 PraConslrucGon Meeting 1 2 PublicMeeting 5 5 15 5 Slorm Waler Pollulion Preven�on Plan 3 10 20 2 Npha9raphics $3,300 Coordinafion Relaled �o SUE Gorrondona 513,500 Addilional Survey and Easement Coordinafion with PropaAy OWn 4 4 2 LopezGarcia 524,000 Coordination Relafed lo AddiGonal Geolechnlwl Borings 5 15 5 2 CMJ $2.900 CoordinaUon Relaled lo Addi�ional Cathodic Proleclion 5 �5 5 1 Corrpro 514,300 SERVICES SUBTOTAL 185 456 971 54 1,666 SERVICES SUBTOTAL DOLLARS 536,600 $67,900 5111,700 53,800 S�O,OUO 558,000 Sz78,000 Conslructlon Phase Servlces • JPS Health Network PuhllcMeeling 2 4 �� PraConslruclion Meeling 2 2 Conslruclion Pedod 065ervations WeeklySi�eMeeUngs(12) 6 �z �Z Meeling Noles �2 24 Coordination e�ilh ConUactor 5 20 10 Field Adjuslmenls 3 10 25 Shut-Down and Sequencing Meetings w/ Hospital 4 12 12 Shop Drawing Revlews 5 30 65 1 FinalWalkThrough z 4 � Plan Modifica0ons lo reflecl changes during ConsVuctlon 1 3 15 1 SERVICES SUBTOTAL 28 109 175 3 315 SERVICES SUBTOTAL DOLLARS 55,500 $16,200 520,100 5200 542,000 SO 342,000 Constructlon Phase Services -6AS Medlcal Center Public Meeling 2 4 10 Pre-Canslructlon Mee6ng Z 2 ConsVuclion Panod Observalions WeeklySiteMeelings(24) 12 24 24 Meeting Notes 24 48 Coordina�ion with CoNracior 5 25 10 Fleld Adjustmenls 5 15 35 Shul-Down and Sequencing Meetings w/ Hospilal 4 12 12 Shop Drawing Reviews 5 40 78 1 FinalWalkThrough 2 '% 2 � Plan Modifications lo reflact changes dunng ConsVuctlon 1 3 15 1 SERVICES SUBTOTAL 36 153 236 3 42B SERVICES SUBTOTAL DOLLARS 37.100 522,800 527,100 $200 557,20D SO 557,200 Constructlon Phase Services - HoIIv Water and Sewer Pu61ic Meeting 2 3 � Pre-ConstrucGon Meeting 2 2 ConsfrucGon Penod Observations Weekly Site MeeUngs (or Plant Area (32) "16 32 32 Meeting Notes 32 64 CoordinafionwilhConVactor 2 30 5 FieMAdjustments Z '12 35 Shut-Down and Sequencing MeeGngs w/ Water Department 2 6 6 Coordinalion vrith NTTPJTxDOT 2 'IS 5 Coordinationwi�hTransSystemsCorporalion 2 15 5 Shop Drawing Reviews 5 40 85 1 FinalWalkThrough 4 8 4 1 SERVICES SUBTOTAL 37 195 250 2 464 SERVICES SUBTOTAL DOLLARS 57,300 529,100 528,800 5100 565,300 ;0 565,300 a �.J��l���:ii1'�:'� 11:��;'t.�.... L ;V 7.1�I .li•�,�^Jf.��r"r�j '�" 1 , �f � �1 : :1'� I r� I�i /��. \ P:1061018.02Z�PPPWmeM1�2007-03-27_AmeM7_FeeBreakdown.tls `J� �� "�"`' ��"'1 �' � 2of7 F nn �,n � p�n i511 �'V�,:��. �,,�J� I �j4..� j 7 il� .'�1 fl� s4, �� Labor Hoursl Total TASKS p6-P7 P4-PS P1-P7 A2 LaborFea Su6consultanls Fee Development Review Coordinatlon- Joseph's Garden �evelopmenlCoordinaGonMeelings 2 �0 Domestic and Fire Service Evalualion and Recommendalion 3 45 CoordinationwithDeveloperandConsullant 8 4 CoordinaGon relaled Io CFA participaGon 2 15 Preparetion of OPCC 2 q SERVICESSUBTOTAL 7 80 8 0 95 SERVICESSUBTOTALOOLLARS 51,400 571,900 5900 SO 514,200 SO 514,200 Blh Ave (Mvrtle to Allen) - Water Improvements ConsVuc6on Plan Updale Fietd Verificalion of Preliminary Design 5 5 Final DesiBn (750 LF) 2 7 35 3 �uality ConfroVoualilyAssurance Review 1 4 CoordinaUon wilh �eveloper foi Servica LxaGons 4 6 Coordinafion meelings wilh Ciry 6 2 SERVICES SUBTOTAL 3 26 48 3 80 SERVICESSUBTOTALDOLLARS $fi00 53,900 55,500 3200 510,200 SO 510,200 TOTAL Fees forAdditlonal5ervlces 577,900 5197,400 5238,600 55,400 5513,300 558,000 5571,300 i '' � �L C�` ( i�,� �1';;, � � ; �'!� � � , : J' �s �.: � � 1 s ^ ;� ' l': (; ,�I.1 i,� n.a ��JJ��Ii c:���i�i:�5��''��1��J �f nn P:W61018.027�PPPWnentlil2007-03-27_Amentll_FeeBreaktlown.�ds I��' Y �� II'����� 3of3 � �it'�y'.��'J���I� �' u � 1