Loading...
HomeMy WebLinkAboutContract 37436AMENDMENT NO. 2 STATE OF TEXAS S CITY SECRETARY CONTRACT NO._��p (M&C Required) COUNTY OF TARRANT cS WHEREAS, the City of orWorth (City) and Kimley-Horn and Associates, Inc., (Engineer) made and entered into City Secretary Contract No. 31710, (the Contract) which was authorized by the City Council by M&C C-20632 on the 25th day of April 2005 and subsequently revised by one previous amendment, and WHEREAS, the Contract involves engineering services for the following project. Water and Sanitary Sewer Relocations for SH-121T (Southwest Parkway), Part 2 from Southwest Hulen Street to Alta Mesa Boulevard. WHEREAS, it has become necessary to execute Amendment No. 2 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-22965, adopted by the City Council on the 5th day of August 2008, and further amplified in a proposal letter dated May 8, 2008, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $230,290.00, Article II, of the maximum fee to performed under the the City for all $1,337,601.00. 2. the Contract is amended be paid to Engineer Contract, as amended, : work and services sh OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX to provide for an increase in for all work and services that the total fee paid by 11 not exceed the sum of ORIGINAL 3. All other provisions of the Contract which are not expressly amended herein shall remain in full/f`orce and EXECUTED on this the t-4-= day of Tarrant County, Texas. ATTEST: Marty Ci ty Hendri S ecretary APPROVAL RECOMN�NDED: A. Douglas Rademaker, P.E. Director, Department of Engineering KIMLEY-HORN AND ASSOCIATES, INC. Engineer Name:Glenn Gary, P.E. Senior Vice -President 801 Cherry Street, Suite 1100 Fort Worth, TX 76102 GALITY: Assistan i jz�r Attorney 0��9 :i�rL RECOR®' CITY SECRETi4RY FT. WORTH, TX -2- fft eec. 2008, in Fort Worth, C a s contract Authorizatioa g151op Date APPROVED: Fernando Costa Assistant City Manager May 83 2008 Mr. Liam Conlon Project Manager City of Fort Worth Department of Engineering 1000 Throckmorton St. Fort Worth, TX 76102 Re: Water and Sanitary Sewer Relocations for SH-121T (Southwest Parkway), Part 2 Additional Services — Amendment No. 2 KBA No. 061018028 City Project No. 00204 Dear Liam: Due to additional services requested by the City as part of the Water and Sanitary Sewer Relocations for SH421T (Southwest Parkway), Part 2, Kimley-Horn has performed or will perform the work outlined in the following items: Item 1 (Coordination Meetings) With Amendment 1, the original contract was revised for Kimley-Horn to attend a total of sixty one (61) coordination meetings for this project. As of January 31, 2008, Kimley-Horn has attended ninety one (95) coordination meeting. This amendment will add an additional thirty four (34) coordination meetings for the meetings we have already attended and an additional thirty (30) coordination meetings for Kimley-Horn to attend as directed by the City. Item 2 (Additional Water and Sanitary Sewer Design) The City has requested Kimley-Horn to perform the following additional water and sanitary sewer relocations for the SH-121T project: • Part 3 SH-183 244nch and 124nch water lines —The 24-inch waterline serves the medical facilities, commercial, and residential development of City View in southwest Fort Worth. Kimley-Horn designed the 244nch water line relocation along SH-183 based on NTTA's commitment that the water and sanitary sewer lines would be given their preferred alignment and the franchise utilities would be designed around our alignment. Due to inadequate right -of --way width for the franchise utilities and the proposed City 24-inch water line, the NTTA requested the City to change the alignment the water line. The City has requested Suite 950 801 Cherry Street, Unit 11 Fori Worth, Texas 76102 s TEL 817 335 6511 FAX 817 335 5070 Mr. Liam Conlon, May 8, 2008, Page 2 and Associates, Inc. Kimley-Horn to design an additional 2,000 LF of 24-inch and 12-inch water lines. These lines will be designed along Bryant Irvin Road, Bryant Henderson Road, and Country Day Lane and include traffic control and corrosion protection system. Kimley-Horn was 60% complete with the design that was changed in amendment number 1. • Part 13 Alta Mesa /Dirks 24-inch water line —The City has requested Kimley-Horn to take the lead and assist the City in preparing multiple conceptual alignments, easements, and coordinating with the franchise utility coordinator and property owners to determine the alignments of the proposed water line and relocated franchise utilities. Due to the City and NTTA stopping the Dirks roadway design and construction on the east side of the SH-121T right-of-way, the City has also requested we change the scope of the design of the 24-inch water line that was changed in amendment 1. Kimley-Horn will credit 2,300 LF of 24-inch water line from SH-121T to Granbury Road. • Part 191H-20 8-inch sanitary sewer relocation —The City has requested Kimley-Horn to prepare two (2) additional conceptual alignments and provide a recommendation for the proposed relocation. Due to TxDOT requirements, Kimley-Horn was also required to prepare additional traffic control plans for this project. • Parts 7B, 11 and 19 bidding documents —The City requested Horn to to revise the bid proposal to include the City's CPMS numbers and item descriptions, revise the plans and specifications to add two additional projects designed by other consultants, and revise the alignment of the Oakmont water line to remove the temporary 10-inch water line from the bidding documents. • Part 11 Dutch Branch and Granbury 16h water line —The City has requested Kimley-Horn to extend the 16-inch water line from the north to coordinate with the Granbury roadway and water line improvements south of Alta Mesa / Dirks Road. • Part I Overton Ridge 18-inch sanitary sewer —Due to the easement negotiations, the City has requested Kimley-Horn to revise design to change the sanitary sewer manhole abandonment to a sanitary sewer manhole removal and vacation of the existing easement. • Part 3 Overton Ridge 164nch water line —From our review of the in NTTA Section Engineer's 100% plan submittal, the proposed storm sewer is in conflict with the existing 164nch water line. Kimley-Horn will design 600 LF of 164nch and 124nch water lines. Mr. Liam Conlon, May 8, 2008, Page 3 AHA�011111&16ml I , I • Stonegate Part 3 M-311 36 Sanitary Sewer — The final design for the SH-121T Bridge over the Clearfork Trinity River has been completed by the section engineer and this sanitary sewer line will need to be relocated. Kimley-Horn will design 1,100 LF of 36-inch sanitary sewer line for this project. This project will be bid with the Phase 1 of the Part 13 Alta Mesa / Dirks Road water line and will not require an additional bid package. • Part 7B Oakmont Blvd. 12-inch and Part I 1 Dutch Branch 16-inch Water Lines — Design and revisions to the traffic control plans for Oakmont Blvd. and Dutch Branch Road. Item 3 (Survey, Easements, and SUE) Due to the changes in the design listed above, Kimley-Horn has performed 2,000 LF of survey for SH-183 and will provide an additional 1,200 LF of design survey for M-311. Kimley-Horn has also performed one (1) additional easement for Overton Ridge and will provide three (3) easements for M-311. The City has performed the easement documents for the Dirks Road project and this task will include a credit of six (6) easements for Dirks Road. Kimley-Horn has performed 500 LF of SUE level B for SH-183 and will provide three (3) SUE level A for Dirks Road. Item 4 (Geotechnical Services) Due to the changes in the design listed above. Kimley-Horn will provide an additional eleven (11) bores for this project. Item 5 (SH-121T Master Schedule and OPCC) Due to changes in the NTTA design, Kimley-Horn will review and provide written comments for an additional submittal by the NTTA 3 and 4 Section Engineers. To track the schedule and budget for the City's water and sanitary sewer relocation projects associated with the SH-121T Project, the City requested Kimley-Horn to prepare and periodically update a spreadsheet and exhibits with the schedules and OPCC for each of the water and sanitary sewer projects. Kimley-Horn has prepared an additional twelve (12) updates to this spreadsheet. This amendment will also add an additional six (6) updates to the Master Schedule and OPCC. Mr. Liam Conlon, May 8, 2008, Page 4 Item 6 (Additional Bidding and Construction Phase Services) Based on the revised schedule, Dirks Road will be designed and constructed in two phases. Kimley-Horn will provide one (1) additional bid package for this project. Kimley-Horn will provide the work for the following in accordance with the scope of services in the original contract: • Preparation of a bidding package as required by the City. • Reproduction costs for the additional unit and set of bidding documents required by the City. • Pre -construction assistance for the additional unit and set of bidding documents required by the City. • Construction phase services for the additional unit and set of bidding documents required by the City. Scope of Services The scope of services for this amendment is divided into the following tasks: Item 1 (Coordination Meetings): $39,700 (Water $23,820 Sewer $15,880) ® Task 1—Kimley-Horn has attended thirty four (34) additional coordination meetings from February 27, 2007 through January 31, 2008. • Task 2 —Upon request of the City, Kimley-Horn will attend an additional thirty (30) coordination meetings. Kimley-Horn will be responsible for preparing the meeting agenda and meeting notes. These meetings include the NTTA monthly utility coordination meetings, meetings with property owners (Country Day, Bonnell's, Country Day Apartments, Pate Trust, etc.), meetings with other design engineers, and City coordination meetings. Projected Fee $18,600 Item 2 (Additional Water &Sewer Design): $104,600 Kimley-Horn $ 9,000 Reproduction $ 11,500 Corrosion $ 2,050 10% Sub Fee $127,150 Total (Water $90,754 Sewer $36,396) e Task 1—Design of 2,525 LF for Part 3 SH-183 24-inch and 12-inch water lines, traffic control, and corrosion protection system for the revised water line alignment. The fee includes a 40% credit of the original design of $3,200. $32,800 • Task 2 —Dirks Road preparation of additional conceptual design alignments, easements, and coordination with the City, NTTA Utility Mr. Liam Conlon, May 8, 2008, Page 5 Coordinator, franchise utiles, and Design Engineer. The engineering fee will include the design of traffic control and corrosion protection and a credit of 2,300 LF of 244nch water line for $32,100. $11,400 • Task 3 —Part 19 IH-20 8-inch sanitary sewer relocation -preparation of two (2) additional conceptual alignments and recommendation for the proposed relocation. Preparation of traffic control plans associated with the final alignment. $9,800 • Task 4 —Revisions to Parts 7B3 11 and 19 bidding documents —revising bid proposal to include the City's CPMS numbers and item descriptions, revising plans and specifications to add the Water and Wastewater Replacement in Conjunction with Parkway Improvements Along 9"' Street and the Water Main Replacement on Throckmorton St. From 111h St. to 12`h St. plans into this set of plan, and revisions associated with removing the temporary Oakmont 10-inch water line from the plans and proposal. $12,400 • Task 5 —Part 11 Granbury 16-inch water line —revisions due to changes in design of the Granbury 164nch water line and traffic control associated with the Granbury roadway and water line improvements south of Alta Mesa. $3,900 • Task 6 —Part 7A Overton Ridge 18-inch sanitary sewer —revisions due to the sanitary sewer manhole removal and vacation of the easement. $1,600 • Task 7 —Part 3 Overton Ridge 16h water line —design of 600 LF of water line and traffic control. $139600 • Task 8 —Design of 1,100 LF for Stonegate Part 3 — M-311 36" Sanitary Sewer. This project will be bid with Phase 1 of the Dirks Road 24-inch water line plans. $15,900 • Task 9 —Part 7B Design of traffic control for Oakmont Blvd. and revisions during construction for Part 11 Dutch Branch Road traffic control. $3,200 Mr. Liam Conlon, May 8, 2008, Page 6 ey morn and Associates, Inc. Item 3 (Survey, Easements, and SUE): $ 9,900 Survey $ 990 10% Sub Fee $10,890 Total (Water $660 Sewer $10,230) • Task 1—Perform survey for 2,000 LF for SH-183 and 1,200 LF for M- 311. This includes a credit 2,000 LF of survey for the Dirks Road water line from SH-121T to Granbury Road. All survey will be provided in accordance with the current scope of services for this contract. $5,700 • Task 2 —Prepare easement documentation for an additional four (4) locations within the project area. This includes a credit of six (6) easements for Dirks Road. All easement documentation will be provided in accordance with the current scope of services for this contract. ($1,800) • Task 3 —Perform SUE Level A for 3 locations for Dirks Road and Level B for 500 LF along SH-183 for the additional design stated above. All SUE will be provided in accordance with the current scope of services for this contract. $6,000 Item 4 (Geotechnical Services): $17,200 Geotechnical $ 1,720 109/o Sub Fee $18,920 Total (Water $16,170 Sewer $2,750) • Task 1—Perform geotechnical services for eleven (11) bores for the additional design stated above. All geotechnical services will be provided in accordance with the current scope of services for this contract. $17,200 Item 5 (('oordination due to revised schedule): $19,800 (Water $11,880 Sewer $7,920) • Task 1—Kimley-Horn will review and provide comments for an additional submittal of the Section 3 and 4 Engineer's submittals. Projected Fee $3,300 • Task 2 —Kimley-Horn has prepared twelve updates to the Master OPCC and schedule for each water and sanitary sewer project. $11,000 • Task 3 —Kimley-Horn will prepare six (6) additional updates of the Master OPCC and schedule for each water and sanitary sewer project. Projected Fee $5,500 Mr. Liam Conlon, May 8, 2008, Page 7 Item 6 (Additional Bidding and Construction Phase Services): $119300 KHA $2,300 Reproduction Expenses $ 230 10% Sub Fee $15,830 Total (Water $8,300 Sewer $5,530) • Task 1—Preparation of one (1) additional bidding package for Dirks water line east of SH-121 as required by the City. $2,900 o Included in this task is the design work required for preparing an additional bidding package, including: preparing an additional set of construction plans and specifications, quality assurance and quality control, preparing engineer's opinion of probable construction cost, as well as additional submittal and approval time with City staff. • Task 2 —Reproduction costs for the additional units and set of bidding documents required by the City. $29300 o The City has instructed Kimley-Horn to prepare bidding and construction contract documents. Bidding and contract documents will be prepared in accordance with the current scope of services with the exception of conceptual plans. • Task 3 —Pre-construction assistance for the additional unit and set of bidding documents required by the City. $3,300 o This task includes preparation and delivery of addenda to plan holders and responses to questions submitted to the DOE by prospective bidders. Also included is attending the scheduled pre -bid conference, assisting in reviewing the bids for completeness and accuracy, attending the project bid opening, developing bid tabulations in hard copy and electronic format, and submitting four (4) copies of the bid tabulation. • Task 4 —Construction phase services for the additional unit and set of bidding documents required by the City. $5,100 o The additional set of bidding documents will require additional construction services. Kimley-Horn will perform the shop drawing reviews and construction period observations. We recommend that the City increase the budget by $230,290 for these additional services. From the additional services listed above, the recommended breakdown for water and sewer services is as follows: Mr. Liam Conlon, May 8, 2008, Page 8 1 � 1 Description - _ WaterItem Sewer item 2 Additional Design 3 SUE Survey, 'Easements, and Item 5 revised Coordinationdue to schedule Item • Additional Bidding The following table summarizes the Fee per Work Phase breakdown: Work Phase Water Sewer Total 31 $45,295.20 $20,821080 $66,117.00 32 $903590940 $41,643.60 $132,234.00 33 $15,098.40 $6,940.60 $22,039.00 51 $600900 $%300.00 $%900.00 Total $1519584.00 $789706.00 $2309290.00 The following table summarizes our recommended budget revisions by Item (please see attached Fee Breakdown for an hourly breakdown of each item): Mr. Liam Conlon, May 8, 2008, Page 9 4 . • Descri )tion Item I Item 2 Item 3 Item 4 Item 5 Item 6 Conceptual $ PreliminaryConstruction' :.•1 ••1 Final Construction 11 Plans Pre~Construction1Services ®. : 1 Construction 11 11 Phase Services $399700 1 I :'1 :' I ' :i1 : I I 'I The following table summarizes our recommended budget revisions and shows the revised contract amount: Description Original Fee Amend Amend Revised No.I No.2 Coniract Pre -Engineering $8%000 $ - $ - $8%000 Conceptual Engineering $172,850 $1733630 $71,245 $417,725 Preliminary Construction $96>450 $90,272 WOO $2053412 Plans Final Construction Plans $2263460 $180,840 $12%425 $536,725 Pre -Construction Services $13,359 $233150 $55830 $423339 Construction Phase $153800 $255500 $5,100 $46,400 Services Total Project $613,919 $493,392 $2305290 $13337,601 Kimley-Horn will subcontract a portion of these services to Alpha Graphics 4183, Gorrondona and Associates, Inc., and HVJ Associates, Inc., M/WBE subconsultants. The amount we will be subcontracting is $38,400. This represents an M/WBE participation percentage of 16.7% for these additional services. With these Additional Services, our revised contract amount will be $1,337,601. This will revise our total contract M/WBE participation from $235,580 (21.3%) to $273,980 (20.5%). The water and sewer design fees for this amendment are $151,584 and $78,706 respectively. Our revised project water and sewer design fees will be $918,032 and $419,569 respectively. Mr. Liam Conlon, May 8, 2008, Page 10 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, KIMLEY-HORN AND ASSOCIATES, INC. Glenn A. Gary, P.E. Sr. Vice President GAG/CTD:ctd Attachments: P:\06103 8.028\PPP\IC]-IA_ContractWmendment_2UCtiA_ContractV+mend2-Ltcdoc y d C a) G x w � d d 2 LL O O n7 J L N a f6 3 Y m a• a- y °- m � 3 0 MIA c Wa o 3 Re to oa Z a MEMO RMIMI 4t W c as r m co ad)) O O CL cD tD L LL N Z w N CD V c Z o co a O n- E' C UMINE � aci `m E 3a d �C to C Y O O 0 0 cD O i N M 00 O N < 0mM t4 40 64�1 O O O O 0 0 co ClO O O O N W N �� co co b9 U9 .C- cI- Vi c(D 4i fA 43 0 E9 69 69 cA fA O Oo00N NO N O 0 o to ccD m N Nc 0 6% 0 N MrII, EA w 49 69 H9 b9 di b9 69 fA 69 0 0 0 0 0 V) 0 N(D 00 r O O CO 0 '� O 000 t0 `_- M CO N N (n �_ co N � c0 ItIII N m co O) 6% b9 69 f9 Cl 0 Cl0 1� r 0 N N co 0 C m 0 N N N 7 N 1� N M N 7 O N CQ W9 m m 4) 69 69 O o 0 O NN O 0 O OOO O + o in 0 0 c h O 4i O y� IrII' r C%q N 0 ffJ 60 O Co O O O O co'V 00 u7 NrIFI" O toO co too 00 000p c0 apr 0 0� N N M MrIIIN CO cD (D cD cD r- i- cD �-- I �- .- V M co 0 0 0 0 0 0 ��N U70 MN cow_ N Nm c00 cD� w(ODD m N .-• co � � N E9 4N969 CD 0 o 0 y� o 0 0� oa 0uo9 to co 0 N i o c 0 C -mj c 0 m 0 0 o L U c mo 16111 ° C U J C 0 C 1° ° E H o v a`> M E 3 Y « m 8 y N C E L U .0 a) C C LL N > w N MIT N aS O 0 > N ca CA O C m U O .y-. d ° C C LL JO N v C °' °;' N N J N E E E lIvp m t N C u) O C _m s U a� J m o a c N a c rn° o m 15 p o 'am aIT so,op W*T OOZC o = C 0 CN O Q nJ 0c� 0 O it ov C O M C O OQ o �U ao 'm° oUrc nE �w Uc v 0 c a� c 0) MNo Lo. amc v o Q °D4 � o m 0 jya *�2�cC C N-,E UUF-Q N VF- a� as F MO 0C '6 C C 0 N O C C Y O c`7 v C 0 00 O O y m= m m y m m •V/ c0 MW y m •N .+ y= d N= w Q N N N N 'O N == N O d U ° N A a� m a� m y a) d N m m 3 a> > A t ° m r ~ F- O U O fn F- a 0 0 U (n F- F", 0 N N E E �; O N 0 O O 0 0 N Z CO U � O L a U Q a N VIII n. 0 x J O a zaZ O N W a CL a f3 O O O C O o Cl v m v ai H 0 0 O O O O cc O O N O 00 'VI" VIII69 69 M 69 6<3 � � N � V M N 69 69 00 O CD O O O O N W N O N M O EA O 669)M ((DO [fl 69 69 EA 69 O O O 0 0O 0 �0 O � (0 0:) NO (D N M 61 r r (M r 0 N co 0 0 69 M _ M 64 69 t9 O O r r N� r r r 0 N O O 0 N 01 69 V 69 TI"N 69 69 O O O O O 0 O O N M O O 0 0 0 0 0 O O (Op N N O V O� M O DOj � r N O O V' M I� co coco O r O N � ^ N 69 69 O 43 6ci O O O O O OO ^ N O O O O 0 0 O O O c9) �' N a0 M N V' O W V' Nt O N r q O O M O _ P Ui E73 M 69 fA O o O o 0 0 0 N N O r r N M r N V' N (D O (D (D r r N M CV) i» 6% r » 00 0 0 E9 0 0 v� O O v� O O 69 O O 69 O O 69 ua Y 0 0 c = aD o co y y 3 y N C t0 O N 2 C C N N y U j N O N ` I ? cc °' c > a 0 -o E w E ° 3 aa) V `o a) ° +f0' SE a ID u c Ir. m O N O T 10 @ C r -O aCLvo CL cc) E E l0 U N C (0 C C N N O� C�boa Jo aco mLL U)N Aa O 3 � 316 � �N °p 0 � E o u o (DN s o 0 a.a - ° c y m ItIIIo `o E o C9 ro o m 0O0 to p F�- O 0` . O °p -ON O Itf O O VC O 0 0r J O ON i@C > i FNN- O OLO O> O O fNFIN N0 O O C 0� O O O 7 C 42 N 0)w ) r Ile >>.> ,y . yN y>10 INCM�c y .O7 yfQ >N 7 y> N O N U1 O N 3 Cl) HNCif 0 N F FL <n t- 00 (N F- O 0) h 0 W N ~ O Ly m 7 = LL o` n° x d o (� a LL N 0 N co fn O A C Z O a+ C f6 d V E O � d � d D 3a d 0) ca v c ro L OD co i N O71 tco T a) m tp < O 00 OD ce 69 d4 M N N O O O O O O O O O O O O CD O u) r� u) n 0 n 'C' CC) 0 0 O 0)n ^ O CD ��o» LO ��� �� � F» 6% cos i 6% is '0 0 0 0 0 0 0 0 0 000 0 0 0 0 to r to I� O r d O: O O O O N N N O otno h a)r yjNto MM O m r ti69> 69 69 69 69 69 69 69 69,69 69 69 I 69 69 69 O O O CoCoO O O O O O O O �` COfA 69 69 69 69 60 N th 69 0 O� O� O� O 69 0 0 6 N N 6699 69 0 O O O CDO 0 0 O 0 O O O 0 0 0 V 69 69 69 69 r� O 0 0 0 0 O o O O� O o 0 O6% O o 0 69 69 69 69 <CO 0 O� O O O O Ck O to N 00 Q 6 609 6 Vy 0 o� 0 o� 0 o� 0 o� 0 069 o 069 O 069 C l0 N C r C O 0) � cm v a in O N C to N y'O U N 3 0 M m fn U r c0 N O N w W E m O o le O _ >^ O a) Nw c N r OHO `p 0U N� W U N w N E '. y ,tOR W En > y CO r d U U) G7 < 7 .�. °d rc)° �> �c) om E c W y x m J u p J 3 2 N N W(n W� O C O N C ~ O ~ > N 0 0 ° J O W O O O >, U amE)NE y u a c �° J J �O a)p �.. J N M O LL M r 0 r 3 O 7 �+ Y rL O Y CO) M O N O j C J W (7 W U — ,X 0 A F cv .- N fn F- ,c O I- CO h F Mtn N F to F' F- D: fn ,d. N E E E w 2$ 0 ar C) C)o 0 0 N h 00 O M FO- LL a- Qj O N G9 tH N N a) a) LL O O .a Gl�6% 69 N N vi vi N V) 0) N O O a) vi CL 6 M M W CN v> � a) a) O LL 2 0 O O � .a J N J a. N �+ Q LW t,. 1Q a a a. 3 0 � s c Ja fn O Z v No za F- Y CDU) N NOf ® a a 00 c o a a LL N Z w N 0O U cc Z `° o a " a U d �' v U � m 3a d .0 'Q C m N 0 0 M )ry O p v> � �IA O O Q) M O) O p O (0 _ O O O O O O V n m N O p 0 Q1 M h O M '7 vi C N M N O �' n v9 C 6% e O O co P M ce70� � M M N O M N ) o N M n7 t vi vi vi to) In vi O O O O O C)CDO O p O CO 4t N N N N cco q LO UM) C O 0 N N M 0 0 r� 00 N M EA 6% v> .-- N N N N t0 cp v+ v> vs 0 o O o (D (O O O O O O O O O M co cc- c0 a0 nt N to N UJ U) M O C) .N- N M � N 00) N Op M M v3 4S M M dN C6 0 0 O p 0 O 0 O (O (O M MLn N M M O M N N M U) h co O N m N v> bs sg c M r» 00 O M O 6 O� O M O� O� IC> M O M• o c ii O U c a) 0 0 1) U 0 Q _ N U N v_ 0 N 0 o Z m O w a) to o L al N A C m v) 0 c y�j LL 0 N U -C Oa7 d U) N C 00 OC R c 'y N y 0 o U U x o N N c y U D N n coon V) o QO U) a) O ns c CL UU cw tw «� m vQ c 3 3 n.s N w C CO O; ` c0 3 o v c c c 0 m N 0 J m .200 V 0 O 0 v 'p Q 00 Q O V) O J f6 sU O y� `Q G N F o to a I- .O-+ Q 0 Q— a c� a< O p_ O Y iD O N V c' m O N O O M N O a _U 0 tD J Z a Flo d VJ H 0 f/i �' F IL (n F- Q fn 1- Q U) F Q) (A F Page I of 2 Mapp U I &9JEM I DATE: Tuesday, August 05, 2008 LOG NAME: 30121TAMEND2-KH REFERENCE NO.. C-22965 SUBJECT: Authorize Execution of Amendment No. 2 in the Amount of $230,290.00 to City Secretary Contract No. 31710 with Kimley-Horn and Associates, Inc., for Water and Sanitary Sewer Relocations for State Highway 121T (Southwest Parkway), Part 2 from the Hulen Bridge, South to Alta Mesa Boulevard (City Project No. 00204) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 31710 with Kimley-Horn and Associates, Inc., in the amount of $230,290,00 for Water and Sanitary Sewer Relocations for State Highway 121T (Southwest Parkway), Part 2 from the Hulen Bridge, South to Alta Mesa Boulevard, thereby increasing the contract amount to $1,337,601.00. DISCUSSION: On April 5, 2005, (M&C C-20632) the City Council authorized the City Manager to execute an engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $613,919.00 for water and sanitary sewer relocations for State Highway 121T (Southwest Parkway), Part 2 from the Hulen Bridge, south to Alta Mesa Boulevard. The agreement provided for the preparation of plans and specifications for water and sanitary sewer relocations to facilitate the construction of State Highway 121T (Southwest Parkway) from Hulen Street to Alta Mesa Boulevard. The agreement was subsequently revised by one previous amendment (M&C C-22300, August 9, 2007) in the amount of $493,392.00 that provided design services for the installation and relocation of additional water and sanitary sewer mains within the limits of the project. Amendment No. 2 will provide for the following: . Additional coordination meetings to facilitate public utility relocation for the State Highway 121T project; . Additional design to allow for the relocation of additional water and sanitary sewer mains; . Additional design survey, geotechnical services, subsurface utility exploration and easement preparation on the project; . Updates to the master schedule and estimated construction costs for water and sanitary sewer relocations for the State Highway 121T project; and . Bidding and construction phase assistance for the additional water and sanitary sewer relocation http://apps.cfwnet.org/council_packet/Reports/mc_print.asp 8/6/2008 Page 2 of 2 projects. Kimley-Horn and Associates, Inc., proposes to provide the necessary additional work for a lump sum fee of $230,290.00. Staff considers this amount to be fair and reasonable. This project is located in COUNCIL DISTRICTS 3 Cl"d 6. Kimley-Horn and Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation on this amendment No. 2. The City's goal on this amendment is 17 percent. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Projects Funds, TO Fund/Account/Centers Submitted for City Manager's Office bv• Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers P265 531200 603170020432 Fernando Costa (8476) A. Douglas Rademaker (6157) Liam Conlon (6824) $90 ,590.40 $45,295.20 $151098040 $600.00 $20, 821.80 $41,643,60 $6,940a6O $9,300000 http://apps.cfwnet. org/council_packet/Reports/mc_print.asp 8/6/2008