Loading...
HomeMy WebLinkAboutContract 38565-A3 (2) AMENDMENT NO. 3 STATE OF TEXAS S CITY SECRETARY CONTRACT NO. NS-(P, " 3 (MSC Not Required) COUNTY OF TARRANT S WHEREAS, the City of Fort Worth (City) and Kimley-Horn and Associates, Inc. , (Engineer) made and entered into City Secretary Contract No. 38565, (the Contract) which was authorized by the City Council by MSC C-23518 on the 12th day of May 2009 and subsequently revised by two previous amendments; and WHEREAS, the Contract involves engineering services for the following project: Water and Sanitary Sewer Main Relocations for the SH121T Crossing west of the Hulen Street Bridge with the Union Pacific Railroad Davidson Rail Yard. WHEREAS, it has become necessary to execute Amendment No. 3 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 a proposal letter dated August 1, 2011, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $26,400.00. 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 $876,165.00. OFFICIAL RECORD CITY SECRETARY FT.WORT4I,TX 08-19-1 1 PO4:36 IN 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the 0ga— day of 2011, in Fort Worth, Tarrant County, Texas. ATTEST: A ^ fy o o®e� Marty Hendri o } o°Z d O d� City Secretary Q�]�.Oo 00 �cQ, 000000000 0000000 A' APPRO C ED: aaa� PROVED: S. Frank Crumb, P. . Fernando Costa Director, Water De ent Assistant City Manager KnaZY-HORN AND ASSOCIATES, INC. Engineer By: Nam :Glenn A. Gary, P.E. Sr. Vice President 801 Cherry Street, Suite 1025 Fort Worth, TX 76102 APPROVED AS TO FORM AND LEGALITY: 4L�et s OFFICIAL RECORD CITY SECRETARY FT. (NORTH, TX N? VY!r'C �'4� -2- w ''� Kimley-Horn hh"® and Associates, Inc. August 1, 2011 ■ SdBe 950 801 Cherry Street,Unit 11 Mr. Liam Conlon Fort worn,texas 76102 Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: Water and Sanitary Sewer Main Relocations for SH 121 T Crossing West of the Hulen Street Bridge within the Union Pacific Railroad Davidson Rail Yard Additional Services—Amendment No. 3 KRA No. 061018062 City Project No. 01332 Dear Liam: The City of Fort Worth (City) has requested Kimley-Horn and Associates, Inc. (Kimley-Horn)to perform additional services for the construction services for the Water and Sanitary Sewer Main Relocations for SH 121 T Crossing West of the Hulen Street Bridge within the Union Pacific Railroad Davidson Rail Yard (UPRR)project. As you are aware, our construction phase services was planned to be completed in June 2011. The contractor's scheduled has been impacted by the NTTA and UPRR construction and the anticipated completion is now October 2011. This has lead to the City requesting Kimley-Horn to perform additional construction phase services for this project. Kimley-Horn has performed or will perform the work outlined in the following items: Item 1 (Additional Construction Phase Services) Perform the additional construction phase services which include: • Construction Coordination Meetings—Kimley-Horn will conduct and prepare meeting notes for construction coordination meetings as directed by the City. • Clarifications and Interpretations and Site Visits: 1. Clarifications and Interpretations. Kimley-Horn 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 ■ TEL 817 335 6511 FAX 8173355070 Kimley-Horn Mr. Liam Conlon,August 1,2011,Page 2 S_ _ and Associates, Inc. Contractor's work. Any orders authorizing variations from the Contract Documents will be made by City. 2. Site Visits. Kimley-Horn will perform site visits in accordance with the Engineering Agreement for this project. • Change Orders—Consultant may recommend Change Orders to Client, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. • Project Management—Perform project management services including coordination with City staff, Contractor, Union Pacific Railroad,and NTTA representatives. Scope of Services The scope of services for this amendment is divided into the following tasks: Item 1 (Additional Construction Phase Services): $26,400 Total (Water$4,200 Sewer$22,200) • Task 1 —Construction Coordination Meetings—Kimley-Horn will conduct and prepare meeting notes for construction coordination meetings as directed by the City. $2,400($1,200 water and $1,200 sewer) • Task 2—Clarifications and Interpretations and Site Visits. $16,200 ($1,600 water and $14,600 sewer) • Task 3—Change Orders—Consultant may recommend Change Orders to Client, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. $6,200 ($600 water and $5,600 sewer) • Task 4— Project Management— Perform project management services including coordination with City staff, Contractor, Union Pacific Railroad, and NTTA representatives. $1,600($800 water and $800 sewer) We recommend that the City increase the budget by $26,400 for these additional services. From the additional services listed above,the recommended breakdown for water and sewer services is as follows: Kimley-Horn Mr.Liam Conlon,August 1,2011,Page 3 and Associates, Inc. Description Water Sewer Total Item 1 -Additional Construction $4,200 $22,200 $26,400 Phase Services Total $4,200 $22,200 $26,400 The following table summarizes the fee per Work Phase Work Phase Water Fee Sewer Fee Total Fee 31 $1,260 $6,660 $7,920 32 $2,520 $13,320 $15,840 33 $420 $2,220 $2,640 51 $0 $0 $0 Total 1 $4,200 1 $22,200 1 $26,400 If the City concurs with our requested additional services,the summary of fees for this project is shown in the table below: Revised Contract Contract/Amendment Water Fee Sewer Fee Survey Fee Total Fee Amount Original Contract $281,452 $249,513 $54,400 $585,365 $585,365 Amendment No. 1 $49,475 $8,085 $22,440 $80,000 $665,365 Amendment No. 2 $109,600 $74,800 $0 $184,400 $849,765 Amendment No. 3 $4,200 $22,200 $0 1 $26,400 1 $876,165 TOTAL $444,727 $354,598 $76,840 1 $876,165 $876,165 M/WBE participation is not planned for these additional services. With the revised contract amount of$876,165,our total contract M/WBE participation is projected to be$159,700(18.2%). 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 CTD:ctd K WM Uutitie+W61018062\PPP%KHA ContnaWnendJWmend3-L r doc