Loading...
HomeMy WebLinkAboutContract 36324-A1 i 4J AMENDMENT No. 1 STATE OF TEXAS CITY SECRETARY CONTRACT No. --�- (M&C Required) COUNTY OF TARRANT 8 WHEREAS, the City of Fort Worth (City) and Kimley-Horn and Associates, Inc. , (Engineer) made and entered into City Secretary Contract No. 36324, (the Contract) which was authorized by the City Council by M&C C-22555 on the 4th day of December 2007; and ■ the Contract involves engineering services for the following project: Water and Sanitary Sewer Relocations for State Highway 121T, Part 3. 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-25028, adopted by the City Council on the 13th day of July 2011 and further amplified in a ro osal P P letter dated May 6f 2011, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $138,730.00. 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 aid b P Y the City for all work and services shall not exceed the sum of $390,085.00. OFFICIAL (RECORD CITY Si:"CRETARY FT. WORTH, TX 3 . - All other provisions of the Contract which are not expressly amended herein shall remain in full farce and effect. EXE on this the day of 2411. in Fart Worth Tarrant County, Texas. SORT ATTEST: Ar 0000000 0 U a� � Hendrix ° ° Marty �00 City Secretary °0 ad 00000000 APP R REC ED: 44 riey-Ajc�y� . 1'X�-� �-�. APPROVED: .I. f L S. Frank Crumb, P.E. Fernando Costa Director, Water Department Assistant City Manager KIMLE Y-HDRN AND ASSOCIATES-,- INC. Engineer By Name:Glenn GaEyL P.E. Principal 801 Cher Street, Suite 1100 Fort Worth TX 75142 TO FORM AND LEGALITY: Ass t City Attorney i OFFICIAL RECORD CITY SECRETARY FT. 'NORTH, TX -2- Kimley-Horn and Associates, Inc. May 6, 2011 ■ sprite 954 841 Cherry Street.Unit 11 Mr. Liam Conlon t=art worth,Texas Project Manager 76102 City of Fort Worth water Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: water and Sanitary Sewer Relocations for SH-121 T(Southwest Parkway), Part 3 Additional Services--Amendment No. 1 KHA No. 061018049 City Project No. 00899 Dear Liam: Due to additional services requested by the City as part of the water and Sanitary Sewer Relocations for SH-121 T(Southwest Parkway), Part 3, Kimley-Horn has performed or will perform the work outlined in the following items: Item 1 (Coordination Meetings) In the original scope of services, Kimley-Horn would attend a total of ten (10) coordination meetings with the City and the TxDOT Highway Design Consultants. This amendment will add an additional six(6)coordination meetings with the City and the City's Summer Creek Roadway Consultant, twelve (12)coordination meetings with the NTTA Highway Design Consultants and Utility Coordinators, two(2)coordination meeting with the City and the Crowley ISD, and thirty-six(36; 2 per month for 18 months) bi-weekly coordination meetings with the City staff. Item 2 (Design and Project Management) Kimley-Horn has performed twelve (12) months of Design and Project Management service which includes a base line schedule, monthly progress reports and schedule updates, and project management. Kim ley-Horn will perform an additional six (6) months of these services. ■ 81+ 335 X511 FAX 817 335 5070 Mr.Liam Conlon,May 4,2011.Page 2 J and Associates, Inc. Item 3 (Additional water and Sanitary Sewer Design) The City has requested Kimley-Horn to perform the following additional water line design for the SH-121 T project: • Summer Creek 16-inch water line—Kimley-Horn will design 3,400 LF of 16-inch water line along Summer Creek Road from Risinger Road to McPherson Blvd. • Main F-479 36-inch Cate Valve—Kimley-Horn will design the location and connection details for the new gate valve, prepare a sequencing plan for the shutdown of the main, design a 16-inch ring connection to serve the Summer Creek Subdivision south of McPherson Blvd., design a modification to the existing air release valve to be compliant with current City standards, and traffic control for the installation of the proposed valve. The City has requested Kimley-Horn to perform the following additional sewer line design for the SH-121 T project: ■ Sewer Main M-459—Due to the easement negotiations, the City has requested Kimley-Horn to revise the design of 740 LF of 15-inch sewer line within the Sycamore School Limited property and 690 LF of 12-inch sewer line within the Villages of Sunset Pointe Phase 2 property based on direction from the city per the developers requested alignments. This task also includes coordination with the developer and property owners and additional traffic control design for the road closure of Big Spruce Lane. The original scope included submission to TXDDT for TXDDT reimbursement and permits. The NTTA has taken responsibility for this section of the SH-121T project and therefore Kimley-Horn will be required to follow the NTTA guidelines for submission and acceptance of a utility installation permit and coordinate with the NTTA on approval of that permit. Item 4(Survey, Easements, and SUE) Due to the changes in the design listed above, Kimley-Horn will perform the following survey, SUE and easement services: • Survey o 740 LF of survey for the Sycamore School Limited property and an additional 690 LF of design survey for the sewer line within the Villages of Sunset Pointe Phase 2 property. Mr,Liam Conlon,May 4,2011,Paige 3 Kimsey-Horn ►.� and Associates, Inc. o Top of pipe elevations for the existing 36-, 24-, and 16-inch water lines at the intersection of McPherson Blvd. and Hulen Street. o Topographic survey of the intersection of Hulen Street and McPherson Blvd. for the 16-inch ring connection to serve the Summer Creek Subdivision and modification of existing air release valve. ■ SUE o 500 LF of SUE level B for the sewer line across Sycamore School Road. o 900 LF of SUE Level B and one (1) SUE Level A test hole for the 36-inch gate valve at the intersection of McPherson Blvd. and Hulen Street. • Easement o Seven (7)revised easements for the design changes to the M-459 sanitary sewer line listed above. o Six(6)easement abandonments within the right-of-way of Southwest Parkway. o Two(2) permanent easements within the right-of-way of Southwest Parkway. Item 5(Additional Bidding and Construction Phase Services) Summer Creek: Due to the proposed cut and fill for the roadway project, the water line project will be bid with the roadway project. Kim ley-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 to be included in the roadway project. • Pre-construction assistance. • Construction phase services. Additional Part 15: The 36-inch gate valve, 16-inch water line ring connection, and ARV modifications will be bid with the original Part 15 project. Kimley- Horn will provide the work for the following in accordance with the scope of services in the original contract: • Pre-construction assistance. • Construction phase services. Mr. 1.1arn Conlon,May 4,.2 01 1,111age 4 Kimley-Horn .. and Associates, Inc. Scope of Services The scope of services for this amendment is divided into the following tasks: Item 1 (Coordination Meetings): $19,300 Kimley-Horn (Water$13,500; Sewer$5,800) • Task 1 --Kimley-Horn has attended thirty-eight(38)additional coordination meetings and is anticipating attending an additional eighteen (18) coordination meetings totaling fifty six(56)additional meetings for this project. Projected Fee$19,300 Item 2 (Design and Project Management): $16,100 Kimley-Horn (Water$11,300; Sewer$4,800) Task 1 -- Kimley-Horn has preformed twelve(12) months of design and project management services and is anticipating an additional six(6) months totaling eighteen (18) months of services for this project Projected Fee$16,100 Item 3 (Additional Water& Sewer Design): $55,100 Kimley-Horn $ 4,500 Reproduction $ 5,500 Traffic Control $ 1,000 10% Sub Fee $66,100 Total (Water$59,700; Sewer$6,400) • Task 1 —Design of 3,400 LF of 16-inch water line along Summer Creek Road. $39,800 • Task 2 —Design of a 36-inch gate valve location, 16-inch ring connection, and modification to an existing ARV. $8,900 ■ Task 3--Sanitary sewer design of 740 LF for Sycamore School Limited and 690 LF for Villages of Sunset Pointe. Submittal of the Part 15 plans for NTTA permit. $6,400 Mr.Liam Conlon,May 4.2011.Page 5 Kimley-Horn _ and Associates, Inc. 1 Item 4 (Survey, Easements,and SUE); $ 19,300 Survey L_1,1930 10% Sub Fee $21,230 Total (Water$8,195; Sewer$13,035) ■ Task 1 —Survey $5,200 o 740 LF of survey for the Sycamore School Limited property and an additional 690 LF of design survey for the sewer line within the Villages of Sunset Pointe Phase 2 property. o Top of pipe elevations for the existing 36-, 24-, and 16-inch water line at the intersection of McPherson Blvd. and Hulen Street. o Topographic survey of the intersection of Hulen Street and McPherson Blvd. for the 15-inch ring connection to serve the Crowley ISD property and 100 square foot area for modification of existing air release valve. Task 2 - SUE $3,450 o 500 LF of SUE level B for the sewer line across Sycamore School Road. o 900 LF of SUE Level B and one (1) SUE Level A test hole for the 36-inch gate valve at the intersection of McPherson Blvd. and Hulen Street. ■ Task 3 - Easement$9,550 • Seven(7)revised easements for the design changes to the M-459 sanitary sewer line listed above. • Six(6)easement abandonments within the right-of-way of Southwest Parkway. • Two(2) permanent easements within the right-of-way of Southwest Parkway. Item 5 (Additional Bidding and Construction Phase Services); $16,000 Kimsey-Horn (Water$16,000; Sewer$0) ■ Task 1 -- Pre-construction assistance. $4,100 (Summer Creek); $900 (Part 15) o This task includes preparation and delivery of addenda to plan holders and responses to questions submitted by prospective bidders. Also included is assisting in reviewing the bids for completeness and accuracy, and attending the project bid opening. The bid tabulations will be developed by Dunaway and Associates. Mr. Liam Conlon,May 4,2011,Page b ►► Kimsey-Horn and Associates, Inc. • Task 2—Construction phase services. $7,100(Summer Creek); $3,900 (Part 15) 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 $145,230 for these additional services. Froin the additional services listed above, the recommended breakdown for water and sewer services is as follows: Description water Sewer Total Item 1 -Coordination Meetin s $131500 $5,800 $t 9,300 Item 2 - Desi n Mana ement $11,300 $45800 $161100 Item 3 -Additional Design $591700 $6,400 $66,100 Item 4 - Survey, SUE, and $81Y 1 g 5 $135035 $21 230 , Easements Item 5 -Additional Bidding and 0 $16,000 Construction Phase Services $165000 $ Total $1 08,695 $309035 $1389 730 The following table summarizes the fee per work Phase: Work Phase water Fee Sewer Fee Tat Fee 31 $30,439.50 $5,389.50 $35,829600 32 $60,879.00 $10,779600 $715658600 33 $10,146650 $1,796650 $11,943600 51 $7,230 $12,070 $19,300.00 Total $1089695 $309035 $1389730 s Mr. Liam Conlon,May 4,201 1,Page 7 Kimfey-Horn and Associates, Inc. The following table summarizes our recommended budget revisions by Item (please see attached Fee Breakdown for an hourly breakdown of each item): Description Item 1 Item 2 Item 3 Item 4 Item 5 Total Pre-EnEinee-ring $199300 $16,100 $ - $ - $- $35A0 Conce tual Engineering $ - $ - $89900 $ _ $ _ $89900 Preliminary Construction Plans $ - $ - $1 0,900 $2 19230 $ - $32,130 Final Construction Plans $ - $ - $46,300 $ - $- $469300 Pre-Construction Services $- $ - $ - $ - $59000 $5,000 Construction Phase Services $ - $ - $ - $ - $11,000 $119000 Total $199300 $169100 $66,100 $219230 $16,000 $138,730 The following table summarizes our recommended budget revisions and shows the revised contract amount: Description Original Amend No. Revised Fee 1 Contract Pre-EnEineerinE $359900 $35,400 $71,300 Conceptual EnEineerinE $62,980 $5,900 $719880 Preliminary Construction Flans $49,665 $32,130 $81,795 Final Construction Plans $85,010 $469300 $1319310 Pre-Construction Services $3,600 $59000 $89600 Construction Phase Services $1 4,200 $11 9000 $259200 Total Project $2519355 $1389730 $390,085 Mr. ham Conlon.%,Ln 4,2011 Page 8 rp'' Kimley-Horn and Associates, Inc. Tlie following tables suininarize our revisions to the N1/WBE percentages: This Amendment Sub-Consultant Fee Gorrondona and Associates, Inc. $19,300 Alpha Graphics #83 $4,500 Savant Group, Inc. $5,500 Total 529,300 MfWBE Percentage 21.1% Total Contract Description Original Revised Contract Amount $251,355 $390,085 Total Contract MIWBE $58,580 $875880 Total Contract MIW BE Percentage 23.3% 22.5% The following table summarizes our revisions to the water and sanitary sewer design fees: Description Original Amend. No. T, g 1 otal Water $133,377 $108,695 X242,072 Sewer $117,978 $30,035 1489013 We appreciate the opportunity to be of continued service to the City. Please contact us if Nve need to provide any further information. Very truly yours, KIMLEY-FIORN AND ASSOCIATES, INC. Texas Registered Engineering Firm F-928 Glenn A. Gary, P.E. Sr. Vice Pres idem GAGIC^I'D:akr r\ttac:hilleilts Official S'tc of 1 Worth, CITY COUNCIL AGENDA FORT 1170 RT I I COUNCIL ACTION: Approved on 7/19/2011 DATE: 7/19/2011 REFERENCE NO.: **C-25028 LOG NAME: 50121 TP3A 1-KHA CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Amendment No. 1 in the Amount of$138,730.00 for a Total Contract Amount of$390,085.00 to City Secretary Contract No. 35324 with Kimle -Horn and Associates, Inc., for Water and Sanitary ry Sewer Relocations for State Highway 121 T, Part 3, from Dirks Road to Farm Market 1187 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of$138,730.00 to City Secretary Contract No. 35324 with Kimle -Horn and Associates, es, Inc., to provide additional engineering services on the project for State Highway 121 T Part 3 from 9 Y Dirks Road to Farm Market 1187, thereby increasing the contract amount to $390,085.00. DISCUSSION: On December 4, 2007, (M&C C-22555) the City Council authorized the City Manager t ty g o execute an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of 251 $ ,355.00 for Water and Sanitary Sewer Relocations for State Highway 121 T, Part 3. The Agreement provided for the preparations of plans and specifications for the necessary water and sanitary sewer relocations and extensions required for the construction of the ro osed SH121 T Dirks Road to FM 1187. P P from Amendment No. 1 will provide compensation for the following hat are necessary on th 9 ry e project. Design of a 16-inch water main along Summer Creek Road from Risin er Road to McPherson son Road. Design of a 16-inch ring connection and a 36-inch gate valve on McPherson Road to facilitate water system operations In the area south and east of the proposed SH 121T and Risin 9 er Road intersection. Design for the realignment of sanitary sewer Main M-463 near the ro osed SH121T S yca m o re School Road intersection. P P 1 Additional coordination meetings with Texas Department of TxDOT Transportation P ( ) and North Texas Tollway Authority (NTTA) design engineers and utility coordinators Crowley Independent School District (ISD and City staff. Y pendent } y Additional project management to include monthly progress reports and schedule P updates. Additional design survey, easement preparation, subsurface utility explanation lanation and ffi design. traffic control Additional bidding and construction phase services. Kimley-Horn and Associates, Inc., proposes to provide the necessary dditional work fee of$138,730.00. Staff rY k for a lump sum considers this amount to be fair and reasonable. Kimley-Horn and Associates, Inc., is in compliance with the City's MIWBE Ordinance percent M Y ante by committing to additional 21 p ANBE participation on this Amendment No. 1. The City's oal on this amendment is 18 percent. g Logname: 604061000 I-SJLOUI S Page Iof2 n This project is located in COUNCIL DISTRICT 6. FISCAL-I N FO RMATIO N1C E RTI FI CATIO N: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and Sewer Capital Projects Fund. To Fund/AccountlCenters FROM Fund/Account/Centers P2­65_53120.0-.6061-.7-0.08.9931 $36,439.56 P26.5--­5312.00 666170689932 $66,879.96 P2.65--.5-31.20.0.. 6-0.61.7-008.993.3 $161.1-46.56 P265--5.3.1200_606176089951 $7,230.66 P275. 531.266.--76617008993.1. $5,389.56 P275 531260 766176689932 $16779.-66 P275 53.1.2.66 76617668.9933 $1 1796.56 P275__..53.1266__706.170089951 $12,070.66 Submitted_for-City Manager's Office by: Fernando Costa (6122) Originating_Department_Head: S. Frank Crumb (8207) A"t na! Information Contact: Liam Conlon (6524) ATTACHMENTS 60121TP3A1-KHA MAP.pdf Logname: 564561000 1 MSJLOUIS Page 2 of 2