Loading...
HomeMy WebLinkAboutContract 36324-A3 CITY SECRETARY 'r Ir AMENDMENT No.3 CONTRACT NO* £ -�- TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Kiamley-Horn and Associates■ Inc., (ENGINEER) made and entered into City Secretary Contract No. 36324. (the CONTRACT) which was authorized by M&C C-22555 on the 4th day of December■ 2007 in the amount of $251,355.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment Number 1 in the amount of $138,730.00 which was specified in M&C C-25028 on JUly 19, 2011 and Amendment No. 2 in the amount of $49, 600.00 which was administratively authorized on August 23■ 2012; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Relocations for State Highway 121T, Part 3; and WHEREAS, it has become necessary to execute Amendment No.3 to the CONTRACT to include an increased scope of work and revised 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 dated November 14, 2012, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $27, 000.00. 2. Article II of the CONTRACT is amended to provide for an increase in the 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 be an amount of $466,685,00'. OFFICIAL RECORD CITY SECRETARY Page -1- WORTH,"TTX FTC 3 . All other provisions of the Contract, wh±ch are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth Kimley-Horn and Associates, Inc. , Fernando Costa Glenn Gary, P.E. Assistant City" Manager Senior Vice-President DATE: DATE-9 ICA APP RE LADED: S. Frank Crumb, P.E f---Director,, Water Department APPROVED AS TO FORM AND LEGALITY' M&C: N/A ti Date: N/A Douglas W. Slack Assistant City Attorney one"' 0000400 � 0 � as aQ ATTEST: n 0, r°p 0 0 logo o ` 0 od 0 00 X4 J. Kayser 000000000 . krq City Secretary OFFICIAL"CORID CITy SECRETARY 5TO WORTH,TX Page -2-- Kimley-Horn ►. and Associates, Inc. November 14, 2012 IN SOe 950 841 Cherry Street,Unit I 1 Dart Worth,Texas Mr. Liam Conlon 76102 Project Manager 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. 3 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-121T(Southwest Parkway), Part 3, Kimley-Horn has performed or will perform the work outlined in the following items: Item 1 (Coordination Meetings) This amendment will add an additional two (2)coordination meetings with the City and the Villages of Sunset Pointe Home owners Association, one(I) meeting with the City and the Crowley Independent school District, and two (2) coordination meetings with the City and the contractor Item 2 (Additional Water and Sanitary Sewer Design as part of CC'A) The City requested Kimley-Horn to perform the following additional sanitary sewer line evaluation and design for the SH-12IT project: • Sanitary Sewer Line B (M-459)-- Due to the delay in right-of-way acquisition by the NTTA and the condemnation hearing schedule For the proposed easements for this relocation there were a number of homes constructed along Big Spruce Lang: adjacent to the deep sanitary sewer relocation. Due to the potential impact to the homeowners the City has asked Kimley-Horn to evaluate three(3) different alignment alternatives based upon evaluation criteria as defined below and provide a technical memorandum with the recomiriended alignment. FEL 817 335 8511 FAX 817 335 5070 Mr Liam Donlon,November 14,2012,Page 2 Ki mley-Horn and Associates, Inc. Evaluation Criteria: • opinion of Probable Construction Cost • Construction Schedule • Impact to Public After the alignment is selected and approved by the City, Kimsey-Horn will make revisions to the sanitary sewer plan and profile sheets to be issued for construction. Scope of Services The scope of services for this amendment is divided into the following tasks: Item 1 (Coordination Meetings): $4,800 Kimsey-Horn (Water$0; Sewer$4,800) • Task 1 —Preparation for and attendance to the meetings described above. Item 2 (Construction Contract Administration): $22,200 Kimley-Horn (Water$0; Sewer$22,200) • Task 1 --Alignment evaluation report for sanitary sewer alternative alignments. $13,800 Task 2--Revise plans for the sanitary sewer line based upon the approved alignment. $8,400 We recommend that the City increase the budget by $27,000 for these additional services. From the additional services listed above, the recommended breakdown for water and sewer services is as follows: Description Water Sewer Total Item I - Coordination Meetings $0 P OO $4,$00 Item 2 - CCA $0 $22,200 $221200 Total $0 $279000 $27,000 ~I'he following table summarizes the fee per Work Phase: Total Work Phase Water Fee Sewer Fee Fee 31 $0.00 $8,100.00 $8,100 32 $0.00 $1 6,240.00 $1 67200 33 $0.00 $21P700.00 $2,700 Sl $0 $0 $0 Total $0 $27,000 $279000 Mr Liam Conlon,November 14,2012),Page 3 Kimley-Horn and Associates, Inc. T'he 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 Total Pre-Engineering $45800 $ - $4,800 Conceptual Engineering $ - $- $0 Preliminary Construction $ - $ - 0 Plans Final Construction Plans $ - $ - $0 Pre-Construction Services $ - $ -- $0 Construction Phase $ - $22'200 $22'200 Services Total $49800 $22,200 $27,000 The following table summarizes our recommended budget revisions and shows the revised contract amount: Description original Amend Amend Amend Revised P Fee No. I No. 2 No.3 Contract Pre-Engineering $35,900 $359400 $5,200 $4,800 $815300 Conceptual Engineering $625980 $8,900 $ - $ - $71,880 Preliminary Construction $491665 $32 130 $ - $ -- $81 795 Plans ' Final Construction Plans $85,010 $465300 $44,400 $ - $175,710 Pre-Construction Services $3,500 $51000 $ - $ - $8,600 Construction Phase $l 4 200 $1 1 000 $ - $22 200 $47 400 Sery ices ' Total Project $251,355 $138,730 $49,600 $27,000 $466,685 Mr [.lam Conlon, [November 14,2012,Page 4 Kimley-Horn and Associates, Inc, The following tables summarize our revisions to the MIWBE percentages: This Amendment Sub-Consultant Fee There are no sub-consultants for this amendment. Total so M/WBE Percentage 0.0% Total Contract Per Amend Revised Description No. 2 Contract Amount $439,685 $466,685 Total Contract $875880 $87 880 MIWB E Total Contract 20,0% 18.8% MIWBE Percentage The following table summarizes our revisions to the water and sanitary sewer design fees: Description original Amend. Amend. Amend.No. 1 No. 2 No. 3 Total Water $133,377 $10805 $36,300 $0 $2789372 Sewer $1177978 $30,035 $139300 $27,000 $188,313 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-1< ORN AND ASSOCIATES, INC. re,as Registered r ngineering 1=Iun F-928 a Glenn A. Clary, P.E. Sr. Vice President GAG/C'FD:akr Attachments K FTV l't0ItiesO bI()!804Q'PI'P'-\mend meni-;KHA-SHI"III i�Amend I-LirJoc