Loading...
HomeMy WebLinkAboutContract 53329-A2 CSC No. 53329-A2 AMENDMENT No . 2 TO CITY SECRETARY CONTRACT No . 53329 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 53329, (the CONTRACT) which was authorized by M&C 19-0390 on the 17th day of December, 2019 in the amount of $352 ,389. 00; and WHEREAS , the CONTRACT was subsequently revised by Amendment No. l in the amount of $46,475 . 00 administratively authorized on July 21, 2021; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2020, WSM-F Park Hill project; and WHEREAS , it has become necessary to execute Amendment No. 2 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $25 ,420 . 00 (Water) . 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 $424,284. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD Prof services Agreement Amendment Template CITY SECRETARY Revision Date: November 23, 2021 [Water & Sanitary Contract 2020, FT. WORTH, TX Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Kimley-Horn and Associates, Inc. b4 E. Dana Burghdoff( t 4,202 1:47 CDT) /�• J P Dana Burghdoff J hn Atkins, P.E. Assistant City Manager Vice President DATE: Oct 4, 2022 DATE: 9/26/2022 APPROVAL RECOMMENDED: Christopher Hard (Sep 27,202213:28 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tra uma Poudya1, P.E. Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY: M&C: N/A WA Date : N/A D$lack(Oct 3,2022 14:30 CDT) Douglas W. Black Form 1295 . N/A Senior Assistant City Attorney ATTEST: *— �04 FORT 4a 010� d °Jvoo'ZJ ette S.Goodall(Oct 4,2022 20:0 DT) A o *0dJannette S. Goodall °°°°°°° a City Secretary dd���nEXpsoap OFFICIAL RECORD CITY SECRETARY Prof Services Agreement Amendment Template FT. WORTH, TX Revision Date: November 23, 2021 [Water & Sanitary Sewer Replacement Contract 2020, WSM-F Park Hill] Page 2 of 2 [CPN 1024151 Kimley>Morn September 20, 2022 Pratima Poudyal, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: Water and Sanitary Sewer Replacement Contract 2020, WSM-F Park Hill Dr. (Shirley Dr. to Frazier Ave.) and 811 Ave. (W Jessamine St. to W Canty St.) Amendment No. 2—Revised Alignment along FWWR and Coordination KHA No. 061018356 City Project No. 102415 Dear Pratima: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 2 for the Water and Sanitary Sewer Replacement Contract 2020, WSM-F project. These services include a re-alignment of the proposed 24-inch water transmission main along Fort Worth and Western Property (FWWR) requested by FWWR on July 26, 2022. These improvements are further described as follows: CONTRACT TASK 1 — DESIGN MANAGEMENT: (Water$3,300, Sewer$0) ENGINEER will complete Design Management in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $3,300 CONTRACT TASK 3 — PRELIMINARY DESIGN: (Water$2,600, Sewer$0) ENGINEER will complete Preliminary Design in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $2,600 CONTRACT TASK 4 — FINAL DESIGN: (Water$6,770, Sewer$0) ENGINEER will complete Final Design in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $6,770 CONTRACT TASK 7 — ROW/EASEMENT SERVICES: (Water$1,375, Sewer$0) ENGINEER will complete ROW/Easement Services in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $1,375 CONTRACT TASK 8 — SURVEY: (Water4,015, Sewer$0) ENGINEER will complete Survey in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $4,015 80100 Ki m ey>>> H o r n Page 2 CONTRACT TASK 9 — PERMITTING: (Water$7,360, Sewer$0) ENGINEER will complete Permitting in accordance with the Original Contract for the following: • 24-inch Transmission Main Realignment— $7,360 We recommend that the City increase the budget by $25,420 for these additional services. The following tables summarize our recommended budget revisions, water and sanitary sewer design fees, and revised contract amount: Description Water Sewer Total Task 1 — Design Management $3,300 $0 $3,300 Task 2 —Conceptual Design $0 $0 $0 Task 3— Preliminary Design $2,600 $0 $2,600 Task 4— Final Design $6,770 $0 $6,770 Task 5—Bid Phase Services $0 $0 $0 Task 6—Construction Phase Services $0 $0 $0 Task 7— ROW/Easement Services $1,375 $0 $1,375 Task 8—Survey Services $4,015 $0 $4,015 Task 9— Permitting $7,360 $0 $7,360 Task 10—Additional Services $0 $0 $0 Total $25,420 $0 $25,420 The following table summarizes the Fee per Work Phase breakdown: Work Phase Water Sewer Total 31 $6,531 $0 $6,531 32 $13,062 $0 $13,062 33 $2,177 $0 $2,177 51 $3,650 $0 $3,650 80100 Kim ey>>>Horn Page 3 The following table summarizes our recommended budget revisions and shows the revised contract amount: Original Amend No. 1 Amend No.2 Revised Contract Contract Task 1 $18,515 $4,425 $3,300 $26,240 Task 2 $19,315 $0 $0 $19,315 Task 3 $125,220 $20,135 $2,600 $147,955 Task 4 $72,965 $17,875 $6,770 $97,610 Task 5 $15,090 $4,040 $0 $19,130 Task 6 $0 $0 $0 $0 Task 7 $12,820 $0 $1,250 $14,070 Task 8 $56,920 $0 $3,650 $60,570 Task 9 $7,595 $0 $7,360 $14,955 Task 10 $15,000 $0 $0 $15,000 10% Sub $8,949 $0 $490 $9,439 Total $352,389 $46,475 $25,420 $424,284 Project The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Survey Fee Total Original Contract $178,814 $119,210 $54,365 $352,389 Amendment No. 1 $46,475 $0 $0 $46,475 Amendment No. 2 $21,770 $0 $3,650 $25,420 Total $247,059 $119,210 $58,015 $424,284 80100 Kim ey>>> Horn Page 4 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 •-�/l.z4a'-, P E. John R. Atkins, P.E. Vice President J RA/jrt Copy to: Tony Sholola, P.E., City of Fort Worth Attachments - Level of Effort Spreadsheet - Form 1295 \\ftwfp0l\TX_FTMFT W_Uti I ities\061018356-Park-H it I-WL&SS\PPP\Hmendment#2\Hmend2-Parkes i Il.doc O 00000 O O 0000000 O O O O O O O 00 O O LOLO �R O Efl Efl Efl Efl EH D) f 69 69 69 69 69 69 O 69 69 69 69 69 69 O 69 f� 69 W W M (O (O O O � LO F M (V 69 N (V LD Lc) a 6 69 U Y N F w O O O O O O O O O O O O O O O O O O O O O O O O O O O N fH 69 69 69 69 69 Efl d1 Efl Efl Efl Efl Efl Efl d1 Efl Efl Efl Efl Efl Efl Efl Efl d1 Efl Efl Efl C aV, W O _U R O F a O» O» O» O» O_ �i 7 8 Q w w N W F w O Q Z w wo r � R E + C v� Z a W E LL c o 00000 0 o oo 0000 0 0000o Ooo 0 oLoLo C a`o�+ M Efl Efl Efl Efl Efl (D En Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl o Efl Efl � Efl CO jJ VI M (V N (V (0 Ln �J O » EH » EH » EH EH m U y Z a) N O F L L O O r ll'l fo co O O O D N w m ` U � � cLn C LU ._ C O H�./� � O Z W L N U r Q X ? N O O O O 0 W W 0 ' O = y U 'to) }' coO O V N Ln Lo g w N S ll'l O O � V O CO N J 04 i O'- r a`w U cq w R � O C � d R L Q N a` o w _ R L p o C O C O Q - C O Q C (6 w t/1 m to O U o w 0 Q O N (\ w O w 0 w Y U QO E C N Q O.a)a d m a m rn w U w > N O W p Y 4) p Y L N Q o cje N � C O U O` m .M... (6 f0 U f/)(n w wwC a-2 c a ca o°� � °-�� o m in m� _ O Y W O (6 >i C w (6 R �� �(� Ew �� w � � aU � w � �a w�.� � o min w�� F R O C 9 t/1 O�_ O 0 O w w C O O w C t/1 > C O a W t/1 w R Y (6 �(n m w R U 11 L (6 U O O 9 a)d) C^C (6 w f/1 ` d C O o O X O >> (6 O U'C w C w a 7 w '4_' >i 2 R � >-Q (6 U �C w 0 �� O w� w w w �� E d) (D cli a) cwi U � o L a>i o � E � � m.�in-- E T U O p` •o o a a(n a o m o(� 'u5 (� `.� o m Q o o.a�=m c Q o ° a� 0 U�C� aa()ae u)C�C�Q�� itin�C) C N N N N N N N N N N M V Lo o a) N O O N N O M M M M M M M M M O r V V F N M U Q H l O 0 0000 O O O 000 00 0000 O 00 O 00 0000000�- O M ffl ffl ffl ffl ffl ffl ffl d1 ffl ffl ffl ll'l LO ll'l ffl ffl ffl (0 N V fA ffl O co 0)V O V 0) O N N_ f0 M O M (O N 0)M V M M f� LO ffl d1 M ffl ffl W 69 ffl ffl LO N O O O 0 0 O O O 0 0 0 0 0 O 0 0 O 0 0 O O O ` M ffl ffl ffl ffl ffl ffl d1 ffl ffl ffl LO LO LOffl ffl ffl V d1 EH� O to C Y m O O O N f0 M M N O (96 Cy6 Y:.. N M ffl o N ffl d1 =J wa (A C C O W 0 0 9 w w 099U) o to to w IL ww m m m m n ° u u)ou7 � u7u7�m mm � C O Z o o o o o o o M N V N M ffl d1 Y07 Lo Lo O N N_ f0(O W M M � �ffl d1 ffl d1 O O O O O O O O O O O O O O O O O O O O O O O O M EH EH EH EH EH E uH M EH EH uH M uH M EH EH EH G 0 uH M Ea) L17 o f� M ffl O O O O O O fp O O O O O O O O 0 O U O O p O p N LO O V V ED O O O O O N O O O O N M w 0 LO LO u4 u Lw 0 0 0 0 O N N � �0 0 0 0 O N (n o o o o o co O O O O O O V N a) Nam. 0000 00 w w LL LL LL(� 0000 OO t t T>. w N r O O O o m (6 O N O jp Eh 00�Ln O O Z Z o O LO CO O O H 0 0 (D N M N N LL LL Cn NCO O �Efl 69 Efl Efl 69 Efl w w J J N w LL LL N a >� M M M LO F> F C Q f U C m a O m o 5 a ° ii oor. _ N m w w 9 U m to U E f_10 C C C 0 w O m C w OU > C Y W to U C m O.m m—T m_ w w N w to to O w w O t�'O U C to E1 w w p�w p m E1 p E f/1 _ w O LL '� o cd w r ` w w y E w (j a W �m w � � o iq m w 0 f/) C C N O.. w w w C w w C)U) U) w w m rn R Ea rn Q N rn o a w m u Y m Q J a L Q C w m U f`l m a Q a d O U p w of L to C CO > U w E C p (6 w N w 0] � c (n N 9.0 w N 0 > O w Z C LL to W w a as m O I EN `� w m fA w m rn w O a O D d Q m w Q O d d (6 O U'U R U d N 15 N N R Qm C) w-O ` `-O-OQ R (6 Cn (6 a.QQ C C H U) N L — C N O N 9 w w-O W O C O ,Y_' m SZ Q O D L wad' SZ w to m �` VI 0'-' SZ w p)SZ O �" :-. J C— DaDU)a_ n c W �QQ ° E Ew =aw V a o m.m m0] U7Co K� U)0H(7 a� m° m o _LO LOEV Lo LO N �(OLoN �NM �N LL E d J LO LD LO (0 (0 I� O W W W 0)0)fp f� W �a; U Q H