Loading...
HomeMy WebLinkAboutContract 36324-A4 aCITY SECRETARY, it -41 w CONTRACT N0, TO CITY SECRETARY CONTRACT `WHEREA , the City of Fort Worth CITY and, Klmley-Horn and Associates Inc. , ENGINEER made and entered into City Secretary Contract No. " 632 4, the CONTRACT) which was authorized by M&,C C�-22555 on the 4th .ay of December, 2007 in the amount of $,251,355l. and WHER EAS, the CONTRACT was subsequently revised by Amendment Number I in the amount of $138 ,730 . 00 which was �f1 "" in M C C-25028 +gin July 19, 2011, Amendme 1t No 2 in the amount of $49, 600 .00 which was administratively, authorized on August 23, 2 1 and Amendment No. 3 in the amount of $27,000.00 which was, administratively authorized on December 6, 2012; and WHEREAS, the CONTRACT involves, ngi-nee ring services, for the following prof e�ct: Water and Sanitary Sewer Relocations for State Highway 121T. Part 3; and WHEREAS. it has, become necessary to execute Amendment N'o.4 to the CONTRACT to include an increased scope of work and revised fee NOWTIMUEFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . title I of the CONTRACT is amended tai include the additional engineering services specified, in a proposal dated July 3 2013, copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $48,300 . 001 . 2 . Article IBC o the CONTRACT is amended to provide for an increase, in the fee to be plaid to, Engineer for all work ,end services performed under the Contract, as amended, so that the total fee paid by the City for all, work and se vices. shall, 'be- an amount of $514, 985.00 . OFFICIAL RECORD l CITY SlECRETARY R F C F I V F.0 1.1 u I.- 20A� Page FT. WORTH9 TX All other provisions of the Contract, which are not expr ssly 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 %.7.L91121 %3CE.Ly P A: Assistant City Manager ienior Vice-President, .1 A DATE: DATE- 7' APP RECONV71ENDED/.: S. Frank Crumb, P.E. Director Water Department APPROVED AS TO FO IRM AND LEGALITY*. M&C: N/A Date-, N/A -WIT.- VIA 4 a 101%'j 3 Assistant City Attorney 0 Y, cat 0 ACI ri J. Kayser 000000 ity Secretary OFFICIAL RECORD CITY SECRETARY FTn WORTH,TX Page -2- lr Kirnley-Horn and Associates, Inc. July 3,2013 Sufte 950 801:Cherry Sleet,unit 11 Fort Worth,,Texas Mr. Liam Conlon 76102 Project Manager. City of Fort Worth Water Department 10!00 Throckmorton Street Fort Worth,TX 761012 Re: Water and,Sanitary Sewer Relocations for SH-121T(Southwest Parkway), Part 3 Add itional.Services—Amendment No. 4 KHA No. 061018049 City Project,No.,008919 Dear Liam: This is an arnendment,to a contract between Kimley-florn.and Associates,Inc. and the City of Fort Worth("the City")dated 12-19-2007 referred to herein as the"'Contract". The City ended a construction contract for this project with SJ Louis. Kim ley - Horn wl R redesign a portion of the sewer line thrOUgh the Villages of Sunset Pointe Subdivision, approximately 1,000 feet of which will now be by other than open cut alongBi Spruce Lane. Kiinley-Horn,will also prepare plan, profile and 19 grading sheets for a screen wall to be located between the City ROW and NTTA ROW.Kinley-Hom will prepare an additional bid-package to rebid the i remaining portion of the project as defined in more detail below: Item 1 (Sanitary Sewer Design) Kiniley-Horn presented the City with alignment alternatives to the original sanitary sewer design along Big Spruce Lane for Contract Amendment No. 3. The City selected the Big Spruce alignment by other than open cut for the sanitary sewer.Kimley-Horn will design separate plans and contract documents for the alignment as chosen by the City, for bidding and constniction purposes. Kim ley-Horn will attend bi-weekly coordination meetings with the City,(up to 12). 111 TEL 17 335 6511 FAX 817 335 5070 ..................... Mr.Liar i Conlon,July 3,2013,,Page 2 ley-Ho m and Associates,Inc. Item 2(Screen Wall Design) The City has agreed to construct a 6-foot tail concrete screen wall along the Villages of Sunset Pointe Subdivision and Chisholm Trail Parkway ROW (-11100 1,F).Kimley-Horn will prepare contract documents which will requff" e the contractor to prepare the structural design for the wall. The wall will also be required to be stained to meet the Chisholm Trail Parkway Master Plan Southwest Parkway Bu�ff color, Kimley-Horn will prepare the wall plan,profile grading sheets and the architectural details. Kirnley-Horn wI'll attend one(1)meeting to present architectural wall options and to coordinate construction activities with the Villages of Sunset Pointe HOA. Geotechmical Engffieering for the screen wall will be performed by a sub- contractor and admin.1stered by Kimley-Hom. Kimley-Horn will utilize remaining funds in the current contract currently designated for an MIVVBE survey via a change forrn,. Item 3 (Pre-Construction Assistance) Kim ley-Hom will provide pre-construction assistance as defined in the Contract Exhibit"A-I"Part C—Pre Construction Assistance'Including: * Delivery of did d Documents as defined in the Contract * Bidding Assistance as defined U'l the Contract Item 4(Construction Phase Services—NOT INCLUDED IN T SCOPE OF SERVICES) Kimley-Horn will provide construction phase services as defined in the Contract Exhibit"A-P'Part D—Construction Phase Services 111clud ing, * Attend one(I)preco ristruction conference prior to construction * Perform one(1)site visit per month as defined in the Contract and no more than two(2) * Review shop drawings and sample submissions as defined in the Contract o Revise drawings and provide record drawings to the City as defined in the Contract o Attend one(1)final site inspection as defined in the Contract Additionally,, Kimley-Horn will attend one(1)meeting with the Villages of Sunset Pointe,HOA and one(1)public meeting prior to construction. Scope of Services The scope of services for this amendment is divided into the following tasks-, Mr.Liam Conlon,July 3,2013,Page 3 Kirnley-Horn and Associates,Inc. Item 1 (Sanitary Sewer Design).- 828,500 Kimley-Horn 1,051 PrintingSub 149 10% Sub Fee $299700 Total (Water SO; Sewer$29,700) * Task 1—Revised plans for the sanitary sewer line based upon the approved atignment and preparing a bid package for advertisement. * Task 2—Progress meetings,with the city. # Task 3—Printing of Bid Documents. Item 2(Screen Wall Design),- $13,500 Ki,mley-Horn (Water$0; Sewer$13,500) ol Task 1—Screenmig wall profile, layout, site grading and coordination, * Task 2—Attend one(1)HOA meetmig. Itein 3 (Pre-Construction Assistance): $5,100 Kimley-Horn (Water$0- Sewer$5,100) e Task I—Assist with advertising of revised plans, prepare and issue addenda as required,attend pre-bid and bid opening,, provide award recommendation,and prepare conformance documents. 'Item 4(Construction Phase-Services—NOT MCLUDED IN TIIIS SCOPE 0, OF SERVICES), Kimley-Horn (Water S Sewer$N/A) Task I—Meeting with the Villages of Sunset Pointe HOA, :pr econstruction Meeting,, Site Observations, and Final Walkthrough. Task 2—Shop Drawing and Substitution Review. We recommend that the City increase the budget by$48,300 fo�r these additional services., From the additional services listed above, the recommended breakdown for water and sewer services is as fiollows.: Description Water Sewer Total Item I —Sanitary Sewer Design $0 $29 700 $29,700 Item 2—Screen Wall Design $0 $13,,500 $13,500 Item 3—Pre-Construction $0 $,5 1 OO $5 100 Assi'stance Total so S48r34 O $48,300 Mr.Liam Conlon,July 10,2013,Page 4 Ki'miley-Horn and Associates,, Inc. The following table sunimarizes the fee per Work Phase: Total Work Phase Water Fee Sewer Fee Fee 3 1 $0 $0 $0 32 $0 $0 $0 33 $0 $48)300 $48)300 $0 Total $0 $489,300 L$48931 The following table summarizes,our recommended budget revisions by Item (please see attached Fee Breakdown for an hourly breakdown of each item).- Deserlipti"On Item I Item 2 Item 3 Item 4 Total Pre-Enginleering $0 Conceptual Engineering $ $0 Preliminary Construction $ $ - $ $ - $0 Plans -,--Final Construction Plans $ 29,700 $13500 $ $ - $431,1200 Pre-Con, truction Services, $- $ - $ 5)100 $ - $5,100 Construction Phase $ Services Total $299700 $13,500 $5JOO $48300 Mr.Liani Conlon,,July 10,2013,Page 5 Kirnley-Horn and Associates, Inc. r the following table summarizes our recommended budget revisions and shows the revised contract amount.* Descrl*ptl*on Orlglinal Amend Amend Amend Amend Revised Fee No. I No.2 No. 3 No. 4 Contract Pre-Engineering $355900 $351400 $5>200 $43800 $_ $8 1,300 Conceptual Engineering $62,,980 $8,7900 $ - $ - $- $7100 Preliminary k onstruction $49!05 $321130 $ - $ - $ - $8 1�7915 Plans Final Construction Plans $857010 $46,300 $445400 $ $431200 $218�91 01 Pre-Construction Services $3y 600 $,51000 $ - $ $ 5,1010 $13 700 Construction Phase $14)200 $1111000 $ - 22 200 $47)400 Services Total Project $2511355 $138,730 $491,600 $1275000 $48,300 1- $51499851 The-following tables summarize our revisions to the NVW'BE percentages: This Amendment Sub-Consultant Fee PIC Printing $112010 Total $19200 NIJWBE Percentage 2.4 Total Contract Description Per Amend No. 3 Revised Contract Amount $46605 $5141985 Total Contract M/W]BE $871 80 $8%080 7- Total Contract 17,2% 1T B E Percentage MT.Liam Con]on, any 3,20 13,Page 6 Kimley-Horn and Associates, I:nc. The fo I'lowing table summarizes our revisions to the water and sanitary sewer sign fees: Description Original Amend�. Amend, Amend# Am,en,d Total No. 1 No 2 No.3 No, 4 Water $13311377 $10�8�1695 $36,300 $0 $0 $2781372 `2 Sewer $117,978_ $3,01035' ' $13,360 L$27,000 '$48,3,0�O S23616-13 We appreciate the opportunity to be of contm' ued service to the City. Pleasile contact its if we need to provide any further inforniation. Very truly yours, KIMLEY-HORN AND ASSOCIATES,WC. Texas Registered Engineering Firth F-92a Glenn A. Gary,P.E. Sr.Vice President GAG,/CTDjek Attachments \\F TWFPQ1WaiaTrqjc(.-tTTW_Lhi litics'06101:9044\PPP\Asiictidiment-4\)(RA-SH 121 Pt IS Amend,4-Urdoe v Kimiley-Hor'n and Associates,, Inc. Budget Summary Project Wow l an Budget ry e: Jul 1$20,13 General .ject Information, LFee Informationi Client: Clay of Fort Worth Fee Type: CP Project, SH 121T Part 115 Expense Mule. 1.10 KHA No., 061018,049 PM: Josh Kercho Allocation-, 0.01%, Tas-k Budget Summary w '. Task Name Hours Labor Expenses Allocatio n Subtotal 190----,Sanita Sewer Design 257 $l _28,50 $ 281500 31600 300 Bidding 67 $ 51 �.....m �A. ._ 777 Coinitinaency T T" S 41.91 $ 470100 1 $ - $ $ 4701 Oil w Task No.' k Name C t r lti ller Subtotal 71 � ctior IC Printing �._ �.. 11x51 �.w 1.1 11200 . 11 0 1.101 1.110 TOTALSI: 1 06 11200 L 470100 E X ` E OT16w aqe 2 of 5 t ley p and Associates. Inc. Project an B,udget ate: July 11,2013 Project on�Generalll a client. Cry Fob Worth Labor: $ 287500 Number, 100 Project: SH 121,T Part is Expenses: Name: Sanitary Se�we,r Design 061 809 location Task - Josh Kercho 2 500 'Task Descrjpfion and g N. I Mail Task Descriptions: GLC. P5 P2 NS ( r Expenses � 1111. .. _...._ ..._ qty Schedule Updates 3 3 6 onths Project Management 6 mr ont1's 61 6�.._ ,�. ..��..�. Administration,(6 Months) 12 12 .�.. . ..�.�......�. 1111.._. , _ .. ...�� Bi-weekly Progress Meetinge 6 6 12, rots/' .5tr each mgt), .. w .. ,�._..,. ... .. .. _._1111. N,TTA Coordination,, � � 1111 1111.,. _.. Drawings Covw Sty 2 _.. m _. ..., � City Standard Notes 2 Project Specific Notes 1 2 3 Shy Index 1 i­_7— ...........w, �..�._.. �� Sewer Location app 3 Sits) 1 3 4 Plan i Standard l and Special Details 1 7- Tr;47ftc contro't Plan 4 12 16 A/ C 6 61, 112 90%Contract Documents Division 00 and 01 1 2 1 15 �_...�.� . .......�.�._. �..��... ..�..�..�.�..o ..�... _1111. �.._.�. ._.��...�.... ..._ Division 2 thru� 1 2 112 15 Construction Drawings 90%Design:Comments 20 Shuts) 1 4 15 20 on tr�chon Contract Documents .. 900/0 Contract Documents Cornments 1 21 12 15 Deliverables Construction Drawings and Contract Docs 1 WIN m i S tals: 11 641 1611 0 25 Task Cost/Effort o raw Lbr Expenses,(S Cost .6 2.71 4.3 0.,4 8.1 E`er rt. 2.2 9.. 2 1".5 ::F 1 28-41;$ Paae3of5 Klmley-Horn and Associates, Inc. Project Work an Budget Date- Jidly 1.20,13 „ e ormation Task Effort Summa,ry Task Information Client: City of Fort Worth Labor: $ 1306001 Number.- 200 Project* SH 121T Part 15 Expenses-: $ - Name: Screen Wall Design KHA No.- 061018049 Allocation: $ - Task Mgr-. Josh Kercho PM: Josh Kercho TOTAL: $ 13,5100 'Task Description and Budgeting 69 11 'IV Task biscrIptions.-I GLC P6 P5 P2 1 NS (Hrs) Expenses($) '00 Villages olf Su niset Pointe!HOA Mig,s w/City 2 2i 4 (1 mtg/2hrs)l ...... . ..... ............ Screen!Wall Des igin(3 shts PIP) ....... Plan 12 20 Elevation 12 20 32 Grading 12 20 32 Screen 11 Architectural Details 4 12 16 ti F_ ....... ...... 2 421 72V Suwals. $ 3-8 0.11 1 8F 71.SL E 6,21 6,81 .4 1 I� I I Paqe 4 of 5 Klml'ey-Horn and Associate ►., Inc. Projec rkplan Budget Date- July 1, 13 ............. ............... -------- ,General Project Information �Tas,k Pffort Surnmary Task Information, Client-. City of Fort Worth Labor.-, $ 51100 Number: 300 Project: Shy 1'21T Part 15 Expenses: $ om Name: Bidding KHA No-# 061018049 Allocat ion d. $ Task Mlgr. Josh Kercho M. Josh Kercho TOTAL: $ 511100 �Task,Desicriptioni and Budgeting %L "A Task Descriptio.ns I GLCV F% P6 P2 N'S (Hirs) ExpenSes($)i Advertisem&if_ --Invitation to Bidders 1 2 Maintaining Conlractor's,List 2 2 Request for Informatim 9 Addenda 3 91 Pr` id Meeting 2 2 2 6 Bid Opening 1 ........... Recommendgon of Award 1 2 2 Conformance Documents 1 -4, 5 DeWerables, 1 4 2, 7 41 --­---------- . .... ......... ............. 21 121 28] 46 $ R no &9ff I=# Cost: 0.11 04-0-al- 0.11 1 ............ 5.1 $ Effcntl 0.41 1,81 2.611, 0.31 1 1 Paqe 5 of 5