Loading...
HomeMy WebLinkAboutContract 55971-A2CSC No. 55971-A2 AMENDMENT No.2 TO CITY SECRETARY CONTRACT No. 55971 WHEREAS, the City of Fart Worth (CITY) and-Kinley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 55971., (the CONTRACT) which was authorized by M&C 21-0482 on the 22n8day of June, 2021 in the amount of $1,370,265.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No.I in the amount of $307,885.00 authorized by M&C 22-0886 on November 8, 2022; and WHEREAS, the CONTRACT involves engineering services for the following project: Westside IV Elevated Water Storage Tank and 36-inch Water Transmission Main; and WHEREAS, it has became 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 $9.1, 625, 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 $1,769,775.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof services Agreement Amendment Templato Revision Date: November 23, 2021 [Westside IV EST & WTM] Page 1 aE 2 [t1'N 1032921 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth a a � Dana Burghd°ff J 11, 20 14 CDT) Dana Burghdoff Assistant City Manager DATE: APPROVAL RECOMMENDED: Laura Wilson, P.E. Acting Director, Water Department ENGINEER K.imley-HHorn and Associates, Inc. W. /1.oa, P E. John(Atkins, P.E. Vice President DATE: 05/05/2023 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. Farida Goderya,P.E. Senior Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas W. Black Senior Assistant City Attorney oovoonu a FORT�4 ATTEST: 0.0o °Z0 (J a�� pEoAf'Q4� Jannette S. Goodall City Secretary M&C : Date: Form 1295: N/A N/A N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Servlcos Agreement Amendment Template Revision Date: November 23, 2021 IWestside Iv GS'P & WTMJ Page 2 of 2 [CPN 1032921 Kimley>>) Horn May 1, 2023 Ms. Farida S. Goderya, PhD, P.E. Senior Project Manager City of Fart Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN Amendment No, 2 KHA No. 061018398 City Project No. 1032921 City Secretary No. 55971 Dear Farida: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 2 for the WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN project. This amendment is to provide supplemental construction phase services forthe duration of the construction phase of the Elevated Storage Tank portion of the project. The Elevated Storage Tank includes a foundations, structures, piping, valves, paving, and site civil improvements. This hourly scope is based on a 480 Calendar Day construction contract duration and being on site far an average of 5 hours a week. ENGINEER will provide the services outlined as follows: TA$K 6.0 A — ELEVATED STORAGE TANK-CONST. PHASE SVCS: ($91,625) 6.1 Supplemental Construction Phase Services ENGINEER will complete the following additional tasks not included in the Original Contract: + Site Observation ■ ENGINEEER will be on site foran average of approximately 5 hours perweek to perform site observation. Site observation will be scheduled based on Contractor activities at the site. Site visitswill follow the guidelines established in the original contract. Site visitswill be documented with observation reports to include a description of work in progress and any observations of construction issues that may require attention. (ENGINEER design staff to participate underthe CONTRACT Task 6.1.) Limitationof Responsibilities ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. Consultant shall not have the authority or responsibility to stop the work of any Contractor. Applications for Payment ■ ENGINEER will review Contractor applications for payment. Based on its observations and on review of applications for payment and accompanying supporting documentation, ENGINEER will determine the amounts that it recommends Contractor be paid. Such Kimley>»Horn Page 2 recommendations of payment will be in writing and will constitute ENGINEER's representation to City, based on such observations and review, that, to the best ENGINEER's knowledge, information and belief, Contractor's work has progressed to the point indicated and that such work -in -progress is generally in accordance with the Contract Documents subject to any qualifications stated in the recommendation. In the case of unit pricework, ENGINEER's recommendations of payment will include determinations of quantities and class€fications of Contractor's work, based on observations and measurements of quantities provided with pay requests. By recommending any payment, ENGINEER shall not thereby be deemed to have represented that its observations to check Contractor's work have been exhaustive, extended to every aspect of Contractor's work in progress, or involved detailed inspections of the Work beyond the responsibilities spec€f€callyassigned to ENGINEER in this Agreement. It will also not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, nor to determine that title to any portion of the work in progress, materials, or equipment has passed to City free and clear of any liens, claims, security interests, or encumbrances, nor that there may not be other matters at issue between City and Contractorfhat might affect the amount that should be paid. 6 City and Contractor Coordination w ENGINEER coordinatewith City staff and the Contractoron an as -needed basis regarding project documentation, the project schedule, and known project issues. The purpose of this coordination will be to facilitate communication and resolution of outstanding items to promote progress of the project during construction. Limitation of Responsibilities m ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. Consultant shall not have the authority or responsibility to stop the work of any Contractor. Budget Modifications We recommend that the City increase the budget by $91,625 forthese additional services. The following tables summarize our recommended budget revisions, design fees, and revised contract amounts are shown on the next page: 801 Cherry Street, Unit11, Suite 1300, Ft. Worth, TX76102 Kimley»>Horn Description Water Total Task 1— Design Management $0 $0 Task 2A — EST Site Selection $0 $0 Task 2B —Transmission Main Alignment Study $0 $0 Task 2C — EST Concept Design IPDR $0 $0 Task 2D —TM Concept Design $0 $0 Task 3A — EST Preliminary Design $0 $0 Task 3B —TM 60% Design $0 $0 Task 4A EST Final Design $0 $0 Task 4B —TM Final ❑esign $0 $0 Task 5A -- EST Bid Phase Services $0 $0 Task 5B — TM Bid Phase Services $0 $0 Task 6A — EST Gonstruction Phase Services $91,625 $91,625 Task 68 --TM Construction Phase Services $0 $0 Task 7 — ROW/Easement Services $0 $0 Task 8—Survey Services $0 $0 Task 9— Permitting $0 $0 Task 10— Add itionalServices $0 $0 Total $91,625 $91,625 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Survey Fee Total Original Contract $1,290,255 $0 $80,010 $1,370,265 Amendment No. 1 $285,885 $0 $22,000 $307,885 Amendment No. 2 $91,625 $0 $0 $91,625 Total I $1,667,765 $0 I $102,010 $1,769,775 801 Cherry Street, Unit 11, Suite'1300, Ft- Worth, TX 76102 Page 3 Kimley>»Horn Page 4 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task 1 Task 2A Task 2B Task 20 Task 2D Task 3A Task 3B Task 4A Task 4B Task 5A Task 5B Task 6A Task 6B Task 7 Task 8 Task 9 Task 10 Total Project Original Contract $45, 255 $96,499 $63, 000 $50,470 $49,145 $42, 970 $159,856 $116, 262 $175,945 $19, 865 $23, 260 $157, 590 $88, 365 $34, 565 $135,199 $79, 016 $33, 005 $1, 370,265 Amend No, 1 $19,550 Amend No, 2 Revised Contract $13,400 $21,620 $87,715 $23,260 $91,625 $108,515 $33,825 $307,885 $91,625 $64,805 $96,499 $63,000 $50,470 $62,545 $42,970 $181.476 $116,262 $263,660 $19,865 $ 46, 520 $240,215 $196,880 $34,565 $169,024 $79,015 $33,005 $1,769,775 801 Cherry Street, Unit 11, Suite 1300, Ft, Worth, TX 76102 Kimley>»Horn The following tables ummarize the MBEIWBE percentages: Pace: 5 Description Original Amend. Amend No. 2 Revised Budget Budget No. 1 Contract Amount $1,370,265 $307,885 $91,625 $1,769,775 Total Contract MBEIWBE $150,231 $30,750 -- $180,981 Total Contract MBEIWBE 11% 10.21% Percentaqe City MBEIWBE Goal 10% 10% 10% With these budget modifications, our total contract MBEIWt3E participation will be $180,981 (10.2`/„ ), whit h exceed s the City's 10% goal. 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. 44.4; 1 , '• J,. Atkins, P.E. Vice President JRAJjrt K:IF?W UdllUesWIQ1839&FWWO-MUI F-ST-ANn-TMPPFtPOST NTMmwdmeM-0ZWesWckeNEST &TM_Am2 LU P2.14W 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, Tx 76102 EXHIBIT B-2 Level of Effort Spraadahaat TASWHOUR BREAKDOWN Daalgn sarvicos for Westslde IV EST and TransmIsMon Main - Amandmont No. 2 clty Protect No. 103292 )+I1p/�ppur. l F.14Pa1.• ITL.k Na. TM U•ParIPllap PLlholp•I Pfal•at L abPF 1IRR6666EElt �T cAGtS .4dmin Total 94➢aonNllt•M Manaq f:nolnver Caa1 hwN IL.pYetlu.lten Tal•I EI{Paa1P Task SUB TeW Ce.l n.n� 37rj t 6 211 &1 N7w , mwa NOII�YI %q _ 15A aNnad.n.aammL 6 q r0 -� Sa 1p Sill soI rsAa oatilaT.asra num 6 a 6 d a q so m so so iQ sa so 2.Ba Tr4Pag11.stan M.lmWlgn—nt atada.nd n.-d a a 0, e a q m Sq a0 So so m m s.eo aaT • eomsasuas 0•.taLwaR a 8 d s4 '- — to to f to so TrarLaml..lon MW • ConMPlud 13I.10" Lan FSU.P.m•ntl I I SAA Ear -60%U..Iaa a Tn/1.mIN on M17a1r1-0a'in..lnn 1A.a a, I F!a .O 4.00 Traniiialeol on,ftln. fall Masan UA EST -eltl Phase 6.0 a Transml.flan Mom • Bid Phase 16.a1 CDR •I117 {IruC Phn+a'ap'�•a ..1.. l I i (� 0A8�41M116 Mho. Pre a 1.4 Can) lan�ia M&n-Con.tlp.tlen Pha.o e.0m rrvle.r: 1.0 ROW ERIA and 9.Lvka. uLw � 0.0 Permlalna_ I a a s0 to se so to s0 It, U' u o- d d aq l6 sq 0 is d a s o s 4' 1a so ad so 16"- �i( so o_ d B o a 0 t6 It t6 so Im so u 6 a pQ 10 1a M i2 1a K a o 0 0 4 $0 sq m m is to su —a a 0 Q a 0 $4 $0 a./ —to- aq w IU d 4 1u 39 0 0 ta0.1 so — !A 10 +n No 1i6f16q 3R7 4%9 x s2.6aq :x.q Jill a1 K7 40 310.1,21 as K.a,127 a a 0 4 d 6 k e 111111 Ir((ftKRRf:f�At• o p fn0J L TrH.1a u 4 1 6 yt;a • 'volepp ' I ql 04 10 4u s a .aa II (UIII IN% IN TWO Foe $01.625 (91 suiayyRo g�w�g Pal C)y se,,vt1A aT� et t:1� a(la%lgn U.- W I- SuWol.1 I I h91,g2B {Ip 1 s0.00 I ie:6 dAl G23.86 1 C1ry of fortWorth, Tara. A11a hm.nL B • Le.d o1 Eped 8upplMnehl Typ.'r.1 WaW and 3-6f rtapla.vmml FW WFR OIKCIiI RNPP 19 L7114' 9 aa..T01� q q 10 fe sa so so so 0 b - td so .sd so f4 su 118 0 a S(# w w No su s61 a0 —to to it IG 9 A 4• 1 n a X01L so su 10 12.500 R 1 I Prdeoj„ Jn.&V �(6r 1) 13i �l 769 $ '�2 J�q 1p- Y1 a MII ! I 7P1.