HomeMy WebLinkAboutContract 37436AMENDMENT NO. 2
STATE OF TEXAS S CITY SECRETARY CONTRACT NO._��p
(M&C Required)
COUNTY OF TARRANT cS
WHEREAS, the City of orWorth (City) and Kimley-Horn and
Associates, Inc., (Engineer) made and entered into City Secretary
Contract No. 31710, (the Contract) which was authorized by the City
Council by M&C C-20632 on the 25th day of April 2005 and subsequently
revised by one previous amendment, and
WHEREAS, the Contract involves engineering services for the
following project.
Water and Sanitary Sewer Relocations for SH-121T (Southwest
Parkway), Part 2 from Southwest Hulen Street to Alta Mesa
Boulevard.
WHEREAS, it has become necessary to execute Amendment No. 2 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-22965, adopted by the City
Council on the 5th day of August 2008, and further amplified in a
proposal letter dated May 8, 2008, copies of which are both attached
hereto and incorporated herein. The cost to City for the additional
services to be performed by Engineer total $230,290.00,
Article II, of
the maximum fee to
performed under the
the City for all
$1,337,601.00.
2.
the Contract is amended
be paid to Engineer
Contract, as amended, :
work and services sh
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
to provide for an increase in
for all work and services
that the total fee paid by
11 not exceed the sum of
ORIGINAL
3.
All other provisions of the Contract which are not expressly amended
herein shall remain in full/f`orce and
EXECUTED on this the t-4-= day of
Tarrant County, Texas.
ATTEST:
Marty
Ci ty
Hendri
S
ecretary
APPROVAL RECOMN�NDED:
A. Douglas Rademaker, P.E.
Director, Department of Engineering
KIMLEY-HORN AND ASSOCIATES, INC.
Engineer
Name:Glenn Gary, P.E.
Senior Vice -President
801 Cherry Street, Suite 1100
Fort Worth, TX 76102
GALITY:
Assistan
i jz�r Attorney
0��9 :i�rL RECOR®'
CITY SECRETi4RY
FT. WORTH, TX
-2-
fft
eec.
2008, in Fort Worth,
C a s
contract Authorizatioa
g151op
Date
APPROVED:
Fernando Costa
Assistant City Manager
May 83 2008
Mr. Liam Conlon
Project Manager
City of Fort Worth Department of Engineering
1000 Throckmorton St.
Fort Worth, TX 76102
Re: Water and Sanitary Sewer Relocations for SH-121T (Southwest Parkway),
Part 2
Additional Services — Amendment No. 2
KBA No. 061018028
City Project No. 00204
Dear Liam:
Due to additional services requested by the City as part of the Water and Sanitary
Sewer Relocations for SH421T (Southwest Parkway), Part 2, Kimley-Horn has
performed or will perform the work outlined in the following items:
Item 1 (Coordination Meetings)
With Amendment 1, the original contract was revised for Kimley-Horn to attend
a total of sixty one (61) coordination meetings for this project. As of January 31,
2008, Kimley-Horn has attended ninety one (95) coordination meeting. This
amendment will add an additional thirty four (34) coordination meetings for the
meetings we have already attended and an additional thirty (30) coordination
meetings for Kimley-Horn to attend as directed by the City.
Item 2 (Additional Water and Sanitary Sewer Design)
The City has requested Kimley-Horn to perform the following additional water
and sanitary sewer relocations for the SH-121T project:
• Part 3 SH-183 244nch and 124nch water lines —The 24-inch waterline
serves the medical facilities, commercial, and residential development of
City View in southwest Fort Worth. Kimley-Horn designed the 244nch
water line relocation along SH-183 based on NTTA's commitment that
the water and sanitary sewer lines would be given their preferred
alignment and the franchise utilities would be designed around our
alignment. Due to inadequate right -of --way width for the franchise
utilities and the proposed City 24-inch water line, the NTTA requested
the City to change the alignment the water line. The City has requested
Suite 950
801 Cherry Street, Unit 11
Fori Worth, Texas
76102
s
TEL 817 335 6511
FAX 817 335 5070
Mr. Liam Conlon, May 8, 2008, Page 2
and Associates, Inc.
Kimley-Horn to design an additional 2,000 LF of 24-inch and 12-inch
water lines. These lines will be designed along Bryant Irvin Road,
Bryant Henderson Road, and Country Day Lane and include traffic
control and corrosion protection system. Kimley-Horn was 60%
complete with the design that was changed in amendment number 1.
• Part 13 Alta Mesa /Dirks 24-inch water line —The City has requested
Kimley-Horn to take the lead and assist the City in preparing multiple
conceptual alignments, easements, and coordinating with the franchise
utility coordinator and property owners to determine the alignments of
the proposed water line and relocated franchise utilities. Due to the City
and NTTA stopping the Dirks roadway design and construction on the
east side of the SH-121T right-of-way, the City has also requested we
change the scope of the design of the 24-inch water line that was
changed in amendment 1. Kimley-Horn will credit 2,300 LF of 24-inch
water line from SH-121T to Granbury Road.
• Part 191H-20 8-inch sanitary sewer relocation —The City has requested
Kimley-Horn to prepare two (2) additional conceptual alignments and
provide a recommendation for the proposed relocation. Due to TxDOT
requirements, Kimley-Horn was also required to prepare additional
traffic control plans for this project.
• Parts 7B, 11 and 19 bidding documents —The City requested Horn to to revise the bid proposal to include the City's CPMS numbers and
item descriptions, revise the plans and specifications to add two
additional projects designed by other consultants, and revise the
alignment of the Oakmont water line to remove the temporary 10-inch
water line from the bidding documents.
• Part 11 Dutch Branch and Granbury 16h water line —The City has
requested Kimley-Horn to extend the 16-inch water line from the north
to coordinate with the Granbury roadway and water line improvements
south of Alta Mesa / Dirks Road.
• Part I Overton Ridge 18-inch sanitary sewer —Due to the easement
negotiations, the City has requested Kimley-Horn to revise design to
change the sanitary sewer manhole abandonment to a sanitary sewer
manhole removal and vacation of the existing easement.
• Part 3 Overton Ridge 164nch water line —From our review of the in
NTTA Section Engineer's 100% plan submittal, the proposed storm
sewer is in conflict with the existing 164nch water line. Kimley-Horn
will design 600 LF of 164nch and 124nch water lines.
Mr. Liam Conlon, May 8, 2008, Page 3
AHA�011111&16ml I , I
• Stonegate Part 3 M-311 36 Sanitary Sewer — The final design for the
SH-121T Bridge over the Clearfork Trinity River has been completed by
the section engineer and this sanitary sewer line will need to be
relocated. Kimley-Horn will design 1,100 LF of 36-inch sanitary sewer
line for this project. This project will be bid with the Phase 1 of the Part
13 Alta Mesa / Dirks Road water line and will not require an additional
bid package.
• Part 7B Oakmont Blvd. 12-inch and Part I 1 Dutch Branch 16-inch Water
Lines — Design and revisions to the traffic control plans for Oakmont
Blvd. and Dutch Branch Road.
Item 3 (Survey, Easements, and SUE)
Due to the changes in the design listed above, Kimley-Horn has performed 2,000
LF of survey for SH-183 and will provide an additional 1,200 LF of design
survey for M-311. Kimley-Horn has also performed one (1) additional easement
for Overton Ridge and will provide three (3) easements for M-311. The City has
performed the easement documents for the Dirks Road project and this task will
include a credit of six (6) easements for Dirks Road. Kimley-Horn has
performed 500 LF of SUE level B for SH-183 and will provide three (3) SUE
level A for Dirks Road.
Item 4 (Geotechnical Services)
Due to the changes in the design listed above. Kimley-Horn will provide an
additional eleven (11) bores for this project.
Item 5 (SH-121T Master Schedule and OPCC)
Due to changes in the NTTA design, Kimley-Horn will review and provide
written comments for an additional submittal by the NTTA 3 and 4 Section
Engineers.
To track the schedule and budget for the City's water and sanitary sewer
relocation projects associated with the SH-121T Project, the City requested
Kimley-Horn to prepare and periodically update a spreadsheet and exhibits with
the schedules and OPCC for each of the water and sanitary sewer projects.
Kimley-Horn has prepared an additional twelve (12) updates to this spreadsheet.
This amendment will also add an additional six (6) updates to the Master
Schedule and OPCC.
Mr. Liam Conlon, May 8, 2008, Page 4
Item 6 (Additional Bidding and Construction Phase Services)
Based on the revised schedule, Dirks Road will be designed and constructed in
two phases. Kimley-Horn will provide one (1) additional bid package for this
project. Kimley-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.
• Reproduction costs for the additional unit and set of bidding documents
required by the City.
• Pre -construction assistance for the additional unit and set of bidding
documents required by the City.
• Construction phase services for the additional unit and set of bidding
documents required by the City.
Scope of Services
The scope of services for this amendment is divided into the following tasks:
Item 1 (Coordination Meetings): $39,700 (Water $23,820 Sewer $15,880)
® Task 1—Kimley-Horn has attended thirty four (34) additional
coordination meetings from February 27, 2007 through January 31, 2008.
• Task 2 —Upon request of the City, Kimley-Horn will attend an
additional thirty (30) coordination meetings. Kimley-Horn will be
responsible for preparing the meeting agenda and meeting notes. These
meetings include the NTTA monthly utility coordination meetings,
meetings with property owners (Country Day, Bonnell's, Country Day
Apartments, Pate Trust, etc.), meetings with other design engineers, and
City coordination meetings. Projected Fee $18,600
Item 2 (Additional Water &Sewer Design): $104,600 Kimley-Horn
$ 9,000 Reproduction
$ 11,500 Corrosion
$ 2,050 10% Sub Fee
$127,150 Total
(Water $90,754 Sewer $36,396)
e Task 1—Design of 2,525 LF for Part 3 SH-183 24-inch and 12-inch
water lines, traffic control, and corrosion protection system for the
revised water line alignment. The fee includes a 40% credit of the
original design of $3,200. $32,800
• Task 2 —Dirks Road preparation of additional conceptual design
alignments, easements, and coordination with the City, NTTA Utility
Mr. Liam Conlon, May 8, 2008, Page 5
Coordinator, franchise utiles, and Design Engineer. The engineering
fee will include the design of traffic control and corrosion protection and
a credit of 2,300 LF of 244nch water line for $32,100. $11,400
• Task 3 —Part 19 IH-20 8-inch sanitary sewer relocation -preparation of
two (2) additional conceptual alignments and recommendation for the
proposed relocation. Preparation of traffic control plans associated with
the final alignment. $9,800
• Task 4 —Revisions to Parts 7B3 11 and 19 bidding documents —revising
bid proposal to include the City's CPMS numbers and item descriptions,
revising plans and specifications to add the Water and Wastewater
Replacement in Conjunction with Parkway Improvements Along 9"'
Street and the Water Main Replacement on Throckmorton St. From 111h
St. to 12`h St. plans into this set of plan, and revisions associated with
removing the temporary Oakmont 10-inch water line from the plans and
proposal. $12,400
• Task 5 —Part 11 Granbury 16-inch water line —revisions due to changes
in design of the Granbury 164nch water line and traffic control
associated with the Granbury roadway and water line improvements
south of Alta Mesa. $3,900
• Task 6 —Part 7A Overton Ridge 18-inch sanitary sewer —revisions due
to the sanitary sewer manhole removal and vacation of the easement.
$1,600
• Task 7 —Part 3 Overton Ridge 16h water line —design of 600 LF of
water line and traffic control. $139600
• Task 8 —Design of 1,100 LF for Stonegate Part 3 — M-311 36" Sanitary
Sewer. This project will be bid with Phase 1 of the Dirks Road 24-inch
water line plans. $15,900
• Task 9 —Part 7B Design of traffic control for Oakmont Blvd. and
revisions during construction for Part 11 Dutch Branch Road traffic
control. $3,200
Mr. Liam Conlon, May 8, 2008, Page 6
ey morn
and Associates, Inc.
Item 3 (Survey, Easements, and SUE):
$ 9,900 Survey
$ 990 10% Sub Fee
$10,890 Total
(Water $660 Sewer $10,230)
• Task 1—Perform survey for 2,000 LF for SH-183 and 1,200 LF for M-
311. This includes a credit 2,000 LF of survey for the Dirks Road water
line from SH-121T to Granbury Road. All survey will be provided in
accordance with the current scope of services for this contract. $5,700
• Task 2 —Prepare easement documentation for an additional four (4)
locations within the project area. This includes a credit of six (6)
easements for Dirks Road. All easement documentation will be provided
in accordance with the current scope of services for this contract.
($1,800)
• Task 3 —Perform SUE Level A for 3 locations for Dirks Road and Level
B for 500 LF along SH-183 for the additional design stated above. All
SUE will be provided in accordance with the current scope of services
for this contract. $6,000
Item 4 (Geotechnical Services):
$17,200 Geotechnical
$ 1,720 109/o Sub Fee
$18,920 Total
(Water $16,170 Sewer $2,750)
• Task 1—Perform geotechnical services for eleven (11) bores for the
additional design stated above. All geotechnical services will be
provided in accordance with the current scope of services for this
contract. $17,200
Item 5 (('oordination due to revised schedule): $19,800
(Water $11,880 Sewer $7,920)
• Task 1—Kimley-Horn will review and provide comments for an
additional submittal of the Section 3 and 4 Engineer's submittals.
Projected Fee $3,300
• Task 2 —Kimley-Horn has prepared twelve updates to the Master OPCC
and schedule for each water and sanitary sewer project. $11,000
• Task 3 —Kimley-Horn will prepare six (6) additional updates of the
Master OPCC and schedule for each water and sanitary sewer project.
Projected Fee $5,500
Mr. Liam Conlon, May 8, 2008, Page 7
Item 6 (Additional Bidding and Construction Phase Services):
$119300 KHA
$2,300 Reproduction Expenses
$ 230 10% Sub Fee
$15,830 Total
(Water $8,300 Sewer $5,530)
• Task 1—Preparation of one (1) additional bidding package for Dirks
water line east of SH-121 as required by the City. $2,900
o Included in this task is the design work required for preparing an
additional bidding package, including: preparing an additional
set of construction plans and specifications, quality assurance
and quality control, preparing engineer's opinion of probable
construction cost, as well as additional submittal and approval
time with City staff.
• Task 2 —Reproduction costs for the additional units and set of bidding
documents required by the City. $29300
o The City has instructed Kimley-Horn to prepare bidding and
construction contract documents. Bidding and contract
documents will be prepared in accordance with the current scope
of services with the exception of conceptual plans.
• Task 3 —Pre-construction assistance for the additional unit and set of
bidding documents required by the City. $3,300
o This task includes preparation and delivery of addenda to plan
holders and responses to questions submitted to the DOE by
prospective bidders. Also included is attending the scheduled
pre -bid conference, assisting in reviewing the bids for
completeness and accuracy, attending the project bid opening,
developing bid tabulations in hard copy and electronic format,
and submitting four (4) copies of the bid tabulation.
• Task 4 —Construction phase services for the additional unit and set of
bidding documents required by the City. $5,100
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 $230,290 for these
additional services. From the additional services listed above, the recommended
breakdown for water and sewer services is as follows:
Mr. Liam Conlon, May 8, 2008, Page 8
1 � 1
Description - _
WaterItem
Sewer
item 2
Additional Design
3
SUE
Survey, 'Easements, and
Item 5
revised
Coordinationdue to
schedule
Item •
Additional Bidding
The following table summarizes the Fee per Work Phase breakdown:
Work Phase Water Sewer Total
31 $45,295.20 $20,821080 $66,117.00
32 $903590940 $41,643.60 $132,234.00
33 $15,098.40 $6,940.60 $22,039.00
51 $600900 $%300.00 $%900.00
Total $1519584.00 $789706.00 $2309290.00
The following table summarizes our recommended budget revisions by Item
(please see attached Fee Breakdown for an hourly breakdown of each item):
Mr. Liam Conlon, May 8, 2008, Page 9
4 . •
Descri )tion
Item I
Item 2
Item 3
Item 4
Item 5
Item 6
Conceptual
$
PreliminaryConstruction'
:.•1
••1
Final Construction
11
Plans
Pre~Construction1Services
®.
: 1
Construction
11
11
Phase Services
$399700
1
I :'1
:' I
' :i1
: I
I 'I
The following table summarizes our recommended budget revisions and shows
the revised contract amount:
Description
Original Fee
Amend
Amend
Revised
No.I
No.2
Coniract
Pre -Engineering
$8%000
$ -
$ -
$8%000
Conceptual Engineering
$172,850
$1733630
$71,245
$417,725
Preliminary Construction
$96>450
$90,272
WOO
$2053412
Plans
Final Construction Plans
$2263460
$180,840
$12%425
$536,725
Pre -Construction Services
$13,359
$233150
$55830
$423339
Construction Phase
$153800
$255500
$5,100
$46,400
Services
Total Project
$613,919
$493,392
$2305290
$13337,601
Kimley-Horn will subcontract a portion of these services to Alpha Graphics 4183,
Gorrondona and Associates, Inc., and HVJ Associates, Inc., M/WBE
subconsultants. The amount we will be subcontracting is $38,400. This
represents an M/WBE participation percentage of 16.7% for these additional
services. With these Additional Services, our revised contract amount will be
$1,337,601. This will revise our total contract M/WBE participation from
$235,580 (21.3%) to $273,980 (20.5%).
The water and sewer design fees for this amendment are $151,584 and $78,706
respectively. Our revised project water and sewer design fees will be $918,032
and $419,569 respectively.
Mr. Liam Conlon, May 8, 2008, Page 10
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.
Glenn A. Gary, P.E.
Sr. Vice President
GAG/CTD:ctd
Attachments:
P:\06103 8.028\PPP\IC]-IA_ContractWmendment_2UCtiA_ContractV+mend2-Ltcdoc
y
d
C
a)
G
x
w
� d
d
2 LL
O
O
n7
J
L N
a
f6
3
Y
m a•
a-
y °-
m �
3 0
MIA c Wa
o 3 Re
to oa Z a
MEMO RMIMI 4t W
c as
r m co
ad)) O O CL
cD
tD
L LL N Z
w N CD V
c Z o co
a
O
n-
E'
C UMINE
� aci
`m E
3a
d
�C
to
C
Y
O
O
0
0
cD
O
i
N
M
00
O
N
<
0mM
t4
40
64�1
O
O
O
O
0
0
co
ClO
O
O
O
N
W
N
��
co
co
b9
U9
.C-
cI-
Vi
c(D
4i
fA
43
0
E9
69
69
cA
fA
O
Oo00N
NO
N
O
0
o
to
ccD
m
N
Nc
0
6%
0
N
MrII,
EA
w
49
69
H9
b9
di
b9
69
fA
69
0
0
0
0
0
V)
0
N(D
00
r
O
O
CO
0
'�
O
000
t0
`_-
M
CO
N
N
(n
�_
co
N
�
c0
ItIII
N
m
co
O)
6%
b9
69
f9
Cl
0
Cl0
1�
r
0
N
N
co
0
C
m
0
N
N
N
7
N
1�
N
M
N
7
O
N
CQ
W9
m
m
4)
69
69
O
o
0
O
NN
O
0
O
OOO
O
+
o
in
0
0
c h
O
4i
O
y�
IrII'
r
C%q
N
0
ffJ
60
O
Co
O
O
O
O
co'V
00
u7
NrIFI"
O
toO
co
too
00
000p
c0
apr
0
0�
N
N
M
MrIIIN
CO
cD
(D
cD
cD
r-
i-
cD
�--
I
�-
.-
V
M
co
0
0
0
0
0
0
��N
U70
MN
cow_
N
Nm
c00
cD�
w(ODD
m
N
.-•
co
�
�
N
E9
4N969
CD
0
o
0
y�
o
0
0�
oa
0uo9
to
co
0
N
i o
c
0
C
-mj
c
0
m
0
0
o
L
U
c
mo
16111
°
C
U
J
C
0
C
1°
°
E
H
o
v
a`>
M
E
3
Y
«
m
8
y
N
C
E
L
U
.0
a)
C
C
LL
N
>
w
N
MIT
N
aS
O
0
>
N
ca
CA
O
C
m
U
O
.y-.
d
°
C
C
LL
JO
N
v
C
°'
°;'
N
N
J
N
E
E
E
lIvp
m
t
N
C
u)
O
C
_m
s
U
a�
J
m
o
a
c
N
a
c
rn°
o
m
15
p
o
'am
aIT
so,op
W*T
OOZC
o
=
C
0
CN
O
Q
nJ
0c�
0
O
it
ov
C
O
M
C
O
OQ
o
�U
ao
'm°
oUrc
nE
�w
Uc
v
0
c
a�
c
0)
MNo
Lo.
amc
v
o
Q
°D4
�
o
m
0
jya
*�2�cC
C
N-,E
UUF-Q
N
VF-
a�
as
F
MO
0C
'6
C
C
0
N
O
C
C
Y
O
c`7
v
C
0
00
O
O
y
m=
m
m
y
m
m
•V/
c0
MW
y
m
•N
.+
y=
d
N=
w
Q
N
N
N
N
'O
N
==
N
O
d
U
°
N
A
a�
m
a�
m
y
a)
d
N
m
m
3
a>
>
A
t
°
m
r
~
F-
O
U
O
fn
F-
a
0
0
U
(n
F-
F",
0
N
N
E
E
�;
O
N
0
O
O
0
0
N
Z
CO
U
�
O
L
a
U
Q
a
N VIII
n.
0
x
J O
a
zaZ
O
N
W
a CL
a
f3
O
O
O
C
O
o
Cl
v
m
v
ai
H
0
0
O
O
O
O
cc
O
O
N
O
00
'VI"
VIII69
69
M
69
6<3
�
�
N
�
V
M
N
69
69
00
O
CD
O
O
O
O
N
W
N
O
N
M
O
EA
O
669)M
((DO
[fl
69
69
EA
69
O
O
O
0
0O
0
�0
O
�
(0
0:)
NO
(D
N
M
61
r
r
(M
r
0
N
co
0
0
69
M
_
M
64
69
t9
O
O
r
r
N�
r
r
r
0
N
O
O
0
N
01
69
V
69
TI"N
69
69
O
O
O
O
O
0
O
O
N
M
O
O
0
0
0
0
0
O
O
(Op
N
N
O
V
O�
M
O
DOj
�
r
N
O
O
V'
M
I�
co
coco
O
r
O
N
�
^
N
69
69
O
43
6ci
O
O
O
O
O
OO
^
N
O
O
O
O
0
0
O
O
O
c9)
�'
N
a0
M
N
V'
O
W
V'
Nt
O
N
r
q
O
O
M
O
_
P
Ui
E73
M
69
fA
O
o
O
o
0
0
0
N
N
O
r
r
N
M
r
N
V'
N
(D
O
(D
(D
r
r
N
M
CV)
i»
6%
r
»
00
0
0
E9
0
0
v�
O
O
v�
O
O
69
O
O
69
O
O
69
ua
Y
0
0
c
=
aD
o
co
y
y
3
y
N
C
t0
O
N
2
C
C
N
N
y
U
j
N
O
N
`
I
?
cc
°'
c
>
a
0
-o
E
w
E
°
3
aa)
V
`o
a)
°
+f0'
SE
a
ID
u
c
Ir.
m
O
N
O
T
10
@
C
r
-O
aCLvo
CL
cc)
E
E
l0
U
N
C
(0
C
C
N
N
O�
C�boa
Jo
aco
mLL
U)N
Aa
O
3
�
316
�
�N
°p
0
�
E
o
u
o
(DN
s
o
0
a.a
-
°
c
y
m
ItIIIo
`o
E
o
C9
ro
o
m
0O0
to
p
F�-
O
0`
.
O
°p
-ON
O
Itf
O
O
VC
O
0
0r
J
O
ON
i@C
>
i
FNN-
O
OLO
O>
O
O
fNFIN
N0
O
O
C
0�
O
O
O
7
C
42
N
0)w
)
r
Ile
>>.>
,y
.
yN
y>10
INCM�c
y
.O7
yfQ
>N
7
y>
N
O
N
U1
O
N
3
Cl)
HNCif
0
N
F
FL
<n
t-
00
(N
F-
O
0)
h
0
W
N
~
O Ly
m
7
= LL
o` n°
x
d
o
(�
a
LL
N
0
N
co
fn
O
A
C
Z
O
a+
C
f6
d
V
E
O
�
d
�
d
D
3a
d
0)
ca
v
c
ro
L
OD
co
i
N
O71
tco
T
a)
m
tp
<
O
00
OD
ce
69
d4
M
N
N
O O O
O
O O
O
O O
O
O
O
CD
O
u) r� u)
n
0 n 'C'
CC)
0 0
O
0)n
^
O
CD
��o»
LO
���
��
�
F»
6%
cos
i
6%
is
'0
0
0
0
0
0 0 0
0
000
0 0
0
0
to r to
I�
O r d
O:
O O
O
O
N
N
N
O
otno
h
a)r
yjNto
MM
O
m
r
ti69>
69 69 69
69
69 69
69
69,69
69
69
I
69
69
69
O
O O
CoCoO
O
O O
O O
O O
�` COfA
69
69
69
69
60
N
th
69
0
O�
O�
O�
O 69
0
0 6
N
N
6699
69
0
O O
O CDO
0
0 O
0 O
O O
0
0 0
V
69
69
69
69
r�
O
0 0
0 0
O o
O
O�
O o
0
O6%
O
o 0
69
69
69
69
<CO
0
O�
O
O
O
O Ck
O
to
N 00
Q
6
609
6
Vy
0
o�
0
o�
0
o�
0
o�
0
069
o
069
O
069
C
l0
N
C
r
C
O
0)
�
cm
v
a
in
O
N
C
to
N
y'O
U
N
3
0
M
m
fn
U
r
c0
N
O
N
w
W
E
m
O
o
le
O
_
>^ O
a) Nw
c
N
r
OHO
`p
0U
N�
W
U
N
w
N
E
'.
y
,tOR
W
En
>
y
CO r
d
U
U)
G7
<
7
.�.
°d
rc)°
�>
�c)
om
E
c
W
y
x
m
J
u
p
J
3
2
N N
W(n
W�
O
C
O N C
~
O
~
>
N
0 0 °
J
O
W
O
O
O
>,
U
amE)NE
y
u
a
c
�°
J J
�O
a)p
�..
J
N
M
O LL
M
r
0
r
3
O
7
�+
Y
rL
O
Y
CO)
M
O N O
j
C
J
W
(7
W
U
—
,X
0
A
F
cv .- N
fn
F-
,c
O I- CO
h
F
Mtn
N
F
to
F'
F-
D:
fn
,d.
N
E
E
E
w
2$
0
ar C) C)o 0 0
N h 00 O M
FO- LL a- Qj O N
G9 tH N N
a)
a)
LL O O
.a Gl�6% 69 N N
vi vi
N
V)
0)
N O O
a) vi CL 6 M M
W CN
v>
� a)
a)
O LL
2 0
O
O �
.a J
N J
a. N
�+ Q
LW
t,.
1Q a
a
a.
3 0
� s
c Ja
fn O Z v
No za
F- Y CDU)
N NOf
® a a
00
c o a
a LL N Z
w N 0O U
cc Z `° o a
" a
U d �'
v U
� m
3a
d
.0
'Q
C
m
N
0
0
M
)ry
O
p
v>
�
�IA
O
O
Q)
M
O)
O p O
(0 _ O O
O O
O O V n m N O p 0 Q1 M h O M '7
vi C N M N O �' n
v9 C
6% e
O
O co P M ce70� � M M N O M N ) o N M n7 t
vi vi vi to)
In
vi
O O O
O O C)CDO O p O
CO
4t N N N N cco q LO UM) C O 0 N N M 0 0 r� 00 N M
EA 6% v> .-- N N N N t0 cp
v+ v> vs 0
o O o
(D (O O O O O O O O O
M co cc- c0 a0 nt N to N UJ U) M O C) .N- N M � N 00) N Op M M
v3 4S M M dN C6
0
0 O p 0 O 0 O
(O (O M MLn N M M O M N N M U) h co O N m N
v> bs sg
c M
r»
00 O M O 6 O� O M O� O� IC> M O M•
o c ii
O U c
a) 0 0
1) U
0
Q
_ N
U
N v_ 0 N
0 o Z m O
w
a) to o
L al N A C m v)
0 c
y�j LL 0
N U -C
Oa7 d U) N C
00 OC R c 'y N y 0
o U U x o N N c y U
D N n coon V) o QO U) a)
O ns c CL UU cw tw
«� m vQ c 3 3 n.s
N w C CO O; ` c0 3
o v c c c 0 m
N 0 J m .200 V 0 O 0 v
'p Q 00 Q O V) O J
f6 sU O y� `Q G N F
o to a I- .O-+ Q 0 Q— a c� a< O
p_ O Y iD O N V c' m O N O O M N O a _U 0 tD J
Z a Flo
d VJ H 0 f/i �' F IL (n F- Q fn 1- Q U) F Q) (A F
Page I of 2
Mapp U I &9JEM I
DATE: Tuesday, August 05, 2008
LOG NAME: 30121TAMEND2-KH REFERENCE NO.. C-22965
SUBJECT:
Authorize Execution of Amendment No. 2 in the Amount of $230,290.00 to City Secretary Contract
No. 31710 with Kimley-Horn and Associates, Inc., for Water and Sanitary Sewer Relocations for
State Highway 121T (Southwest Parkway), Part 2 from the Hulen Bridge, South to Alta Mesa
Boulevard (City Project No. 00204)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City
Secretary Contract No. 31710 with Kimley-Horn and Associates, Inc., in the amount of $230,290,00 for
Water and Sanitary Sewer Relocations for State Highway 121T (Southwest Parkway), Part 2 from the Hulen
Bridge, South to Alta Mesa Boulevard, thereby increasing the contract amount to $1,337,601.00.
DISCUSSION:
On April 5, 2005, (M&C C-20632) the City Council authorized the City Manager to execute an engineering
Agreement with Kimley-Horn and Associates, Inc., in the amount of $613,919.00 for water and sanitary
sewer relocations for State Highway 121T (Southwest Parkway), Part 2 from the Hulen Bridge, south to Alta
Mesa Boulevard.
The agreement provided for the preparation of plans and specifications for water and sanitary sewer
relocations to facilitate the construction of State Highway 121T (Southwest Parkway) from Hulen Street to
Alta Mesa Boulevard.
The agreement was subsequently revised by one previous amendment (M&C C-22300, August 9, 2007) in
the amount of $493,392.00 that provided design services for the installation and relocation of additional
water and sanitary sewer mains within the limits of the project.
Amendment No. 2 will provide for the following:
. Additional coordination meetings to facilitate public utility relocation for the State Highway 121T project;
. Additional design to allow for the relocation of additional water and sanitary sewer mains;
. Additional design survey, geotechnical services, subsurface utility exploration and easement preparation
on the project;
. Updates to the master schedule and estimated construction costs for water and sanitary sewer
relocations for the State Highway 121T project; and
. Bidding and construction phase assistance for the additional water and sanitary sewer relocation
http://apps.cfwnet.org/council_packet/Reports/mc_print.asp 8/6/2008
Page 2 of 2
projects.
Kimley-Horn and Associates, Inc., proposes to provide the necessary additional work for a lump sum fee of
$230,290.00. Staff considers this amount to be fair and reasonable.
This project is located in COUNCIL DISTRICTS 3 Cl"d 6.
Kimley-Horn and Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing
to 17 percent M/WBE participation on this amendment No. 2. The City's goal on this amendment is 17
percent.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds will be available in the current capital budgets, as appropriated, of
the Water and Sewer Capital Projects Funds,
TO Fund/Account/Centers
Submitted for City Manager's Office bv•
Originating Department Head:
Additional Information Contact:
FROM
Fund/Account/Centers
P265
531200
603170020432
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Liam Conlon (6824)
$90
,590.40
$45,295.20
$151098040
$600.00
$20, 821.80
$41,643,60
$6,940a6O
$9,300000
http://apps.cfwnet. org/council_packet/Reports/mc_print.asp
8/6/2008