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