HomeMy WebLinkAboutContract 60791-A1CSC No. 60791-A1
AMENDMENT No.l
TO CITY SECRETARY CONTRACT No. 60791
WHEREAS, the City of Fort Worth (CITY} and Kiml.ey-Horn and associates
Inc., (ENGINEER} made and entered into City Secretary Contract No. 60791,
(the CONTRACT} which was authorized M&C 23-1074 on the 12th day of December,
2023, in the amount of $1,928,983.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Northside III 48-inch Water Transmission Main Al.ignment Study &
Land, CPN 104940; and
WHEREAS, it has become necessary to execute Amendment No. 1 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 $1,274,037.00.
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 $3,203,020.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023
Page 1 of 2
Northside III 48" WT Main Alignment Study & Land CPN 104940
02/10/2025
Kimley>>>Hnrn
October 29, 2024
Ms. Preeti KC
Project Manager
City of Fort Worth Water Department
200 Texas Street
Fort Worth, TX 76102
Re: NORTHSIDE III 48-INCH WATER TRANSMISSION MAIN ALIGNMENT STUDY
Amendment No. 1
KHA No. 061018460
City Project No. 104940 / City Secretary No. 60791
Dear Preeti:
The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under
Amendment Number 1 for the NORTHSIDE III 48-INCH WATER TRANSMISSION MAIN
ALIGNMENT STUDY project. After Kimley-Horn designed the conceptual alignment study portion of
the transmission main for Northside III and after subsequent coordination with developers, the City
divided the 54 to 48-inch transmission main into three phases and determined it would be beneficial
to have Kimley-Horn proceed with final design and bidding of all three phases. In addition, the
alignment selected by the CITY resulted in additional linear footage of 54-inch transmission main not
included in the original contract. The selected alignment also required extensive coordination with
various developments, resulting in additional mass grading design and coordination for the inclusion
of a portion of Fleming Ranch Road construction designed by others. These improvements are further
described as follows:
TASK 1 — DESIGN MANAGEMENT: ($45,940)
ENGINEER will complete Design Management in accordance with the Original Contract for the
following:
• Twelve (12) monthly project meetings and twelve (12) monthly project coordination meetings
with City staff and other consultants were included in the original contract. An additional
twenty (20) project coordination meetings and ten (10) meetings with City staff and other
consultants are anticipated.
TASK 2.0 — CONCEPTUAL DESIGN: ($49,445)
ENGINEER will complete Conceptual Design in accordance with the Original Contract for the
following:
. The total contract included design for 49,900 linear feet of 48- to 54-inch transmission main.
After City approval of the Alignment Study, the selected alignment included an additional
9,100 linear feet of 54-inch transmission main and 1,500 linear feet of 24-inch transmission
main.
. Due to timing of various developments along the alignment and property acquisition, the
CITY requested the project be divided into three (3) design packages.
• After completion of the Alignment Study, the City requested the ENGINEER to evaluate an
alignment along the Oncor corridor parallel to Boat Club Road. This included the preparation
of exhibits for Oncor review and one (1) coordination meeting with Oncor.
� �:�lo��k���/ ��Tolilol(�T�o�l :1 — (,�'i� i �o� C 1f� ���A���lii��l� �� �� ��,''�1.0,�'I � �I ���
Kimley>>> Horn Page 2
TASK 3.0 — PRELIMINARY DESIGN: ($205,422)
ENGINEER will complete Preliminary Design in accordance with the Original Contract for the
following:
• The total contract included design for 49,900 linear feet of 48- to 54-inch transmission main.
After City approval of the Alignment Study, the selected alignment included an additional
9,100 linear feet of 54-inch transmission main and 1,500 linear feet of 24-inch transmission
main. This also included an additional two (2) design packages.
• With the phasing split on the project, an additional surge analysis and report was needed.
The timing of Phase 2 of the project was significantly expedited, which required an additional
simplified analysis to analyze vacuum conditions in the transmission main.
. During geotechnical investigations, several areas along the alignment were inaccessible by a
standard drilling truck rig and required the mobilization of an ATV drilling rig and additional
TxDOT permitting. Additional analytical soil testing was also added to complete the cathodic
protection design.
. The alignment selected by the City followed the future Fleming Ranch Road corridor between
Boat Club Road and Bonds Ranch Road. Along this corridor, the alignment traversed through
three (3) developments: Northpoint West (Lennar), Cibolo Hills (Chapel Hill West), and
Chapel Hill West (Greenbrick).
■ The Phase 2 60% design package was completed for 4,100 linear feet along the
Northpoint West development from Boat Club Road. Following the submittal, the City
requested the alignment be revised to include a total of 18,200 linear feet to Bonds
Ranch Road and Business 287. 60% plans were already completed with the initial
phasing, requiring the plans, contract documents, and permits to be revised.
■ The City's approved Master Thoroughfare Plan alignment of Fleming Ranch Road
through Cibolo Hills did not align with the Northpoint West plans that were approved for
construction. This required coordination with the City's Water Department and
Transportation and Public Works Department to revise Fleming Ranch Road's alignment,
and subsequently the alignment of the transmission main.
■ The Chapel Hill West development included the construction of the northbound lanes of
Fleming Ranch Road. To allow the transmission main to be constructed ahead of the
road construction, the City requested the design plans for Fleming Ranch Road, including
street lighting and storm infrastructure, be included with the construction package of the
transmission main.
■ Because developer agreements were not completed at the time of preparation of the
plans, the developers were not able to release CAD files of their developments. The City
requested the ENGINEER proceed with design, which required drawing in the proposed
development plans from PDFs to set the transmission main alignment. CAD files of these
developments were received after 60% design was complete, which required the design
files to be revised and adjustments to be made to the transmission main alignments.
• A portion of the Phase 2 alignment follows within Bonds Ranch Road right-of-way. Tarrant
County commenced a design project for reconstruction of Bonds Ranch Road from Boat Club
Road to Business 287. The City requested the ENGINEER coordinate with Tarrant County
and their design consultant for future plans of Bonds Ranch Road and the alignment of the
transmission main.
���I�A�k�''/�o(olll0l.(clol��l� :1 - '''fl`I�� `�yl��.; �II.�OIO��Ii{S,iYA�,�a)Il�;il��li>n<I14611_0 �tvil�l/i;;����;�
Kimley>>> Horn
Page 3
TASK 4.0 — FINAL DESIGiV: ($771,413)
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
• The total contract included design for 17,900 linear feet of 48- to 54-inch transmission main
through Final Design. The CITY requested the ENGINEER to add three (3) additional design
packages.
■ Phase 2: Includes 18,200 linear feet from Boat Club Road to Bonds Ranch Road
■ Phase 3a: 4,700 linear feet along Bonds Ranch property to be incorporated into Teague,
Nall, and Perkins Westside IV 24-inch transmission main construction package
■ Phase 3b: 24,400 linear feet from Business 287 to the intersection of Blue Mound Road
and Wagley Robertson Road.
These changes result in an additional 47,300 linear feet of Final Design from the original
contract.
The Northpoint West development added a significant amount of fill for the construction of the
southbound lanes of Fleming Ranch Road, which was then daylighted to existing grade. The
selected alignment followed along the median of Fleming Ranch Road, therefore creating
concerns for pipe stability and exposure of the transmission main. After the completion of
Preliminary Design, additional design for mass grading was required for approximately 4,100
linear feet of Phase 2 to ensure stability and protection of the transmission main.
The CITY requested ENGINEER to add LJA Engineering as a subconsultant to incorporate
Fleming Ranch Road into the construction package for Phase 2.
With the addition of three final design packages, additional subconsultant work was required
to provide cathodic protection recommendations, tunneling recommendations, structural
recommendation for butterfly valve vaults, and constructability and estimating
recommendations coinciding with each phase.
TASK 5.0 — BID PHASE SERVICES: ($49,739)
ENGINEER will complete Bid Phase services in accordance with the Original Contract for the
following:
• The original contract included bid phase services for one (1) phase: 17,900 linear feet from
the Eagle Mountain Water Treatment Plant to Boat Club Road. Due to property acquisition
timing, the City requested that the transmission main be divided into three (3) additional
phases with three (3) separate bids.
TASK 8.0 — SURVEY AND SUE SERVICES ($99,413)
ENGINEER will complete Survey and SUE services in accordance with the Original Contract for
the following:
• The original contract included topographic survey along the transmission main alignment. An
additional 9,100 linear feet of survey was required for the revised alignment to the
intersection of Blue Mound Road and Wagley Robertson road.
• The original contract included Level A subsurface utility engineering along the transmission
main alignment. Additional SUE will be performed at gas line crossings, due to the extension
of the alignment and alignment revisions.
�kVio�lk���/ InCo����- ° ��
Kimley>>>Horn
Page 4
TASK 9.0 — PERMITTING ($22,665)
ENGINEER will complete Permitting services in accordance with the Original Contract for the
following:
• The original contract included services associated with Union Pacific Railroad and BNSF
Railroad for the transmission main alignment. The permit application fees were not included
in the Original Contract. In addition, additional coordination is required for Union Pacific
Railroad.
• After completion of 60% design of Phase 2, the ENGINEER was notified that a property was
dedicated as parkland for Chapel Hill Park. This requires a Texas Parks and Wildlife —
Chapter 26 permit. The ENGINEER will complete the parkland conversion application and
necessary exhibits, and attend up to two (2) Park Advisory Board Meetings to answer any
project specific questions.
With allocating $30,000 for Additional Services, we recommend that the CITY increase the budget by
$1,274,037 for these additional services. The following tables summarize our recommended budget
revisions, water design fees, and revised contract amount:
Description Water Total
Task 1 — Design Management $45,940 $45,940
Task 2 — Conceptual Design $49,445 $49,445
Task 3 — Preliminary Design $205,422 $205,422
Task 4 — Final Design $771,413 $771,413
Task 5— Bid Phase Services $49,739 $49,739
Task 8— Survey and SUE Services $99,413 $99,413
Task 9 — Permitting $22,665 $22,665
Task 10 —Additional Services $30,000 $30,000
Total $1,274,037 $1,274,037
The following breakdown for water and sewer services is recommended:
Water Fee Sewer Fee S Fee y Total
Original Contract $1,555,948 $0 $373,035 $1,928,983
Amendment No. 1 $1,206,007 $0 $68,030 $1,274,037
Total $2,761,955 $0 $441,065 $3,203,020
k 801 Cherry Street,. �2 b11
Kimley>>> Horn
Page 5
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Task Original Amend Revised
Number Contract No.1 Contract
Task 1 $39,565 $45,940 $85,505
Task 1A $127,660 $0 $127,660
Task 2 $151,590 $49,445 $201,035
Task 3 $375,970 $205,422 $581,392
Task 4 $263,008 $771,413 $1,034,421
Task 5 $18,230 $49,739 $67,969
Task 6 $71,250 $0 $71,250
Task 7 $184,890 $0 $184,890
Task 8 $532,529 $99,413 $631,942
Task 9 $134,291 $22,665 $156,956
Task 10 $30,000 $30,000 $60,000
Total �1,928,983 $1,274,037 $3,203,020
Project
The M/WBE goal for this amendment is 12.64% and the attached LOE summary shows our
commitment to meet this 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.
"/�—
�.Z�� � E•
John R. Atkins, P.E.
Senior Vice President
J RA/sdw
Attachments:
Level of Effort Summary
K:\FTW Utilities\061018460-Northside III Transmission Main\PPP\POST NTPWmendmentlk112024-10-25 Amend1 NS3.doc
L�4�o��1-\�/ IiiiolilalicColii�l J
= tiiiiiiiiiiiiiiiiiiiiiiiiii�iii iiiiiii'i��ii�iiiiii iiiiii��i��iii
11�111111111111111111111111111111111111111111�■III�111111111111111111
�isisi������ii�i�i���o���iiiiiii���i���ie��i�����ii������ii�i��iii�i
��
og
�g�
���
��g
880
� L L
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 28, 2025
LOG NAME: 60NS111481NWTMA1-KHA
REFERENCE NO.: *�M&C 25-0094
SUBJECT:
(CD 7, CD 10 and ETJ) Authorize Execution of Amendment No. 1 in the Amount of $1,274,037.00 to an
Engineering Agreement with Kimley-Horn and Associates, Inc. for Alignment Study and Sixty Percent
Design of the Northside I II 48-Inch Water Transmission Main Alignment Study & Land Project and Adopt
Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 1 in the amount of $1,274,037.00, to City Secretary Contract
No. 60791 an Engineering Agreement with Kimley-Horn and Associates, Inc., for the Northside III
48-inch Water Transmission Main Alignment Study & Land project for a revised contract amount of
$3,203,020.00; and
2. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Rev Bonds Series
2024 Fund by increasing estimated receipts and appropriations Northside III 48-inch Water
Transmission Main Alignment Study & Land project (City Project No. 104940) in the amount
of $1,274,037.00 and decreasing estimated receipts and appropriations in the Commercial Paper
project (City Project No. UCMLPR) by the same amount, to efFect a portion of Water's contribution to
the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On December 12th, 2023, Mayor and Council Communication (M&C) 23-1074, the City Council authorized
an engineering agreement in the amount of $1,928,983.00 with Kimley-Horn and Associates, Inc. (City
Secretary Contract No. 60791) for Northside III 48-inch Water Transmission Main & Land project. The
original scope of services provided for an alignment study/selection, hydraulic analysis, the preparation of
sixty percent design plans and specification for the selected alignment, design survey, geotechnical
investigations, title survey, easement document preparation, coordination with various agencies, and
permit applications. Additionally, final plans and specifications along with construction phase services was
to be provided for the 17,900-foot segment (Phase I) of the selected alignment from Park Drive to the
Eagle Mountain Water Treatment Plant to allow for increased pumping efFiciency for future expansion of
the treatment plant.
Amendment No. 1 will provide compensation for the following additional services on the project: Concept,
preliminary and final design of 1,500 feet of 24-inch and 9,100 feet of 54-inch water transmission mains as
requested by the City; extra alignment study as requested by the City on Oncor right-of-way adjacent to
Boat Club Road; Revisions to the project plans to accommodate three developments through which the
water main will traverse: Northpoint West (Lennar), Cibolo Hills (Chapel Hill West), and Chapel Hill West
(Greenbrick); the incorporation of developer proposed street, drainage and street light improvements on
Fleming Ranch Road into this project to eliminate having to cut the road in the future; final design for
47,300 feet of the project main; the creation of two additional phases to facilitate construction of the
project; design for mass grading for a 4,100 feet segment of the water main on Fleming Ranch Road to
ensure stability and prevent exposure of the main; additional design survey; preparation of Parkland
Conversion Documents and extensive coordination with developer, developer engineers, Tarrant County
and Union Pacific Railroad.
Kimley-Horn and Associates, Inc., proposes to provide the necessary services for a fee not to exceed
$1,274,037.00. Staff considers the proposed fee to be fair and reasonable for the scope of services
proposed.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year
(FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of
the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
60NS111481NWTMASA1-KHA
Budget
Capital Revised
Project FY2025 CIP Change
Fund Name Appropriations p`uthority �Increase/ FY2025
Name Decrease) Budget
56022 104940
— W&S - NS III
Rev 48
Bonds WTM $0.00 This M&C $1,274,037.00 $1,274,037.00
Series Align
2024 Study
& Land
Funding is currently available in the UCMLPR Commercial Paper project within the W&S Rev Bonds
Series 2024 Fund.
Appropriations for the NSII WTM Align Study and Land project are as depicted below:
Fund Appropriatons p`dditional Appropriations Project Total*
56022 -
W&S �3,349,770.00 $1,274,037.00 $4,623,807.00
Rev
Bonds
Series
2024
Project �3,349 770.00
Total � $1,274,037.00 $4,623,807.00
*Numbers rounded for presentation purposes.
This project will have no impact on the Water Department's operating budget when complete.
Business Equity: The Business Equity Division placed a 12.64 percent business equity goal on this
Change Order/Amendment. Kimley-Horn and Associates, Inc., has agreed/committed to utilize 12.99
percent business equity subcontractor participation for the scope of work, meeting the City's Business
Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
The project is located in COUNCIL DISTRICTS 7, 10 and ETJ.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Commercial Paper project within
the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2024 Fund for
the NS11148 WTM Align Study &Land project to support the above recommendations and execution of the
contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying
the availability of funds.
FUND IDENTIFIERS (FIDs),:
und De artment ccoun Pro'ect Pro ram ctivit Bud et Reference # mou
p J 9 Y 9
ID ID Year (Chartfield 2)
FROM
Fund Department ccoun Project Program ctivity Budget Reference # mount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
Preeti KC (5467)
ATTACHMENTS
1. 60NS111481NWTMA1-KHA FID TABLE (WCF 12.12.24).xlsx (CFW Internal)
2. 60NS111481NWTMA1-KHAfunds avail.docx (CFW Internal)
3.60NS111481NWTMA1-KHA.pdf (Public)
4. Compliance Memo.pdf (CFW Internal)
5. Form 1295.pdf (CFW Internal)
6.ORD.APP 60NS111481NWTMA1-KHA 56022 A025(r2).docx (Pub�ic)
7. PBS CPN 104940.pdf (CFW Internal)
8. SAM.gov search KHA.pdf (CFW Internal)
�
0
z
�
.,
�
..
A
W�y
G
yy
a
a
�
a
�
�
a
�
�
y
v
�o
r
�