Loading...
HomeMy WebLinkAboutContract 59598-A1CSC No. 59598-A 1 AMENDMENT No.1 TO CITY SECRETARY CONTRACT No. 59598 WHEREAS, the City of Fort Worth (CITY) and Kiml.ey-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 59598, (the CONTRACT) which was authorized M&C 23-0413 on the 23rd day of May, 2023, in the amount of $557,800.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Southeast Connector Project, CPN 104513; 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 $564,100.00. 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 $1,121,900.00. 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 Southeast Connector CPN 104513 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Wil.1.iam Johnson Assistant City Manager DATE: 02/14/2025 ATTEST' � A � Jannette Goodall City ,Secretary APPROVAL RECOMMENDED: Christooher Harde r Christopher Hard�r (Feb 14, 2025 06:32 CST) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: ENGINEER Ki.ml.ey-Horn and Associates, Inc. Johnf{f �1!#:=• r, £. Vice President DATE: 02/10/2025 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. John Kasavich, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Feb 14, 2025 09:41 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort �lorth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 2 of 2 M&C No.#: 25-0080 M&C Date: January 28, 2024 Form 1295: 2024-1228788 Southeast Connector CPN 104513 Kimley>>> Horn September 11, 2024 John R. Kasavich, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 RE: SOUTHEAST CONNECTOR Amendment No. 1 KHA No. 061018444 City Secretary No. 59598 — City Project No. 104513 Dear Mr. Kasavich: The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER) perform additional services under Amendment No. 1 for the SOUTHEAST CONNECTOR project. We are pleased to submit our Amendment No. 1 to provide continued service to the City on the project. This amendment includes approximately 6 months of additional design reviews and 12 months of additional construction phase services. The total project consists of 86 water and sanitary sewer relocations. Below is a summary of South-Point Constructors (SPC) base scope of work, which was used for the Kimley-Horn contract. Amendment No. 1 is for the deferred work component 1, which has been added to the SPC's scope of work. Base Scope: Water and Sanitary Sewer Relocations Water Packages: • W-PK01 • W-PK03 • W-PK02 • W-PK04 Sanitary Sewer Packages: • SS-PK01 • SS-PK03 • SS-PK02 • SS-PK04 Deferred Work Component 1: Water and Sanitary Sewer Relocations Water Packages: • W-PK6A • W-PK10A • • W-PK8 • W-PK11A • W-PK9 • W-PK12A Sanitary Sewer Packages: • SS-PK02A • SS-PK10B • • SS-PK66 • SS-PK11 B • SS-PK7 • SS-PK12B Appurtenance Adjustment Package Appurtenance Adjustment Package k`9 Cherry Street, Unit 11, Suite 950, Ft. Worth, TX 76102 Kimley>>>Horn SPC's presentation to the City on August 15, 2024 outlined the remaining work for the project which includes the following: review of 10 water and sanitary sewer relocation design packages; review of 7 utility agreement packages; review of 35 construction work plans; review of material/shop drawings; and review of material testing. Additionally, KHA will continue to provide construction observation services for the City to assist the City with ongoing construction activities. As of September 9, 2024, approximately 12 crews are working on the project. SPC has communicated to the City that the number of crews working on the project will likely increase. Below is the recommended increase to the budget for the project. TASK 2.0 — CONFLICT ANALYSIS: ($110,700) ENGINEER will complete Conflict Analysis in accordance with the Original Contract and as follows: • ENGINEER to provide additional review of utility relocation design packages submitted by the design-build contractor. TASK 3.0 — CONSTRUCTION SUPPORT SERVICES: ($453,400) ENGINEER will complete Construction Support Services in accordance with the Original Contract and for the following: • ENGINEER to provide additional construction support services for the City. We recommend that the CITY increase the budget by $564,100 for these additional services. The following tables summarize our recomrriended budget revisions, water design fees, sanitary sewer design fees, and revised contract amount: Description Water Sewer Total Task 2 — Conflict Analysis $55,350 $55,350 $110,700 Task 3— Construction Support Services $226,700 $226,700 $453,400 Total $282,050 $282,050 $564,100 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Total Original Contract $278,900 $278,900 $557,800 Amendment No. 1 $282,050 $282,050 $564,100 Total $560,950 $560,950 $1,121,900 01 Cherry Street, Unit 11, Suite 950, F#. Worth, TX 76102 � Kimley>>> Horn Page 3 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Amendment Revised Contract No.1 Contract Task 1 — Project Management $212,300 - $212,300 Task 2 — Conflict Analysis $154,400 $110,700 $265,100 Task 3— Construction Support Services $133,900 $453,400 $587,300 Task 4— Survey and SUE $57,200 - $57,200 Total Project $557,800 $564,100 $1,121,900 The total MWBE participation was revised to $58,200 (5.2%) for this amendment. The following tables summarize our revisions to the MWBE percentages: Firm Primary Original Scope Amend. Revised Revised % Responsibility Contract Change No.1 Contract Prime Consultant Kimley-Horn and Conflict Analysis/ o Construction $527,800 - $535,900 $1,063,700 94.8/0 Assoc., Inc. Support Services MWBE Sub-Consultants Gorrondona & Survey and $10,000 -$10,000 - $0 0% Associates, Inc.** Easements The Rios Group** Subsurface Utility $20,000 -$20,000 - $0 0% Engineering Geisler Partners Conflict Analysis - $30,000 $28,200 $58,200 5.2% Consulting Engineers Non-MWBE Sub-Consultants TOTAL I$557,800 I $0 I$564,100 I$1,121,900 I 100% **SPC is providing all work associated with the survey easements and SUE. Kimley-Horn coordinated with the MWBE department to remove Gorrondona and Rios from the contract and utilize Geisler Partners Consulting Engineers to meet our MWBE commitment. s 1 Cherry Street, Unit 11, Suite 1300, Ft. Wo Kimley>>>Horn Total Contract Description Original Amend. Revised No. 1 Contract Amount $527,800 $564,100 $1,121,900 Total Contract MWBE $30,000 $28,200 $58,200 Total Contract MWBE 5.4% 5.0% 5.2% Percentage City's MWBE Goal 5% Page 4 In accordance with the scope modification letter dated August 30, 2023 and submitted to the City on September 1, 2023, the original contract and this amendment will be a"Time and Materials with Rate Schedule" project. As discussed in this letter, South-Point Constructors (SPC) has agreed to reimburse the City for the original agreement and future amendments on the project in accordance with the Southeast Connector Public Utility Accommodation Agreement (PUAA). In order for the City to receive reimbursement, the City will need to provide backup documentation of the City's costs which includes Kimley-Horn's time and hourly rates. 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. .-� /1.�, �. E. John R. Atkins, P.E. Senior Vice President Copy to: Tony Sholola, P.E., City of Fort Worth Attachments: - Water & Sanitary Sewer Relocation Maps - Level of Effort Spreadsheet - Form 1295 K:\FTW Ulilities\061018411-CFW-2019-WSM-I\PPP\POST NTPWmendment-1\WSM-I Amendment 1 Summary Ltr_V2.docx 01 Cherry Street, Unit 11, Suite 130: � O r- N N U .� N � � � Z O d � d ` M N � � � N Vi �-' 10 �[ C y � � Q O C � O N m � V Z � +� � � c m ?' W 0 o L o U o� c o�' j (n (0 (n � N Q N J F-� 'j� T ro c Q u w c 0 U 0 0 m N m � � vv �� �z `'n am �o M N � N E _ '��° — � m v� m m � `o o` 'C a �=~ �n �a 'o � �n' �'n w a` w w tt' � � � � � z N W `- E c c� aEo f'n � � � d ��o" �w� x `o � m m _ m m F w tn w �v� O J C - � m v t�- C ` � O � v � u � � � a� U QI-u City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 28, 2025 REFERENCE NO.: **M&C 25-0080 LOG NAME: 60SECONNECTORA1-KHA SUBJECT: (CD 8) Authorize Execution of Amendment No. 1 with Kimley-Horn and Associates Inc., in the Amount of $564,100.00 for the Southeast Connector 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 ofAmendment No. 1 in the amount of $564,100.00, to City Secretary No. 59598, an engineering agreement with Kimley-Horn and Associates, Inc. for the Southeast Connector Project for a revised contract amount of $1,121,900.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $797,700.00, from available PayGo residuals in the Water & Sewer Capital Projects Fund, for the purpose of funding the Southeast Connector project (City Project No. 104513) to effect a portion of Water's contribution to the Fiscal Years 2025- 2029 Capital Improvement Program. DISCUSSION: On May 23, 2023 Mayor & Council Communication (23-0413) the City Council authorized an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $557,800.00 for design oversight and project management services on Southeast Connector. Texas Department of Transportation (TXDOT) entered into an Agreement with South-Point Constructors (SPC) to identify and construct highway improvements in southeastern part of Tarrant County including portions of the Interstate Highway (IH)-20W, IH-820, and United States (US) 287 corridors within the City. TXDOT and SPC control the schedule timeline, the scope, and the total cost of this project. These improvements affect the City's water and wastewater infrastructure which must often be relocated. Amendment No. 1 will provide additional design and construction support services as SPC continues to expand the highway project. The proposed scope of services consists of project management; plan reviews of drawings provided by the contractor or other engineers; construction support services including attending pre-construction meetings, on-site observations, construction progress meetings, and shop drawing reviews; project meetings with City, stakeholders, contractors, other consultants, and citizens and conflict analysis along IH-20W, IH-820, and US 287. In addition to the contract amount $233,600.00 (Water: $117,050.00; Sewer: $116,550.00) is required for project management and inspection, easement negotiations, and land costs. SPC will reimburse the City for this agreement and future amendments on the project in accordance with the Southeast (SE) Connector Project Utility Adjustment Agreement (PUAA). This project will have no impact on the Water Department operating budget when complete. It is the practice of the Water Department to appropriate its Capital Improvement Program (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, as follows: 60SECONNECTORA1-KHA Budget Capital Revised Project FY2025 CIP Change Fund Name Appropriations Authority �Increase/ FY2025 Name Decrease) Budget Fund 104513 — 56002 Southeast — W&S Connector $0.00 This M&C $797,700.00 $797,700.00 Capital Project Projects Funding for the Southeast Connector is depicted below: Fund Appropria tons Additional Appropriations Project Total* W&S Capital Projects $937,800.00 $797,700.00 $1,735,500.00 — Fund 56002 Project �g37 800.00 Total � $797,700.00 $1,735,500.00 *Numbers rounded for presentation purposes. Funding is available in Water Department's Unspecified-All Funds Project within the Water & Sewer Capital Projects Fund for the purpose of funding the Southeast Connector project. Business Equity: Kimley-Horn and Associates, Inc. agrees to maintain its initial MBE commitment of 5 percent that it made on the original agreement and extend and maintain that same MBE commitment of 5 percent to this first amendment. Therefore Kimley-Horn and Associates, Inc. remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project within the W&S Capital Projects Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the Southeast Connector project to support the approval of the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs),: TO FundC Department cc I ID FROM unt Project Program ctivity Budget Reference # � moun ID Year (Chartfield 2) � �Fund Department ccoun Project Program ctivity Budget Reference # mount _ ID ID Year (Chartfield 2) _ CERTIFICATIONS: Submitted for City Manager's Office by_ William Johnson (5806) Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 104513 Southeast Connector KHAAPCF Form Signed RL.pdf 2. 60SECONNECTOR-KHA FID Table.xlsx (CFW Internal) 3. 60SECONNECTORA1-KHAfunds avail.docx (CFW Internal) 4. 60SECONNECTORA1-KHA Map.pdf (Public) 5. Form 1295.pdf (CFW Internal) 6.ORD.APP 60SECONNECTORA1-KHA 56002 A025(r2).docx 7. PBS CPN 104513.pdf (CFW Internal) 8. SAM.gov search KHA.pdf (CFW Internal) Chris Harder (5020) John Kasavich (8480) (CFW Internal) (Public) N N N N N N N N N N N N N N Ol N N QI tll N N N N �1 fll N fll fll 7 7 7 7 7 7 7 N 7 � 7 7 3 7 7 N Q Q a n. a n_ a Q o. Q a n_ Q Q W W W W W W W W W W W W W W tn cn tn tn ui in cn v� tn cn cn tn tn in tn vi in in m rn m m m rn m m m m m rn m m m rn rn m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O V V V V V V J J J Ol Ol Ol Q1 Q� Q1 Ol Ql Ql O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �A �A �A �A A A �P �A �P �A A �A .P A �A A A �P W W W W W W W W W W W W W W W W W W O O O O O O O O O O O O O O O O O O ln ln ln ln tn ln ln ln A ln ln ln ln ln cn ln ln �A F-� W V W F-� �I H W l0 F-� I-� W V W I� V W l0 I-� I--� A W F-' I--` F-� W U'i I-� H' F-� A W F-� I-' W Vt O O O O O O O O Ql O O O O O O O O Ql F-� W O Ul I-� O F-` lJ1 O V-� F-' W O ln F-' O ln O O ln I-� O O I--' O O O O O Ul F-' O O F' O O F-` O O O F-+ O F-' O h� I--` F-' O O O F-' O O F' 1-' F-� F-+ F-' F--� F� F-' F-� F-� F-� F-+ I� F-� F-� F-` F-+ F� F� O O O O O O O O O O O O O O O O O O A A A A�P .A A A A A�P A A�A A A�A �A Vl lfi Vl U'i lJ� u'i ln l71 l71 l!7 U'i lJt Vl U'i ln lrt U'� u'i N� F-+ N N� N� N i--� N r i--� N N r-+ N N w w w w w w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N�� N N N N� N N N N N N N V V V V �I J V V V J J V J J V V J �I 00 J 00 J� �A �A W W W 00 W �I 00 �A A A W W ln O O O O O O O O lfl O O O O O O O O l0 tD lD lD lD l0 lD lD lD lD l0 l0 lD lD lD l0 lD l0 lD lD lD l0 lD lD lD lD lO l0 lD lD l0 l0 l0 lD l0 l0 1p 1p l0 lD lD lD l0 l0 lD lD lD l0 l0 lD lD l0 l0 lD t/� V� i/T t/� i/T {A V? N W t/1 Vf iA N W A t/� i/1� t/� t/) N W Oo l0 J� W{/T t/) t/T {/� N 00 lD V 1-* N N U'i O V N 00 V J N N N 1J7 O N l0 N ln lf1 lf1 O O 00 O O� N 00 O V7 ll1 O O O I� ll� O O O O O O Ul O tf7 O O O O O O lf� O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � m m m m�('1 v�� C m m m m(") n� "�� v�i N v�i v�, d � d v '=• v�i v�i v�, v�i � r+ rt (D N (D (D �+ r-r '"t '"f � N (D N fD r�r `� � � � � 3 `� a `� `� '� 3 3 3 � �, � n ro r� m ro v, � �� n= 3 3= * � � ,-=r r�-r r�+ rt N � d � rt rr r-r r-r � O �, -p � O � Q D D D D � Q D D D D ,-r j � Q � Q r-r = � .�Q .� � Q p� C C C C p p� C C C C � '�. ln ln tn ln 7 '"f. ln ln ln N � � h r�+ rt� r+� N � h� r# .-F� rf� �-f � 0 0 � � h 7 Q � � � � 7 :3 7 3 � 7 7 7 � v,ltn cnlu, rn m m rn 0 0 0 0 0 0 0 0 N N N N O O O O O O O O A .�I�- .�A A W W W W O O O O l�D l�D lD D V1 Ul U1 ln Ol Ql Ol Ql O O O O O O O O F-� F-' 1-' F� C N C N O z O N � N� � Cl W (l W nlol I�I� lD � �O �O {/f i/� i/T {/1 W W W W lD lD l0 lD 00 W �O lD Ol Ql F-' F� O O O O O O O O O O O O O O O O �0�0� cn vi cn in rn m m m 0 0 0 0 0 0 0 0 , N N N N _,it�� O O O O J Ol V m - O O O O - ���;�� A �A A A W W W W O O O O � � l71 lfl Ol T O O O O F-� F--� O o O O W W W W O ln I l!1 I N i/� {/� i/� t/� W W W W l0 lD lD lD � � � � Ol F-� Ql F-� O O O O O O O O O O O O O O O O � 0 � � n O � iy n H O�7 Y i+V � '�7 � � � C �