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
�