HomeMy WebLinkAboutContract 60591-A2CSC No. 60591-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 60591
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 60591,
(the CONTRACT) which was authorized by M&C 23-0908 on the 31St day of
October, 2023 in the amount of $974,121.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in
the amount of $69,185.00 authorized by M&C 24-0134 on February 22, 2024;
and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Water and Sanitary Sewer Replacement on Camp Bowie Boulevard, CPN
105062; and
WHEREAS, it has become necessary to execute Amendment No. 2 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 $83,003.00
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 $1,126,309.00.
OFFICIAL RECORD
CITY SECRETARY
3.
FT. WORTH, TX
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort V7orth, Texas P7 & SS Repl. on Camp Boc�iie Blvd.
Prof Services Agreement Amendment Template CPN 105062
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as
designated Assistant City Manager.
APPROVED:
City of Fort Worth
(�
William Johnson (J n 31, 20251212 CST)
William Johnson
Assistant City Manager
DATE : 01 /31 /2025
ATTEST:
(yl �.n..c-f�-A. /, .�$�
Jannette Goodall
of the date subscribed by the City's
b,dq4UUn��
d FORP�add
G'�°�000 � °�'p�Q
�o
c_ -�o
Pvo o=d
p�p'f °oo o ° �`d
QB� nEXA?�ap
City Secretary
APPROVAL RECONlD�NDED :
(�L2Gd ,�di,��GQiL �Gv2�QiL
Christopher H rder (Jan 30, 2025 06:49 CST)
Christopher Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Kimley-Horn and Associates, Inc.
�.�� r �`•
Jo Atkins, P.E.
Vice President
DATE : 01 /27/2025
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.
P�' k�
Preeti KC, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
��
Douglas Black (Jan 30, 2025 17:53 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of @'ort V7orth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 2 of 2
25-0011
M&C No.#:
M&c Date : January 14, 2025
2024-1239251
Form 1295 No.:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
47 & SS Repl. on Camp Boorie Blvd.
CPN 105062
Kimley>>> Horn
November 15, 2024
Ms. Preeti KC, P.E.
Project Manager
City of Fort Worth Water Department
200 Texas Street
Fort Worth, TX 76102
Re: WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
Amendment No. 2
KHA No. 061018457
City Project No. 105062 / City Secretary No. 60591
Dear Preeti:
The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under
Amendment Number 2 for the WATER AND SANITARY SEWER REPLACEMENTS ON CAMP
BOWIE BOULEVARD project. The CITY requested the addition of 1,850 linear feet of 6-inch cast iron
water line replacement along 7'h Street, from University Drive to Carroll Street, with timing to coincide
with the Van Zandt development. These improvements are further described as follows:
TASK 1.0 — DESIGN MANAGEMENT: ($1,745)
ENGINEER will complete Design Management in accordance with the Original Contract for the
following:
• One (1) pre-design coordination meeting was included in the original contract. One (1)
additional pre-design coordination meeting is anticipated.
TASK 3.0 — PRELIMINARY DESIGN: ($21,590)
ENGINEER will complete Preliminary Design in accordance with the Original Contract for the
following:
• The original contract included four (4) preliminary design packages, including 19,284 linear
feet of water main replacement and 5,152 linear feet of sanitary sewer main replacement.
The CITY requested the ENGINEER add an additional 1,850 linear feet of 12-inch water line
replacement, to be completed as a separate design package.
• Preliminary design to be completed with LiDAR.
TASK 4.0 — FINAL DESIGN:
($23,385)
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
. The original contract included four (4) final design packages. The CITY requested the
ENGINEER add an additional 1,850 linear feet of 12-inch water line replacement, to be
completed as a separate design package.
TASK 5.0 — BID PHASE SERVICES: ($9,745)
ENGINEER will complete Bid Phase Services in accordance with the original contract and as
follows:
• The original contract did not include Bid Phase Services for the additional 12-inch water line
replacement and is being added through this amendment.
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102
Kimley>>>Horn
Page 2
In addition to the CITY's standard Bid Phase Contract language, the ENGINEER will complete
the following additional tasks not included in the Original Contract:
• Review of plans, contract documents, and specifications of City project WSM-D for
consistency with the 12" water line project.
• Coordination with Engineer of WSM-D project to issue addenda and answer construction
questions from Contractors.
• The CITY requested an additional pre-bid meeting for the 12" water line.
TASK 8.0 — SURVEY AND SUE SERVICES ($21,538)
ENGINEER will complete Survey and SUE services in accordance with the Original Contract for
the following:
• The original contract included topographic survey for 20,500 linear feet. An additional 1,850
linear feet of survey is required for the addition 12-inch water line along 7'h Street, from
University Drive to Carroll Street.
• The original contract included three (3) Level A subsurface utility engineering test holes.
Three (3) additional SUE will be performed at storm and gas line crossings, due to the
addition of the 12-inch water main.
With allocating $5,000 for Additional Services, we recommend that the CITY increase the budget by
$83,003 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 $1,745 $1,745
Task 3 — Preliminary Design $21,590 $21,590
Task 4 — Final Design $23,385 $23,385
Task 5— Bid Phase Services $9,745 $9,745
Task 8— Survey and SUE Services $21,538 $21,538
Task 10 —Additional Services $5,000 $5,000
Total $83,003 $83,003
The following breakdown for water and sewer services is recommended:
Water Fee Sewer Fee S Fee y Total
Original Contract $648,216 $172,310 $153,595 $974,121
Amendment No. 1 $69,185 $0 $0 $69,185
Amendment No. 2 $69,128 $0 $13,875 $83,003
Total $786,529 $172,310 $167,470 $1,126,309
817-335-6511
Kimley>>>Horn
Page 3
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Task Original Amend Amend Revised
Number Contract No.1 No.2 Contract
Task 1 $42,795 $0 $1,745 $44,540
Task 2 $100,346 $0 $0 $100,346
Task 3 $277,740 $0 $21,590 $299,330
Task 4 $232,080 $8,490 $23,385 $263,955
Task 5 $45,475 $21,330 $9,745 $76,550
Task 6 $0 $39,365 $0 $39,365
Task 7 $7,650 $0 $0 $7,650
Task 8 $238,035 $0 $21,538 $259,573
Task 9 $0 $0 $0 $0
Task 10 $30,000 $0 $5,000 $35,000
Total �g74,121 $69,185 $83,003 $1,126,309
Project
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.
John R. Atkins, P.E.
Senior Vice President
�/'.Z�� � E•
JRA/sdw
Attachments:
Level of Effort Summary
K1FTW_Utililies\06101F3457 - Camp Bowie W-SS Replacements - Hulen to Monlgomery\PPP\POST_NTP\Final ContraclWmend 02�2024-11-14_Amend2_Camp
Bowie.doc
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 I
T � D
�� 2
n n
N �
.'i7 �
O� N .�.
- � m
p1 � r
Aa�
� tn m
N � o
m �D m
� � o
� � �
m Ul
o � �
3�
IJ � �
O ^ 3
N
N
A w N
A A A A A A A A A A O W W W W W W W W W W W W O O � � � y
OI N A W N����� � � .... .� � j�J � yi
cOOo�l Ol NA W N� Ol NA? W-+ NN IJN N -` F
fT A (.l N N 2
O
�cnm�-��ov_Ocno cn� „ c)�cC)LJcnoo �Oc)v �a c n o ��
o dn! < � � �> > � m-N o � p� < o m m N� 'i7� ����� � N
- c�i �-�' _5 m�� m�� �. d w �^ � v. �� m� - 0 � m m m� o m 3� m
�? 3-? � o-, � p O � � n c ��, - m m m 3. 3 m � a� � .� p � C7 -. o
�' C�l� �n �\ d m N � o m'�. ���� o-r.� v � a � � N�(��
m c m m m 3
. o o ��7 m v o' N m o� � K� Q� a m m�� °1 ��0 � m'� O �� S�
� N o o � � o ' � N m o O o o N��� m d
N� o o _ � �° n'" o m- � � � �n Z� � m O O > > m m� Cl � ,� w
O � n�. � n�� '^ m�� �'� N �^ N �n = � � d� o � fD H
� d � n �� c�i o o d <^ �� � > > � -p fD m U n� 3 A �
ut m a n �p �' _
G
� N � o- � � - � '° � p. it � x o o � `� m m � o' � n
~ 2`� w [n �
p N W � � 10 N N 1�0 m � Cn N t/i � O 'O
No o [/]`n � ii n fn m A��. o
p = �D 2 W �' � � (0 � � � _
J p� �j �' O � �
y � r V O N �
Z �
a m y O i
a A � S A
m
v
'o �
w ufDi 10
^1 N �
O p O
�'
d
O� N N U� O �
�
�
d
N �
N � �,
NmA
� w n
� v ,�
�o o �
N
N N>(T A � N[n W N t0 N O W W �' �
O O
i
N �
�
A m eM
� � Z
n N N(T S> cn W� OAo N o� N U� (P N W cJ� � N O N N �
a o
a (7�
3 0
� � N
w �
� '" D
� 3
� �
N N O O =
O �'
O N
v, � v, v, v, u, n�i � Er, e, � v, v, u, � � � r
� W N y i J� N W E p� N J � H y �
W A�I O �I (1� �1 �I W W U� �I �I A� N A A N W �I V � V M
(T Oo �I N A A W c0 V) 00 A O W A En W N W J A A M f b) b) A fn fn E» A O
N O(T O Ui O O Ut (ti O N O(li (T O O O(T U� Ui O(P O O O O O O (P O O O N Z
�
3 n;
W c
m v
o a o o �
2 � o �
� d
3 �
� �
0 0 0 o m k
�
-i �
'w 1D
<
m
0 0 0 0
m
v
0
a
c
n
tn tn �» �n ^
N O � � � N �
O O O O O �
"'�
O
W
a m
��
fA N d1 V1 �
�
N
O O O O O O O O �
W
F
N
C
fn En En Es+ (n Vi N En EA (n M Vi En Vi � fn � V
V� W N Vi V Ep W W Fn Ep N �I y� tJ3 J .�i
W A J O J t� J�I N W W O� �I �I A� N A A N N tn �I V
(li W�I N A A W t0 Ef1 tT M A O 00 A cn W N W J A V� t0 41 Ef) M V! M A fn �n A N
Ul O Ui O (P O O Ut N O O U� O U� ()t O O O Ui U� N O(T O O O O O O O N O O fl�
A
3 W
d 6
�. �
� ^
�
�% N
O
3 �
v �
� a
m �
A
<
N
.�
N
�
N
�
a
�
�
�
�
�
�
�
N
1T
N
�
�
�
� Q
3 �
m �^.
M �
�
o �
7 �
N S,
3 �
a N
��
�C �
G
fD
_
�
�
7
O
�
O
7
(O
O
�
fD
�
�
�
_ �,
orn
c
� o
W �
� �
ma
�m
vN
QC 3
G �
Z M
�t � D (�
� .Z r.
N `�
� � O
� N ? �<
_' N m <
a
�
A a � �
� � � 1
m m m
m E � a
m t0 m �
�
O �1 0
d � 3
� v �
o��
3 a
N � �
� � N
N �
m D � d
m m
�' r
� J
N N
O O
O O
V1 � l0
C � (p (D
2 O
� �
T �
N N
N N
M ffi
� � � m
W W (P Ui
W O � O O
�I O O O O
(T W O O O
O
O O
o a
O
J
� �
Q7 W
� � m Ln
�m�inrn
^ N � m m v
d m
m cn rn - i o
v��Q�°, o ^ �
�• �,Qo 0
� �. �> > k m o� U,
('1 m °� = = m m o �
O '� pt N� U G
�.i J G�� f0 � tn d
�
M
�
W En dl fP
O N� m tD m
W W W W�I N
o� W En J J c0
O o QJ O U� N O N
� Oo V QI N
�� O m W W O G O VI N O A A
�� (.J fJ � fJ N N N N N Ui � [P W
U� A W N
N
n n A c� � c A C� m W 'n 'D
a a O N� ��-Or� � o � a Ca¢ _Q
o� 3 mo�� � o» m Q`°��aaoo�� p�
w> > °f N In d � O�' D D o o m a a u01i w m
d � C m � N m m au� L�.d O� m � m
�� Z �. m!n � � e. � n m m u�'i � o� ��
� a � � r� m
p » � v v
� �' C o Vi a n� �° D� o� nf0 ��
��n° N m � m � A a u�i � o� N n m
� ^ m 1° � o m � > > io W � �;
� �n � � 3� p ... � f Q
3 Zp N ��� t0 � p� m D
� � a � � o �
w C Z o n � 3 N �
D n� � a
m � � w ' o �
o � a � � �
m
m �
�
t T O O O O O O O N N A O O
� O O � N O O A O� A A W N W
� O O N W O O m N N A Of N W
IT O O O O O N N
N
�fA M j fA fA bi (A N
N tl� fn fn . W fA V� N N tO
J O o N �I W N�1 A tD A O J
lO O fA A(fi m N fA bi A 01 Qt O Hi tD OJ N
O O O O O O(T N O O O O Ut O O O O N O O
f/1 f/� N
�
Oo A W m
W (T N W
V M O ,I �1 41 N �
(n O O N U� O O O
.� �
o D
!n V� 41 f/� N �
O O O O �
O O O O O �
�
� N N
O O � O O O O O
� ��
�
t0 A W Oo M En
IJT � O O (Jlt N O O O O
�
W
> En N �•.�.� E)� M 11� j M
OI N tl� (n A�O W yi yi N t0 N
! n p O O l^ I W N J A V O O
o O o en A�n Ol o fn tn �o m W M E/+ A W a
O O O O O O O O O O O O Ut O O O N O O
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 14, 2025
LOG NAME: 60WWSCAMPBOWIEA2-KHA
REFERENCE NO.: ��M&C 25-0011
SUBJECT:
(CD 9) Authorize Execution of Amendment No. 2 with Kimley-Horn and Associates, Inc., in the Amount of
$83,003.00, for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont 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. 2, in the amount of $83,003.00, to an engineering
agreement with Kimley-Horn and Associates, Inc. (City Secretary No. 60591) for the Water and
Sanitary Sewer Replacement on Camp Bowie Hul-Mont project for a revised contract amounf of
$1,126,309.00; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $83,003.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary
Sewer Replacement on Camp Bowie Hul-Mont project (City Project No. 105062) to effect a portion
of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On October 31, 2023, Mayor and Council Communication (M&C) 23-0908, authorized an engineering
agreement with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 60591) in the amount of
$974,121.00 for design of the Water and Sanitary Sewer Replacement on Camp Bowie Boulevard which
included the segment of the roadway from Hulen Street to University Drive. The agreement was
subsequently revised by Amendment No. 1 in the amount of $69,185.00 administratively authorized
February 22, 2024 that provided compensation for the preparation of plans/specifications and construction
support services.
Amendment No. 2 will provide the necessary design and survey services for the replacement of the
deteriorated cast iron water main from Carroll Street westerly along W. 7th Street 1,850 feet.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, 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:
60WWSCAMPBOWIEA2-KHA
Capital
Fund
Name
W&S
Capital
Projects
— Fund
56002
Project
Name
FY2025 CIP I�Authori
�propriations
Budget Revised
�justment FY2024
Budget
105062
- WSS
Repl.
Camp
Bowie
Hul —
$O.00��This M&C�� $83,003.00��$83,003.00
Mont.
Contra
113
Funding is currently available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the
purpose of funding the Water and Sewer Replacement on Camp Bowie Hul-Mont project.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Amended
FY2025 PayGo YTD PayGo FY2025
(includes any
Original council Approved This M&C Remaining
Adopted actions for/Moved to PayGo
PayGo subsequent to Capital Projects Balance
budget
adoption)
$92,597,771.00 $92,597,771.00 ($17,502,949.00) ($83,003.00) $75,011,819.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Water and Sanitary Sewer Replacement on Camp Bowie Boulevard project are as
depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
W&S Capital
Projects Fund $3,007,449.00 $83,003.00 $3,090,452.00
56002
Project Total $3,007,449.00 $83,003.00 $3,090,452.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Water & Sewer 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 W/SS Repl Camp Bowie Hul-Mont project to support the above
recommendations and execution of the contract. Prior to any expenditure being incurred, the Water
Department has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs),:
Fundl Department (Accoun i PriD ct IProgram
ID (
Fund Department ccount Project Progra
--- - -- � � -- � �
CERTIFICATIONS:
ctivity Budget
_ __Year_
ctivity Budget
Year
Reference # � moun
Chartfield 2) � __ _
Reference # ��4moun
Chartfield 21 �
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
Preeti KC (5467)
ATTACHMENTS
1.60WSSCAMPBOWIEA2-KHA CD.pdf (Public)
2. 60WWSCAMPBOWIEA2-KHA FID Table (WCF 11.17.24).xlsx (CFW Internal)
3. 60WWSCAMPBOWIEA2-KHAfunds availability,pdf (CFW Internal)
4. Form 1295 CPN 105062.pdf (CFW Internal)
5. ORD.APP 60WWSCAMPBOWIEA2-KHA 56002 A025(r2).docx (Pub�ic)
6. PBS CPN 105062.pdf (CFW Internal)
7. SAM.gov search KHA.pdf (CFW Internal)
� 1�� � 111�� �
c. ,�� a "1�� c.
v
�o
-a
rt
�
D
n
n
O
C
7
rt
'O
O �
. M
�v
M �
v
�m
'� z
C
� c �
� � m
� x
'�
m
Z
A U1
�+ m
N �
� �
� �
� �
O
�
�
r
m
D rt
3 �
o �p
c �
3
'+ Z
�
�
a
�o
a
v
�o
�
�
�
3
eT
'O
�
O
fD
rt
v
� W
�o c
� °-
m
�
A
�
N
�
O
Go
GI
3
D
3
0
c
�
rr
�
-s
O
(D
rt
v
D
�
�
ao
c
a
ao
'+
n
T
N
�
O
�
N
3
D
3
0
c
�
rr
� � �
� � �
� � �
y y y
fD fD fD
X
�
m
�