Loading...
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 �