HomeMy WebLinkAboutContract 61079-A1CSC No. 61079-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 61079
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 61079,
on the 27th day of February,2024 in the amount of $268,395.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Panther Island Sanitary Sewer Collector Main, CPN 105247; 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 $ 97, 500. 00 (Sewer) .
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 $365,895.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Panther Island SS Collector Main
Prof Services Agreement Amendment Template CPN 105247
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 05/15/2025
ATTEST:
n4u
a�4FORT np
F°°° °° lyapd
ono
o:d
dQp* 000 *pd
000
Ppa4 TEXP?o4'G
ban ab
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
christ012her 1-larder
Christopher Harder (May 7, 2025 17:06 CDT)
Christopher Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Kimley-Horn and Associates, Inc.
/I.,oa, , , �.
John Atkins, P.E.
Vice President
DATE: March 26, 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.
ogwny apnea Meiav trpreu
Bijay Upreti Eaa23>p3®r000°s
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
aaoe-
Douglas Black (May 9, 202516:41 CDT)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 2 of 2
M&C No.#: N/A
M&C Date: N/A
1295 Form: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Panther Island SS Collector Main
CPN 105247
Kimley»>Horn
January 9, 2025
Mr. Liam Conlon
Project Manager
City of Fort Worth Water Department
200 Texas St.
Fort Worth, TX 76102
Re: Panther Island Sanitary Sewer Collector
Amendment No. 1 for Construction Phase Services
KHA No. 061018464
Dear Liam:
This letter is in reference to a contract between Kimley-Horn and Associates, Inc. ("Engineer" or
"Kimley-Horn") and the City of Fort Worth (the City) dated 03/08/2024 referred herein as the "Contract"
(Panther Island Sanitary Sewer Collector - CPN 105247, CSC 61079).
The City has requested that Kimley-Horn perform additional construction phase services under
Amendment Number 1. Service details are further described as follows:
TASK 6 — CONSTRUCTION PHASE SERVICES (Water $0, Sewer $97,500)
$ 97,500 Kimley-Horn
$ 97,500 Total
6.1 Construction Phase Services
ENGINEER will complete the following additional tasks in accordance with the Original Contract:
• Attend the preconstruction conference.
• Prepare for and attend public meeting. The City shall select a suitable location and mail
the invitation letters to the affected customers.
o Prepare and distribute Meeting Notes.
• On -site Observation
o Make up to twelve (12) site visits at intervals as directed by City in order to
observe the progress of the work.
■ Such visits and observations by Engineer are not intended to be
exhaustive or to extend to every aspect of Contractor's work in progress.
Observations are to be limited to spot checking, selective measurement,
and similar methods of general observation of the Work based on
Engineer's exercise of professional judgment. Based on information
obtained during such visits and such observations, Engineer will evaluate
whether Contractor's work is generally proceeding in accordance with the
Contract Documents, and
Kimley>»Horn
January 9, 2025
Mr. Liam Conlon
Project Manager
City of Fort Worth Water Department
200 Texas St.
Fort Worth, TX 76102
Re: Panther Island Sanitary Sewer Collector
Amendment No. 1 for Construction Phase Services
KHA No. 061018464
Dear Liam:
This letter is in reference to a contract between Kimley-Horn and Associates, Inc. ("Engineer" or
"Kimley-Horn") and the City of Fort Worth (the City) dated 03/08/2024 referred herein as the "Contract"
(Panther Island Sanitary Sewer Collector - CPN 105247, CSC 61079).
The City has requested that Kimley-Horn perform additional construction phase services under
Amendment Number 1. Service details are further described as follows:
TASK 6 — CONSTRUCTION PHASE SERVICES (Water $0, Sewer $97,500)
$ 97,500 Kimley-Horn
$ 97,500 Total
6.1 Construction Phase Services
ENGINEER will complete the following additional tasks in accordance with the Original Contract:
• Attend the preconstruction conference.
• Prepare for and attend public meeting. The City shall select a suitable location and mail
the invitation letters to the affected customers.
o Prepare and distribute Meeting Notes.
• On -site Observation
o Make up to twelve (12) site visits at intervals as directed by City in order to
observe the progress of the work.
■ Such visits and observations by Engineer are not intended to be
exhaustive or to extend to every aspect of Contractor's work in progress.
Observations are to be limited to spot checking, selective measurement,
and similar methods of general observation of the Work based on
Engineer's exercise of professional judgment. Based on information
obtained during such visits and such observations, Engineer will evaluate
whether Contractor's work is generally proceeding in accordance with the
Contract Documents, and
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102
Kimley>»Horn
Page 2
Engineer will keep City informed of the general progress of the Work.
The purpose of Engineer's site visits will be to enable Engineer to better
carry out the duties and responsibilities specifically assigned in this
Agreement to Engineer, and to provide City a greater degree of
confidence that the completed Work will conform in general to the
Contract Documents. Engineer shall not, during such visits or as a result
of such observations of Contractor's work in progress, supervise, direct,
or have control over Contractor's work, nor shall Engineer have authority
over or responsibility for the means, methods, techniques, equipment
choice and usage, sequences, schedules, or procedures of construction
selected by Contractor, for safety precautions and programs incident to
Contractor's work, nor for any failure of Contractor to comply with laws
and regulations applicable to Contractor's furnishing and performing the
Work. Accordingly, Engineer neither guarantees the performance of any
Contractor nor assumes responsibility for any Contractor's failure to
furnish and perform its work in accordance with the Contract Documents.
• Progress Meetings
o Attend monthly progress meetings (up to 12).
• Shop drawing, samples and other submittals Review
o Review up to twenty (20) shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction.
o Such review, approvals or other action will not extend to means, methods,
techniques, equipment choice and usage, sequences, schedules, or procedures of
construction or to related safety precautions and programs and shall not relieve the
Contractor from its responsibility for performance in accordance with the contract for
construction, nor is such review a guarantee that the work covered by the shop
drawings, samples and submittals is free of errors, inconsistencies or omissions.
o Log all shop drawings, samples and other submittals.
• Substitutions
o Evaluate and determine the acceptability of up to ten (10) substitute or "or -
equal" materials proposed by Contractor in accordance with the Contract Documents,
but subject to the provisions of applicable standards of the state or the CITY.
Request for information (RFI):
o Provide necessary interpretations and clarifications of contract documents,
and make recommendations as to the acceptability of the work for up to five (5)
RFI's. Engineer will respond to reasonable and appropriate Contractor requests for
information and issue necessary clarifications and interpretations of the Contract
Documents to City as appropriate to the orderly completion of Contractor's work. Any
orders authorizing variations from the Contract Documents will be made by City.
Kimley>»Horn
Page 3
• Change Orders
o Provide support for up to two (2) Change Orders as requested by the City.
Change Order support may include review and recommendations to the City for the
execution of change orders.
• Final Project Walk Through
o Attend the "Final' Project Part walk through and assist with preparation of
final punch list. Attend one (1) final site visit to determine if the completed Work of
Contractor is generally in accordance with the Contract Documents.
o Engineer shall not be responsible for the acts or omissions of any Contractor,
or of any of their subcontractors, suppliers, or of any other individual or entity
performing or furnishing the Work. Engineer shall not have the authority or
responsibility to stop the work of any Contractor.
We recommend that the City increase the budget by $97,500 for these additional services.
The following tables summarize our recommended budget revisions, water and sanitary
sewer design fees, and revised contract amount:
Description
Water
Sewer
Total
Task 1 — Design Management
$0
$0
$0
Task 2 — Conceptual Design (30%)
$0
$0
$0
Task 3 — Preliminary Design (60%)
$0
$0
$0
Task 4 — Final Design (90% and 100%)
$0
$0
$0
Task 5 — Bid Phase Services
$0
$0
$0
Task 6 — Construction Phase Services
$0
$97,500
$97,500
Task 7 — ROW/Easement Services
$0
$0
$0
Task 8 — Survey and SUE Services
$0
$0
$0
Task 9 — Permitting
$0
$0
$0
Total
$0
$97,500
$97,500
The following table summarizes the Fee per Work Phase breakdown:
ork Phase Water Sewer Total
30 $0 $97,500 $97,500
Kimley»>Horn
Page 5
The MWBE goal changes to 13.14% which is still above the goal of 8%. 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.
Texas Registration No. F-928
John R. Atkins, P.E.
Sr. Vice President
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\PPP\POST_NTP\Panther Island Sewer KH Scope Mod.docx
kimley-horn.com
Task No. I Task Oescrlptlon
16.g IConstruetlon Phase Servlees-Part
I Construction Supqport
Attend Pubic Meeting
Prepare Public Meeting Exhbit
Prepare br and Attend Pre=
Coodiretbn M-li cslSite Ytsite
(1/mo for l2 mo)
MeetiM Notes
Review Material Testirvr Reports
StcP Drawings
I Subrrittals (20)
I RFIs lot
1 Chance Ordera(2)
FwlAeee=.' Walkthrough
Record Drawings
Description
Design
Total
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Panther Island Sanitary Sewer Collector - Amendment No. 1
City Project No.105247
I Labor hours
I Expense
I
Project Project
Princlpal
Manager Engineer
EIT
Tptal Labor Subconsultant Travel/
Admin I I
Total
Expense
Task Sub
Cost Repmductlon/
MWBE Markup I_
Cost
Total
Rate $360.00 5360.00 5300.00
$250.00
IN-MWBE
5165.00 ees/PermlHing
1 B 11 I
16✓
JI
F $97.500 U, sd so $0
$0
$97,500
So I
50
$O
2 2
$1.4 I
$0
$1.400
1 1
2
4 $1.800 1
$0
$1,800
2 2
2
2 $2.200 I
$0
$2.200
so I
30
$0
241 24
24
$21,900 I 1
$0
$21.900
I 41 to
18
$11.400 I
$D
$11.400
1 51 10
20
$9.800 1
$0
$9ow
I I I
EO I
sa
so
1 1 121 251
35I
$20.6mi I
$0
$20.600
1 1 21 51
8
$4.3001 1
$0
$4.300
I1 41 101
81
36.5001 I
1 $0
$6.500
I 1 31 61
el
$4CI I
I So
$4.900
I 1 21 el
381
$12.'/b01 I 1
$01
$127001
Subtotal] 01 ell 1111 1631 61 $97,5001 $01 s01 $01 Sol $01 $97,5001
Water Line Footaoe
I 01 0%
I Sewer Line Footage
3.2001 101%
3,200 OS
(A) Total Fee
$97,500
(8) Survey Fea
$0
(C) Total Fee (-)survev Fee
$97.500
I Wa rFee
Sower Fee I
1 $0.00 I
$97.5I00.00 I
30
$0.00
/ $97.500r00 1
$97," .W I
I Prolect Summary
1
Total Hours
3411
Total Labor
$97.5001
Total Ex
So
MWBE Subwnsu llan)
$0
Non-MWBE Subconsultanl
WJ
I MWBE Participa5on
0.0%
119f2025
Completed I Percent
Amount Complete
City of Fort Worth, Texas
me = Ant 1 - Level of Effort Supplement
Typical Water and Sewer Replacement
FWWTR Off i.l Release Data 8.09 2012
Page 1 of 1