Loading...
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