Loading...
HomeMy WebLinkAboutContract 60591-A3City of Fort Worth, Texas W & SS Repl. on Camp Bowie Blvd. Prof Services Agreement Amendment Template CPN 105062 Revision Date: 12/08/2023 Page 1 of 2 AMENDMENT No.3 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 administratively authorized on February 22, 2024 and Amendment No. 2 in the amount of $83,003.00 authorized by M&C 25-0011 on January 14, 2025; 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. 3 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 $92,145.00 (Water: $79,749.00; Sewer: $12,396.00) 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 $1,218,454.00. 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 W & SS Repl. on Camp Bowie Blvd. Prof Services Agreement Amendment Template CPN 105062 Revision Date: 12/08/2023 Page 2 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City’s designated Assistant City Manager. APPROVED:ENGINEER City of Fort Worth Kimley-Horn and Associates, Inc. Jesica McEachern Chris Igo, P.E. Assistant City Manager Associate DATE: _______________DATE: _________________ ATTEST: Jannette S. Goodall City Secretary APPROVAL RECOMMENDED: Christopher Harder, P.E. Director, Water Department Contract Compliance Manager: 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. _______________________________ Preeti KC, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C No.#: _____N/A___________ M&C Date: ______N/A__________ Douglas W. Black Form 1295 No.: __N/A_________ Sr. Assistant City Attorney Kimley>>> Horn June 30, 2025 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. 3 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 4 for the WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD project. This amendment includes additional bid phase services and construction phase services for the Will Rogers Water and Sanitary Replacements project and construction phase services for the Van Zandt Water Replacements project. These improvements are further described as follows: TASK 5.0 — BID PHASE SERVICES — WILL ROGERS: (WATER $14, 762, SEWER $4,163) 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 Will Rogers water and sanitary sewer replacements and is being added through this amendment. TASK 6.OA — CONSTRUCTION PHASE SERVICES — WILL ROGERS: (WATER $29,187, SEWER $8, 233) ENGINEER will complete Construction Phase Services in accordance with the scope of services attached and as follows: s The original contract did not include Construction Phase Services and is being added through this amendment. • Up to six (6) months of Construction Phase Services are assumed. • Progress Meets and Site Visits � ENGINEER will conduct and attend up to six (6) monthly construction progress meetings. • Clarifications/Interpretations/requests for Information ■ Engineer will respond to up to one (1) request for ciarification, interpretation, or information. • Change Orders 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley>>> Horn ■ ENGINEER will assist in evaluating one (1) change order. • Shop Drawings ■ ENGINEER will review and process up to ten (10) shop drawings. TASK 6.0B — CONSTRUCTION PHASE SERVICES — VAN ZANDT: Page 2 (WATER $35,800, SEWER $O) ENGINEER will complete Construction Phase Services in accordance with the scope of services attached and as follows: . The original contract did not include Construction Phase Services and is being added through this amendment. • Up to four (4) months of Construction Phase Services are assumed. • Progress Meets and Site Visits ■ ENGINEER will conduct and attend up to four (4) monthly construction progress meetings. • Clarifications/Interpretations/requests for Information s Engineer will respond to up to one (1) request for clarification, interpretation, or information. • Change Orders e ENGINEER will assist in evaluating one (1) change order. • Shop Drawings e ENGINEER will review and process up to ten (10) shop drawings. We recommend that the CITY increase the budget by $92,145 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 5— Bid Phase Services: Will Rogers $14,762 $4,163 $18,925 Task 6A — Construction Phase Services: Will Rogers $29,187 $8,233 $37,420 Task 6B — Construction Phase Services: Van Zandt $35,800 $0 $35,800 Total $79,749 $12,396 $92,145 Kimley>>> Horn 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 Amendment No. 3 $79,749 $12,396 $0 $92,145 Total $866,278 $184,706 $167,470 $1,218,454 Page 3 Kimley>>> Horn Page 4 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Original Amend Amend Amend No. Revised Number Contract No.1 No.2 3 Contract Task 1 $42,795 $0 $1,745 $0 $44,540 Task 2 $100,346 $0 $0 $0 $100,346 Task 3 $277,740 $0 $21,590 $0 $299,330 Task 4 $232,080 $8,490 $23,385 $0 $263,955 Task 5 $45,475 $21,330 $9,745 $18,925 $95,475 Task 6 $0 $39,365 $0 $73,220" $112,585 Task 7 $7,650 $0 $0 $0 $7,650 Task 8 $238,035 $0 $21,538 $0 $259,573 Task 9 $0 $0 $0 $0 $0 Task 10 $30,000 $0 $5,000 $0 $35,000 Total �g74,121 $69,185 $83,003 $92,145 $1,218,454 Project *Task 6 includes the total of tasks 6A and 66 outlined above. 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. Chris Igo, P.E. Associate L/vu2 G�o- P. E. CPI/sdw Attachments: Construction Phase Services Scope Level of Effort Summary f<.\FTW Ulililies\C61018457 - Camp Boevie W-SS Replacements - Hulen to MontgomerylPPP\POST_MTP\Final Con�raclWmendD3 and 04\2025-0630_Amend3_Camp Bosvie.doc ATTACHMENT A DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD CITY PROJECT NO.: 105062 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. TASK 6A and 6B. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the Water and Sanitary Sewer Replacements on Camp Bowie Boulevard. These include Phase 4(Will Rogers) and Phase 5(Van Zandt) projects as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference for each construction contract. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend each virtual public meeting to help explain the proposed project to residents. The CITY will schedule the meeting and send invitations to affected customers. Visits to Site and Observation of Construction. ENGINEER will provide monthly on-site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by the CITY in order to observe the progress of the Work. Such visits and observations by Consultant 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, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep Client 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 Client 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 pertorming the City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 3 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688 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. • Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. • Change Orders. ENGINEER may recommend Change Orders to CITY, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and 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. • Substitutes and "or-equal." Evaluate and determine the acceptability of substitute or "or-equal" materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. Disagreements between Client and Contractor. ENGINEER will, if requested by CITY, render written decision on all claims of CITY and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to CITY or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. Final Notice ofAcceptability of the Work. ENGINEER will attend a final site visit conducted by the CITY to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that ENGINEER may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge, information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. • Limitation of Responsibilities. 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. 6.2 Record Drawings City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 3 ATTACHMENTA DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.: 102686 • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: • These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage for each construction contract. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. PDF files shall be uploaded to the projecYs Record Drawings folder in BIM360. ASSUMPTIONS • ENGINEER will provide up to one (1) exhibit for one (1) virtual public meeting on each phase and prepare a listing of names and addresses of residents and businesses affected by the project. • One (1) RFi is assumed for each contract. • One (1) Change Order is assumed for each contract. • Ten (10) shop drawings are assumed for Phases 4 and 5. • Six (6) Site Observation Visits are assumed for Phase4 and four (4) Site Observation Visits are assumed for Phase 5. • One (1) PDF copy of full size (22"x34") record drawing plans will be delivered to the CITY for the construction contract. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Record Drawings on PDF City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 3 � � D a2 N N � A � N O m � � m m ni d — � r � a m � � �m m m F o �`�m � A p � (°a 3 °� c °J mv � 3 � N � � O � � N � n � N A W N rn o rn m o � o O m m m m �� m� Q N m m m m m� �� m� � N N N N N N� T���� m�� �� � � T � � N � �� � � O V m N A� W N� W J m N A � W N� N A W N � W W JC � � d Z � o m � Q W � � � � _ � ° � j � � _. ° N O � � � � � � = c a � _ � p �� ��� m 1D v n ^ 4 n 01 a m�^� fD -`�o v^» � m� N� a�� � 3 m �D v o � °w o .o !3 N oni �� D � n � p�� p� a io ��� D n � �°' p N D y S o a o y� N � c £� o Z'^ m° o ��- o� o c� z G fD .°� o� N n� m�� m a o �� '� � v d � � � a � � � � � � a u�i a � � ¢ ¢ � �' �� ' n -, � O O d u�i �'o '-,° N � � � � � � N ¢ co v n � � m m � m o o m r" 3 N N m m N��� N � j O N y C N ��� C�� d n. N C% O. W j" O � O 10 1} � JC a O C 3 N� N 10 <=' 'O O �G n j.l I4 o n �n J 0 F�� m m� G m� � �� " 3 w �' n o�°. F � o y � o u�i � ry E. � j � m 4� ry _ j � m �p o 0 N � N C .. ln N .� 1D C ... 3 O J m�• V 'p -� o_ _ °- '= in � � a °- ^ = u�, 'm w 3 fD A 3 m m � a� � m m m� a m m m� � o m °� 3� io m w ' � o � N� N t="i .Z] d t� N N N .V'-. 7O m 3 j � � � m� �� �oN oa o 30 �o m r o �o �` �' F - m " '° °' a N - N � � o N N ry J N � O p D 7 l W-� Vi N � � W W� (P N � O O � N W O � N d � A � N , D Ci N j fj � .� d � O � N N O A N IT W N N N N W O A N(1� t0 N N � � Ui � m(T A � O�• ; � N � w m v Z A � O ..� N-� V � � N J � (J O O A N O N� W O O W O A N O N cD W W m N N N O� A O� N D O a m 3 N �' 3 D w " 3 v m N N N N A O O O O � � o N c� = .�.. vi <n e+ v+ Fn <n En <n i� �n �n m En N v+ � y w <n Fn <n vi v� � o r- N N m N Vt -� N W N N Ol N� V W A� W W N � Oo 1/i d Z _ _ _ . _ ' _ ' _ _ _ _ ' _ _ _ _ _ _ _ _ w W(1� A W m J (T A W V W W A N m J W O> O� N O� O' p T W Ut J A � N IJ J W(l) Ol W N J A� N W N A V OJ O� O� W A ff� J N 1/� N N N O O � ffi � O Ui O O O O O O fn O O Vi O O O N(l� V� V� O V� O N O O O O O W 3 W C w w w w �n m o 0 0 0 0 0 0 � Z '/� O � 7 — � _ 0 0 0 0 0 0 o m m x m � � m < ry fR N fR !H O O N 4 D a C � A N N 0 W W V� M N > O O O i 0 b � m o x � a m N N � En (A fA N f/� (fl N N N (n N(/� f!� fR fA fA W fA N(A V� U� 4i N N N(fl tl� tli U� N tR N 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 o m � � � � C N 41 p� (i� 4� (i� fll fl� fl� N W (li f!i (i� N j Fl� fl� N fl� f� W fl� 41 f/� N N � W N O� N(n V� W N W N Q� N O� �I W A� W W N N W » W U� A V(D O W W Co W J W V� A W tD J W W A A O� J W m m N �D m W U� A (D N W O J W (/1 O1 W V� J A -� N W N V CO O� CD 0� A ff� N fA M W (f� (/� O O O fli O O N O O O O O O O U� O O V� O O fl� (T V� U� O (]� O IA O O O O O .� A 3 c m a �. ry � » � �1 m o � a � � " m � m � d � M d � � �C G � � (� � m � O � � � y _ �. � � 0 � .% � � < Gl _ � �. v n D� N � � 2 .�.,, O m C � � 0 � � ;L1 fn m -o � d vy O3 C � Z ,�y �� ➢ n �.�� A C �T O ON,�_,� � � m � d m ° r � A p m � � U1 N 1 _ � ut f o io'�° m y O Z 71 � N � -� � ,�. O �-�p N � ^� ? 3 o � N � N n W D � d m m O r r 'm m T � T O O N N �^ C � N N z 2 O < � T T T m N N m m m N N A W N N U� m J V� O Ili A VI A O O O V� O U� O O O N J N W O � � m � � � � � O m m d � \ m m v - m cn cn -i o o�a'Qo°-i�'" . � � p1 0 0 .^. '� - � m w m N � � � N - � c�m °' _S? rx 3 o jF w w Q � 3 a � � m � v� � N N y A O N -�'� N N [WD O O� fl3 UI N fJl O O O O(P V tD W �I 1p O O1 r�m rn D D v a a x m c m -. ° 3 2 0 3 o � °1 O '.j. < = _ � N a C C � � � l N � 3 F .-T O � N - �. � p � � J m ' N o � � � N N .-�� C ry n N Q N a N N A O O o -� W m N f.� O �D O O O W O O O N w tn tn W N Oo � J �O W (/� fA M N J W N v� o 00 0 0 000 W p N O O O O O O N b1 M N Vi ffl N O N<n w �n �n w v+ En 0 0 0 0 0 0 0 N N N W N A(� 41 (fi fA M N V W N O O O O O O O