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