Loading...
HomeMy WebLinkAboutContract 56816-A3CSO No. 56816-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 56816 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 56816, (the CONTRACT) which was authorized by M&C 21-0924 on the 301--h day of November, 2021, in the amount of $696,800.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $265,616.00 authorized by M&C 23-0704 on August 22nd, 2023 and Amendment No. 2 in the amount of $66,100.00 administratively authorized on December 5th, 2024; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Contract 2019 WSM-I, CPN 103415; 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 $494,170.00. 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 $1,522,686.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD City of Fort Worth, 'Texas W&SS Contract 2019 WSM-I Prof Services Agreement Amendment Template CITY SECRETARY CPN 103415 Revision Date: 12/08/2023 FT. WORTH, TX Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: 08/20/2025 ATTEST: d4.Z�° /n'\�J°aq a C �\����1L, pPBD�DPo4 Jannette Goodall City Secretary APPROVAL RECOMMENDED: Christopher ffarder Christopher Harder (Au 15, 2025 12:33:06 CDT) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Kimley� -Hoorn and Associates, Inc. (/�/ L/ru24-P.E. Chris Igo, P.E. Associate DATE: 08/13/2025 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. ALLY"' 08/14/2025 Parvathi Sreekumaran Unnithan, P.E. Project Manager APPRO D TO FORM AND LEGALITY: Douglas Black (Aug 18, 2025 17:54:43 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.#:25-0726 M&C Date: August 12, 2025 Form 1295: 2025-1256725 OFFICIAL RECORD CITY SECRETARY W&SS Contract 2019 WSM—T FT. WORTH, TX CPN 103415 Kimley>»Horn June 2, 2025 Parvathi Sreekumaran Unnithan, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 RE: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-1 Amendment No. 3 KHA No. 061018411 City Secretary No. 56816 — City Project No. 103415 Dear Parvathi: The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER) perform additional services under Amendment No. 3 for the WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-1 project. We are pleased to submit our Amendment No. 3 to add the design of approximately 3,300 linear feet of 36-inch water main on Riverside Drive from Bomar Avenue to Booker Street. The proposed 36-inch water main alignment will cross below the West Fork Trinity River and Interstate Highway 30. Additionally, this amendment also includes construction phase services for the pressure reducing valve (PRV) station and three final plan design revisions associated with the TxDOT joint -bid project. Tasks included as part of this amendment are further described as follows: TASK 1.0 — DESIGN MANAGEMENT: $25,970 ENGINEER will complete Design Management in accordance with the Original Contract and as follows: • ENGINEER to provide design management for 3,300 linear feet of 36" water main on Riverside Drive and design/bidding coordination with LAN for their segment of 36" water main. TASK 3.0 — PRELIMINARY DESIGN — 36" WATER MAIN: $157,020 ENGINEER will complete Preliminary Design in accordance with the Original Contract and as follows: • ENGINEER to provide preliminary design for 3,300 linear feet of 36" water main on Riverside Drive. TASK 4.0 — FINAL DESIGN — 36" WATER MAIN: $125,651 ENGINEER will complete Final Design in accordance with the Original Contract and as follows: 0 ENGINEER to provide final design for 3,300 linear feet of 36" water main on Riverside Drive. Kimley>»Horn Page 2 TASK 4.0 — FINAL DESIGN — TXDOT JOINT BID: $78,900 ENGINEER will complete Final Design in accordance with the Original Contract and as follows: • ENGINEER will revise the 12" water line to be a 24" water line for the TxDOTjoint-bid. • ENGINEER will revise the 24" water line to be a 30" water line for the TxDOTjoint-bid. • ENGINEER will remove the 30" water line from the TxDOT joint -bid. The final TxDOT joint -bid plans will be for the 12" water line abandonment. TASK 5.0 — BID PHASE SERVICES — 36" WATER MAIN: $24,365 ENGINEER will complete Bid Phase Services in accordance with the Original Contract and for the following: • ENGINEER to provide bid phase services for 3,300 linear feet of 36" water main on Riverside Drive. TASK 6.0 — CONSTRUCTION PHASE SERVICES — PRV STATION: $21,600 ENGINEER will complete Construction Phase Services in accordance with the Original Contract and for the following: • ENGINEER to provide construction phase services for the PRV station. The ENGINEER has budgeted 74 hours for the construction phase services. TASK 8.0 — SURVEY AND SUE SERVICES — 36" WATER MAIN: $22,364 ENGINEER will complete Survey and SUE Services in accordance with the Original Contract and for the following: • ENGINEER to provide survey and SUE services for 3,300 linear feet of 36" water main on Riverside Drive. TASK 9.0 — PERMITTING — 36" WATER MAIN: $18,300 ENGINEER will complete Permitting Services in accordance with the Original Contract and for the following: • ENGINEER to coordinate and provide permitting services with TxDOT and TRWD for 3,300 linear feet of 36" water main on Riverside Drive. TASK 10.0 — ADDITIONAL SERVICES: $20,000 ENGINEER will complete Additional Services in accordance with the Original Contract and for the following: • ENGINEER will complete additional directed SUE services for 3,300 linear feet of 36" water main on Riverside Drive. Kimley>»Horn Page 3 We recommend that the CITY increase the budget by $494,170 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description Water Total Task 1 - Project Management (36" Water Main) $25,970 $25,970 Task 3 - Preliminary Design (36" Water Main) $157,020 $157,020 Task 4 - Final Design (36" Water Main) $125,651 $125,651 Task 4 - Final Design (TxDOT Joint -Bid) $78,900 $78,900 Task 5 - Bid Phase Services (36" Water Main) $24,365 $24,365 Task 6 - Construction Phase Services (PRV Station) $21,600 $21,600 Task 8 - Survey and SUE Services (36" Water Main) $22,364 $22,364 Task 9 - Permitting (36" Water Main) $18,300 $18,300 Task 10 -Additional Services $20,000 $20,000 Total $494,170 $494,170 The following breakdown for water, sewer, and paving services is recommended: Water Fee Sewer Fee Paving Fee Total Original Contract $480,792 $216,008 $0 $696,800 Amendment No. 1 $121,220 $104,396 $40,000 $265,616 Amendment No. 2 $66,100 $0 $0 $66,100 Amendment No. 3 $494,170 $0 $0 $494,170 Total 1 $1,162,282 $320,404 1 $40,000 $1,522,686 Kimley»>Horn Page 4 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Amendment Amendment Amendment Revised Contract No.1 No.2 No.3 Contract Task 1 - Design Management $35,500 $1,200 - $25,970 $62,670 Task 2 - Conceptual Design $52,260 - - - $52,260 Task 3 - Preliminary Design $152,170 $24,800 - $157,020 $333,990 Task 4 - Final Design $117,500 $71,400 $51,848 $204,551 $445,299 Task 5 - Bid Phase Services $20,730 $14,100 - $24,365 $59,195 Task 6 - Construction Phase Services $47,820 $40,200 - $21,600 $109,620 Task 7 - ROW/Easement Services $11,100 - $5,560 - $16,660 Task 8 - Survey and SUE $119,700 $31,516 $8,692 $22,364 $182,272 Task 9 - Permitting $120,020 $102,400 - $18,300 $240,720 Task 10 -Additional Services $20,000 ($20,000) - $20,000 $20,000 Total Project $696,800 $265,616 $66,100 $494,170 $1,522,686 Kim ey>>> Horn Page 5 The MWBE commitment for the original contract was $96,675 (13.9%). Amendment No. 3 MWBE commitment is $78,453 (15.9%). The following tables summarize our revisions to the MWBE percentages: Primary Original Amend. Amend. Amend. Revised Revised Firm Responsibility Contract No.1 No.2 No.3 Contract % Prime Consultant Kimley-Horn and Civil Engineering/ $464,640 $179,056 $47,762 $375,327 $1,066,785 70.1 Assoc., Inc. CCA MWBE Sub -Consultants Gorrondona and Survey/ $73,900 $24,560 $9,138 $17,058 $124,656 8.2% Associates, Inc. Easements The Rios Group Subsurface Utility $22 775 $0 $0 $0 $22,775 1.5% Engineering JQ Engineering, Structural $0 $0 $0 $11,810 $11,810 ° 0.8/° LLC Engineering Alliance Geotechnical $0 $0 $0 $49,585 $49,585 3.2% Geotechnical Group Report Non-MWBE Sub -Consultants CMJ, Inc. Geotechnical $56,850 $0 $9,200 $0 $66,050 4.3% Report Cox McLain Archeological $12,455 $62,000 $0 $0 $74,455 4.9% Services Bennett Trenchless Trenchless $66,180 $0 $0 $24,540 $90,720 6.0% Engineers Engineering Black Mesa Cathodic Engineering & $0 $0 $0 $15,850 $15,850 1.0% Consulting, PLLC Protection TOTAL $696,800 $265,616 $66,100 $494,170 $1,522,686 100% MWBE Breakdown Description Original Amend. No. 3 Contract Amount $696,800 $494,170 MWBE Commitment $96,675 $78,453 MWBE Percentage 13.9% 15.9% City's MWBE Goal 10% - Kimley>»Horn Page 6 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. 4-P. E. Chris Igo, P.E. Associate Attachments - Level of Effort Spreadsheet - OPCC - Schedule - Mayor and Council Communication Map - Form 1295 cc: Tony Sholola, P.E., Assistant Director of Water Department K:\FTW_Utilities\061018411-CFW-2019-WSM-1\PPP\POST_NTP\Amendment-3\WSM-1 Amendment 3 Summary Ltr.docx EXHIBIT B-2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Water and Santary Sewer Replacements Contract 2019, WSM-1 - Amendment No. 3 City Project No. 103415 Task No. Task Description Compensation Senior Professional II $380.00 Labor(hours) Senior Professional I $360.00 Professional $300.00 Analyst $250.00 Support Staff $150.00 Total Labor Cost Expense Subconsultant MWBE Non-MWBE Markup Travel/ Reproduction / Fees /Permitting Total Expense Cost Task Sub Total Project Management 12 141 231 331 8 $25,970 $0 $0 $0 $0 $0 $25,970 1.1 1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.3 QA/QC Communications and Reporting Monthly Design Progress Review Meetings/Prepare Notes (8) Prepare Baseline Schedule Prepare Monthly Progress Reports with Schedule (8) Prepare Monthly MBE/SBE Reports Design/Bidding Coordination (LAN Segment of 36" WL) Conceptual Design(Not Included) 10 0 8 8 1 4 4 8 01�01 8 3 8 12 0 8 0 $3,800 $0 0 0 01 0 $0 $0 $3,800 $0 $7,280 $1,050 $0 $7,280 $0 $1,050 $3,200 $0 $0 $3,200 $1,200 $1,200 $6,840 $0 $6,840 $0 $0 $0 Preliminary Design (60%) -36" Water Main 01 311 931 170 6 $82,460 $49,585 $17,740j $6,735 $500 $74,560 $157,020 3.1 3.2 3.3 3.5 3.7 Preliminary Design Drawings Cover Sheet Sheet Index and General Notes Shutdown & Sequencing Control and Benchmarks (2) Overall Proposed Maps (2) Overall Existing Maps (2) Proposed Abandonments (1) Prop Plan & Profile (5) Standard Details/Restraint Length/Thickness Project Spec. Details Cathodic Protection Evaluations Specifications Geotechnical Investigation By Otherthan Open Cut Installation Project Site Visit Utility Clearance Traffic Control Traffic Control Phasing Map & Narrative Traffic Control Plans (4) Traffic Control Details (City/TxDOT) OPCC Deliverables 1 1 2 1 1 1 2 2 2 5 24 1 4 4 2 4 4 12 2 2 4 4 4 4 1 2 1 4 2 12 1 3 4 2 3 3 4 4 4 4 48 8 4 20 2 4 4 4 8 32 4 8 4 2 $0 $49,585 $5,500 $12,246 $550 Black Mesa/DKC $4,960 Alliance $1,225 Bennett S500 $0 $0 $800 $0 $800 $1,710 $0 $0 $1,715 $1,410 $1,410 $1,600 $1,600 $0 $1,600 $0 $1,600 $1,600 $0 $0 $1,600 $1,600 $1,600 $21,000 $1,560 $0 $21,000 $0 $1,560 $3,200 $0 $6.050 $3,200 $8,970 $2,920 $10,640 $0 $54,546 $10,640 $56,365 $1,820 $3,640 $3,640 $13,465 $17,105 $0 $3,640 $1,960 $0 $0 $1,960 $0 $0 $3,560 $0 $3,560 $12,320 $1,300 $0 $12,320 $0 $1,300 $4,280 $0 $500 $4,280 $800 $300 4.0 lFinal Design "anWater Main 0 34 97 182 6 $87,745 $11,360 $22,650 $3,401 1 $500 $37,911 $125,651 Preliminary Design (60%) Comments 90% Design Drawings Cover Sheet Sheet Index and General Notes Shutdown & Sequencing Control and Benchmarks (2) Overall Proposed Maps (2) Overall Existing Maps (2) Proposed Abandonments (1) Prop Easement Layout (0) Easement Vacations (0) 1 4 4 1 1 1 1 2 6 2 2 2 2 $0 $0 $0 $0 $250 $0 $0 $0 $250 $800 $0 $0 $800 $4,140 $4,140 $500 $0 $500 $0 $800 $0 $0 $800 $800 H$O $0 $0 $0 $0 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FW WTR Official Release Date: 8.09.2012 6/2/2025 Page 1 of 3 EXHIBIT B-2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Water and Santary Sewer Replacements Contract 2019, WSM-1 - Amendment No. 3 City Project No. 103415 Labor (hours) Task Description Senior Senior Support Total Labor Task No. Professional II Professional I Professional Analyst Staff Cost Compensation $380.00 $360.00 $300.00 $250.00 $150.00 Prop Plan & Profile (5) S 20 36 $16,800 Standard Details/Restraint Length/Thickness 1 4 $1,560 Project Spec. Details 2 4 $1,600 Tunneling 4 4 4 $3,646 Surface Repair (3) 2 4 12 $4,920 Traffic Control Plans (4) 6 16 32 $14,960 Cathodic Protection Plans 1 4 1 $1,810 Erosion Control and Details (4) 4 12 $4,200 Specifications 4 4 24 4 $9,240 Quantities/OPCC 1 3 4 $2,260 Deliverables 2 $300 Public Meeting Prep/Exhibits 2 2 4 $2,320 Final (100%) Plans and Specifications 2 20 30 $14,220 Final Quantities/OPCC 2 2 2 $1,820 Deliverables 1 1 1 $700 Expense Subconsultant Travel I MWBE Non-MWBE Markup Reproduction / Fees / Permitting $11,360 $1,136 JQ $12,300 $1,23611113ennelt $10,350 $1,0143lack Mesa/DKC $500 $500 TotalTask Expense Cost $0 Sub Total $16,800 $0 $1,560 $12,496 $14,096 $13,530 $17,170 $0 $4,920 $0 $11,385 $14,960 $13,195 $0 $4,200 $0 $9,240 $0 $500 $2,260 $800 $0 $2,320 $0 $14,226 $0 $1,820 $500 $1,200 4.0 ina esign o an 1 " -TxDOT Joint -Bid Revise Final P ans from 12" to 24" Water Line Revise Final Plans from 24" to 30" Water Line Revise Final Plans for 12" Water Line Abandonment Only 60 25 29 10 90 35 3 20 15 75 3 5 25 1 e( 2e 1 s 2 1 $78,900 $30,000 $0 $0 $0 $0 $0 $78,905 $0 $0 $30,000 $30,000 $30,000 $18,900 $0 $18,900 Bid Phase Services -36" Water Main 0 22 38 8 9 5.1 Bid Su��ort 5.1.1 U load Documents to e-Builder 1 5.1.4 �swer/fRlesl`p�Qand to Bidding Questions 3 8 5.1.5 Issue 4lddendas 13 13 5.1.6 Prep/Attend Pre -Bid -Meeting 1 2 5.1.6.1 Tabulate bids and review 2 5 5.1.7 Recommend/References 3 4 5.1.8 Precertifcation Requirements 6 5.2 Final Design Drawings 2 9 4 $22,670 $450 $0 $45 $1,200 $1,695 $24,365 $0 $450 $45 JQ $1,200 $0 $0 $300 $0 $300 $3,480 $495 $3,975 ,600 $1,980 $960 $0 $1,980 $0 $960 $1,350 $0 $0 $1,350 $2,280 $2,280 $2,520 $3,200 $0 $2,520 $1,2001 $4,400 Construction Phase Services - 36" Water Main (Not Included) 01 0 01 oj 0 $0 $0 $0 $0 $0 $0 $0 Construction Phase Services - PRV Station 01 ill 311 321 0 6.1 Construction Support 6.1.1 Attend Precon 2 2 2 6.1.2 Project Site Visits (4) 2 2 8 6.1.3 Request for Information/Shop Drawings (Assumes 12) 4 24 12 6.2 Final Walkthrough 2 2 2 6.3 Record Drawings 1 1 9 $21,605 $0 $0 $0 $0 $0 $21,600 $0 $0 $0 $1,900 $3,400 $0 $1,900 $0 $3,400 $11,700 $0 $0 $11,700 $1,900 $1,900 $2,700 $0 $2,700 8.0 8.1 Survey and SUE Services - 36" Water Main Design Survey 0 1 4 8 0 $3,600 $17,058 $0 $1,706 $0 $18,764 $22,364 1 4 8 $3,600 $17,058 $1,706 Gorrondona $18,764 $22,364 9.0 9.1 9.2 Permitting - 36" Water Main 7xDOT Permit TRWD Permit 0 8 4 4 22 10 12 35 15 20 0 $18,300 $0 $0 $0 $0 $0 $18,300 $8,200 $10,100 $0 $0 $8,200 $10,100 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FW WTR Official Release Date: 8.09.2012 6/2/2025 Page 2 of 3 Task No. 10.0 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FW WTR Official Release Date: 8.09.2012 EXHIBIT B-2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Water and Santary Sewer Replacements Contract 2019, WSM-1- Amendment No. 3 City Project No. 103415 Labor (hours) Expense tnse Task Description Senior Senior Professional Analyst Support Total Labor Subconsultant Travell Toal Expense Task Sub Professional II Professional I Staff Cost Reproduction I Total r_»,_^--'•,^^ . .,. ^^ .- - > ..,. ^^ .­ ^^ p. ^ MWBE I Non-MWBE I Markup Fees / Permitting I Cost Water Line Footage 3,300 100% 1 Toti l $494,170 I Sewer Line Footage 0 0% 3,300 100% Nonstandard Design Items (A) Total Fee $494,170 Geotechnical Investigation: $56,365 (B) Survey Fee $22,364 Subsurface Utility Engineering: $0 (C) Total Fee (-) survey Fee $471,806 Cathodic Protection Design $22,165 Structural Design: $14,546 I Water Fee (100% of C) Sewer Fee (0% of C) Traffic Control: $32140 I $47 ,806 I $0 HDD Design: $34:275 TxDOT Final Design Revisions: $78,900 TxDOT/TRWD Permitting/Coordination: $18,300 Bid Prequalifcations: $6,600 Construction Phase Services (PRV Station): $21,600 Additional Services: $20000 Non -Standard Design Items. $304:891 Description WP Water Sewer I Conceptual Design (30%) 31 $141,541 $0 I Standard Design $189,279 Preliminary Design (60%) 32 $283,084 $0 Final Design (10%) 33 $47,181 $0 I Survey 51 $22,364 $0 Project Summary I Total Hours 1,181 Subtotal $494,170 $0 I Total Labor $341,240 Total I I $494,1 Total Expense $152,930 MWBE Subconsultanf $78,453 Non-MWBE Suboonsultanf $40,390 MWBE Participation 15.9% 6/3/2025 Page 3 of 3 Engineer's Opinion of Probable Construction Cost Design Services for Riverside Dr. 36" Water Main City Project No. 103415 - Amendment No. 3 E ent: City of Fort Worth Project: Riverside Dr. 36" Water Main (2019, WSM-1 Amendment No. 3 A No.: 061018411 1ITitle: Riverside Dr. 36" Water Main I Line No. Descrintion2 1 9999.0001 42" HDPE Pipe IPS DR-11 by HDD 2 9999.0002 42" HDPE Pipe IPS DR-11, Select Backfill 3 3311.0844 36" Water Pipe (Restrained Joints) 4 3311.0845 36" Water Pipe, CSS Backfill (Restrained Joints) 5 3311.0445 12" Water Pipe, CSS Backfill (Restrained Joints) 6 3312.5000 36" AW WA Butterfly Valve, w/ Vault 7 3312.1005 6" Combination Air Valve Assembly for Water 8 3312.3005 12" Gate Valve 9 0241.1001 Water Line Grouting 10 0241.1218 4"-12" Water Abandonment Plug 11 3312.0117 Connection to Existing 4"-12" Water Main 12 0241.1305 Remove 12" Water Valve 13 3311.0001 Ductile Iron Water Fittings w/ Restraint 14 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 15 3216.0101 6" Conc Curb and Gutter 16 3213.0401 6" Concrete Driveway 17 3305.0110 Utility Markers 18 3305.0109 Trench Safety 19 3292.0400 Seeding, Hydromulch 20 3125.0101 SWPPP >_ 1 acre 21 3304.0002 Cathodic Protection 22 0171.0101 Construction Staking 23 0171.0102 As -Built Survey 24 3471.0001 Traffic Control 9999.0003 Water Construction Allowance to cover costs of 25 Improvements not previously itemized. All work to be completed under this item must be pre -approved by Owner via a contingency change order. ❑� No Design Completed ❑ Preliminary Design ❑ Final Design Spec. No. 3331 26 33 31 26, 33 05 45, 33 05 46 33 11 10, 33 11 13, 33 11 14 33 11 10, 33 11 13, 33 11 14 33 11 10, 33 11 12 33 12 21 33 12 30 33 12 20 0241 14 0241 14 33 12 25 0241 14 3311 11 3201 17 32 16 13 32 13 20 33 05 26 33 05 10 329213 31 2500 330412 01 71 23 01 71 23 3471 13 99 99 99 Quantitv 1,700 50 250 1,500 150 3 2 4 15 3 3 1 20 1,600 150 74 1 1,950 2,500 1 1 1 1 6 Date: Prepared By Checked Bv: Unit LF LF LF LF LF EA EA EA CY EA EA EA TON LF LF SF LS LF SY LS LS LS LS MO LS Unit Price II 111312125� RJS CTD Cost $4,250,000 $75,000 $162,500 $1,050,000 $37,500 $675,000 $130,000 $32,000 $7,500 $2,100 $9,000 $700 $220,000 $240,000 $6,750 $7,400 $5,000 $3,900 $25,000 $3,000 $20,000 $10,000 $5,000 $60,000 $100,000 Subtotal: $7,137,350 Conting. (%,+/-) 30 $2,142,650 Total Construction $9.280.000 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. K:\FTW Utilities\061018411-CFW-2019-WSM-I\WKS\OPCC\RIVERSIDE-36-INCH\CFW-2019-WSM-I Riverside-36-Inch-WL-OPCC 2025-01-13.xlsx Kim(ey-Horn Riverside Drive 36" Water Main Report Print Date: Tue 6/3/25 City Project No. 103415 Amendment No. 3 Water and Sanitary Sewer Replacements Contract 2019, WSM-1 ID Task Name Duration Start (Finish 2025 2026 2027 2029 1 Riverside Drive 36" Water Main - CPN 103415 Amendment No. 3 708 days Mon 6/2/25 Wed 2/16/28 ntrl Otr2 Otr3 Otr4 Otr1 Oft Ot,3 111r4 Our Otr2 Otr3 Otr4 Ott Otr2 2 Project Agreement 37 days Mon 6/2/25 Tue 7/22/25 1 3 Program/Project Contract Agreement 37 days Mon 6/2/25 Tue 7/22/25 4 M&C Process - Design 17 days Mon 6/2/25 Tue 6/24/25 �6/24 5 Award Agreement- Design 0 days Tue 6/24/25 Tue 6/24/25 6 Agreement Execution 20 days Wed 6/25/25 Tue 7/22/25 7 Design 196 days Wed 7/23/25 Wed 4/22/2 8 60% Preliminary Design 116 days Wed 7/23/25 Wed 12/31/25 9 Survey, Borings, SUE, Cathodic 45 days Wed 7/23/25 Tue 9/23/25 10 Prepare 60% Preliminary Plans and Specifications 45 days Wed 9/24/25 Tue 11/25/25 11 60% Preliminary Plan and Specification Submittal 0 days Tue 11/25/25 Tue 11/25/25 111/25 12 Submit Plans and Specs to Utilities 1 day Wed 11/26/25 Wed 11/26/25 13 Review 60%Preliminary Plans and Specifications (CFW) 14 days Thu 11/27/25 Tue 12/16/25 14 Hold Public Meeting - Design 1 day Wed 12/17/25 Wed 12/17/25 15 Incorporate Comments and Submit Revised Preliminary Design 30 days Thu 12/18/25 Wed 12/31/25 Drawings 16 Preliminary Design Complete 0 days Wed 12/31/25 Wed 12/31/25 12/31 17 90% and 100% Final Design 80 days Thu 1/1/26 Wed 4/22/26 18 Prepare 90% Final Plans and Specifications 30 days Thu 1/1/26 Wed 2/11/26 19 90% Final Plan and Specification Submittal 0 days Wed 2/11/26 Wed 2/11/26 2/11 20 Review 90•D Final Plans and Specification (CFW) 14 days Thu 2/12/26 Tue 3/3/26 21 Hold Project Meeting 1 day Wed 3/4/26 Wed 3/4/26 22 Incorporate Final Comments and Submit Final Plans and 15 days Thu 3/5/26 Wed 3/25/26', Specifications 23 Approve Final Plans and Specifications and Route for Signatures 30 days Thu 3/26/26 Wed 4/8/26 24 Design Complete 0 days Wed 4/8/26 Wed 4/8/26 4/8', 25 Establish MWBE Goal 5 days Thu 4/9/26 Wed 4/15/26 26 Prepare Bid Package 5 days Thu 4/16/26 Wed 4/22/26 27 Permits 60 days Thu 1/1/26 Wed 3/25/26 r____1 28 TXDOT Permitting - Submit, Review, Approve 40 days Thu 1/1/26 Wed 2/25/26 29 USACE Permitting -Submit, Review, Approve 60 days Thu 1/1/26 Wed 3/25/26 Task Project Summary r r Manual Task Start -only C Deadline + City Project No. 103415 Split . . . . . . . . . . . . . . . Inactive Task Duration -only Finish -only 7 Frog — Amendment No. 3 Milestone + Inactive Milestone Manual SummaryRollup External Tasks Manual Progress Summary r . Inactive Summary Manual Summary r r External Milestone A Page 1 of 2 Kim(ey-Horn Riverside Drive 36" Water Main Report Print Date: Tue 6/3/25 City Project No. 103415 Amendment No. 3 Water and Sanitary Sewer Replacements Contract 2019, WSM-1 ID Task Name Duration Start Finish 2025 2026 2027 2028 Qtr1 Qtr2 Qtr3 Qtr4 Qtr1 ltr2 Qtr3 Qtr4 Qtr1 Qtr2 Qtr3 Qtr4 Qtr1 Qtr2 30 Construction 475 days Wed 4/22/26 Wed 2/16/28 , 31 Construction Advertisement 42 days Wed 4/22/26 Fri 6/19/26 r1 L 32 Advertisement Period 42 days Wed 4/22/26 Fri 6/19/26 r� 33 Bid Advertisement 0 days Wed 4/22/26 Wed 4/22/26 4/22 34 Advertisement Period 20 days Thu 4/23/26 Wed 5/20/26 35 Hold Pre -Bid Meeting 1 day Thu 5/21/26 Thu 5/21/26 36 Pre -Qualifications for HDD Contractor 21 days Fri 5/22/26 Fri 6/19/26 37 Issue Addenda (as needed) 5 days Fri 5/22/26 Thu 5/28/26 t5/28 38 Bid Opening 0 days Thu 5/28/26 Thu 5/28/26 39 Review Bids - Bid Tabulations and Select Contractor 3 days Fri 5/29/26 Tue 6/2/26 40 MWBE Documentation 8 days Wed 6/3/26 Fri 6/12/26 41 M and C Process 20 days Mon 6/15/26 Fri 7/10/26 42 Contract Execution 18 days Mon 7/13/26 Wed 8/5/26 43 Pre -Construction Activities 16 days Thu 8/6/26 Thu 8/27/26 44 Construction Contract 282 days Thu 8/27/26 Mon 9/27/27 45 Notice to Proceed for Construction 0 days Thu 8/27/26 Thu 8/27/26 46 Shop Drawings for HDD Work Plan 90 days Fri 8/28/26 Thu 12/31/26 47 Pipe Procurement 21 days Fri 1/1/27 Fri 1/29/27 48 Construction 171 days Mon 2/1/27 Mon 9/27/27 49 HDD of 36" DR-11 HDPE Water Pipe 60 days Mon 2/1/27 Fri 4/23/27 50 Open Cut of 36" Water Pipe 90 days Mon 4/26/27 Fri 8/27/27 51 Cleaning, Testing, and Tie -In 21 days Mon 8/30/27 Mon 9/27/27 52 Material Soil Testing 171 days Mon 2/1/27 Mon 9/27/27 53 Inspection 171 days Mon 2/1/27 Mon 9/27/27 54 Closeout 40 days Tue 9/28/27 Mon 11/22/27 55 Acceptance 62 days Tue 11/23/27 Wed 2/16/28 56 57 58 Task Project Summary I— — — — ­11 Manual Task Start -only C Deadline + City Project No. 103415 Split . . . . . . . . . . . . . . . Inactive Task Duration -only I —I Finish -only 7 Progress Amendment No. 3 Milestone Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary r . Inactive Summary o o Manual Summary r r External Milestone A Page 2 of 2 MAYOR AND COUNCIL COMMUNICATION MAP w oil, i a $OOKER \ � ,• u,.-rr - .ram,-. a � - � � .. • y � - S. SYLVANIA AVE �MIS h FO RT WO RT H. WATER F ►� JAY 30 I F BOMAR AVE Aga }. _ N i ASS-T R �t r A_VE 36" WATER LINE mi City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 12, 2025 LOG NAME: 60WSSC19WSMIA3-KHA REFERENCE NO.: **M&C 25-0726 SUBJECT: (CD 8 and CD 11) Authorize Execution of Amendment No. 3 in the Amount of $494,170.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc. for the Water and Sanitary Sewer Contract Replacement 2019 WSM-1 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. 3 in the amount of $494,170.00, to City Secretary Contract No. 56816, an engineering agreement with Kimley-Horn and Associates, Inc. for the Water and Sanitary Sewer Replacement Contract 2019 WSM-1 project for a revised contract amount of $1,522,686.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $494,170.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2019 WSM-1 project (City Project No. 103415) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On November 30, 2021, Mayor and Council Communication (M&C) 21-0924, the City Council authorized an engineering agreement in the amount of $696,800.00 with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 56816) for the Water and Sanitary Sewer Replacement Contract 2019 WSM-1 project. The agreement was subsequently revised by Amendment No. 1 in the amount of $265,616.00 authorized on August 22, 2023 (M&C 23-0704), that provided survey and design for the replacement of the deteriorated water and sanitary sewer mains on additional streets and Amendment No. 2 in the amount of $66,100.00 administratively authorized on December 5, 2024, that provided for design for a pressure reducing valve station. Amendment No. 3 will provide for survey and design for the extension of a 36" water main on Riverside Drive from Booker Street to Bomar Avenue and construction support services for the pressure reducing valve station. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is budgeted in the Transfer to the Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2019 WSM-1 project within the Water & Sewer Capital Projects Fund. FY2025 — Water PayGo Appropriations per City Ordinance 27107-09-2024 FY2025 FY2025 YTD PayGo This M&C FY2025 Original Amended Approved Remaining Adopted PayGo for/Moved to PayGo PayGo (includes any Capital Projects Balance council actions subsequent to budget adoption) $92,597,771.00 I$151,458,196.00 I($84,512,962.00)Il($494,170.00)I1$66,451,064.00 Appropriations for Water/Sanitary Sewer Replacement Contract 2019 WSM-1 project are as depicted below: Fund Existing Additional project Total* Appropriations Appropriations W&S Capital Projects - Fund $1,499,971.00 $494,170.00 $1,994,141.00 56002 2022 Bond Program -Fund $70,000.00 $0.00 $70,000.00 34027 Project Total 11 $1,569,971.0011 $494,170.001$2,064,141.00 *Numbers rounded for presentation purposes. This project is located in COUNCIL DISTRICTS 8 and 11. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently 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 Contract 2019 WSM-I project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Accoun Project ProgramActivity Budget Reference # mount ID I ID Year (Chartfield 2) FROM Fund Department Account Project Program ctivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Parvathi S (7803) ATTACHMENTS 1. 60WSSC19WSMIA3-KHA 103415 FID Table A3 (WCF 06.10.25).xlsx (CFW Internal) 2. 60WSSC19WSMIA3-KHA funds avail.docx (CFW Internal) 3.60WSSC19WSMIA3-KHA.pdf (Public) 4. APCF Request Amendment 3 -Final TS.pdf (CFW Internal) 5. CPN 103415 WSM-I 1295 Form.pdf (CFW Internal) 6. ORD.APP 60WSSC19WSMIA3-KHA 56002 A025(r2).docx (Public) 7. PBS CPN 103415.pdf (CFW Internal) 8. SAM.gov search KHA.pdf (CFW Internal) 6019WSMIA3-KHA 2 56002 2 56002 0600410 1 4956001 1 103415 0600430 103415 2025 2025 2 56001 0609020 5956001 1 2 56002 0600430 4956001 103415 001730 9999 FIDs (REVENUE or EY Rec# Fund Dept# Account Project ID Activity Budget 1 56002 0600430 5330500 103415 001730 1 9999 $494,170.00 $494,170.00 $494,170.00 ($494,170.00) $494,170.00 ITo pay contract