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