Loading...
HomeMy WebLinkAboutContract 63094-A1CSC No. 63094-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 63094 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 63094, (the CONTRACT) which was administratively authorized April 14, 2025 in the amount of $ 124,200.00; and WHEREAS, the CONTRACT involves engineering services for the following project: 6900 Adventuress Court, CPN 105999; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $250,000.00. (See Attached Funding Breakdown Sheet, Page -4-) 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 $374,200.00. 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 OFFICIAL RECORD 6900 Adventuress Court Prof Services Agreement Amendment Template CITY SECRETARY CPN 105999 Revision Date: 12/08/2023 Page 1 of 4 FT. WORTH, TX EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth op�� Jesica McEachern Assistant City Manager DATE: 09/06/25 APPROVAL RECOMMENDED: Lauren Pneur Aug 2, 202511:2M8 CDT) Lauren Prieur Director, Department of Transportation and Public Works Qg440pnn� ATTEST: p�0oR�°9�0 C!`o °•Id Ov8 0-=d ° °°° * d aa�tn nExA?oaa Jannette Goodall City Secretary APPROVAL RECOMMENDED: /20IL62 Y/L�fLBb Thanaa Maksimos, P.E. Project Manager Kimlrn and Associates, Inc. ey-Ho 4*awJ Scott R. Arnold, P.E. Vice President DATE: July 18, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas 6900 Adventuress Court Prof Services Agreement Amendment Template CPN 105999 Revision Date: 12/08/2023 Page 2 of 4 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. Thanaa Maksimos, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: wor- Douglas Black (Sep 2, 2025 18:46:28 CDT) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 3 of 4 M&C No.#: _Asper the Emergency Memorandum dated August 11, 2025. M&C Date NA 6900 Adventuress Court CPN 105999 FUNDING BREAKDOWN SHEET City Secretary No. 63094 Amendment No. 1 Fund Dept ID Account Project CF1- CF2 - Bond ID Activity Reference 52002 0200431 5330500 105999 CAPEXP 9999 Total: City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 4 of 4 Amount $250,000 $250,000 6900 Adventuress Court CPN 105999 AMENDMENT ATTACHMENT "A" Scope for Enaineerina Desian Related Services for Storm Water Improvements Proiects 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. OBJECTIVE This project consists of the preliminary and final design efforts associated with evaluating the storm drainage improvements needed to alleviate the excess surface storm water from Adventuress Court. The project includes conceptual, preliminary and final design services for the storm drainage improvements. This Amendment will allow for the additional coordination and designs required throughout the design and construction phases. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services TASK 8. FUTURE WORK TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 1 of 22 • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct and document monthly project update meetings with CITY Project Manager. • Conduct review meetings with the CITY at the end of each design phase. • Conduct and document biweekly design team meetings. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the respective CITY Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project, if applicable. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • The budget for this task is for approximately 20 project meetings that will occur from the conceptual to 60% design phase. • It is assumed that six (6) meetings with City staff will occur during the 90% and final design phases. • It is assumed that six (6) coordination meetings with the wall contractor will occur during the design phase. DELIVERABLES A. Meeting summaries with action items B. Monthly invoices City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 2 of 12 C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will utilize concepts and criteria contained in the current CITY — iSWM Criteria Manual for Site Development and Construction for conceptual planning and design. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the project. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (such as TxDOT and railroads), CITY Master Plans, CITY drainage complaint files, existing applicable drainage studies, FEMA floodplain and floodway maps, existing models of project area (if any) and property ownership as available from the Tax Assessor's office. 2.2. Drainage Computations ENGINEER will delineate the watershed based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of- way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the current CITY iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100- year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. 2.3. Subsurface Utility Engineering Provide Subsurface Utility Engineering (SUE) to Quality Level A and B, as described below. The SUE shall be performed in accordance with CUASCE 38-02. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 3 of 12 Qualitv Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Qualitv Level C (includes tasks as described for Qualitv Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground -mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Level B (includes tasks as described for Qualitv Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single -conduit lines, and outside edges of multi -conduit systems. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 4 of 12 Resolve differences between designated utilities and utility records and surveyed appurtenances. Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. 2.4. The Conceptual Design Package will consist of the following: • Cover sheet • Drainage area map with supporting drainage computations in the CITY's standard tabular format. • Horizontal alignment (excluding profiles) of proposed storm water improvements, including existing lot layout, , streets, street right-of-way, proposed easements, and existing utilities gathered during the SUE within the project limits. • Proposed phasing of water, sanitary sewer, street and drainage work documented in both the project schedule and narrative form. • Documentation of key design decisions (Project Decision Log). • Estimates of probable construction cost. ASSUMPTIONS The Conceptual Design was completed in January 2025. It is assumed that SUE may be performed. The budget is based upon identifying up to four (4) underground franchise or public utilities. This scope does include having a survey crew survey the SUE locations. An allocated budget was established for this limited scope. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Two (2) copies of the conceptual design package will be delivered. Drawings will be half size (11" x 17"). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Ebuilder City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 5 of 12 • All submitted documents will also be uploaded to the designated project folder in Ebuilder • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • The Conceptual Design Package was provided in January 2025 to complete the initial scope under the contract. The scope for this Amendment includes: • Preparing a conceptual evaluation of three (3) options which includes two (2) pipe options and one (1) flume option. This also includes addressing up to three (3) rounds of comments. • A budget of approximately $35,000 is allocated towards performing SUE efforts which may include performing up to six (6) Level B SUE and six (6) Level A SUE. The previous budget provided under this task of $20,000 was reallocated towards other efforts. DELIVERABLES A. Conceptual Design Package. TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings will consist of the following: • Cover Sheet • Drainage area maps showing proposed improvements with drainage calculations and hydraulic computations in accordance with the the current iSWM Criteria Manual for Site Development and Construction. A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s). • SUE plan drawings. • Plan and profile drawings of proposed storm water improvements, including existing lot layout with property ownership, streets, curb lines, driveways, medians (if applicable), sidewalks, existing and proposed water and sanitary sewer mains, existing utilities gathered during the SUE and existing utility easements within the project limits. • No less than two bench marks per plan/profile sheet. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 6 of 12 • The ENGINEER will prepare standard and special detail sheets that are not already included in the City's standard details. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. • Prepare separate drawings for water mains including a overall water layout sheet and plan and profile drawings. • Overall project water layout sheets. The water layout sheet shall identify the proposed water main improvement/ existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. • Plan and profile sheets which show the following: proposed water and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. The ENGINEER shall make provisions for reconnecting all identifiable water and/or wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water lines are changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • Station equations relating utilities to paving, when appropriate. Proposed roadway profile grades and elevations along each curb line; elevations at all P.V.I.'s; P.I's half stations; high and low points; vertical curve information; and pertinent AASHTO calculations. Profiles for existing curbs (if any) and existing ground at the left and right of right-of-way lines shall be shown. Existing found property corners (e.g. Iron pins) along the existing right-of-way shall be shown on the plans. Profiles for existing and proposed storm drain mains and laterals shall be provided. Preliminary roadway cross -sections will be developed, from the survey notes, at intervals not -to -exceed 50 foot along the project length and will extend 10 foot past the right of way line on both sides of the street. Additional cross -sections at important features including driveways, P.I.'s of intersecting streets, (minimum distance of 100 foot along cross -street at each P.I.) walks, retaining walls, etc., will also be provided. Profiles of centerline of driveways will also be provided where necessary. Scale will be 1" = 20' horizontal and 1 " = 2' vertical. Excavation and embankment volumes and end area computations shall also be provided. 3.2. Geotechnical Investigation/Pavement Design The preparation of a geotechnical study is not part of this scope. The ENGINEER will rely upon the geotechnical report provided by the CITY. The pavement section will be provided by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 7 of 12 3.3 Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4 Public Meeting • No public meetings will be included as part of this project. 3.5 Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Ebuilder for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.7 Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Ebuilder website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS This project includes storm drainage design, panel replacement and paving reconstruction at the Adventuress Court cul-de-sac. This project does not include any design or connections to retaining wall and embankment determined by others. The geotechnical report will be prepared by others. • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • Traffic Control "Typicals" will be utilized to the extent possible. A narrative and/or TxDOT lane closure sheets will be provided. • 2 full size plans will be delivered for Utility Clearance. • 2 full size plans will be delivered for Constructability Review. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 8 of 12 • 2 half size drawings will be delivered for Preliminary Design. DWF files created from design CAD drawings will be uploaded to the designated project folder in Ebuilder. All submitted documents will also be uploaded to the designated project folder in Ebuilder. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. • The items listed above are part of the 60% design efforts. The scope provided as part of the Amendment consists of the following: • Evaluating up to three (3) different alternatives for the location of the junction boxes and storm pipe alignments. This includes addressing up to three (3) rounds of comments. • Coordination with Keller requiring design changes which includes reviewing wall designs and answering questions regarding grading, pipe design, and constructability. • Coordination with City staff regarding the location and design of an access ramp. • Additional design efforts for the improvements along Harrier which were added after the conceptual design. The improvements consist of additional grading (crown roadway), additional paving, and additional storm drainage pipe and inlets. This also included an evaluation of a 100-year, no bypass design option. • Preparation of OPCC based upon unit prices provided by City staff. This consists of updates to the OPCC to separate into costs based upon the stormwater vs paving/wall unit costs. DELIVERABLES A. Preliminary Design drawings B. Utility Clearance drawings C. Documentation of key design decisions (Project Decision Log) D. Estimates of probable construction cost E. Traffic Control Plans, where applicable TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Final draft construction plans and specifications included iSWM Construction Plan shall be submitted to CITY per the approved Project Schedule. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 9 of 12 • The ENGINEER shall submit a final design estimate of probable construction cost with the final design plans submitted. This estimate shall use ONLY standard CITY bid items. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. ASSUMPTIONS • Assumptions from the original scope include the following: • All storm water calculations and design shall conform to the current CITY iSWM Criteria Manual for Site Development and Construction. • 2 half size and 2 full size drawings and 4 specifications will be delivered for the 90% design. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Ebuilder. • 4 full size drawings and specifications will be delivered for the 100% design. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Ebuilder. • Assumptions from the Amended Scope include: • Additional coordination efforts with the wall manufacturer including preparing the grading plan for the wall beyond the storm pipe improvements and reviewing the the 90% wall plans. • Additional design changes beyond the original scope of the contract. This includes addressing two (2) additional rounds of comments from City staff and various departments. DELIVERABLES A. 90% construction plans with Amendment scope B. 100% construction plans with Amendment scope C. Documentation of key design decisions (Project Decision Log) -original scope D. Detailed estimates of probable construction cost for the authorized construction project, including summaries of bid items and quantities using the CITY's standard bid items and format. E. Original cover mylar for the signatures of authorized CITY officials -to be determined. TASK 5. BID PHASE SERVICES 5.1 There will be no additional services for this Task. The original Task 5 funds may be reallocated if the Task is not required. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 10 of 12 TASK 6. CONSTRUCTION PHASE SERVICES 6.1 A limited construction phase services budget was allocated for this task to assist the CITY during construction. The scope for this Amendment consists of the following additional services: • Up to twenty-five (25) hours of coordination time with the wall contractor • Up to twenty-five (25) hours of coordination time with City staff • Respond to up to three (3) additional RFI and/change orders. TASK 7. ROW/EASEMENT SERVICES -NO ADDITIONAL SERVICES TASK 8. FUTURE WORK 8.1 This task provides an allowance (to be used as authorized) to perform additional work at the direction of the CITY on specific tasks identified by the CITY. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existina Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re -bidding of the contract for construction. • Construction management • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 11 of 12 Amendment Attachment B Design Services for 6900 Adventuress Court Storm Drain Assessment City Project No. 105999 Lump Sum and Time and Materials with Multiplier Project Compensation — Time and Materials A. Compensation The ENGINEER shall be compensated for Task 1-4 on a lump sum fee below. Individual task amounts are informational only. The ENGINEER may reallocate budgets as needed. All permitting, application, and similar project fees will be paid directly by the Client, unless otherwise specified in the Scope. Task 1 Design Management $ 26,000.00 Task 2 Concept Design (30%) $ 48,500.00 Task 3 Preliminary Design (60%) $ 37,500.00 Task 4 Final Desian and Final Construction Documents $ 10,000.00 Total: $122,000.00 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. B. Time and Materials Task 6 Construction Phase Services Task 8 Future Work Total: $ 17,300.00 $ 110,700.00 $ 128,000.00 The ENGINEER shall be compensated for Task 6 and Task 8 Construction Phase Services on an hourly amount not -to -exceed $128,000.00 for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: (1) Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate Whour) Senior Project Manager $292 Senior Professional $272 Project Manager $232 Professional $197 Analyst III $172 Analyst II $162 Analyst 1 $157 Administrative $110 Intern $90 Labor rates shall be increased by 5% on each annual anniversary of the effective date of this Agreement. (2) Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non -labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. (3) Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). (4) Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. C. Lump Sum i. The ENGINEER shall be compensated a total lump sum fee as summarized in Exhibit B-1 of each Task Order. The total lump sum fee shall be considered full compensation for the services described in Attachment A of the Task Order, including all labor materials, supplies, and equipment necessary to deliver the services. D. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Time and Materials i. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. ii. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. iii. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. iv. Payment of invoices will be subject to certification by the City that such work has been performed. B. Lump Sum i. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. ii. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. iii. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. iv. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. IV. Summary of Total Project Fees To be included with each Task Order. City MBE/SBE Goal = 0% Consultant Committed Goal = 0% Task No. Task Description Kai 1.0 Design Management Additional Meetings already performed (20) Internal Mtg MWBE Reporting and Monthly Invoicing w/ Progress Report Protect Decision Log Gorrespondence/Documentation Future Meetings (12) 2.0 Conceptual Design Evaluation of All Design-2 pipe design and flume design Preparation of Exhibits 3 rounds of comments with staff SUE City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Amendment Design Services for 6900 Adventuress Court City Project No. 105999 City Project Labor (hours) Project Sr. Project I Project I EIT II Administrative Total Labor Cost Director J Manager JEngineer NJ 111 Expense Subconsultant Total Expense Task Sub Total Travel Reproduction Cost MWBE Non-MWBE I �5 110 $ 5,500.00 $ - $ 5,500.00 1 5 $ 550.00 $ - $ 550.00 1 2J $ 756.00 $ - $ 756.00 5. 1� $ 3,780.00 $ - $ 3,780.00 11 11l $ 6,288.00 $ - $ 6,288.00 $ 35,000.00 1 of Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Amendment Design Services for 6900 Adventuress Court City Project No. 105999 City Project Labor (hours) I Task No. Task Description Project Sr. Project Project EIT II Administrative Total Labor Cost J Director J Manager Engineer NJ 111 I �I I Prepare 3 options for manhole improvements 1 5 20 2 rounds of comments city staff 5 10 I Coordination with Keller -changing the design 2 5 Grading for wall 1 5 10 Access Ramp coordination and exhibit Update design with Hamer Improvements 5 25 60 I Evaluate 100 year no bypass 21 10 5 Expense Subconsultant Total Expense Task Sub Total Travel Reproduction Cost MWBE Non-MWBE 3 - Is Is Is - S 36.360 Updates to the oPcc-una prices, and separate into paving vs storm 1 5 Final Design (90 percent) and Final Construction 4.0 Documents 4 0 15 25 0 $ 8,948.00 $ $ $ $ $ $ 8,948.00 Additional Coordination with Keller -design changes 2 5 10 Additional reviews by City staff various departments -design c 2 1 15 5.0 IBid Phase Services 0 0 0 0 0 $ - $ a igiiimiy.. i nueu uui will be reallocated Into other tasks if not used. Coom with Keller contractor Atltl RFI due to se rate contractor 13 RFI) Atltl RFI tlue to Berate contractor (3 RFI) $ 66.00 1 9.1 I I Future Work $ $ $ $ $ 110,700.00 $ 110,700.00 $ 110,700.00 Totals 84 0 1631 220 5 $ 100,734.00 $ 35,000.00 $ $ $ 66.00 $ 145,700.00 $ 246,500.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Project Summary Total Hours 472 Total Labor $100,734 Total Expense $145,700 MBE/SBE Subconsultant $35,000 Non-MBE/SBE Subconsultant $0 10% Sub Markup $3,500 MBE/SBE Participation 14.00%� 1 Total Project Cost 5250,000 2 of AMENDMENT ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 6900 Adventuress Court City Project No. 105999 There are no proposed changes to the Standard Agreement. City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of I FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth, Texas 6900 Adventuress Ct Attachment D CPN: 105999 Revision Date: 07.20.2018 Page 1 of 1 1 4f, l/illa Lago SMART?REA R �f - �Sl y €STATE DFW ��,� ern �' 1 T r-_YF'`'4�' {y� . ' a�'' ir':t[ �ck��' -•, � Five 1 ;"a- a Lip . }it alliii1lo 4tis •� .`s. k`,.�ai r Incl [N ' p.�- �. a •�« agle Ranch Disc Golf c� isle Bank a Course & ultipurpnse"1° P•.�'��?�' .. 1calp;.yam"t�•. 0 Talon Hills ; + t� tr .tom I i .r%p 1�a IL 7 Eagle Ra:.. Eagle F I, � ,',.. ��O . '�e• r.. a' r �\sd�l�'�1 � � �ICaly �ry `t agk, nch Park ID. 0. ncherR .fir pay f, a v SIP �7rNov vn IL •'��LIr11.3c�e�. � �, .. � � . 7 i 1 k , m I °' =+, •'••' � I - - =m o_` ... ._Qalhart"Dr'q w Dollar Fresh Pi y,� ik •-'�' r - I- Muiesho, , [7 .. r P" FORT WORTH INTEROFFICE MEMO Date: August 11, 2025 To: Jesica McEachern, Assistant City Manager From: Lauren Prieur, P.E., TPW Director Subject: SUPPLEMENT # 2 TO 06/18/2024 EMERGENCY MEMORANDUM - Ground Shifting Issues at 6900 Adventuress Court On June 18th, 2024, the Transportation Public Works (TPW) Department issued an emergency memorandum due to apparent ground shifting and water line break issues at the cul-de-sac at Adventuress Court. The memo authorized emergency authority in the amount of $500,000 to hire a geotechnical engineer to perform an assessment of the situation. On March 21, 2025, a supplement to the original memo authorized $1,800,000 for Keller North America, Inc. to design and construct a wall to support the cul-de-sac and adjacent affected areas. The supplemental memo also authorized $130,000 for Kimley Horn and Associates to design drainage as well as pavement repairs for Adventuress Court, select portions of Harrier Street, including an underground pipe through the wall, down the slope, and discharging to the pond at the bottom of the slope. Given the complexity of the additional scope to design the stormwater system, the costs increased by $139,300. Staff is seeking an additional $250,000.00 to pay for this increased cost and provide sufficient capacity for future work, should it be necessary. Waiting to advertise, procure, and award contracts to perform this work is not in the best interest of the health and safety of the citizens of the City of Fort Worth. City Code Section 2-9(d)(9) authorizes the City Manager to execute contracts to address emergencies. An emergency procurement is a procurement made because of a public calamity that requires the immediate appropriation of money to relieve the necessity of the city's residents or to preserve the property of the municipality; a procurement necessary to preserve or protect the public health or safety of the city's residents; or a procurement necessary because of unforeseen damage to public machinery, equipment or other property. Section 252.022 of the Texas Local Government Code exempts from normal bidding requirements expenditures that are necessary to preserve or protect the public health or safety of the municipality's residents and procurements necessary because of unforeseen damage to public machinery, equipment, or property. After the work has been completed, Mayor and Council Actions (M&Cs) will be circulated to ratify the above contracts. APPROVED FOR EMERGENCY PROCUREMENT: Recommended: Lauren Prleur(Aug 11, 202516:29:10 CDT) Lauren Prieur, P.E., Director, TTPW Department . q�xro�— Approved as to form and Legality: Douglas Black (Aug 12,2025 09:43:43 CDT) Douglas W. Black, Sr. Assistant City Attorney Approve: 8r"" "✓ HA,.,—" " Brandy Hazel, Interim Chief Procurement Officer, Purchasing Approve: cp Jesica McEachern, Assistant City Manager Signature: Douglas Black (Aug 12, 2025 09:44:51 CDT) Email: Douglas.Black@fortworthtexas.gov 105999-EPAM-Kimley Horn Associates, Inc. 1st Amendment Final Audit Report 2025-08-27 Created: 2025-08-20 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAciE31jWhb8x7RNUL_5RXZ7JN1Vzl_MDS "105999-EPAM-Kimley Horn Associates, Inc. 1 st Amendment" H istory Document created by Andrea Munoz (Andrea. Mu noz@fortworthtexas.gov) 2025-08-20 - 3:41:43 PM GMT- IP address: 204.10.90.100 Document emailed to Misty Christian (misty.christian@kimley-horn.com) for filling 2025-08-20 - 4:03:33 PM GMT Document emailed to Mike Crenshaw (Mike.Crenshaw@fortworthtexas.gov) for filling 2025-08-20 - 4:03:34 PM GMT Document emailed to Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) for signature 2025-08-20 - 4:03:34 PM GMT Email viewed by Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) 2025-08-20 - 4:04:04 PM GMT- IP address: 104.47.65.254 Uo Document e-signed by Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) Signature Date: 2025-08-20 - 4:10:33 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by Misty Christian (misty.christian@kimley-horn.com) 2025-08-20 - 4:14:37 PM GMT- IP address: 130.41.174.195 {rr Form filled by Misty Christian (misty.christian@kimley-horn.com) Form filling Date: 2025-08-20 - 4:19:18 PM GMT - Time Source: server- IP address: 130.41.174.195 Email viewed by Mike Crenshaw (Mike.Crenshaw@fortworthtexas.gov) 2025-08-20 - 7:03:36 PM GMT- IP address: 75.8.102.238 Form filled by Mike Crenshaw (Mike.Crenshaw@fortworthtexas.gov) Form filling Date: 2025-08-20 - 7:04:07 PM GMT - Time Source: server- IP address: 75.8.102.238 FoRTW❑RTH9 I P° e"Y Adobe Acrobat Sign Document emailed to Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) for filling 2025-08-20 - 7:04:10 PM GMT Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) 2025-08-20 - 8:12:40 PM GMT- IP address: 104.47.64.254 ho Form filled by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) Form filling Date: 2025-08-20 - 8:12:55 PM GMT - Time Source: server- IP address: 208.184.124.181 Form filling automatically delegated to Lissette Acevedo (lissette.acevedo@fortworthtexas.gov) by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) 2025-08-20 - 8:12:58 PM GMT Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for filling 2025-08-20 - 8:12:58 PM GMT Document emailed to Lissette Acevedo (lissette.acevedo@fortworthtexas.gov) for filling 2025-08-20 - 8:12:59 PM GMT Form filled by Lissette Acevedo (lissette.acevedo@fortworthtexas.gov) Form filling Date: 2025-08-22 - 3:40:25 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-08-22 - 3:40:27 PM GMT Email viewed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) 2025-08-22 - 4:28:29 PM GMT- IP address: 104.47.64.254 Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2025-08-22 - 4:29:08 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-08-22 - 4:29:11 PM GMT Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-08-22 - 7:15:52 PM GMT- IP address: 208.184.124.181 =' Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-08-22 - 7:33:57 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-08-22 - 7:34:00 PM GMT Email viewed by Douglas Black (Douglas.Black@fortworthtexas.gov) 2025-08-22 - 7:34:06 PM GMT- IP address: 20.159.64.152 Document declined by Douglas Black (Douglas.Black@fortworthtexas.gov) Decline reason: Instead of N/A at the M&C, please write: As per the Emergency Memorandum dated thx. FoRTW❑RTH. I Powered"V Adobe Acrobat Sign 2025-08-27 - 3:38:58 PM GMT- IP address: 204.10.90.100 FoRTWORTH9 I P—"edbY Adobe Acrobat Sign 105999-EPAM-Kimley Horn Associates Inc. 1st Amendment Final Audit Report 2025-08-28 Created: 2025-08-28 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAgCCe6GF7IPxYYT7DQ5nOaEROpUQyD64t "105999-EPAM-Kimley Horn Associates Inc. 1 st Amendment" Hi story Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-08-28 - 1:38:35 PM GMT- IP address: 204.10.90.100 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-08-28 - 1:41:06 PM GMT & Document shared with Ahana Basnet (Ahana.Basnet@fortworthtexas.gov) by Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) 2025-08-28 - 3:03:05 PM GMT- IP address: 204.10.90.100 '$; Document declined by Douglas Black (Douglas.Black@fortworthtexas.gov) Decline reason: The citation is to the incorrect emergency memo date. The attached and relevant memo is August 11. thx. 2025-08-28 - 10:56:40 PM GMT- IP address: 208.184.124.181 FORT WORTH, I P— ed ey Adobe Acrobat Sign FORT WORTH, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Kimley Horn Associates, Inc. 1 st Amendment M&C: emergency CPN: 105999 CSO: emergency Date: DOC#: To: Name Department Initials Date Out 1 Misty Christian - Engineer - review MC 08/20/25 misty.christian@kimley-horn.com MC 2. Mike Crenshaw - review TPW Project Mgr. y- 08/20/25 3. Thanaa Maksimos - Signature TPW Program Mgr.," 08/20/25 4. Lissette Acevedo - Review TPW Sr. CPO oN 08/20/25 5. Patricia Wadsack - Review TPW Asst. Dir. CIN 08/22/25 6. Lauren Prieur - Signature TPW Dir. 08/22/25 7. Doug Black - Signature Legal— ouglaz slack 09/02/25 8. Jesica McEachern - Signature CMO 09/06/25 9. Katherine Cenicola - Review CSO 09/09/25 10. Jannette Goodall - Signature CSO a . 09/10/25 11. Allison Tidwell - Review CSO- 09/12/25 12. TPW-SW-Contracts TPW SW CC: Program Manager - Thanaa Maksimos, Sr. CPO - Lissette Acevedo, TPW BSPAP Recon Team - Cindy Sengathith DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: []YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: []YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tpw sw contracts(& fortworthtexas.gov Call 817-229-3283 with questions. Thank you!