Loading...
HomeMy WebLinkAbout056816-A4 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 56816-A4 AMENDMENT No . 4 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 305t 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 which was authorized by M&C 23-0704 on August 22nd, 2023, Amendment No. 2 in the amount of $ 66,100.00 which was administratively authorized on December 5th, 2024, and Amendment No. 3 in the amount of $494,170.00 which was authorized by M&C 25-0726 on August 12th, 2025; and WHEREAS, the CONTRACT involves engineering services for the following project: Water and Sanitary Sewer Replacement Contract 2019, WSM-I, CPN 103415; and WHEREAS, it has become necessary to execute Amendment No. 4 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 $41,000.00. (Water: $20,500.00; Sewer: $20,500.00) 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, 563, 686. 00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated City of Fort Worth, Texas OFFICIAL RECORD W&SS Repl on Contract 2019, WSM-I Prof Services Agreement Amendment Template CITY SECRETARY 103415 Revision Date: June 13, 2025 FT. WORTH, TX Page 1 of 2 Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE• 11/23/2025 ATTEST: At c u 0­0� 0 -o o� o off. Jannette Goodall �0, 00 .* City Secretary a, r�-°�� �o APPROVAL RECOMMENDED: CGnko her �f rr (er ( / iar2rns i(;•ns•nn rrsT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER Kimley-Horn and Associates, Inc. L�2 4- P.E. Chris Igo, P.E. Associate DATE • 11 /18/2025 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. yea 11 /19/2025 Parvathi Sreekumaran Unnithan, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Nov 20, 2025 17:42:07 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 2 M&C No.#' --/A M&C Date' -- K/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX W&SS Repl on Contract 2019, WSM-I 103415 Kimley»>Horn November 17, 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. 4 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. 4 for the WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-1 project. This amendment adds 900 linear feet of roadway design for Goddard Street from Woodrose Drive to Haltom Street. Tasks included as part of this amendment are further described as follows: TASK 4.0 — FINAL DESIGN: $41,000 ENGINEER will complete Final Design in accordance with the Original Contract for the following: • 900 linear feet of Roadway Design including horizontal plan, vertical profile layout, and roadway cross -sections for implementation into the original contract plan set for Goddard Street from Woodrose Drive to Haltom Street. This includes one round of City comments. • Addition of roadway cross -sections and TPW requested layout/profile/sidewalk changes associated with Roadway Design for Goddard Street from Beach Street to Woodrose Drive. • Addition of surface repair items requested by TPW for Sylvania Avenue, Carnation Avenue, Blandin Street, Aster Avenue, Pittsburg Place, Grace Avenue, Haltom Road, and Gilmore Street. We recommend that the CITY increase the budget by $41,000 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description Water Sewer Total Task 4 — Final Design $20,500 $20,500 $41,000 Total $20,500 $20,500 $41,000 Kimley»>Horn 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 Amendment No. 4 $20,500 $20,500 $0 $41,000 Total 1 $1,182,782 1 $340,904 1 $40,000 1 $1,563,686 Page 2 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Contract Amendment No.1 Amendment No.2 Amendment No.3 Amendment No.4 Revised 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 $41,000 $486,299 Task 5 - Bid Phase Services $20,730 $14,100 - $24,365 - $59,195 Task 6 - Const. 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 $41,000 $1,563,686 Kimley»>Horn Page 3 We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. Chris Igo, P.E. Associate Attachments - Level of Effort Spreadsheet - Project Location Map cc: Tony Sholola, P.E., Assistant Director of Water Department K:\FTW Utilities\061018411-CFW-2019-WSM-I\PPP\POST NTP\Amendment-4\WSM-1 Amendment 4 Summary Ltr.docx EXHIBIT B-2 Level of Effort Spreadsheet TASKMOUR BREAKDOWN Design Services for Water and Santary Sewer Replacements Contract 2019, WSM-I - Amendment No. 4 City Project No. 103415 11 / 13/2025 Task No. Task Description Labor (hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Principal Project Manager Project Engineer EIT Admin Subconsultant Markup Travel / Reproduction / Fees Permitting / Rate $300 $285 $230 $200 $130 4.0 Final Roadway Design (90 % and 100%) 0 17 52 116 0 $40,500 $0 $0 $500 $500 $41,003 4.2.13 Goddard St Design (Woodrose to Haltom - 900LF) - 90% Site Visit 2 41 4 $2,300 $500 $500 $2,800 Horizontal Plan - Roadway Curb only 2 6 12 $4,400 $0 $4,400 Vertical Profile Layout - Roadway Curb only 2 12 30 $9,400 $0 $9,406 Paving Plan & Profile Sheets 2 4 10 $3,500 $0 $3,506 4.3.4 Surface Repair Sylvania Ave, Carnation Ave, Blandin St, Aster Ave Pittsburg PI, Grace Ave, Haltom Rd, Gilmore St City Comment Review Meeting(10/29/2025) 2 2 1 $1,100 $0 $1,100 Curb Ramps Layout 2 12 $3,000 $0 $3,000 4.3.5.1 Goddard St Design (Beach to Woodrose - 850 LF) - Final Remove proposed sidewalk (North side) 2 6 $1,700 $0 $1,700 Roadway Profile Revisions 2 4 10 $3,500 $0 $3,506 Roadway Cross Sections - 50' intervals 6 12 $3,800 $0 $3,800 4.3.5.2 Goddard St Design (Woodrose to Haltom - 900LF) - Final Address City Comments 2 4 10 $3,500 $0 $3,500 4.3.1 IOPCC 1 4 6 $2,500 $0 $2,500 4.3.2. Technical Specifications 4 4 $1,800 $0 $1,800 Subtotal 0 171 521 116 0 $ 40,500.00 500.00 500.00 $ 41,000.00 Water Line Footage 1 50% 1 Totals:l $41,000 Sewer Line Footage 1 50% Project Summary 2 100% Total Hours 185 (A) Total Fee $41,000 Total Labor $40,505 (B) Survey Fee $0 Total Expense $500 (C) Total Fee (-) survey Fee $41,000 Water Fee % of C Sewer Fee % of C $20,500 $20,500 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 1 of 1 Kimley>>>Horn F, i E tst at Chonauit 5t ti LawnwoodSt Kings Oaks Ln Goddard Rd Oiirnors St King, •4 PROJECT LOCATION 4,in4Y Oaks Ln P° FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: Water and Sanitary Sewer Replacement Contract 2019, WSM-I, CPN 103415 M&C Approved by the Council? * Yes ❑ No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes © No ❑ 56816-A4 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes © No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 103415 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the following _ order: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.