Loading...
HomeMy WebLinkAbout059598-A2 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 59598-A2 AMENDMENT No . 2 TO CITY SECRETARY CONTRACT No. 59598 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 59598, (the CONTRACT) which was authorized by M&C 23-0413 on the 23rd day of May, 2023 in the amount of $ 557,800.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $ 564,100.00 which was authorized by M&C # 25-0080 on January 28, 2025,; and WHEREAS, the CONTRACT involves engineering services for the following project: Southeast Connector, CPN 104513; and WHEREAS, it has become necessary to execute Amendment No. 2 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 $359,000.00. 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 $1,480,900.00. 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 CITY SECRETARY Southeast Connector Prof Services Agreement Amendment Template 104513 Revision Date: June 13, 2025 Page 1 of 2 FT. WORTH, TX EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth j Jesica McEachern Assistant City Manager 11/23/2025 DATE: ATTEST: o % ° �I�d o Jannette Goodall o g 0o City Secretary aaat4tLEZA� - 1 t°°°°sap APPROVAL RECOMMENDED: cMsto her NoMeIr Christopher Harder N 17, 2025 06:48:17 CST Chris Harder, P.E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Kimley-Horn and Associates, Inc. UVW12 4- P. E. Chris Igo, P.E. Associate DATE: 11/14/2025 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. John Kasavich, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Nov 18, 2025 09:49:25 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.#: 25-1028 M&C Date: November 11th, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Southeast Connector 104513 Kimley>»Horn August 11, 2025 John R. Kasavich, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 RE: SOUTHEAST CONNECTOR Amendment No. 2 KHA No. 061018444 City Secretary No. 59598 — City Project No. 104513 Dear Mr. Kasavich: The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER) perform additional services under Amendment No. 2 for the SOUTHEAST CONNECTOR project. We are pleased to submit our Amendment No. 2 to provide continued service to the City on the project. This amendment includes approximately 3 months of additional design reviews and 6 months of additional construction phase services. The total project consists of 86 water and sanitary sewer relocations. Below is a summary of South -Point Constructors (SPC) base scope of work and deferred work on the project. Base Scone: Water and Sanitary Sewer Relocations Water Packages: • W-PK01 • W-PK03 • W-PK02 • W-PK04 Sanitary Sewer Packages: • SS-PK01 • SS-PK03 • SS-PK02 • SS-PK04 Deferred Work Comoonent 1: Water and Sanitary Sewer Relocations Water Packages: • W-PK6A • W-PK11A Appurtenance • W-PK8 • W-PK12A Adjustment • W-PK9 0 W-PK15A Package • W-PK10A • W-PK15A (ALT) Sanitary Sewer Packages: • SS-PK02A • SS-PK11 B Appurtenance • SS-PK6B • SS-PK12B Adjustment • SS-PK7 • SS-PK15B Package • SS-PK10B 0 SS-PK15B (ALT) Kimley>»Horn The anticipated remaining design work for the project includes the following: review of 4 water and sanitary sewer relocation design packages; review of 4 utility agreement packages; review of DRFI's and NDC's; review of construction work plans; review of redline drawings and closeout documents. Additionally, KHA will continue to provide construction observation services for the City to assist the City with ongoing construction activities. Below is the recommended increase to the budget for the prof ect. TASK 2.0 — CONFLICT ANALYSIS: ($59,580) ENGINEER will complete Conflict Analysis in accordance with the Original Contract and as follows: • ENGINEER to provide additional review of utility relocation design packages submitted by the design -build contractor. TASK 3.0 — CONSTRUCTION SUPPORT SERVICES: ($299,420) ENGINEER will complete Construction Support Services in accordance with the Original Contract and for the following: • ENGINEER to provide additional construction support services for the City. We recommend that the CITY increase the budget by $359,000 for these additional services. The following tables summarize our recommended budget revisions, water design fees, sanitary sewer design fees, and revised contract amount: Description Water Sewer Total Task 2 — Conflict Analysis $29,790 $29,790 $59,580 Task 3 — Construction Support Services $149,710 $149,710 $299,420 Total $179,500 $179,500 $359,000 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Total Original Contract $278,900 $278,900 $557,800 Amendment No. 1 $282,050 $282,050 $564,100 Amendment No. 2 $179,500 $179,500 $359,000 Total $740,450 $740,450 $1,480,900 Kimley»>Horn Page 3 The following tables summarize our recommended budget revisions and shows the revised contract amount: Task Number Original Contract Amendment No.1 Amendment No.2 Revised Contract Task 1 — Project Management $212,300 - - $212,300 Task 2 — Conflict Analysis $154,400 $110,700 $59,580 $324,680 Task 3 — Construction Support Services $133,900 $453,400 $299,420 $886,720 Task 4 — Survey and SUE $57,200 - - $57,200 Total Project $557,800 $564,100 $359,000 $1,480,900 Primary Original Scope Amend. Amend. Revised Revised Firm Responsibility Contract Change No.1 No.2 Contract % Prime Consultant Kimley-Horn and Conflict Analysis/ Construction $527,800 - $535,900 $341,000 $1,404,700 0 94.9/0 Assoc., Inc. Support Services Sub -Consultants Gorrondona & Survey and $10,000 -$10,000 - - $0 0% Associates, Inc. Easements The Rios Group Subsurface Utility $20,000 -$20,000 - - $0 0% Engineering Geisler Partners Consulting Conflict Analysis - $30,000 $28,200 $18,000 $76,200 5.1 % Engineers TOTAL $557,800 $0 $564,100 $359,000 $1,480,900 100% Kimley»>Horn Page 4 The original contract and this amendment will be a "Time and Materials with Rate Schedule" project. South -Point Constructors (SPC) has agreed to reimburse the City for the original agreement and future amendments on the project in accordance with the Southeast Connector Public Utility Accommodation Agreement (PUAA). In order for the City to receive reimbursement, the City will need to provide backup documentation of the City's costs which includes Kimley-Horn's time and hourly rates. 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. P.E. Chris Igo, P.E. Associate Attachments: - Water & Sanitary Sewer Relocation Maps - Level of Effort Spreadsheet - Form 1295 cc: Tony Sholola, P.E., Assistant Director of Water Department EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Conflict Analysis and Construction Support Services for Southeast Connector City Project No. 104513 - Amendment No. 2 8/11 /2025 Task No. Task Description Labor hours Total Labor Cost Ex ense ExTotal pense Cost Task Sub Total Senior Professional)) Senior Professional) Professional Analyst Support Staff Subconsultant Travel I Reproduction/ Fees / Permitting Expense Markup Compensation $390.00 $370.00 $310.00 $260.00 $155.00 1.0 Project Management 0 0 0 0 0 $0 $0 $0 $0 $0 $0 2.0 Conflict Analysis 40 104 0 0 0 $64,080 $6,000 $600 $0 $6,600 $69,682 2.1 Design Package Reviews (4 Design Packages Remaining) 16 80 $35,840 $5,000 $500 Geisler $5,500 $41,340 2.2 Design Review Meetings (2hr/mtg, 4mtg/mo, 3mo) 24 24 $18,240 $0 $18,240 3.0 Construction Support Services 48 148 220 552 0 $286,200 $13,000 $1,220 $0 $14,220 $299,426 Construction Support $0 $0 $0 On -Site Observations 8 r ay, 3dayAAfk, 6mo 156 468 $170,0401 $0 $170,040 Contractor Weekly Coordination Meeting (1hr/mtg, 4mtg/mo, 6mo) 24 24 24 24 $31,920 $0 $31,925 Contractor Weekly Work Planning Meeting (1hr/mtg, 4mtg/mo, 6mo) 24 24 $18,240 $0 $18,240 Review s an s 80 $29,600 $0 $29,600 Review Redline wg s and Closeout Documents 20 40 60 $35,400 $13,000 $1,220 Geisler $14,220 $49,620 4.0 Survey & Subsurface Utility Eng. 0 0 0 0 0 $0 $0 $0 $0 $0 $0 Subtotal 88 262 220 552 0 $339,280 $18,0001 $1,720 $0 $19,720 $359,005 Totals:1 $369,000 (A) Total Fee $359,000 (B) Survey Fee $0 (C) Total Fee (-) survey Fee $359,000 Water Fee 50% of C) Sewer Fee (50% of C) $179,500.00 $179,500.00 Description WP Water Sewer Conceptual Design (30%) 31 $53,850.00 $53,850.00 Preliminary Design (60%) 32 $107,700.00 $107,700.00 Final Design 0% 33 $17,950.00 $17,950.00 Survey 51 $0.00 $0.00 Subtotal 1 $179,500 $179,500 o a $359,000 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Project Summary Total Hours 1,112 ab Total Lor $339,280 Total ExpenseExpensel $19 720 Page 1 of 1 MAYOR AND COUNCIL COMMUNICATION 60SECONNECTORA2-KHA(OVERALL MAP) MONTERREY DR, 1►+ c �kr J- 7 MEADOWBROOK DR ff{ D F z w > o t w ❑ OQ f ^xvt J � Q � O �' •� to Q' r ui �r r ELLIS RDs,'�#�`+ , . •�+a"'r' h"-t tl�„era ���:, ' ?�y 1 NORMANDY�RD,ty,!,r 1��a MEADOWBROOK _:�, C t .., :•� �'"l � f�tr.rti;,��142}-++��•.�.ei'�.�i...^a?ii�Tr,�!���1►! ,' JEWELLAVE r HIGH TOWER r NORMAST r GREENLEE ST BEATY,STj O C"IG Sl t �<Ati�q S pFR , S HAM?SHIRE BLVD Up fZR. RD ARKANSAS LN im T} ''_' `V F� IN 3 MACEOLN gd�► y+oli _�., 'Z l�tlilr+tTwrt S if .TRUMAN DR 70 7a j ��+7Y'r�rRG'li RICKENBACKER PL RAMEYAVE FORT WORTH® ;,i':I WILLARDRo % r f R W; LL CRAIG ST it jy ROUTT.ST CHURCH ST 0 _ a p No,OLD HAN�V HART ST f I n t Up E �IT. ( RR.. LANCAS,, -; I r I AV /EROgEDgLEgT RE y E ROSEDALE ST• t d ,r i,�ffi=Ae r_w�unWFR DRr:<_ I`nrS CRAVENS`RD MAYOR AND COUNCIL COMMUNICATION 60SECONNECTORA2-KHA 111140N 1 - I , TERREYD R V SHE s .� I _ t_ .r 's � 14 MEADO NBR ni- 00K-D MEADOWBROOK'DR Lu Lu of 0 1=7 U) Lu 0. Z, RE 7j; iu > GZ' M LL . . . . . . 00 u 0, ;o U) �uj aft, 11- co It CRAIG s v oil 01 FORT WORTH, A 5-� xkl"- - - - ii Alt' Arl MAYOR AND COUNCIL COMMUNICATION 60SECONNECTORA2-KHA City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 11, 2025 REFERENCE NO.: **M&C 25-1028 LOG NAME: 60SECONNECTORA2-KHA SUBJECT: (CD 8) Authorize Execution of Amendment No. 2 to an Engineering Agreement with Kimley-Horn and Associates Inc., in the Amount of $359,000.00, for Design Oversight and Project Management Services for the Southeast Connector Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: Authorize execution of Amendment No. 2 to City Secretary Contract No. 59598, an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $359,000.00 for design oversight and project management services for the Southeast Connector project for a revised contract amount of $1,480,900.00; and Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $499,000.00, transferred from available PayGo funds within the Water & Sewer Fund, for the purpose of funding the Southeast Connector project (City Project No. 104513) to effect a portion of Water's contribution to the Fiscal Years 2026- 2030 Capital Improvement Program. DISCUSSION: On May 23, 2023, Mayor & Council Communication (M&C) 23-0413, the City Council authorized an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $557,800.00 for design oversight and project management services on Southeast Connector. The agreement was subsequently revised by Amendment No. 1 in the amount of $564,100.00 authorized on January 28, 2025 (M&C 25- 0080), that provided additional design oversight and construction support services as South -Point Constructors (SPC) continued to expand the highway project. Amendment No. 2 will provide additional design oversight and construction support services as SPC continues to expand the highway project. The proposed scope of services consists of project management; plan reviews of drawings provided by the contractor or other engineers; construction support services including attend preconstruction meetings, on -site observations, construction progress meetings, and shop drawing reviews; project meetings with the City, stakeholders, contractors, other consultants, and citizens and conflict analysis along Interstate Highway 20West, Interstate Highway 820, and U.S. Highway 287. In addition to the contract amount, $140,000.00 is required for project management and inspection, easement negotiations, and land costs. SPC will reimburse the City for this agreement and future amendments on the project in accordance with the SE Connector Project Utility Adjustment Agreement (PUAA). This project will have no impact on the Water Department operating budget when complete. It is the practice of the Water Department to appropriate its Capital Improvement Program (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. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2026- 2030 Capital Improvement Program. Funding is currently available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the Southeast Connector project. FY2026 — Water PAYGO Appropriations per City Ordinance 27979-09-2025 FY2026 Amended YTD PayGo FY2026 PayGo (includes any Approved FY2026 Original council actions for / Moved This M&C Remaining Adopted PayGo subsequent to to Capital PayGo Balance budget projects adoption) $101,090,082.00 $101,090,082.00 ($532,000.00) ($499,000.00) $100,059,082.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Funding for the Southeast Connector project is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects— $2,265,597.54 $499,000.00 $2,764,597.54 Fund 56002 Project Total 1 $2,265,597.54 $499,000.00 $2,764,597.54 *Numbers rounded for presentation purposes. This project is located in COUNCIL DISTRICT 8. 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 current capital budget, as appropriated, in the W&S Capital Projects Fund for the Southeast Connector project to support the amendment of the contract. 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 Program ctivity Budget Reference # mount ID I ID Year (Chartfield 2) FROM Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Jesica McEachern (5804) Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60SECONNECTORA2-KHA funds availabilitypdf (CFW Internal) 2. 60SECONNECTORA2-KHA MAP. PDF (Public) 3. 60SECONNECTORA2-KHA UPDATED FID (WCF 10.10.25).XLSX (CFW Internal) 4. Form 1295 Certificate 101427582.pdf (CFW Internal) 5. ORD.APP 60SECONNECTORA2-KHA 56002 A026(R2).docx (Public) 6. PBS CPN 104513.pdf (CFW Internal) 7. SAM.gov search KHA.pdf (CFW Internal) 60SECONNECTORA2-KHA FED Table Rec # —tFu�ept 2 56001 # Account Project 0609020 5956001 Activity FIDs Budget (Actual) CF2 Program Amount Purpose $499,000.00 Xfer 2 56002 0600430 4956001 104513 001780 9999 ($499,000.00) # Fund 56002 Dept # 0600430 Account 4956001 FIDs (REVENUE Project , 104513 or Activity 001730 . KK or .•Purpose -Needed) ($499,000.00) BudgetRec Ye 9999 1 56002 0600430 5330500 104513 001730 9999 $359,000.00 Contract 2 56002 0600430 5710010 104513 001740 9999 $40,000.00 Easement Acquisition 2 56002 0600430 5110101 104513 001740 9999 $10,000.00 Easement Acquisition 2 56002 0600430 5330500 104513 001740 9999 $5,000.00 Easement Acquisition 2 56002 0600430 5740010 104513 001780 9999 $5,000.00 Easement Acquisition 2 56002 0600430 5110101 104513 001730 9999 $10,000.00 Water Staff 2 56002 0600430 5110101 104513 001780 9999 $30,000.00 Water Staff 2 56002 0600430 5310350 104513 001784 9999 $2,000.00 Soil Lab TPW Staff 2 56002 1 0600430 1 5330500 104513 1 001784 1 9999 $8,000.00 ISoil Lab Consultant 2 56002 1 0600430 1 5110101 104513 1 001785 1 9999 1 $30,000.00 lWater Inspection Staff FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: Southeast Connector Project, CPN 104513 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 ❑ 59598-A2 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: 11/11/2025 If different from the approval date. Expiration Date: N/A 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. 104513 *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 followin order:. 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.