Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
055971-A3-U - Construction-Related - Contract - Kimley-Horn and Associates, Inc.
CSC No. 55971-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 55971 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 55971, (the CONTRACT) which was authorized by M&C 21-0482 on the 22nd day of June, 2021 in the amount of $ 1,370,265.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $ 307,885.00 which was authorized by M&C # 22-0886 on November 8, 2022,Amendment No. 2 in the amount of $91,625.00 which was administratively authorized on July 11, 2023; and WHEREAS, the CONTRACT involves engineering services for the following project: Westside IV Elevated Storage Tank and Transmission Main, CPN 103292; 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 $98,869.00. 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 $1,868,644.00. 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 Westside IV EST & WTH Prof Services Agreement Amendment Template CITY SECRETARY 103292 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 Jesica KdEachern Assistant City Manager DATE: 12/04/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: C rstopherHarder(N 24,2025 11:2— 7�T) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Kimley-Horn and Associates, Inc. 7�� � P, E. Chris Igo, P.E. Associate DATE: 11/17/2025 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. Fa-riola God vyam 11/24/2025 Farida Goderya, P.E. Sr. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C No.#: 25-1026 Douglas Black (Nov 26, 2025 15:55:13 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 Date: November llth, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Westside IV EST & WTM 103292 Kimley»>Horn June 30, 2025 Ms. Farida S. Goderya, PhD, P.E. Senior Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN Amendment No. 3 KHA No. 061018398 City Project No. 103292 / City Secretary No. 55971 Dear Farida: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 3 for the WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN project. These additional services are related to various items included in Tasks 6A, 6B, and 6C — Construction Phase Services for the Elevated Storage Tank and two Transmission Main projects. These improvements are further described as follows: TASKS 6.0 A, B, C—CONSTRUCTION PHASE SVCS: ($98,869) For each construction contract, ENGINEER will complete the following additional tasks in accordance with the Original Contract and subsequent amendments: • Progress Meetings and Site Visits ■ ENGINEER will conduct and attend the following additional progress meetings: • One (1) for the EST • 14 for the WS III/IV/V Transmission Main • Eight (8) for the WS IV Transmission Main. • Clarifications/Interpretations/Requests for Information ■ ENGINEER will respond to the following additional requests for clarifications, interpretations, or information: • 11 for the EST • Three (3) for the WS III/IV/V Transmission Main • Change Orders ■ ENGINEER will assist in evaluating the following additional change orders. • 2 for the WS IV Transmission Main • Shop Drawings ■ ENGINEER will review and process the following additional shop drawings associated with the construction contract. • 28 for the EST • 4 for the WS III/IV/V Transmission Main Kimley>>>Horn Page 2 Budget Modifications We recommend that the City increase the budget by $98,869 for these additional services. The following tables summarize our recommended budget revisions, design fees, and revised contract amounts are shown on the next page: Description Water Total Task 1 — Design Management $0 $0 Task 2A — EST Site Selection $0 $0 Task 2B —Transmission Main Alignment Study $0 $0 Task 2C — EST Concept Design /PDR $0 $0 Task 2D — TM Concept Design $0 $0 Task 3A — EST Preliminary Design $0 $0 Task 3B — TM 60% Design $0 $0 Task 4A — EST Final Design $0 $0 Task 4B — TM Final Design $0 $0 Task 5A — EST Bid Phase Services $0 $0 Task 5B — TM Bid Phase Services $0 $0 Task 6A— EST Construction Phase Services $46,920 $46,920 Task 6B — TM Construction Phase Services $51,949 $51,949 Task 7 — ROW/Easement Services $0 $0 Task 8 — Survey Services $0 $0 Task 9 — Permitting $0 $0 Task 10 —Additional Services $0 $0 Total $98,869 $98,869 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee SurveFee y Total Original Contract $1,290,255 $0 $80,010 $1,370,265 Amendment No. 1 $285,885 $0 $22,000 $307,885 Amendment No. 2 $91,625 $0 $0 $91,625 Amendment No. 3 $98,869 $0 $0 $98,869 Total $1,766,634 $0 $102,010 $1,868,644 Kimley»>Horn Page 3 The following table summarizes our recommended budget revisions and shows the revised contract amount: Original Contract Amend No.1 Amend No. 2 Amend No. 3 Revised Contract Task 1 $45,255 $19,550 $64,805 Task 2A $96,499 $96,499 Task 2B $63,000 $63,000 Task 2C $50,470 $50,470 Task 2D $49,145 $13,400 $62,545 Task 3A $42,970 $42,970 Task 3B $159,856 $21,620 $181,476 Task 4A $116,262 $116,262 Task 4B $175,945 $87,715 $263,660 Task 5A $19,865 $19,865 Task 5B $23,260 $23,260 $46,520 Task 6A $157,590 $91,625 $46,920 $296,135 Task 6B $88,365 $108,515 $51,949 $248,829 Task 7 $34,565 $34,565 Task 8 $135,199 $33,825 $169,024 Task 9 $79,015 $79,015 Task 10 $33,005 $33,005 Total Project $1,370,265 $307,885 $91,625 $98,869 $1,868,644 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. /I P. E. Chris Igo, P.E. Associate Attachments: LOE J RA/j rt K:\FTW Utilities\061018398-FWWD-WSIV-EST-AND-TM\PPP\POST NTP\Amendment-03\103292 Westside IV EST & TM Am-3 Ltr2025-6-30.doc EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Westside IV EST and Transmission Main - Amendment No. 3 Citv Proiect No. 103292 Water Line Footage 0 100% Project Summary Sewer Line Footage 0 0% Total Hours 517 0 100% Total Labor $98,869 Total E e $0 (A) Total Fee $98,869 MBE/SBE Subconsultant $0 (B) Survey Fce $0 Nm,MBE/SBE Subconsultant $0 (C) Total Fee (-) survey Fee $98,869 10% Sub Marou $0 Water Fee (100%of C) Sewer Fee (0%of C) MBE/SBE Participation 0.0% $98,869.00 $0.00 Total Project Cost $98,862 Dean io WP Water. Sewer Conceptual Design (W%) 31 $29,661.00 $0.00 Prelimina Desi n 62% 32 $59,321.00 $0.00 Final Desi n 10% 33 $9,887.00 $0.00 Survey 51 $0.W $0.W Subtotal $98,869.00 $0.00 Total $98,869.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Oficial Release Date: 8.09.2012 MAYOR AND COUNCIL CO N I WESTSIDE IV 42" WATER MAIN I F.O.RA W,ORJTiH LIMITED P�U.RP.OSE hNN, EMATIO:N WESTSIDE V 36" WATER MAIN FORT WORTH MUNICATION MAP oSI N MAIN A3-KHA WESTSIDE III 42" I 17 WATER MAIN I I WESTSIDE III 24" I WATER MAIN IH,20-WB.ENTER -MARKUM RP'NGN IH. W IH 20 20 Eg EXIT MgRkUM r� �Hc h _ 1 �T ►U►A�RKUM GATE wAY MARKUM RANCH PUMP STATION WESTSIDE IV 36" WATER MAIN F_O RAT W.O R�TH EFul TARRANT CO.U.NTiY City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 11, 2025 REFERENCE NO.: **M&C 25-1026 LOG NAME: 60WSIV EST AND TRANSMISSION MAIN A3-KHA SUBJECT: (Fort Worth ETJ/Tarrant County, Fort Worth/Limited Purpose Annexation) Authorize Execution of Amendment No. 3 in the Amount of $98,869.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc., for Westside IV Elevated Storage Tank and 36-Inch Water Transmission Main Project RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 3 to City Secretary Contract No. 55971 in the amount of $98,869.00, an Engineering Agreement with Kimley-Horn and Associates, Inc., for construction support services for Westside IV Elevated Storage Tank and 36-inch Water Transmission Main project (City Project No. 103292) for a revised contract amount of $1,868,644.00. DISCUSSION: On June 22, 2021 Mayor and Council Communication (M&C) 21-0482, the City Council authorized an engineering agreement with Kimley-Horn and Associates, Inc., (City Secretary Contract No. 55971), in the amount of $1,370,265.00 to prepare plans and specifications for the construction of the Westside IV Elevated Storage Tank and 36-inch Water Transmission Main. The agreement was subsequently revised by Amendment No. 1 in the amount of $307,885.00 authorized on November 8, 2022, M&C 22-0886, that provided for additional design and construction services, and Amendment No. 2 in the amount of $91,625.00 administratively authorized July 11, 2023 that provided for additional construction services on the project. As part of Amendment No. 3, the Engineer will provide additional construction phase services, necessitated by water unavailability for testing purposes and the development of testing sequences. 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 W&S Rev Bonds Series 2022 Fund for the Water Department for the purpose of funding the WSIV Elevated WST & Trans Main project, as appropriated. Funding for the WS IV Elevated WST & Trans Main project is depicted below: Fund Existing Appropriations Additional LAppropriations project Total` Water & Sewer Bond 2015A $7,896,985.57 $0.00 $7,896,985.57 Fund 56007 WS Capital Project 2019 $4,039,422.82 $0.00 $4,039,422.82 Fund 56016 W&S Rev Bonds Series $11,441,725.96 $0.00 $11,441,725.96 2021 Fund 56019 W&S Rev Bonds Series $1,831,291.00 $0.00 $1,831,291.00 2022 Fund 56020 W&S Rev Bond Series 2023 $956,948.43 $0.00 $956,948.43 Fund 56021 W&S Rev Bonds 2024 $3,190,929.22 $0.00 $3,190,929.22 Fund 56022 Water & Sewer Capital Projects $324,256.00 $0.00 $324,256.00 Fund 56002 Project Total 11 $29,681,559.00 $0.00 $29,681,559.00 *Numbers rounded for presentation purposes. The project is located in Fort Worth ETJ/Tarrant County, Fort Worth/Limited Purpose Annexation. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the W&S Rev Bonds Series 2022 Fund for the WSIV Elevated WST & Trans Main project to support the approval of the above recommendation and execution of the contract amendment. 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 # Amount ID ID I Year (Chartfield 2) FROM Fund Department ccoun Project JProgram ctivlt Budget Reference # moun 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: Farida Goderya (8214) ATTACHMENTS 1. 60WSIV EST AND TRANSMISSION MAIN A3-KHA FID TABLE (10.03.25 AC).xlsx (CFW Internal) 2. 60WSIV EST AND TRANSMISSION MAIN A3-KHA funds avail.docx (CFW Internal) 3. 60WSIV EST AND TRANSMISSION MAIN A3-KHA.pdf (Public) 4. CPN 103292-Amd 3 Form 1295 Certificate 101402400.pdf (CFW Internal) 5. PBS CPN 103292.pdf (CFW Internal) 6. SAM.gov search KHA.pdf (CFW Internal) Rec # I Fund I Dept # Rec # I Fund I Dept # Rec # I Fund I Dept # Account (Project Activity Budget I CF 2 Program I Amount ID Year Account IID Project Activity Budget I CF 2 'Program Amount Year FIDs REVENUE or EXPENSE - No KK or GL Entries Needed Account Project Activity Budget CF 2 Program Amount ID Year Purpose Purpose Purpose Xfer Xfer Xfer CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2025-1340776 Kimley-Horn and Associates, Inc. Dallas, TX United States Date Filed: 07/23/2025 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 103292 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Flanagan, Tammy Dallas, TX United States X McEntee, David Dallas, TX United States X Keil, Ashley Dallas, TX United States X Mutti, Brent Dallas, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Tyler Henrichs and my date of birth is 09/28/1990 My address is 13455 Noel Road, Two Galleria Tower, Suite 700 Dallas TX 75240 USA (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in Dallas County, State of Texas on the 23rd day of July 120 25 (month) (year) Signature of autVlrizecl agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.f10dOM8 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: Westside IV Elevated Storage Tank and Transmission Main 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 ❑ 55971-A3 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 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. 103292 *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.