Loading...
HomeMy WebLinkAbout059697-A1 - General - Contract - Kimley-Horn and Associates, Inc.CSC No. 59697-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 59697 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 59697, (the CONTRACT) which was authorized by M&C 23-0492 on the 13th day of �Tune, 2023 in the amount of $ 282,600.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation, CPN 104515; 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 $72,260.00. (Water) 2. Article II of the CONTRACT is amended to provide for an increase in tYie 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 $354,860.00. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City o£ Fort Plorth, Texas F[9 1`�G at rai�trc,11-San�om 41i�: Relo.�ntion Prof Services Agreement Amendment Template ��09E1.� Revision Date: June 13, 2025 Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth ������ C�_`\� Jesica McEachern Assistant City Manager 02/04/2026 DATE: ATTEST: �p �� � ����� �.�� Jannette Goodall City Secretary APPROVAI� RECONIN.�NDED : CGt�tsto,�Gt�Y �fa��l�� �hricr�nhAr uar�lbr � ian ��� �mF i��na�zn rcT� Chris Harder, P.E. Director, Water Department of the date subscribed by the City's Q.dobon�nIl � o� FORr�aa c° �� o �o9-i o tio PVa o=d od ,� o00 00 *� �aIIQp QEXASodp Contract Compliance Manager: ENGINEER Kimley-Horn and Associates, Inc. � � P. E. Chris Igo, P.E. Associate DATE : 01 /15/2026 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. ,� r � ,�,. �� i4�-�-� Jo�in Kasavich, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: �vr`❑c�� Douglas Black (Jan 28, 2026 11:28:43 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Plorth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 2 M&C No.#: 26-0023 (FUNDING) M&C Date: January 13th, 2026 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX R�1 156 at Cantrell-Sansom S•][9 Aelocation 109515 Kimley>>> Horn August 11, 2025 John Kasavich, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 RE: FM-156 at Cantrell-Sansom Water Main Relocation Amendment No. 1 KHA No. 061018451 City Project No. 104515 Dear Mr. Kasavich: The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER) perform additional services under Amendment No. 1 for the FM-156 at Cantrell-Sansom Water Main Relocation project. We are pleased to submit ourAmendment No. 1 to add construction phase services associated with the project. Tasks included as part of this amendment are further described as follows: TASK 6.0 — CONSTRUCTION PHASE SERVICES: $72,260 The original contract did not include Construction Phase Services and is being added through this amendment. This project was a joint-bid with City of Fort Worth and TxDOT. The total contract time for the project is 14 months (Sept 2025 — Nov 2026). The total estimated time associated with the water main relocation, utility adjustments for the roadway, and valve vault re-construction is 5 months. ENGINEER will complete the following additional Construction Phase Services in accordance with the Scope of Services set forth as follows: • TxDOT Coordination/Meetings ENGINEER will conduct and attend fourteen (14) progress meetings. ENGINEER coordinate with TxDOT, City staff and the Contractor on an as-needed basis regarding project documentation, the project schedule, and known project issues. The purpose of this coordination will be to facilitate communication and resolution of outstanding items to promote progress of the project during construction. • Visits to Site and Construction Observation - ENGINEER will provide on-site construction observation services for (5) months. - ENGINEEER will be on site for an average of approximately (4) hours per week to perform site observation. Site observation will be scheduled based on Contractor activities at the site. Site visits will periodically be documented with observation reports to include a description of work in progress and any observations of construction issues that may require attention. Kimley>>> Horn Page 2 Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Clarifications/Interpretations/Requests for Information - ENGINEER will respond to two (2) requests for clarifications, interpretations, or information. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders - ENGINEER will assist in evaluating one (1) change order. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Shop Drawings - ENGINEER will review and process twenty (20) shop drawings associated with the construction contract for general conformance with the design concepts and general compliance with the requirements of the contract for construction. - Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. Log all shop drawings, samples and other submittals. kimley-horn.com Kimley>>> Horn Page 3 • Review Material Testing Reports - ENGINEER will maintain a log of test results as they are received. ENGINEER will review material testing reports as they are received to determine conformance with the Construction Contract Documents, and whether further clarification is required from the Testing Lab. • Final Walkthrough and Punchlist Preparation - ENGINEER will attend final walkthrough with Contractor and the CITY to determine if the completed work of Contractor is generally in accordance with the contract documents. ENGINEER will compile punch list from information gathered during final walkthrough with the CITY and Contractor. • Record Drawings - ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. . Limitation of Responsibilities ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. Consultant shall not have the authority or responsibility to stop the work of any Contractor. We recommend that the CITY increase the budget by $72,260 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description Task 6— Construction Phase Services Total The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Total Water $72,260 $72,260 Original Contract $282,600 $0 Amendment No. 1 Total $72, 260 $354,860 I $0 $0 $282,600 $72,260 $354,860 Total $72,260 $72,260 Kimley>>> Horn Page 4 The following tables summarize our recommended budget revisions and shows the revised contract amount: Task Number Task 1 - Project 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- Survey and SUE Services Task 9 - Permitting Total Project Firm IPrime Consultant Kimley-Horn and Assoc., Inc. I Sub-Consultants Gorrondona and Associates, Inc. The Rios Group JQ Engineering, LLC I CMJ, Inc. Black Mesa Engineering & Consulting, PLLC I TOTAL Primary Responsibility Civil Engineering/ CCA Original Contract $31, 000 $14,200 $62,700 $93,400 $25,500 $0 $0 $43,400 $12,100 $282,600 Amendment Revised No.1 Contract $0 $31,000 $0 $14,200 $0 $62,700 $0 $93,400 $0 $25,500 $72,260 $72,260 $0 $16,660 $0 $43,400 $0 $12,100 $72,260 $354,860 Original Amend. Revised Revised Contract No.1 Contract % $218,217 � $64,535 � $282,752 � 79.7% Survey/ $23,150 - $23,150 Easements Subsurface Utility Engineering $11,025 - $11,025 Structural Engineering $10,995 $7,725 $18,720 Geotechnical Report $7,088 - $7,088 Cathodic Design $12,125 - $12,125 $282,600 $72,260 $354,860 6.5% 3.1 % 5.3% 2.0% I 3.4% 100% I 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley>>> Horn Page 5 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. L/vwt G�o- P. E. Chris Igo, P.E. Associate Attachments - Level of Effort Spreadsheet - Form 1295 cc: Tony Sholola, P.E., Assistant Director of Water Department Task No. 6.2 7.0 8.0 9.0 Task Description EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for FM-156 at Cantrell-Sansom Water Relocations City Project No. 104515 - Amendment No. 1 Labor(hours) Expense Total Senior Senior SuppoR Total Labor Subconsultant Travel / Task Sub Professional Analyst Expense Professionalll Professionall Staff Cost �Pense Markup � Reproduction/ Cost Total Compensation $350.00 $330.00 $275.00 $230.00 $135.00 Fees / Permitting Project Management 0 0 0 0 0 $0 $0 $0 $0 $0 $0 Conceptual Design 0 0 0 0 0 $0 $0 $0 $0 $0 $0 Preliminary Design (60%) 0 0 0 OI 0 $0 $0 $0 $0 $0 $0 Final Design (90 % and 100%) 0 0 0 0 0 $0 $0 $0 $0 $0 $0 Bid Phase Services 0 0 0 0� 0 $0 $0 $0 $0 $0 $0 Construction Phase Services 0 27 99.5 119.5 0 $63,758 $7,725 $778 $0 $8,503 $72,260 Construction Support (14 months) $0 $0 $0 Pre-Con Meeting 3 $990 $0 $99C On-Site Observations (2 hdday, 2 day/wk, 5 mo) 44 44 $21,968 $1,000 $100 JQ $1,100 $23,068 �TxDOT Coordination/Meetings (14 months) 14 14 $8,470 $0 $8,47C Shop Drawing Review (20) 20 40 Review Materials Testing Reports 4 10 RFIs (2) 2 6 6 Change Orders (1) 2 4 4 Final Walkthrough z z z Punch List � 2 z Follow Up Walkthrough 2 2 Z Record Drawings Revisions � z $ Deliverables z ROW/Easement Services 0 0 OI 0 Survey and SUE Services 0 0 0 0 Permitting 0 0 0 0 ____�_ SubtoYal 0 27 99.5 119.5 TaskS&6WaterLF 310� 100% Task 5& 6 Sewer LF 0 � 0% 310� 100% (A) Total Fee �72,260 (B) Survey Fee $0 (C) Total Fee (-) survey Fee $72,260 f Water Fee (100 % of C) Sewer Fee (0 % of C) � � $72,260.00 $0.00 � City of Fort WoRh, Texas Attachment B- Level of Effort Supplement Typical Waterand Sewer Replacement FN/WfR O�cial Release Date: 8.09.20'12 $14, $3, $3, $2, ^�1, $1, $1, $2, $63, 8/11/2025 $3,500 $350 JQ $3,850 $18,550 $0 $3,400 $2,225 $228 JQ $2,453 $6,143 $0 $2,680 $0 $1,670 $0 $1,340 $0 $1,670 $0 $0 $1,000 $100 JQ $1,100 $3,820 SO $460 $0 $0 $0 SO $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $7,725 $778 50 $8,503 $72,260 j Totals:� $72,260� Project Summa Total Hours 246 Total Labor $63,758 Total Expense $8,503 Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 13, 2026 LOG NAME: 60FM156CANTRELLSANSOM-KHAA1FUNDING REFERENCE NO.: **M&C 26-0023 SUBJECT: (CD 2) Adopt Appropriation Ordinance in the Amount of $92,260.00 for Increased Project Costs to the Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation Project 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 adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water and Sewer Bond 2015A Fund by increasing estimated receipts and appropriations in the Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation project (City Project No. 104515) in the amount of $92,260.00, and decreasing estimated receipts and appropriations in the Unspecified All-Funds project (City Project No. UNSPEC) by the same amount to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: On September 14, 2021, Mayor and Council Communication (M&C) 21-0669, the City of Fort Worth executed an Interlocal Agreement with the City of Saginaw for intersection improvements at Cantrell Sansom Road and Farm to Market 156 (FM 156). The proposed roadway improvements are in conflict with existing City water main crossing FM 156 and water vault structures on E. Industrial Avenue / Cantrell Sansom Road that must be relocated and adjusted, respectively. On June 13, 2023, M&C 23-0492, authorized an engineering agreement with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 59697) in the amount of $282,600.00 for engineering services for the Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation project. The $92,260.00 appropriation requested in this M&C will provide funding in the amount of $72,260.00 for construction assistance on the project consisting of site visits, construction observations preparation of as- built drawings, and $20,000.00 for additional project management costs. It is the practice of the Water Department to appropriate its Capital Improvement Program 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 currently available in the Unspecified All-Funds project within the Water & Sewer Bond Series 2015A Fund for the purpose of funding the FM156 at Cantrell-Sansom Road Water Main Relocation project. Appropriations for FM-156 at Cantrell-Sansom Water project are as depicted below: Fund Water & Sewer Bond 2015 A — Fund 56007 W&S Commercial Paper — Fund 56022 Existing Additional project Total*� Appropriations Appropriations $0.00 $1,352,600.00 $92,260.00 $92,260.00 $0.00 $1,352,600.00 �Project Total �� $1,352,600.00�� *Numbers rounded for presentation purposes. $92,260.00��$1,444,860.00 The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified All-Funds project within the Water & Sewer Bond 2015A Fund and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Bond 2015A Fund for the FM-156 at Cantrell-Sansom Water project to support the approval of the above recommendation. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs),: TO IFund Department �Accoun� Project Programl�ctivityl Budget Reference # �4mountJ ID ID � Year (Chartfield 2) � � FROM IFund Department Accoun Project Program ctivity Budget Reference # mount I ID � ID � Year (Chartfield 2) � CERTIFICATIONS: Submitted for Citv Manaqer's Office bv: Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60CANTRELLSANSOM-KHAA1 FUNDING FID Table (WCF 12.03.251.x1sx (CFW Internal) 2. 60CANTRELLSANSOM-KHAA1 FUNDING FundsAvail.docx (CFW Internal) 3.60FM156CANTRELLSANSOM-KA1FUNDING.pdf (Public) 4. ORD.APP 60FM156CANTRELLSANSOM-KHAA1 FUNDING 56007 A026(R11.docx (Public) 5. PBS CPN 104515.pdf (CFW Internal) 56007 0600430 4905430 UNSPEC 56007 0600430 4905430 104515 2026 2026 56007 0600430 UNSPEC 2026 56007 0600430 104515 2026 . �- . . � 56007 0600430 4905430 UNSPEC UNSPEC 9999 56007 0600430 4905430 104515 001730 9999 56007 0600430 5330500 104515 001730 9999 56007 0600430 5110100 104515 001730 9999 ($92,260.00} $92,260.00 ($92,260.00) $92,260.00 $92,260.00 ($92,260.00) $72,260.00 Contract $20,000.00 Staff Costs 60CANTRELLSANSOM-I�IIAAIFUNDING FID Table F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Kimley-Horn and Associates, Inc. Subject of the Agreement: Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation 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 ❑ 59697-A1 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 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: 1/13/2026 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. Proj ect Number: If applicable. 104515 *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 processin� 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.