HomeMy WebLinkAbout060591-A6 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 60591-A6
ANIENDMENT No . 6
TO CITY SECRETARY CONTRACT No. 60591
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 60591, (the CONTRACT)
which was authorized by M�C 23-0908 on the 31st day of October, 2023 in the amount
of $ 974,121.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in
the amount of $ 69,185.00 which was administratively authorized on February
13, 2024, and Amendment No. 2 in the amount of $83,003.00 which was authorized
by M&C 25-0011 on January 14, 2025; Amendment No. 3 in the amount of
$92,145.00 administratively authorized on July 25, 2025, Amendment No. 4 in
the amount of $258,440.00 authorized by M&C 25-0904 on September 16, 2025,
Amendment No.5 in the amount of $31,290.00 administratively authorized on
November 11, 2025; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Water and Sanitary Sewer Replacement on Camp Bowie Boulevard, CPN 105062;
and
WHEREAS, it has become necessary to execute Amendment No. 6 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
$64,495.00.(Water: $32,593.00; Sewer: $31,902.00)
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 $1,572,679.00.
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
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 1 of 2
CITY SECRETARY
W&SS Repl. On Camp i3owie i3oulevard
105057
FT. WORTH, TX
EXECUTED and EFFECTIVE as of the date subscribed by the City's designated
Assistant City Manager.
APPROVED:
City of Fort Worth
ENGINEER
Kimley-Horn and Associates, Inc.
�
Jesica McEachern
Assistant City Manager
DATE : O2�`_6�202"
ATTEST : 4F °nnq° o
FoRr a
a � ��� �°9°0
P �'o �10
(`\q � Ap*�i� a
i�R. /J � ddQnbnEXp?o4
\
Jannette Goodall
City Secretary
APPROVAL RECOD�NDED:
C�YlJ'to,�GlG� ffG��iGY
Ghristopher Harcl�r (Feb 16, 2026 �4_09-�3 GST)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
� G�, P. E.
O
Chris Igo, P.E.
Associate
DATE : 02/09/2026
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.
P�� ��
Preeti KC, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
�����
Douglas Black (Feb 19, 2026 00:28:15 CST)
Douglas W. Black
Sr. Assistant City Attorney
M&C No.#: N/A
M&C Date: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas W&SS Repl. On Camp i3owie i�oulevard
Prof Services Agreement Amendment Template 1O5C67
Revision Date: June 13, 2025
Page 2 of 2
Kimley>>>Horn
February 9, 2026
Ms. Preeti KC, P.E.
Project Manager
City of Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Re: WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
Amendment No. 6
KHA No. 061018457
City Project No. 105062 / City Secretary No. 60591
Dear Preeti:
The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under
Amendment Number 6 for the WATER AND SANITARY SEWER REPLACEMENTS ON CAMP
BOWIE BOULEVARD project. This amendment includes additional design associated with
replacement of an existing sewer line between Thomas Place and Washington Terrace, as well as re-
design of the Van Zandt Water Line along W. 7th Street. These improvements are further described
as follows:
TASK 1.0 — PROJECT MANAGEMENT: (WATER $9,585, SEWER $4,510)
ENGINEER will complete Design Management in accordance with the Original Contract for the
following:
• Ten (10) project review meetings with City staff were included in the original contract. An
additional two (2) project review meetings with City staff were completed and an additional
three (3) site visits were attended with City staff.
• Twenty (20) monthly progress reports and schedules were included in the original contract.
An additional four (4) status reports and schedule updates were completed and an additional
six (6) status reports and schedule updates are anticipated.
• The ENGINEER will meet on-site with private property owners for up to twelve (12) private
sewer service relocations.
TASK 3.0 — CONCEPTUAL DESIGN: (WATER $0, SEWER $1,030)
ENGINEER will complete Conceptual Design in accordance with the Original Contract for the
following:
• The ENGINEER prepared a conceptual exhibit for the sanitary sewer service relocations and
evaluation of replacement alternatives.
TASK 4.0 — FINAL DESIGN: (WATER $23,008, SEWER $10,827)
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
. The CITY requested the design for replacement of an existing sanitary sewer line along the
alley between Thomas Place and Washington Terrace. The replacement will include the
design of two (2) sanitary sewer mains, one along Thomas Place and one along Washington
Terrace, as well as associated private sanitary sewer service relocations. This will include
three (3) additional sanitary sewer plan and profile sheets, two (2) modified water plan
Kimley>>>Horn
Page 2
sheets, sanitary sewer service relocation plans, traffic control, and opinion of probable
construction costs.
• After construction contract award for the Van Zandt 12-inch water line, the CITY requested a
revised alignment along W. 7th Street to address constructability concerns communicated by
the Contractor. This consisted of three (3) modified plan and profile sheets, revised traffic
control narratives, and opinion of probable construction costs.
TASK 8.0 — SURVEY SERVICES:
(WATER $0, SEWER $15,535)
ENGINEER will complete Survey Services in accordance with the Original Contract for the
following:
• An additional 1,400 linear feet of survey will be required for the proposed sanitary sewer lines
along Thomas Place and Washington Terrace.
We recommend that the CITY increase the budget by $64,495 for these additional services. The
following tables summarize our recommended budget revisions, water and sanitary sewer design
fees, and revised contract amount:
Description
Task 1 — Project Management
I Task 3— Conceptual Design
Task 4 — Final Design
Task 8— Survey and Subsurface Utility
Engineering Services
I Total
Water
$9,585
$0
$23,008
$0
$32,593
Sewer Total
$4,510 $14,095
$1,030 $1,030
$10,827 $33,835
$15,535 $15,535
$31,902 $64,495
Kimley>>>Horn
The following breakdown for water and sewer services is recommended:
Original Contract
Amendment No. 1
Amendment No. 2
Amendment No. 3
Amendment No. 4
Amendment No. 5
Amendment No. 6
I Total
WATER
Water Fee Sewer Fee
$648,216 $172,310
$69,185 $0
$69,128 $0
$79,749 $12,396
$203,346 $55,094
$3,400 $0
$32,593 $19,652
I $1,105,617 $259,452
Survey
Fee
$153, 595
$0
$13, 875
$0
$0
$0
$12,250
$179, 720
TPW
TPW Fee
$0
$0
$0
$0
$0
$27,890
$0
$27,890
Page 3
Total
$974,121
$69,185
$83,003
$92,145
$258,440
$31,290
$64,495
$1,572,679
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Task Original Amend Amend Amend Amend Amend Amend Revised
Number Contract No.1 No.2 No.3 No.4 No.5 No.6 Contract
Task 1 $42,795 $0 $1,745 $0 $16,260 $0 $14,095 $74,895
Task 2 $100,346 $0 $0 $0 $3,090 $0 $1,030 $104,466
Task 3 $277,740 $0 $21,590 $0 $22,505 $0 $0 $321,835
Task 4 $232,080 $8,490 $23,385 $0 $106,410
$3,400
(Water)
$27,890
(TPW)
$33,835 $432,390
Task 5 $45,475 $21,330 $9,745 $18,925 $0 $0 $0 $95,475
Task 6 $0 $39,365 $0 $73,220 $108,525 $0 $0 $221,110
Task 7 $7,650 $0 $0 $0 $1,650 $0 $0 $9,300
Task 8 $238,035 $0 $21,538 $0 $0 $0 $15,535 $275,108
Task 9 $0 $0 $0 $0 $0 $0 $0 $0
Task �30,000 $0 $5,000 $0 $0 $0 $0 $35,000
10
Total $974,121 $69,185 $83,003 $92,145 $258,440 $31,290 $64,495 $1,572,679
Project
Kimley>>> Horn
Page 4
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
L/vu2 C.�r P. E.
Attachments:
Level of Effort Summary
K:\FTW Utilities\061015457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\PPP\POST_NTP\Final Contract\Amend 06\2025-10-16_Amend6_Camp
Bowie.doc
Task No. Task Description
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement on Camp Bowie (Hulen St. to Montgomery St.)
City Project No. 705062-Amendment No. S- Version 3
Labor(hours) ExFense
Senior Project EIT Administrative �otal Labor Subconsultant iotal Expense Task Sub Total Budget Percentage
Professional Manager/Engineer Cost Trevel Reproduction Cost Remaining Complete
Rate $370 $295 $245 $130 MWBE Non-MWBE
1.0 Project Management 4 22 25 14,095 $0 $0 $0 $0 $0 $14,095
1.1 Managing the Team $0 $0 $0
1.1.2 QA/QC $0 $0 $0
12 Communications and Reporting $0 $0 $0
1.2.1 Pre-Design Coordination Meeting $0 $0 $0
Review MeetingslPrepare Notes (2
122 additional meetings) 2 2 4 $2,310 $0 $2,310
12.3 Prepare Baseline Schedule $0 $0 $0
Prepare Monthly Progress Reports with
Schedule (4 additional completed, 6
12.4 additional anticipated) 4 6 $2,650 $0 $2,650
12.5 Prepare Monthly MBE/SBE Reports $0 $0 $0
Private Service Customer Site Meetings
1.3.a (12 total - 1 per property) 1 12 12 $6,850 $0 $6,850
Site Meetings and Meetings with TPW (3
1.3.b Completed) 1 4 3 $2,285 $0 $2,285
2.0 Conceptual Design (30-Percent) 0 1 3 0 $1,030 $0 $0 $0 $0 $0 $1,030
2.'I Data Collection $0 $0 $0
22 Conceptual Design Package $0 $0 $0
2.2.1 Conceptual Exhibit 1 3 $1,030 $0 $1,030
3.0 Preliminary Design (60 Percent) 0 0 0 0 $0 $0 $0 $0 $0 $0 $0
4.0 Final Design 6 39 78 0 $32,835 $0 $0 $0 $1,OOQ $1,000 $33,835
Final Draft (90 %) Construction Plans and
4.1 Specifcations- $0 $0 $0
4.1.1 Covedlndex/Control $0 $0 $0
4.L2 Shutdown/Sequencing Revisions 1 1 $665 $0 $665
4.1.3 Overall Layouts $0 $0 $0
4_1.4 Plan and Plan/Profile Sheets (3 additional
sewer sheets, 2 Water Sheet Modifications)
4.1.4.a Sewer Service Relocation Plans
4.1.4.b Incorporation of Westwood's plans into
construction plans/OPCC
Van ZandC Plan and Plan/Profile Sheets (3
4.1.4.c revised sheets)
4.1.5 Detail Sheets
Traffic Control Revisions - Veteran's Park
4.17.a �ewer
raffic Control Markups and Coordination
4.1.7.b with TPW
4.1.9 Specifications
4.3 Public Meeting Prep/Exhibits - Van Zandt
City o� Fort Worth, T-xas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Offcial Release Date: 8.09.2012
2 12 25 $10,405
2 8 12 $6,040
2 5
1 5 20
2 6
3 1
3 3
$1,815
$6,745
$0
$2,060
$1,130
$0
$1,620
$0 $10,405
$0 $6,040
$0 $1,815
$0 $6,745
$0 $0
$0 $2,060
$0 $1,130
$0 $0
$500 $500 $2,120
4.4
4.5
4.5
5.0
6.Oa
7.0
8.0
8.1
9.0
10.0
Final (100 % ) Plans and Specifications
Final Quantities/OPCC - Veteran's Park
Sewer
Final Quantities/OPCC (Determine Revised
Quantities) - Van Zandt
Bid Phase (NOT USED)
Construction Phase Services (NOT
USED)
tRSGP/tasement services �ATdiD3`'E6)
Survey/SUE
Design Survey
Permitting (NOT USED)
Additional Services (NOT USED)
Totals
Description
Conceptual Design (30 % )
Preliminary Design j60 % 5
Final Design (10 % )
Survey
Subtotal
Total
2 4
1 2
0 0 0
0 0 0
0 0 0
0 2 6
2 6
0 0 0
0 0 0
'10 64 112
� 1400 (Veteran's Park)
Water Line Footage 1977 (Van Zandt)
Sewer Line Footaqe � 1600
4977
(A) Total Fee $64,495
(B) Survey Fee $12,250
(C) Total Fee (-) survey Fe $52,245
Water Fee (68 % of C) Sewer Fee (32 % of C)
$32,593.00 $19,652.00
WP Water Sewer �
31 $9,585.00 $5,540.00 �
32 $0.00 $0.00 �
33 $23,008.00 $10,827.00 �
51 $0.00 $15,535.00 �
� $32,593.00 � $31,902.00�
$64,495.00 �
$o
$1,570
$785
0 $0
0 $0
0 $0
0 $2,060
$2,060
0 $0
0 $0
0 $50,020
68 %
32%
$500
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$12,250 $0 $0 $0
$12,250 GAI
$0 $0 $0 $0
$12,250 $0 $0 $1,000
$500
$0
$0
$0
$0
$0
$12,250
$12,250
$0
$0
$'13,250
$500
$1,570
$785
$0
$0
$0
$14,310
$14,310
$0
$0
$63,270
Project Summary
Total Hours 186
Total Labor $SQ020
� J�al ExpeDse $13,250
MBE( BE Su consuf4ant $12,250
Non-��E%��� Su�consultant $o
10% SubMarkup $1,225
MBE/SBEParticipation 19.0%
Total Prqect Cost $64,495.00
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
Typical Water and Sewer Replacement
FW WTR Offcial Release Date: 8.09.2012
F�RT��RTHo
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 on Camp Bowie Boulevard
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 ❑ 60591-A6
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: 2�9�2�26 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. 105062
*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.