HomeMy WebLinkAboutContract 59809-A2CSC No. 59809-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 59809
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 59809,
(the CONTRACT) which was authorized by M&C 23-0529 on the 27th day of June,
2023 in the amount of $ 1,659,200.00; and
WHEREAS, the CONTRACT was subsequently revised by Amendment Number 1
in the amount of $305,400.00 which was authorized by M&C 24-1135 on
December 10, 2029;and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Silver Creek Lift Station, Force Main, and Gravity Main, CPN 104489;
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:
l.
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 $502,488.00.
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 $2,467,088.00.
�
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 1 of 2
OFFICIAL RECORD
Silver Cre� CITYSECRETARY
FT. WORTH, TX
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jessica McEachern
Assistant City Manager
DATE: 10/13/2025
ATTEST:
r1 �
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
cfl:::}ffJff;;:£/:!::!;rJer
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Kimley-Horn and Associates, Inc.
Chris Igo, P.E.
Associate
DATE: 08/27/2025
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.
Digitally signed by Bljay UpreU
DN:C=US, B l'j' ay u p ret,• E=bijay.upreU@fortworthlexas.gov,
CN=Bljay UpreU
Reason: I have reviewed this document
Date: 2025.08.28 08:50:59-05'00'
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Oct 6, 2025 15:23:24 CDT)
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.#: 25-0800
M&C Date: August 26, 2025
Silver Creek LS, fM t GM 104489
Kimley>>> Horn
July 21, 2025
Mr. Bijay Upreti, P.E.
Project Manager
City of Fort Worth Water Department
200 Texas Street
Fort Worth, TX 76102
Re: Silver Creek Lift Station, Force Main, and Gravity Main
Amendment. No. 2— Lift Station Construction Phase Services
KHA No. 061018452
City Project No. 104489; CSC 59809
Dear Bijay:
The City of Fort Worth ("City") requested that Kimley-Horn and Associates, Inc. ("Engineer" or "Kimley-
Horn") perform a revised scope of services associated with the Original Contract dated 07-20-2023
and herein referred to as "Contract", and amendments made thereto, for the Silver Creek Lift Station,
Force Main, and Gravity Main project. These services include construction phase services, resident
project representative (RPR) services, and preparation of record drawings upon completion of
construction phase services for the proposed Silver Creek Lift Stations.
The revisions to the scope of services associated with each task is shown below followed by a
summary of the proposed budget modifications.
TASK SA — LIFT STATION — CONSTRUCTION PHASE SERVICES:
( Water $0, Sewer $269, 588)
$ 81,080 Gupta
$ 14,000 Quorum
174 508 Kimley-Horn
$ 269,588 Total
8A.1 Engineering Services During Construction
ENGINEER will complete the following additional tasks in accordance with the Original Contract:
• The ENGINEER shall assist the City with project communications and documentation as
required by tasks below on the City's E-Builder Site site, including meeting notes, site
observation notes, shop drawing submittals and responses, RFIs and RFI responses.
• The ENGINEER shall attend the preconstruction conference.
• After the pre-construction conference, the ENGINEER shall provide project exhibits and
attend public meeting to help explain the proposed project to residents. The CITY shall
select a suitable location and mail the invitation letters to the affected customers.
• Prepare and distribute Meeting Notes.
• On-site Observation
kimley-horn.com
Kimley>>> Horn
Page 2
o Make up to twenty (20) monthly site visits to coincide with monthly construction
progress meetings in order to observe the progress of the work.
■ 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.
• Progress Meetings
o Attend monthly progress meetings (up to 20).
• Shop drawing, samples and other submittals Review
o Review up to one-hundred (100) shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction.
o 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.
o Log all shop drawings, samples and other submittals.
• Substitutions
o Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal"
materials proposed by Contractor in accordance with the Contract Documents, but
subject to the provisions of applicable standards of the state or the CITY.
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102
Kimley>>> Horn
• Request for information (RFI):
Page 3
o Provide necessary interpretations and clarifications of contract documents, and make
recommendations as to the acceptability of the work for up to thirty (30) RFI's.
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
o Provide support for Change Orders as requested by the CITY. Change Order support
may include review and recommendations to the CITY for the execution of change
orders.
• Various Testing Walk Throughs
o Attend Pump Startup, Operational Readiness Tests, Functional Demonstration Tests
• Final PROJECT Walk Through
o Attend the "Final" PROJECT walk through and assist with preparation of final punch
list. Attend one (1) final site visit to determine if the completed Work of Contractor is
generally in accordance with the Contract Documents.
• 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. ENGINEER shall not have the authority or responsibility to stop the
work of any Contractor.
TASK 8B — LIFT STATION — RESIDENT PROJECT REPRESENTATIVE (RPR):
( Water $0, Sewer $214, 200)
214 200 Kimley-Horn
$ 214,200 Total
8B.1 Resident Project Representative Services
ENGINEER will complete the following additional tasks in accordance with the Original Contract:
• Site Observation
o ENGINEEER will be on site for an average of approximately 10 hours per week for 80
weeks (20 months) to perform site observation. Site observation will be scheduled
based on Contractor activities at the site. Site visits will follow the guidelines
established Task 8A. Site visits will be documented with observation reports to include
a description of work in progress and any observations of construction issues that may
require attention.
• Applications for Payment
o ENGINEER will review Contractor applications for payment. Based on its observations
and on review of applications for payment and accompanying supporting
documentation, ENGINEER will determine the amounts that it recommends Contractor
be paid. Such recommendations of payment will be in writing and will constitute
ENGINEER's representation to City, based on such observations and review, that, to
the best ENGINEER's knowledge, information and belief, Contractor's work has
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102
Kimley>>> Horn
Page 4
progressed to the point indicated and that such work-in-progress is generally in
accordance with the Contract Documents subject to any qualifications stated in the
recommendation. In the case of unit price work, ENGINEER's recommendations of
payment will include determinations of quantities and classifications of Contractor's
work, based on observations and measurements of quantities provided with pay
requests.
By recommending any payment, ENGINEER shall not thereby be deemed to have
represented that its observations to check Contractor's work have been exhaustive,
extended to every aspect of Contractor's work in progress, or involved detailed
inspections of the Work beyond the responsibilities specifically assigned to
ENGINEER in this Agreement. It will also not impose responsibility on ENGINEER to
make any examination to ascertain how or for what purposes Contractor has used the
moneys paid on account of the Contract Price, nor to determine that title to any portion
of the work in progress, materials, or equipment has passed to City free and clear of
any liens, claims, security interests, or encumbrances, nor that there may not be other
matters at issue between City and Contractor that might affect the amount that should
be paid.
• City and Contractor Coordination
o ENGINEER coordinate with 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.
• Substantial Completion
o ENGINEER will, promptly after notice from Contractor that it considers the entire Work
ready for its intended use, coordinate a substantial completion walkthrough. This
activity will include the documentation of substantial completion observations and
deficiencies. This scope includes one substantial completion walk through and punch
list. (Technical review to be provided under CONTRACT)
• Final Notice of Acceptability of the Work
o ENGINEER will coordinate a final site visit to determine if the completed Work of
Contractor is generally in accordance with the Contract Documents and the final
punch list so that Consultant may recommend, in writing, final payment to Contractor.
This scope includes one final completion walk through. (Technical review to be
provided under CONTRACT)
• Limitation of Responsibilities
o 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.
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
Kimley>>> Horn
TASK 9— LIFT STATION — RECORD DRAWINGS:
Page 5
( Water $0, Sewer $18,700)
18 700 Kimley-Horn
$18,700 Total
9.1 Record Drawings Preparation
ENGINEER will complete the following additional tasks in accordance with the Original Contract:
• The ENGINEER shall prepare Record Drawings from information provided by the CITY
depicting any changes made to the Final Drawings during construction. The following
information shall be provided by the CITY:
o As-Built Survey
o Red-Line Markups from Contractor
o Red-Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on
the plans indicating that they represent Record Drawings of the project as constructed.
The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan
sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly
indicate all changes which apply to that sheet by clouding and numbering, or other
suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information provided by others and
represent the as constructed conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability for undocumented changes
and certifies only that the documented changes are accurately depicted on these
drawings.
Kimley>>> Horn
Page 6
We recommend that the City increase the budget by 502 488 for these additional services. The
following tables summarize our recommended budget revisions, water and sanitary sewer design fees,
and revised contract amount:
Task Name Water Sewer Total
Task 1 — Design Management $ - $ - $ -
Task 2 — Alignment Study & Siting • $ - $ - $ -
Task 3— Lift Station Preliminary Engineering Report $ - $ - $ -
Task 4— Lift Station Preliminary Design $ - $ - $ -
Task 5— Lift Station Final Design $ - $ - $ -
Task 6— Lift Station Construction Contract Document Prep. $ - $ - $ -
Task 7— Lift Station Bid Phase Services $ - $ - $ -
Task 8— Lift Station Construction Phase Services
Task 8A— Lift Station Construction Phase Services $ - $ 269,588 $ 269,588
Task 8B — Resident Project Representative Services $ - $ 214,200 $ 214,200
Task 9— Lift Station Record Drawings $ - $ 18,700 $ 18,700
Task 10 — Pipeline Preliminary Design $ - $ - $ -
Task 11 — Pipeline Final Design $ - $ - $ -
Task 12 — Pipeline Construction Contract Document Prep. $ - $ - $ -
Task 13 — Pipeline Bid Phase Services $ - $ - $ -
Task 14 — Pipeline Construction Phase Services $ - $ - $ -
Task 15 — Pipeline Record Drawings $ - $ - $ -
Task 16 — Permitting $ - $ - $ -
Task 17 — ROW/Easement Services $ - $ - $ -
Task 18 — Survey and SUE $ - $ - $ -
Task 19 —Additional Services $ - $ - $ -
Total � _ $ 502,488 $ 502,488
' kimley-horn.com
Kimley>>> Horn
Page 7
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Task Name Original qmend. 1 Amend. 2 Revised
Contract Contract
Task 1-Design Management $ 112,000 $ - $ 112,000
Task 2- Alignment Study & Siting $ 104,430 $ - $ 104,430
Task 3- LS Preliminary Engineering $ 147 000
Report $ 147,000 $ - '
Task 4- LS Preliminary Design $ 240,330 $ 19,500 $ 259,830
Task 5- LS Final Design $ 370,050 $ 18,000 $ 388,050
Task 6- LS Const. Contract Document $ 24,000
Prep. $ 24,000 $ -
Task 7- LS eid Phase Services $ 55,080 $ - $ 55,080
Task 8- LS Construction Phase Services
Task 8A - LS Construction � � _ $ 269,588 $ 269,588
Phase Services
Task s6 - LS Resident Project � � $ 214,200 $ 214,200
Rep. (RPR)
Task 9- LS Record Drawings $ - $ - $ 18,700 $ 18,700
Task 10 - PL Preliminary Design $ 152,200 $ 92,000 $ 244,200
Task 11 - PL Final Design $ 128,100 $ 129,200 $ 257,300
Task 12 - PL Construction Contract $ 36,500
Document Prep. $ 16,600 $ 19,900
Task 13 - PL Bid Phase Services $ 28,400 $ - $ 28,400
Task 14 - PL Construction Phase � _ � 23,900 $ 23,900
Services
Task 15 - PL Record Drawings $ - $ 2,900 $ 2,900
Task 16 - Permitting $ 69,050 $ - $ 69,050
Task 17 - ROW/Easement Services $ 50,700 $ - $ 50,700
Task 18 - Survey and SUE $ 131,260 $ - $ 131,260
Task 19-Additional Services $ 30,000 $ - $ 30,000
Total Project $1,659,200 $ 305,400 $ 502,488 $ 2,467,088
The following breakdown for water and sewer services is recommended:
Water Fee Sewer Fee S Fee y Total
Original Contract $0 $1,477,240 $181,960 $1,659,200
Amendment No. 1 $151,300 $154,100 $0 $305,400
Amendment No. 2 $0 $502,488 $0 $ 502,488
Total $151,300 $2,133,828 $181,960 $2,467,088
Kimley>>> Horn
The following table summarize the MBE/WBE percentages:
Original Amend. Amend Revised
Description Budget No.1 No.2 Budget
ContractAmount $ 1,659,200 $305,400 $502,488 $2,467,088
Total Contract MBE/WBE $ 223,500 $ 45,000 $ 81,080 $ 349,580
Total Contract MBE/WBE 13.5% 14.7% 16.1% 14.1°/a
Percentage
City MBE/WBE Goal 12.0%
Page 8
With these budget modifications, our total contract MBE/WBE participation is projected to be $349,580
(14.1 %), which exceeds the City's 12.0% goal.
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
� ��
Kyle Kubista, P. E.
Vice President
KPK/jck
Copy to: Tony Sholola, P.E., City of Fort Worth
Attachments - Level of Effort Spreadsheet
- Form 1295
- Acceptance of Previous MWBE Commitment Form
- Letter of Intent — Gupta & Associates, Inc.
\\kimley-hom\CN FTVNFTW_Utilities\061018452Silver-Creek-LS-FM-GM\PPP\POST_NTPVlmendmentWmendment-2_CCA-RPRWmendment-No-2_Silver-Creek-LS-
FM-GM Ltr-Rev4.doc
�n nzozs
Ctty of Fort Wohh, Texas
Attachment 6- Level of Ef(ort Supp!emenl
Typical Water and Sewer Replacement
FWWTR Officlal Release Dale: 8.09.2012 Page 1 of 2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Silver Creek Lift Station, Force Main, and Gravity Main - Amendment No. 2
o�
o a ee: $502,488
urvey ee: $0
ota ee - urvey ee: �y502,488
escnption Water Sewer
- esign SO 5502,488
- urvey SO 50
Total SO 5502,488
L(ft Station Ca adt 10 MGD
City of Fod Wodh, Texas
Attachment B- Level of Effort Supp:ement
Typical Water and Seerer Replacement
FVJWTR O�fcial Release Date: 8.09.2012
Pro ect Summa
Total Hours 1,617
Totai Labor 5394,900
Total Expense 5707,588
NJVJBE Sub 581,080
MfWBE Participalion 16.1 %
NorvMNJBESuh 514000
TotalSub Markup 59,500
Total �irect Expenses 53,000
Grand Total $502,488
Page 2 of 2
Level of Effort Spreadsheet
TASKIHOUR BREAKDOWN
Design Services for
Silver Creek Lik Station, Force Main, and Gravity Main - Amendment No. 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 26, 2025
LOG NAME: 60SILVERCREEKLS-ACADIAANDKHAA2
REFERENCE NO.: **M&C 25-0800
SUBJECT:
(CD 7) Authorize Execution of a Contract with Acadia Services, LLC in the Amount of $10,969,853.00 for
Construction of the Silver Creek Lift Station, Force Main and Gravity Main, Part 1, Authorize Execution of
Amendment No. 2, in the Amount of $502,488.00, to an Engineering Agreement with Kimley-Horn and
Associates, Inc. for the Silver Creek Lift Station, Force Main and Gravity Main, Part 1 Project, Adopt
Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt
Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Acadia Services, LLC in the amount of $10,969,853.00 for
construction of the Silver Creek Lift Station, Force Main and Gravity Main, Part 1 project;
2. Authorize execution of Amendment No. 2 to City Secretary Contract No. 59809, an Engineering
Agreement with Kimley-Horn and Associates, Inc., in the amount of $502,488.00, for construction
support services for the Silver Creek Lift Station, Force Main and Gravity Main project for a revised
contract amount of $2,467,088.00;
3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds
from future debt for the Silver Creek Lift Station, Force Main and Gravity Main project; and
4. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in the Silver Creek Lift Station, Force Main
and Gravity Main (City Project No. 104489) in the amount of $12,107,026.00 and decreasing
appropriations in the Water & Sewer Commercial Paper project (City Project No. UCMLPR) by the
same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital
Improvement Program.
DISCUSSION:
On June 27, 2023, Mayor and Council Communication (M&C) 23-0529, the City Council authorized an
engineering agreement in the amount of $1,659,200.00 with Kimley-Horn and Associates, Inc., (City
Secretary Contract No. 59809) for the Silver Creek Lift Station, Force Main, and Gravity Main project. The
agreement was subsequently revised by Amendment No. 1 in the amount of $ 305,400.00, authorized
December 10, 2024 (M&C 24-1135) that primarily provided design for two inverted siphons that are
necessary on the project and design for a 16-inch water main that will connect a developer proposed
water main on the north end of the water main to an existing City-owned 16-inch water main near the
Silver Creek/Heron Drive intersection and the preparation of a bid package to separate the original project
into two parts for construction.
Amendment No. 2 provides for construction management, resident project representative, and
construction support services including shop drawings, submittal reviews, change order review, and record
drawings.
Construction of the Silver Creek Lift Station project was advertised for bid on June 4, 2025, and June 11,
2025, in the Fort Worth Sfar-Telegram. On July 10, 2025, the following bids were received:
Bidder II Amount II Contract Time
Acadia Services, LLC $10,969,853.00 550 Calendar
Days
Fort Worth Civil Constructors, �11,043,182.00
LLC
In addition to the contract cost, $360,439.00 is required for project management, material testing and
inspection and $274,246.00 is provided for project contingency.
This project will have no impact on the Water Department's operating budget when completed.
Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation
authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim
financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the
attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three
years in order for these expenses to be reimbursable. Adoption of the attached resolution does not
obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt
bond proceeds.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year, 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 Commercial Paper project within the W&S Commercial Paper Fund for the
purpose of funding of the Silver Creek LS/FM/GM project.
Funding for the Silver Creek Lift Station, Force Main and Gravity Main are depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
56022 - W&S
Rev Bonds $2,838,118.00 $0.00 $2,838,118.00
Series 2024
56026 — W&S
Commercial $0.00 $12,107,026.00 $12,107,026.00
Paper
Project Total $2,838,118.00 $12,107,026.00 $14,945,144.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached
appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Silver Creek
LS/FM/GM project to support the above recommendations and execution of the contract and amendment.
Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the
availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccoun Project Program ctivity Budget Reference # mount
ID ID Year (Chartfield 2)
FROM
IFund Department ccoun Project Program ctivity Budget Reference # mount
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: Bijay Upreti (8909)
_ _
ATTACHMENTS
1. 60SILVERCREEKLS-ACADIAANDKHAA2 funds avail.docx (CFW Internal)
2. 60SILVERCREEKLS-ARCADIAANDKHAA2 FID Table (WCF 08.06.25).xlsx (CFW Internal)
3.60SILVERCREEKLS-ARCADIAANDKHAA2.pdf (Public)
4. Commercial Paper Balance as of 07.24.25.xlsx (CFW Internal)
5. Form 1295 Certificate 101401458 - Acadia.pdf (CFW Internal)
6. Form 1295 KHA.pdf (CFW Internal)
7. ORD.APP 60SILVERCREEKLS-ACADIAANDKHAA2 56026 A025(r4).docx (Pub�ic)
8. PBS CPN 104489.pdf (CFW Internal)
9. Res.60SILVERCREEKLS-ARCADIAANDKHAA2.docx (Pub�ic)
10. SAM.gov search Acadia Services.docx (CFW Internal)
11. SAM.gov search KHA.pdf (CFW Internal)
�
0
�
r
<
�
z
n
�
�
�
r
r
�
�
z
n
a
d
�
z
0
�
N
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
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
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:
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.
*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:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)