Loading...
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)