HomeMy WebLinkAboutContract 62673-A1CSC No. 62673-Al AMENDMENT No.1
TO CITY SECRETARY CONTRACT No. 62673
WHEREAS, the City of Fort Worth (CITY) and Kiml.ey-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 62673,
(the CONTRACT) which was authorized by M&C 25-0015 on the 14th day of
January, 2025 in the amount of $749,882.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Water and Sanitary Sewer Rep.lacement Contract 2023, WSM-W, CPN
105559; 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 $245,849.00.
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 $995,731.00.
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 Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 1 of 2
W&SS Replacement Contract 2023 WSM-W 105559
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 10/19/2025
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
Kim.1ey-Horn and Associates, Inc.
Chris Igo, P.E.
Associate
DATE: 10/09/2025
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 Bijay Upreti B • • u t• ON: C=US, E:bljay.upreti@fortworthtexas.gov, IJay Pre I CN•Bljayup,a, Reason: I have reviewed this dOQ.Jment Date: 2025.10.09 09:16:33-05'00'
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Oct 14, 202513:26:50 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.#: 25-0948
M&C Date: September 30, 2025
W&SS Replacement Contract 2023 WSM-W 105559
Kimley>>> Horn
September 15, 2025
Mr. Bijay Upreti
Project Manager
City of Fort Worth Water Department
200 Texas St.
Fort Worth, TX 76102
RE: Water and Sanitary Sewer Replacement Contract 2023 WSM-W. Amendment No. 1
CPN 105559, City Secretary No. 62673
KHA No. 061018481
Dear Bijay:
This letter is in reference to a contract between Kimley-Horn and Associates, Inc. (Kimley-Horn) and
the City of Fort Worth (City) dated 01/22/2025 referred to herein as the "ContracY'. Kimley-Horn and
Associates, Inc. is pleased to submit our Amendment No. 1 for the Water and Sanitary Sewer
Replacement Contract 2023 WSM-W. Attached is the additional scope of services (Attachment A) and
the following is a summary of the individual project descriptions and the scope and fee per project for
Amendment No. 1. The fees for this Amendment, as stated in Attachment B, are a lump sum fee of
$245,849, increasing the total not to exceed fee to $995,731.
TASK 3. PRELIMINARY DESIGN $40,700
ENGINEER will complete Preliminary Design in accordance with the Original Contract for the following:
• The City requested an expedited construction plan set to be produced to advance the construction
required for relocations to clear Canal C(by TRWD). The City requested Kimley-Horn to include
the relocation of an additional 1,100 linear feet of sanitary sewer, including the reroute of 12" sewer
in Commerce Street to be rerouted to the new Panther Island Sanitary Sewer collector currently
being constructed. The City additionally requested Kimley-Horn to include the lowering of 200 linear
feet of the existing 20-inch water transmission main in Commerce Street.
TASK 4. FINAL DESIGN
$33,000
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
• Additional effort to produce the expedited plan set.
TASK 4A. CONTRUCTION DOCUMENT PREPARATION $5,400
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
• Additional effort to produce the expedited plan set.
Kimley>>> Horn
TASK 5. BID PHASE SERVICES
$17,700
ENGINEER will complete Bid Phase services in accordance with the Original Contract for the
following:
Page 2
The original contract included bid phase services for one (1) bid package. The City requested that the
project be broken out to include an expedited bid set for work in Commerce Street to clear the
construction of Canal C(by TRWD).
TASK 6. CONSTRUCTION PHASE SERVICES $52,400
Construction Phase Services were not previously included under the original contract, therefore, the
scope below is being added:
6.1 Construction Support
• 6 months of Construction Phase Services are assumed.
• The ENGINEER shall attend the preconstruction conference( 1).
• 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.
• Visits to Site and Observation of Construction. ENGINEER will provide on-site construction
observation services during the construction phase. ENGINEER will make visits at intervals
as directed by the City in order to observe the progress of the Work. Such visits and
observations by Consultant 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, Consultant will evaluate whether Contractor's work is generally proceeding in
accordance with the Contract Documents, and ENGINEER will keep Client 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 Client 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
Kimley>>> Horn
Page 3
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.
• ENGINEER will conduct and attend up to SIX (6) progress meetings.
Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate
Contractor requests for information and issue necessary clarifications and interpretations of
the Contract Documents to Client as appropriate to the orderly completion of Contractor's
work. Any orders authorizing variations from the Contract Documents will be made by Client.
ENGINEER will respond to one (1) requests for clarifications, interpretations, or
information.
Change Orders. ENGINEER may recommend Change Orders to Client, and will review and
make recommendations related to Change Orders submitted or proposed by the Contractor.
• ENGINEER will assist in evaluating one (1) change orders.
Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate
action in respect to Shop Drawings and Samples and other data which Contractor is required
to submit, but only for conformance with the information given in the Contract Documents.
Such review and 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.
ENGINEER will review and process fifteen (15) shop drawings associated with the
construction contract.
Substitutes and "or-equal. " Evaluate and determine the acceptability of substitute or "or-
equal" materials and equipment proposed by Contractor in accordance with the Contract
Documents, but subject to the provisions of applicable standards of state or local government
entities.
• ENGINEER will review and evaluate one (1) substitution request.
Inspections and Tests. ENGINEER may require special inspections or tests of Contractor's
work as ENGINEER deems appropriate, and may receive and review certificates of
inspections within ENGINEER's area of responsibility or of tests and approvals required by
laws and regulations or the Contract Documents. ENGINEER's review of such certificates will
be for the purpose of determining that the results certified indicate compliance with the
Contract Documents and will not constitute an independent evaluation that the content or
procedures of such inspections, tests, or approvals comply with the requirements of the
Contract Documents. ENGINEER shall be entitled to rely on the results of such tests and the
facts being certified.
Kimley>>> Horn
Page 4
• Disagreements between Client and Contractor. ENGINEER will, if requested by Client, render
written decision on all claims of Client and Contractor relating to the acceptability of
Contractor's work or the interpretation of the requirements of the Contract Documents
pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall
be fair and not show partiality to Client or Contractor and shall not be liable in connection with
any decision rendered in good faith in such capacity.
• Applications for Payment. Based on its observations and on review of applications for
payment and accompanying supporting documentation, ENGINEER will determine the
amounts that ENGINEER recommends Contractor be paid. Such recommendations of
payment will be in writing and will constitute ENGINEER's representation to Client, based on
such observations and review, that, to the best of ENGINEER's knowledge, information and
belief, Contractor's work has 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 Client free and clear of any liens, claims, security interests, or encumbrances, nor that there
may not be other matters at issue between Client and Contractor that might affect the amount
that should be paid.
• Substantial Completion. ENGINEER will, promptly after notice from Contractor that it
considers the entire Work ready for its intended use, in company with Client and Contractor,
conduct a site visit to determine if the Work is substantially complete. Work will be considered
substantially complete following satisfactory completion of all items with the exception of those
identified on a final punch list. If after considering any objections of Client, ENGINEER
considers the Work substantially complete, ENGINEER will notify Client and Contractor.
• Final Notice of Acceptability of the Work. ENGINEER will conduct 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 ENGINEER may recommend, in writing, final payment to
Contractor. Accompanying the recommendation for final payment, ENGINEER shall also
provide a notice that the Work is generally in accordance with the Contract Documents to the
best of ENGINEER's knowledge, information, and belief based on the extent of its services
and based upon information provided to ENGINEER upon which it is entitled to rely.
Kimley>>> Horn
Page 5
• 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. ENGINEER shall not have the authority or responsibility to
stop the work of any Contractor.
The ENGINEER shall attend the "Final" project walk through and assist with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Record Drawings from information provided by the City
depicting any changes made to the Final Drawings during construction.
• 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.
• The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as
Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the
information provided by the City for their files, but all original red-lined drawings shall be
returned to the City with the mylars. PDF files shall be uploaded to the project's Record
Drawings folder in Trimble.
TASK 7. SURVEY AND SUE SERVICES $36,019
ENGINEER will complete Survey and SUE services in accordance with the Original Contract for the
following:
• Additional survey and SUE was required for the expeditated plan set, as well as additional
survey along and underneath the Main Street Bridge due to additional utilities that created
conflicts with the original alignments.
TASK 8. PERMITTING
$11,500
ENGINEER will complete Permitting services in accordance with the Original Contract for the
following:
Additional coordination with TRWD is required for the separate bid package associated with
Canal C.
Kimley>>> Horn
TASK 10. PANTHER BLVD ALIGNMENT STUDY $49,130
The City requested Kimley-Horn to perForm a roadway alignment analysis. The City needs to
determine a feasible alignment option for Panther Boulevard from Main Street to IH 35W
(approximately 1.4 miles) to enhance connectivity from Panther Island to IH 35W. A detailed
breakdown of services is included as Attachment A.
Page 6
We recommend that the City increase the budget by $246,141 for these additional services. The
following tables summarize our recommended budget revisions, water design fees, and revised
contract amount:
Description Water Sewer Roadway Total
Task 3 - Preliminary Design (60%) $35,816 $4,884 - $40,700
Task 4- Final Design (90% and 100%) $33,792 $4,608 - $38,400
Task 5- Bid Phase Services $15,576 $2,124 - $17,700
Task 6- Construction Phase Services $46,112 $6,288 - $52,400
Task 7- Survey and SUE Services $31,697 $4,322 - $36,019
Task 8 - Permitting $10,120 $1,380 - $11,500
Task 10 - Panther Blvd Align Study - - $49,130 $49,130
Total $173,113 $23,606 $49,130 $245,849
The following table summarizes the Fee per Work Phase breakdown:
Work Phase Water Sewer Total
31 $141,416 $19,284 $160,700
51 $31,698 $4,321 $36,019
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Original Amendment Revised
Contract No.1 Contract
Task 1 $ 23,600 $ - $ 23,600
Task 2 $ 34,000 $ - $ 34,000
Task 3 $ 239,399 $ 40,700 $ 280,099
Task 4 $ 106,100 $ 38,400 $ 144,500
Task 5 $ 21,200 $ 17,700 $ 38,900
Kimley>>> Horn
Task 6 $ _ $ 52,400 $ 52,400
Task 7 $ 177,318 $ 36,019 $ 213,337
Task 8 $ 118,265 $ 11,500 $ 129,765
Task 9 $ 30,000 $ - $ 30,000
Task 10 $ - $ 49,130 $ 49,130
Total $ 749,882 $ 245,849 $ 995,731
Project
The following table summarizes the fee for this amendment by project phase:
Water Sewer Roadway Total
Original Contract $719,887 $29,995 $749,882
Amendment No. 1 $173,113 $23,606 �49,130 $245,849
Total $893,000 $53,601 $49,130 $995,731
Page 7
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.
Texas Registration No. F-928
� � P. E.
Chris Igo, P.E.
Associate
CC: Carl T. DeZee, P.E., Kimley-Horn
TS ,� D C�
Sv.d�
� � 3 0
A � T
O n�i � �C
�' �p W <
n � O
v �
A�-<�
� � N 1
u�Di � o x
m � m N
� � o
v �
N
Qp n C
O �-�p
N � �
o �
N ,.�..
N N N
N � O N � O �
x
Z
O
oou� m� c�� o ���v�� v��o m�
�� �� v��,<m n �o m � m o fnD(�a��U�m o m�� N
�� G�, � a-�o��J o'�a � d o n� �� 3�fCTlo ��s� c�.3
p m `�� m<�' � � m c m��.� � m° o n n� c� m �� 3
� � � < m � — ° � °1 � W � � o m � o � � s � � m 5 =
� � -oao� .d � � � �� � o'o o �m
"3_". N � j A N � � fD (O (D "�". � � (O j "� � N t0 3 � � f0
-. ,c o _. -, � � � � � 3 �
�p � III N N N J t� .�T � N 0I 91
N � ��`" 7� ? � fD O N N �� N N
tp (n � � � (n � �'` .3. .ZJ � O. 7 �
cfl m m n`m ��� Dm �Z7 O
� � �c -o W � m
0 3 � � A� `�° � �m� �
4 m m
N
N
fn r � � -�p � "�
p N to
� IDl Z � � 7
f/i � N N
� (p A
v
�
�
W
N �
N
N
�
7
O
w �
o �
0
0 0 0 —
� � � m �
A M �• (p f`p�
fli _ � � .{�s
o r
0 0 o y
a
� m o
o � �
m � � (7
� N � � C �
W N
� p 1� CY N �
0 0 0 °1 � V O
d, a �
N ; � �
o �, �
» z
0 0 0 0
�' a �
� 3 N
� N
0 0 o N
� �
O
n �
o �
viEnFnEnen v,enEnsvEn t» vari,vaFnviEnEnviEnEnsvfnv�v,cnEnsvv, .�. m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Z
3
�
�
�
D o
3 �
O N
C �
7
O O �
7
� »
G1
F
C
0 0
a
A
m
� �
� T �
O
.'x N C A
7 �
fp O �
3
O O
m
n x �
o � o
N � y
fA Efl fA 69 V3 fA Hi 69 fA Hi 69 fA 69 Efl fA 69 Efl fA 69 V3 fA Vi V3 fA Hi V3 fA Hi � N_
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �
�
N
x
N
C
S
EA Efl fn 69 EA 69 [fi EA 69 [n 69 fn EA En EA EA En EA EA En 69 [n En 69 [n En 69 [A �
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O —
n
�
L e
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N
0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a N
."0
m
� W
n� a
v> En rn Fn <n rn fn En rn rn Fn rn Fn <n rn Fn <n rn Fn <n rn cn <n rn cn <n rn rn ��
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
G
�
1M
�
�
�
�
�
�
�
3
�
�
�
�
G
�
Z
�
<D
�
�
�
lD
�
�
�
n
0
�
.�►
�
C�
IV
O
A1
W
G
�
�
C
�
D
3
3
<D
7
Q
�
�
�
P'�
�
v
m
N
C4
�
�
m
�
�
N
N
0
�
� �
� �
�
p�'rn
�rnx
�o =
W � �
���
�� W
v �-
�C y
G �
�
Z �
TS 1 D n
S �. N `G
� � 3 O
A � T
O n�i � �C
�' �p W <
n � O
v �
Ap'< �
� v� m 1
p�j � O X
m � m N
� � o
m
v �
� � c
o��
N � �
O �
N ,.�..
W W W W
W N � O �
�
Z
O
� C D (n �
gn= a s D���O��OOOc�(nC)m m
o mm �-a <<<030
o X n o'< N 3 �. �. m � n v° -Oo m m m� m< 3. 3
�?� n n " m m<� n�� m m d o� m� 3
� Q N �� � 0 01 N y. N N IIl ��� N
N� .�r i7 S S~ LT ] J r r r N Q 3`Z
o y � o � � � m m m � � � � ° Q x � o �
�
�
nn� �� 0 3 p v���j.�a~�� m
p �" � � � o o � Q � � � p � �c
n m m � � � � � � � m � 01 �
_ > N � N
C �
p�j � O. m Sp (n �<� N N � n
O � W '_' - W-^ Z w -a
� �
� �
O
3 � � S� Q�o N 7
S
d � "6 N � (n
� C O y N
N
_ �
N
N
�
N
N
�
7
O
w �
o �
0
0 0 —
� � � m �
A M �• (p f`p�
fli _ � � .{�s
o r
� N N N � N � � N N W O y
` a
� m o
o � �
m � � (7
� N � � C �
W N
� p 1� CY N �
� N N N � N A N N Co � A O �` V O
d, a �
N ; � �
o �, �
N� OD OD A A N A O O � A o
» z
0
�' a �
� 3 N
� N
cn u� o N
� �
0
EA EA EA EA 69 (fl EA 69 (fl fA 69 fA A
cI �
�oao w ia m iao>oov,ioA�mivmmrnm � y r
Fnoo<nv�o<nsvo<noFn0000000000000<-n o .. m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Z
3
�
�
�
a o
a ,
O N
C �
� �
O �
7
� »
N
F
C
d+ a
0
A
� �
� � 1
T o
�. m � <
,: N n <p
3 �
fp O �
tA =
O
m
n x �
o � o
N � y
Hi fA Hi 69 fA Hi 69 ffl fA 69 ffl fA 69 ffl fA 69 Efl fA 69 Efl fA 69 Efl fA 69 V3 EA � N_
O O O O O O O O O O O O O O O O O O O O O O O O O O O �
�
N
F
69 EA [A [A 69 EA fA 69 EA fA 69 fA A �
C
� N W W EA ��� ffl -' EA ffl Hi EA � a
(D 00 W W 6) W 6) Oo (P (O A� 01 N� 01 �� �1 �
EA O O 69 fA O EA ffl O 69 O EA O O O O O O O O O O O O O EA O �
O O O O O O O O O O O O O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O O O O O O O O O O O O O �
O O O O O O O O O O O O O O O O O O O O O O O O O O O —
n
O
� o
O O O O O O O O O O O O O O O O O O O O O O O O O O o N
0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 o e N
�
il
(A EA [A [A 69 (fl EA 69 (fl fA 69 (n A � W
N W W yj 00 0� Efl -' EA ffl Hi EA O � C
cOOo W W O� CJ6>Oo(nc0 A�O� Nmm O�O� �I N O.
EA o O 69 EA O 69 Efl O 69 o EA O O O O o o O o 0 0 0 0 o V3 o j�
O O O O O O O O O O O O O O O O O O O O O O O O O O O �»
O O O O O O O O O O O O O O O O O O O O O O O O O O O �p
O O O O O O O O O O O O O O O O O O O O O O O O O O O
C
�
1M
�
�
�
�
�
�
�
3
�
�
�
�
G
�
z
�
<D
�
�
�
�
�
�
�
n
0
�
.�►
�
C�
IV
O
A1
W
G
�
�
C
�
D
3
3
�
�
Q
�
�
�
P'�
�
v
m
�
�
�
�
m
�
n
N
N
0
�
� �
� �
�
p�'rn
�rnx
�o =
WT � �
N � �
^ � W
v �-
�C y
G �
�
Z �
TS 1 D n
Sv.d�
� � 3 0
A � T
O N � �
� � W �
� � o
v �
Ap'< �
� v� m 1
N � o �
m � m N
� � o
v �
`D m u�
� � c
o��
N � �
O �
N ,.�..
C
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�C
G
�
Z
I�%
�
�
a�
�
�
�
�
�
c�
0
�
r.
�
�
N
O
A1
W
G
�
�
C
�
�
<D
7
Q
�
�D
7
�
�
v
m
�
�
�
�
m
�
�
m
�
0
�
D '�
��
�
p�'rn
�rnx
�o =
W��
���
�� W
v �-
�C y
G �
�
Z �
��
��
�
� �.
��
o�
��
� ,
v�
.Z1 �-
m �
m �
v�
m �
�
m�
o�
�
N j
O "
N
r
<
m
m
0
�
-�a
m
�
N
.�.
C
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�C
G
�
Z
I�%
�
�
a�
�
�
�
�
�
c�
0
�
r.
�
�
N
O
A1
W
G
�
�
C
�
�
<D
7
Q
�
�D
7
�
�
v
m
�
�
�
�
m
�
�
m
�
0
�
D '�
��
�
p�'rn
�rnx
�o =
W��
���
�� W
v �-
�C y
G �
�
Z �
TS 1 D n
Sv.d�
� � 3 0
A � T
O N � �
� � W �
� � o
v �
Ap'< �
� v� m 1
N � o �
m � m N
� � o
v �
`D m u�
� � c
o��
N � �
O �
N ,.�..
0
D °�
�� �
� = m
� 3 �
Q � �
� V1 N
� C �
y a �
� �..
Efl
A �
N A �D
ap �o m
A � �
to �^'
o �o
� o 0
O o 0
o � �
� o 0
m °' °'
v m = �
� p °c
O
N � N �
N »
N
C
�
3
m
y9 � �
� N �
� � v
� o 0
0 0
0 0
C
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�C
G
�
Z
I�%
�
�
a�
�
�
�
�
�
c�
0
�
r.
�
�
N
O
A1
W
G
�
�
C
�
�
<D
7
Q
�
�D
7
�
�
v
m
�
�
�
�
m
�
�
m
�
0
�
D '�
��
�
p�'rn
�rnx
�o =
W��
���
�� W
v �-
�C y
G �
�
Z �
�Dn
� 3 T
m�
< y
�
� D��
m Oy�?
�
W N = �
a � c m
D � W �
��zv�
3 m ya
�� T m
o � a
N � � �
m
a Z ;:
�
z
m � � � °
" � � m m
3
o � � � - _ _
FORT WORTH�,
ATTACHMENT "A-1" (Alignment Study TPW)
Scope for Enqineerinq Desiqn Related Services
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The CITY needs to determine a feasible alignment option for Panther Boulevard from Main
Street to IH 35W (approximately 1.4 miles) to enhance connectivity from Panther Island to
IH 35W. This connection is anticipated to mitigate congestion on Main Street by alleviating
the continuous east-west roadway gap between Belknap Street/Weatherford Street &
Northside/Yucca Avenue Interchanges.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Conceptual Alignment
TASK 1. DESIGN MANAGEMENT.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre-design project kickoff ineeting with Project Delivery Team (PDT) to
confirm and clarify scope and understanding objectives. The PDT will consist of
the City TPW staff, Texas A&M Transportation Institute (TTI), and Tarrant
Regional Water District (TRWD) staff.
• Conduct and document up to six (6) project update meetings with Project
Delivery Team.
• Conduct QC/QA reviews and document those activities.
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi-month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a$0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works Department.
• Prepare and submit baseline
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
City of Fort Worth, Texas Page 1 of 3
Attachment A
Revision Date: 05.23.2024
Page 1 of 3
FORT WORTH�,
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly DVIN Report Form and Final Summary Payment Report Form
TASK 2. CONCEPTUAL ALIGNMENT
2.1. Data Collection
• Aerial Photography — Updated aerial photography for the project corridor from
NearMaps.
• LIDAR —LIDAR data (1' contour information) available from USGS.
• Available Record Drawings and Development Plans — Available record drawings
(roadway, drainage, water, sewer, etc.) within the project limits and any proposed
development plans to be provided by the City.
• Existing and Proposed Utility Information — Existing and proposed water, storm,
and sewer utility information for project limits to be provided by the City.
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project.
• ROW and Parcel data from County GIS and City provided development plans
and plats.
• Field Observation — The Consultant will conduct up to one (1) site visit to visually
document the existing conditions and constraints.
2.2 Conceptual Alignment
Prepare up to two (2) conceptual horizontal alignments. Each alignment option
will include a centerline alignment, proposed right-of-way, roadway and sidewalk
based on the typical section. One option is anticipated to provide a connection
only to Samuels Avenue and the second option will connect to IH-35W. The
right-of-way width and typical section will be in accordance with the Panther
Island Development Plan and Form Based Code.
Prepare roll plot exhibit for each alignment option. The roll plot exhibit will include
the existing conditions base map, proposed roadway and sidewalk plan layout
(no profile), proposed right-of-way, proposed typical sections.
• Documentation of key design decisions, challenges, and risks for each alignment
option in a technical memorandum.
• Address one (1) round of comments by the PDT.
City of Fort Worth, Texas Page 2 of 3
Attachment A
Revision Date: 05.23.2024
Page 2 of 3
FORT WORTH�,
• Provide the preferred alignment in GIS to the City for their incorporation into the
Master Throughfare Plan.
Task 2.3 - Opinion of Probable Construction Cost
• The ENGINEER will develop one (1) Opinion of Probable Construction Cost
(OPCC) for the preferred conceptual alignment (Task 2.2).
• The ENGINEER will include the OPCC for the preferred conceptual alignment in
the technical memorandum.
DELIVERABLES
A. Conceptual Alignment Exhibits
B. Technical Memorandum
C. Preferred Conceptual Alignment OPCC
D. Preferred Alignment Digital Format (CADD and GIS)
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existinq Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Topographic Survey
• Preliminary and Final Design
• Preparation of right-of-way or easement documents
• Additional meetings
• Additional submittals
City of Fort Worth, Texas Page 3 of 3
Attachment A
Revision Date: 05.23.2024
Page 3 of 3
CERTIFICATE OF INTERESTED PARTIES
FORM 129'rJ
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
1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number:
of business. 2025-1363061
Kimley-Horn and Associates, Inc.
Dallas, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/15/2025
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.
105559
2023 WSM-W-PANTHER-MAIN - Amendment for Additional Scope Services
Nature ofinterest
4
Name of Interested Party City, State, Country (place of business) (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 Tvler 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)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas County, State of Texas , on the 15th day of September , 20 25
(mont ) (year)
Signature of horized agent of contracting business entiry
(Declarant)
Forms provided by Texas Ethics Commissfon www.ethicsstate.tx.us Version V4.1.O.t10dOtd8
ATTACHMENT E
�
�
ti ` ,�
.;� - �`
�\
.�� ,` ,\
,t� - ' �. � ,` v\
'y : � . �� . . ,\ ✓
� ��A� �"
..� ;, y., ,` y v� ���� �.
�+'�� ,` V • � 4 '' 1 ���'�
�� t' ��' k � �` �� ,`` .
�'J�� �� ,� ,�
.. � ��n�� � � , `, � ��G `, \
� � ,� ��� �.���, o
�
;�'' Y`���� - • �. � , �j ', c� ', �
�; �� �;�' . ���a � l' '� �� ,` D
4 ::.� > ..
, �� � ��
�� � � ' a,M�' ��
`.�^ �4��� ,�;: �! .,,' ����'•a �S� '� �y'�' ` `�`
�• y` � � � � � �� � r � ` �
�� ; � � 1 a. e � �., N _ r, ; i
�` . - ��. 4 ` � .
r,� , . � ,� 2 0 � ` Y ,�. � , � �
� �. �
:; :. ;y :. - ' �t 3�3 � � � ,
� �
"�.� _' \ � . ` l \,� �. � �`�,�� ; �
. _��� L-. , ,./�s .� ' ;
12-INCH
EWER
_ tT7_
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 30, 2025 REFERENCE NO.: **M&C 25-0948
LOG NAME: 60WSSC23WSMWA1-KHA
SUBJECT:
(CD 2) Authorize Execution of Amendment No. 1 in the Amount of $245,849.00 to an Engineering
Agreement with Kimley-Horn and Associates, Inc. for the Water and Sanitary Sewer Replacement Contract
2023 WSM-W Project for a Revised Total Contract Amount of $995,731.00, Adopt Appropriation
Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement
Program, and Adopt Appropriation Ordinances Reallocating Funds from the General Fund to the Capital
Projects Fund and Amend Transportation and Public Works Fiscal Years 2025-2029 Capital Improvement
Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution ofAmendment No. 1 in the amount of $245,849.00, to an Engineering
Agreement with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 62673) for the Water
and Sanitary Sewer Replacement Contract 2023, WSM-W project for a revised total contract
amount of $995,731.00;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $216,519.00, from available PayGo
residuals, in the water and sewer capital projects fund, for the purpose of funding the Water and
Sanitary Sewer Replacement Contract 2023 WSM-W project (City Project No. 105559) and to effect
a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program;
3. Adopt the attached appropriation ordinance reallocating estimated receipts and appropriations in the
FWLab Department of the General Fund by decreasing appropriations in the General Operating &
Maintenance category in the amount of $54,050.00, and increasing appropriations in the Transfer &
Other category by the same amount, for the purpose of transferring to the General Capital
Projects Fund for funding the Water and Sanitary Sewer Replacement Contract 2023 WSM-W
project (City Project No. 105559);
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
General Capital Projects Fund, in the amount of $54,050.00, transferred from the General Fund, for
the purpose of funding the Water and Sanitary Sewer Replacement Contract 2023 WSM-W project
(City Project No. 105559); and
5. Amend Transportation and Public Works Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On January 14, 2025, Mayor and Council Communication (M&C) 25-0015, the City Council authorized
an engineering agreement in the amount of $749,882.00 with Kimley-Horn and Associates, Inc. (City
Secretary Contract No. 62673) for the Water and Sanitary Sewer Replacement Contract 2023 WSM-W
project.
Amendment No. 1 will provide for the following:
• Additional design and survey for the reroute of 1,100 feet of 12-inch sanitary sewer line on
Commerce Street to the proposed Panther Island Sanitary Sewer Collector so as to eliminate
conflict with proposed Tarrant Regional Water District (TRWD) drainage canal C and the lowering
and replacement of 200 linear feet of an existing 20-inch water main to clear the canal.
• Additional subsurface utility exploration.
• Additional bid phase package.
• Additional permit coordination.
• Roadway alignment analysis to determine feasibility alignment options for Panther Boulevard from
Main Street to Interstate Highway (IH) 35 and provide for connectivity of Panther Island to IH 35.
• Construction phase services during construction of the water and sanitary sewer reroute.
In addition to the amendment amount, $24,720.00 (Water: $17,400.00; Sewer: $2,400.00; TPW:
$4,920.00) is included for additional project management.
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. The actions in the M&C will appropriate funds in support of
the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
Funding is available in the Unspecified All-Funds project within the Water & Sewer Capital Projects Fund
and in the General Fund for the purpose of funding the Water and Sanitary Sewer Replacement Contract
2023 WSM-W project within the Water & Sewer Capital Projects Fund and the General Capital Projects
Fund.
Appropriations for Water/Sanitary Sewer Replacement Contract 2023 WSM-W project are as depicted
below:
Existing Additional
Fund � Appropriations ' Appropriations Project Total*
W&S Capital
Projects - Fund $994,258.00 $216,519.00 $1,210,777.00
56002
General
Capital $0.00 $54,050.00 $54,050.00
Projects Fund -
30100
Project Total $994,258.00 $270,569.00 $1,264,827.00
*Numbers rounded for presentation purposes.
This 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 W&S Capital Projects Fund and in the General Fund and upon approval of the above
recommendations and adoption of the attached appropriation ordinances, funds will be available in the
W&S Capital Projects Fund and the General Capital Projects Fund for the W/WW Rpl Contract 2023
WSM-W project. Prior to any expenditure being incurred, the Water Department and Transportation and
Public Works Department have the responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccount Project Program ctivit Budget Reference # moun
i , ID ID Year (Chartfield 2)
FROM
IFundl Department ccoun Project Progra
ID ID
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Budget Reference #
Year (Chartfield 2'.
Jesica McEachern (5804)
Chris Harder (5020)
Additional Information Contact: Bijay Upreti (8909)
ATTACHMENTS
1. 60WSSC23WSMWA1-KHAfunds avail.docx (CFW Internal)
2. 60WSSC23WSMWA1-KHA-FID Table corr (NN 09.16.25).xlsx (CFW Internal)
3. Form 1295 Certificate 101427345.pdf (CFW Internal)
4. ORD.APP 60WSSC23WSMWA1-KHA 10100 A025(R3).docx (Public)
5. ORD.APP 60WSSC23WSMWA1-KHA 30100 A025(R4)_(2).docx (Public)
6. ORD.APP 60WSSC23WSMWA1-KHA 56002 A025(R2)_(3).docx (Public)
.
�
�
�
�
�
�
6
�
a
�
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)
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank