HomeMy WebLinkAbout060591-A4 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.City of Fort Worth, Texas W&SS Repl. On Camp Bowie Blvd.
Prof Services Agreement Amendment Template 105062
Revision Date: June 13, 2025
Page 1 of 2
AMENDMENT No.4
TO CITY SECRETARY CONTRACT No. 60591
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
(ENGINEER) made and entered into City Secretary Contract No. 60591, (the
CONTRACT) which was authorized by M&C 23-0908 on the 31st day of October,
2023 in the amount of $974,121.00; and
WHEREAS, the CONTRACT was subsequently revised by:Amendment Number 1
in the amount of $69,185.00 which was administratively authorized on
February 22, 2024, Amendment Number 2 in the amount of $83,003.00 which
was authorized by M&C #25-0011 on January 14, 2025, Amendment No. 3 in the
amount of $92,145.00 administratively authorized on July 25, 2025; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Water and Sanitary Sewer Replacement on Camp Bowie Boulevard, CPN
105062; and
WHEREAS, it has become necessary to execute Amendment No.4 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 $258,440.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $1,476,894.00.
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 W&SS Repl. On Camp Bowie Blvd.
Prof Services Agreement Amendment Template 105062
Revision Date: June 13, 2025
Page 2 of 2
EXECUTED and EFFECTIVE as of the date subscribed by the City’s
designated Assistant City Manager.
APPROVED:
City of Fort Worth ENGINEER
Kimley-Horn and Associates, Inc.
Jesica McEachern Chris Igo, P.E.
Assistant City Manager Associate
DATE: _______________DATE: _________________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
Chris Harder, P.E.
Director,Water Department
Contract Compliance Manager:
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.
_______________________________
Preeti KC, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:M&C No.#: ___25-0904________
M&C Date: _September 16, 2025
Douglas W. Black
Sr. Assistant City Attorney
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
September 29, 2025
Ms. Preeti KC, P.E.
Project Manager
City of Fort Worth Water Department
Fort Worth, TX 76102
Re: WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
Amendment No. 4
KHA No. 061018457
City Project No. 105062 / City Secretary No. 60591
Dear Preeti:
The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under
Amendment Number 4 for the WATER AND SANITARY SEWER REPLACEMENTS ON CAMP
BOWIE BOULEVARD project. This amendment includes additional design and meetings related to
the Mallick sanitary sewer alignment and structural and electrical design associated with the addition
of a transfer valve at the Westside Pump Station. This also includes additional bid package support
for phase 1 and construction phase services for
Replacements at US 377. These improvements are further described as follows:
TASK 1.0 DESIGN MANAGEMENT: (WATER $12,520, SEWER $3,740)
ENGINEER will complete Design Management in accordance with the Original Contract for the
following:
Ten (10) design progress review meetings were included in the original contract. There were
two (2) additional review meetings held.
Three (3) additional design meetings were held with Will Rogers staff to discuss the
replacement of water and sanitary sewer mains within the Will Rogers complex.
Five (5) additional design meetings were held with the Mallick Group and Bowie House
representatives to discuss realignment of the sanitary sewer main.
TASK 2.0 CONCEPTUAL DESIGN: (WATER $2,379, SEWER $711)
ENGINEER will complete Conceptual Design in accordance with the Original Contract for the
following:
The original contract included thirty-eight (38) plan and profile sheets for the water and
sanitary sewer replacements. An additional three (3) plan and profile sheets were completed.
TASK 3.0 PRELIMINARY DESIGN: (WATER $17,329, SEWER $5,176)
ENGINEER will complete Preliminary Design in accordance with the Original Contract for the
following:
The original contract included thirty-eight (38) plan and profile sheets for the water and
sanitary sewer replacements. An additional seven (7) plan and profile sheets were
completed.
Page 2
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
TASK 4.0 FINAL DESIGN: (WATER $81,937, SEWER $24,473)
ENGINEER will complete Final Design in accordance with the Original Contract for the following:
The CITY requested the addition of a transfer valve and associated appurtenances at the
Westside Pump Station. This includes civil design plans for the transfer valve and associated
piping, electrical design for the addition of the transfer valve, and structural design of the wall
penetrations at the existing valve vault at the pump station
The original contract included thirty-eight (38) plan and profile sheets for the water and
sanitary sewer replacements. An additional eleven (11) plan and profile sheets were
completed.
The original contract included eight (8) non-standard traffic control details. An additional three
(3) traffic control details were prepared.
Following the various design meetings with the Mallick Group and Bowie House
representatives, the sanitary sewer alignment through the Mallick property was revised and
resubmitted a total of three (3) separate times to incorporate property owner comments.
TASK 6.0A CONSTRUCTION PHASE SERVICES PHASE 1:
(WATER $64,761, SEWER $19,344)
ENGINEER will complete Construction Phase Services in accordance with the scope of services
attached and as follows:
The original contract did not include Construction Phase Services and is being added through
this amendment.
Up to fourteen (14) months of Construction Phase Services are assumed.
Progress Meets and Site Visits
ENGINEER will conduct and attend up to fourteen (14) monthly construction progress
meetings.
Clarifications/Interpretations/requests for Information
Engineer will respond to up to one (1) request for clarification, interpretation, or
information.
Change Orders
ENGINEER will assist in evaluating one (1) change order.
Shop Drawings
ENGINEER will review and process up to forty-five (45) shop drawings.
TASK 6.0B CONSTRUCTION PHASE SERVICES
WATER US 377: (WATER $24,420, SEWER $0)
ENGINEER will complete Construction Phase Services in accordance with the scope of services
attached and as follows:
The original contract did not include Construction Phase Services and is being added through
this amendment.
Page 3
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
Up to six (6) months of Construction Phase Services are assumed.
Progress Meets and Site Visits
ENGINEER will conduct and attend up to six (6) monthly construction progress meetings.
Clarifications/Interpretations/requests for Information
Engineer will respond to up to one (1) request for clarification, interpretation, or
information.
Change Orders
ENGINEER will assist in evaluating one (1) change order.
Shop Drawings
ENGINEER will review and process up to ten (10) shop drawings.
TASK 7.0 ROW AND EASEMENT SERVICES (WATER $0, SEWER $1,650 )
ENGINEER will complete Right-of-Way and Easement services in accordance with the Original
Contract for the following:
The original contract included three (3) permanent easements. After multiple design iterations
with the sanitary sewer line through the Mallick property, an additional one (1) easement was
prepared.
We recommend that the CITY increase the budget by $258,440 for these additional services. The
following tables summarize our recommended budget revisions, water and sanitary sewer design
fees, and revised contract amount:
Description Water Sewer Total
Task 1 Design Management $12,520 $3,740 $16,260
Task 2 Conceptual Design $2,379 $711 $3,090
Task 3 Preliminary Design $17,329 $5,176 $22,505
Task 4 Final Design $81,937 $24,473 $106,410
Task 6A Construction Phase Services: Phase 1 $64,761 $19,344 $84,105
Task 6B Construction Phase Services: US 377 $24,420 $0 $24,420
Task 7 ROW and Easement Services $0 $1,650 $1,650
Total $203,346 $55,094 $258,440
Page 4
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
The following breakdown for water and sewer services is recommended:
Water Fee Sewer Fee
Survey
Fee Total
Original Contract $648,216 $172,310 $153,595 $974,121
Amendment No. 1 $69,185 $0 $0 $69,185
Amendment No. 2 $69,128 $0 $13,875 $83,003
Amendment No. 3 $79,749 $12,396 $0 $92,145
Amendment No. 4 $203,346 $55,094 $0 $258,440
Total $1,069,624 $239,800 $167,470 $1,476,894
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
*Task 6 includes the total of tasks 6A and 6B outlined above.
Task
Number
Original
Contract
Amend
No. 1
Amend
No. 2
Amend No.
3
Amend No.
4
Revised
Contract
Task 1 $42,795 $0 $1,745 $0 $16,260 $60,800
Task 2 $100,346 $0 $0 $0 $3,090 $103,436
Task 3 $277,740 $0 $21,590 $0 $22,505 $321,835
Task 4 $232,080 $8,490 $23,385 $0 $106,410 $370,365
Task 5 $45,475 $21,330 $9,745 $18,925 $0 $95,475
Task 6 $0 $39,365 $0 $73,220 $108,525 $221,110
Task 7 $7,650 $0 $0 $0 $1,650 $9,300
Task 8 $238,035 $0 $21,538 $0 $0 $259,573
Task 9 $0 $0 $0 $0 $0 $0
Task 10 $30,000 $0 $5,000 $0 $0 $35,000
Total
Project $974,121 $69,185 $83,003 $92,145 $258,440 $1,476,894
Page 5
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511
We appreciate the opportunity to be of continued service to the CITY. Please contact us if we need
to provide any further information.
Very truly yours,
KIMLEY-HORN AND ASSOCIATES, INC.
Chris Igo, P.E.
Associate
CPI/sdw
Attachments:
Construction Phase Services Scope
Level of Effort Summary
K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\PPP\POST_NTP\Final Contract\Amend 04\2025-09-27_Amend4_Camp
Bowie.doc
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
CITY PROJECT NO.: 105062
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 3
ATTACHMENT A
Scope for Engineering Design Related Services for Water and/or Sanitary Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE
BOULEVARD
CITY PROJECT NO.: 105062
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.
TASK 6A, 6B, and 6C. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the Water and Sanitary Sewer
Replacements on Camp Bowie Boulevard. These include Phase 1 (Hulen to Montgomery)
and Phase US 377 projects as follows.
6.1 Construction Support
The ENGINEER shall attend the preconstruction conference for each construction
contract.
After the pre-construction conference, the ENGINEER shall provide project
exhibits and attend each virtual public meeting to help explain the proposed
project to residents. The CITY will schedule the meeting and send invitations to
affected customers.
Visits to Site and Observation of Construction . ENGINEER will provide monthly
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
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 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
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
CITY PROJECT NO.: 105062
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 2 of 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.
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.
Change Orders. ENGINEER may recommend Change Orders to CITY, and will
review and make recommendations related to Change Orders submitted or
proposed by the Contractor.
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.
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.
Disagreements between Client and Contractor. ENGINEER will, if requested by
CITY, render written decision on all claims of CITY 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 CITY or
Contractor and shall not be liable in connection with any decision rendered in
good faith in such capacity.
Final Notice of Acceptability of the Work. ENGINEER will attend a final site visit
conducted by the CITY 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 on, and belief based
on the extent of its services and based upon information provided to ENGINEER
upon which it is entitled to rely.
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.
6.2 Record Drawings
ATTACHMENT A
DESIGN SERVICES FOR
WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD
CITY PROJECT NO.: 105062
City of Fort Worth, Texas
Attachment A
PMO Release Date: 08.1.2014
Page 3 of 3
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 for each construction
contract. 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 BIM360.
ASSUMPTIONS
ENGINEER will provide up to one (1) exhibit for one (1) virtual public meeting on
each phase and prepare a listing of names and addresses of residents and
businesses affected by the project.
One (1) RFI is assumed for each contract.
One (1) Change Order is assumed for each contract.
Forty-five (45) Shop Drawings reviews are assumed for Phase 1 and ten (10)
shop drawings are assumed for Phase 3.
Fourteen (14) Site Observation Visits are assumed for Phase 1 and six (6) Site
Observation Visits are assumed for Phase 3.
One (1)
the CITY for the construction contract.
DELIVERABLES
A. Public meeting exhibits
B.
C. Review of Change Orders
D. Review of shop drawings
E. Record Drawings on PDF
N ,?�
L
� � W
� Y �
� Q d
a'i � >
i'' m a�
o�v�
W = �
0 = •�
� Y p
�
J H
�
�
d
�
0
�
C
O
�
C
N
�
�
�
�
E
a
N
�
0
u�
0
r
d
��
Rd
c a
u �
� o
a v
.. c
� ;c
a m
3 �
m d
�
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
R {D H3 63 U3 6? � EA E9 6? OJ m 6? T 63 fA V3 63 61 fA 6? fA O U3 6? fA O EA 63 E9 6? fA V3 63 U3 6? fA
0 N M W W O O N �
F � th cD �tJ M ch N N
a EA EA EA N �
�
N
Y
N
R
f
W 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 u3 tA :9 tA fA v3 :9 u3 u3 v3 tA tA fA u3 tA tA E9 u3 fA :A tA E9 fA v3 tA v3 u3 fA u3 tA :9 tA fA
N
X �
w V
R
O
F
C O O� O
O
.�
�
9
O
6
W
�
O O O
W
i
A
N F
N
k W O O O
W m
r �2
C C
� O
� Z
h
c o 0 0
v � �
a w
� m
N 3
�
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o n o 0 0 �n o 0 0 0 0 0 0 0 0 0
o inE»uu>u rnE» u>u co rnu muu>uu rnu>uu> oE»uu> oE»uu>uu>E»tn�aEn
a N m m rn o o v� �
J N c M (O � M Ci N N
p U3 V3 H3 H3 N N
ic U `�
�
� O O O
7
.q
� o
� �
�E
a
it � o o m m �n �
N N �
f �
W N
N
3
� {O 7 O N M CJ
� N N N
W
O d
a �
J U C y�
d W p�
�O 2N
a` 01
A
C
A
�
�O N O O 1� 1�
A
C
O
y � M
O
a`
w
m �
�
L o 3 c �
o N r � m ° � �
� 3:. o u � � E
� g' � a a�i o u c a m !� c `° Z � ai
p C� N N N � � N u a � c�.i � C
C N � � C N � C N � � t6
.a o = y � � � � N � � � �
'U N_ N UJ N d C L C l0 l0 N - � �
� m � � � o a�i 3 , o m - � °� � � � o' � 3 � '`a"'
p � E � S o� a E M s c � E m � E c °' °' O1 > m a
�c E m �° `o `m ��. �, s� w � � � m � ��n � � o E a� u' ¢.E a>
N N N O� O_ .L.. .� N d N O - y �_ � > � -
m �� c S' � d c o � m o� � a+ c o d v c>. � o
� '° � ° c m a m o ni o o� o m � o d o � y� .. � o w �
m� �!' " � d m� m� R a`� � 3 m � � � � 2' m� `� a°'i � �;a `m c c°- o a�
T Ol 01 N N� N C>- C� r N ] N � N N 3 10 � L f6 C O N
� U C N s C C l0 l0 � tp �>',�,�- N C. O O d i N.N- E j C C C N (n U U`� U C`
� � Q� E� O N N d`J U d .t. 'IIO O �[0 � C�� L � O O E=> N C N N� N O C=`'� O C U
Q� O o � E a cn 3¢ x o m:4 o d a� o> m L o p a d o.= F o 0 3 �
H
L
r
O
Z �
Y r
'A N � N M V N (O 1� .- � � N C] V �� 7 7�(D � l�i
F N nl N N(V N N c- N N N N N .
� N � � N N N N N N N �� � � �� � N lh 7 lfi �(O I� O
O � O N N O M M� � m�� M lh CJ C� M M Ih
N M
C N
°' o
E c N
d d
nEo
� u o�
n N
� � �
w � �
0 3 �o
m m
� � m
d � �
J � �
U
m � �
�30
N �
U U �� d
QF lL
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 N O O�fl O
U3 V3 I� N N N cA O) I� V3 M OD V3 U3 H3 FA cA V3 U3 U3 V3 cA M c9 cR V3 � c+J N U3 KJ c� 7 cR I� 7 N [h N�
O 1� N aD oJ cD ID O M t") f� V N N N N R t") M M
l0' I� N OD O Ih O uJ 7 � I� � N � th K) 7 � 7
O � EA N N H3 aG E» V3 � H3 M V V3 � N V3 EA V3
E9 fA H3 E9 fA H3 E9 H3
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
vi V3 :9 u3 v3 u3 V3 v3 v3 u3 u3 ES3 u3 v3 u3 u3 V3 u3 v3 v3 u3 V3 u3 v3 u3 u3 fN
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
V3 H3 1� N N N H3 W 1� di fA a0 EA V3 ei Ui e3 E» W V3 di H3 EA V3 EA M ' C] N V3 � M V EA 1� V N M N�
V I� Y� OD W (O [O O c7 [h I� 7 Y� N N N 7 [h c7 th
� . . . . . . . � . . . . . . . . � . . .
t0 1� �f] oD V M O � 7 � � I� � N M N R � � V
O � V3 N N H3 00 V3 U3 � V3 H3 7 U3 � N U3 V3 U3
Uj U3 U1 U3 U3 V3 U3 :A
O O N N N
N O�f] O N M O N O a0 M c0 N V O V 1� �q m tp
h 7 � �D CJ (O lh h N T 7 th
N
N� N N N O ID O m N N N N O� 7 aD N N N(D
h 7 �� N O M N I� �(D th m m N t`�
M
C
� d C C U � U
C M �� � ��p � C C C
�p � N � � N N C� �p N
O C C C Q V w � —� N �
� � t0 U w n � l0 i6 � O 'O � O 3 � N N � O
a � a U C � > �_ � � a � N N yl � U N O C,n yl N �
o a -m 10 m o.- '� M m �� E � � m � > = y... �
> � - J V� O m � C V a O m
u 3 U� � �6 `� n " C7 m E m m w .� m u a � 4 c n i� ��
� a .. o m � °� x c� >, _� c m o E= o � m" � m m --- � x 3 a�
3 v� � a r> > x-a o� 3 a�i w o�.' d a... m� c" 3 `n � y w .- � 3
� c o� m � a> i�w o"� � 3 -� o U � v r � >:o i.-,�' v r -
o �
��., �� �� ULj ti U m� o d� y a�i o Q ti� � V ��u�i '�° o- � a � d ; m o� 'H° ` no�,i ��.
� � � O L a
0 3�¢ m �� m � ��� �m u '� �0 E N t6 0� � �- a a' o_ � � � i� a ' o
p' U� L m m �� 5. r m � n o � � a> � d m �'� � -o � a N V� °� � � � �
C � N � > > � O O � � � C � C r, .� U (0 � � C II O C 'O
� t� '= o - o d c m 3 o c c � o ; 0 3 0 � c � y
w w �� c`�' >> d} m d o� a�i � p�� � d o �'" y o c-o �� � m Q� o a� a� .. � � m �p m o a� u� _
y m m � 3 m � N -a � a�i � c�> ��' � o � rs�- U S Q•- '� � m E `� Q Q w �' .� a� p` � ` u �: �n
U O � N Ul C N � o- l0 l9 ,� `^
,w �'O ,O a a � t6 U N l0 N U O U O U� 3 O-Q �� d� 10 d U Vl � d d� l0 ��� C O � Y N d d�
C C Q O L� IO (0 O. ��(6 L l0 � N� lL O` fl- C(6 J C C � n 2 a N F� d❑ p p d ~� U�i L� N O O�
__N NmF > a�, � a - ii- - c� c�a
C�
N N
t6 N N t0
� N�`!� �m v �u�co�mrn� � ��� � "� �������� � ���
� V V �
� V � � V �� �� � � N th O lt� �� ��� � N � � � l0 (O (O ID (O l0 (O (O (O N a �(O (O f0
O 77 7 7 7 007 07 007 07 O�[i �tJ O(D (D O (O
O ui �G �G
C N
N
E c N
d �
nEo
a c01i m
V� m
� K �
W � �
fQ `0 3 N
a� _ a� m
��v�m
L d � �
O J � �
> U
> m � �
r C � O
��3�
T U U �
� a
U Q F �
0 0 0 0 0 0 0 0
�n rn oo.»�� o
rn � � � o
Fn o �
� � �
N �
� N
N
�
E 3 a� � m y= o
E� f0 a 3 3`m a U
� = J
m W N � "u u
N o 0 o U n� d
d~~ 0 3� N a �
� �cncn w a
m A
W W �
m (\ p W F
W W � m
m m �
� �
C
O
Z
0 0
I� M
1� N
O O O O� O
O O O � �
O O O oJ W
W N 7 N N
� N FA H3
N N W
lL LL li
aR. �
� � 3H �
N N � "—
O O v
LL � IL
C C �
J J F
a�. 3
�in ¢mv
C N
� O
E c N
d �
nEo
� � �
m m �
��o
w��,
fQ `0 3 �o
m _ m m
� � � m
L d � �
O J � �
> U
> m � �
r C � O
o a� 3
� E — �
T U U
N p_
U Q F �
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, September 16, 2025 REFERENCE NO.: **M&C 25-0904
LOG NAME: 60WSSCBOWIEP4-MCCARTHYBCANDKHAA4
SUBJECT:
(CD 7) Authorize Execution of a Contract with McCarthy Building Companies, Inc. in the Amount of
$3,808,673.77 for Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Part 4
Project, Authorize Execution of Amendment No. 4, in the Amount of $258,440.00, to an Engineering
Agreement with Kimley-Horn and Associates, Inc. for the Water and Sanitary Sewer Replacement on Camp
Bowie Hul-Mont Project Part 4 Project, 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 McCarthy Building Companies, Inc. in the amount
of $3,808,673.77 for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project
Part 4(City Project No. 105062);
2. Authorize execution of Amendment No. 4 to City Secretary Contract No. 60591, an Engineering
Agreement with Kimley-Horn and Associates, Inc., in the amount of $258,440.00, for construction
support services for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project
(City Project No. 105062) for a revised contract amount of $1,476,894.00; and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water & Sewer Capital Projects Fund in the amount of $4,579,477.00, from available PayGo
residuals, for the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie
Hul-Mont project (City Project No. 105062), to effect a portion of Water's contribution to the Fiscal
Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On October 31, 2023, Mayor and Council Communication (M&C) 23-0908 authorized an engineering
agreement with Kimley-Horn and Associates, Inc., City Secretary Contract No. 60591, in the amount of
$974,121.00 for design of the Water and Sanitary Sewer Replacement on Camp Bowie Boulevard which
included the segment of the roadway from Hulen Street to University Drive. The agreement was
subsequently revised byAmendment No. 1 in the amount of $69,185.00 administratively authorized
February 22, 2024 that provided compensation for the preparation of plans/specifications and construction
support services, Amendment No. 2 in the amount of $83,003.00 authorized January 14, 2025 (M&C 25-
0011) that provided for the replacement of a deteriorated cast iron water main from Carroll Street westerly
1,800 feet along W. 7th Street 1,850 feet and Amendment No. 3 in the amount of $92,145.00
administratively authorized July 25, 2025, that will provide construction assistance for Part 1 and Part 2 of
the overall project.
Amendment No. 4 will provide for additional design services for the realignment of a project sanitary sewer
main in order to secure a necessary easement from affected property owners, structural and electrical
design for transfer valve and vault at the Westside Pump Station, additional meetings and coordination on
the project, additional traffic control plans, the creation of two additional project parts and construction
assistance for this project.
The Part 4 construction project provides for the replacement of the water and sewer mains on Tower Drive
from W. Lancaster Avenue to Burnett Tandy Drive. The project was advertised for bid on June 4, 2025,
and June 11, 2025, in the Fort Worth Star-Telegram. On July 17, 2025, the following bids were received:
Bidder Amount Contract Time
McCarthy Building Companies $3,808,673.77 200 Calendar Days
Gratex — Utilities, Inc. $5,262,170.00
Woody Contractor's Inc $5,388,704.50
In addition to the contract cost, $321,930.23 (Water: $194,441.83; Sewer: $127,488.40) is required for
project management, material testing and inspection and $190,433.00 (Water: $114,070.00; Sewer:
$76,363.00) is provided for project contingency.
This project will have no impact on the Water Department's operating budget when completed. The
sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the
Water Department. Approximately 1,587 linear feet of cast iron water and 984 linear feet of sanitary sewer
pipe will be replaced as part of this project. The proposed upgrades will proceed proposed improvements
within the Will Rogers Complex by the Public Event Department.
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 available in the Unspecified All-Funds project within the W&S Capital Projects Fund for the
purpose of funding of the W/SS Repl Camp Bowie Hul-Mont project.
Funding for the W/SS Repl Camp Bowie Hul-Mont are depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
W&S Capital
Projects Fund $4,385,097.00 $4,579,477.00 $8,964,574.00
56002
Project Total J $4,385,097.00i $4,579,477.00 $8,964,574.00
*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 Unspecified All-Funds project within the
W&S Capital Projects Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W/SS
Repl Camp Bowie Hul-Mont. 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
ID ID Year
Reference # �Amount
(Chartfield 2) � I
FROM
FundlDepartment ccoun Project Program ctivity Budget Reference #
_ ID � ID � Year (Chartfield 2'
CERTIFICATIONS:
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Amoun
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Preeti KC (5467)
ATTACHMENTS
1. 60WSSCBOWIE-McCARTHYBCANDKHAA4 FID TABLE (WCF 08.11.25).xlsx (CFW Internal)
2.60WSSCBOWIE McCARTHYBCANDKHAA4.pdf (Public)
3. 60WSSCBOWIEP4-MCCARTHYBCANDKHAA4 funds availability,pdf (CFW Internal)
4. Form 1295 Certificate KHA.pdf (CFW Internal)
5. Form 1295 Certificate McCarthy,pdf (CFW Internal)
6.ORD.APP 60WSSCBOWIEP4-MCCARTHYBCANDKHAA4 56002 A025(r3)_(3).docx (Public)
7. PBS CPN 105062.pdf (CFW Internal)
8. SAM.gov search KHA.pdf (CFW Internal)
60WSSCBOWIEP4-McCARTHYBCANDKHAA4 FID TableRec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer356002060043049560011050622025$2,793,265.00356002070043049560011050622025$1,786,212.0035600206004301050622025$2,793,265.0035600207004301050622025$1,786,212.00Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer356002060043049560011050620017809999($2,793,265.00)356002070043049560011050620017809999($1,786,212.00)56002 0600430 4956001UNSPECUNSPEC9999$4,597,477.00 Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer356002060043051101011050620017809999$35,932.00 Water - Staff356002060043055501021050620017809999$4,000.00 Water - Public Outreach256002060043053305001050620017809999$203,345.00 Water-Consultant156002060043057400101050620017809999$2,281,408.17 To pay contractor356002060043057400101050620017809999$114,070.00 Water Contingency356002060043053305001050620017849999$47,910.00 Water - Soil Lab Consultant356002060043053103501050620017849999$10,780.00 Water - Soil Lab TPW Staff356002060043051101011050620017859999$95,819.00 Water - Water inspection560020600430105062$0.83 Rounding356002070043051101011050620017809999$24,054.00 Water - Staff256002070043053305001050620017809999$55,095.00 Water-Consultant156002070043057400101050620017809999$1,527,265.60To pay contractor356002070043057400101050620017809999$76,363.00Sewer Contingency356002070043053305001050620017849999$32,073.00Water - Soil Lab Consultant356002070043053103501050620017849999$7,216.00Water - Soil Lab TPW Staff356002070043051101011050620017859999$64,145.00 Water - Water inspection56002 0700430 105062$0.40 Rounding3 56002 2060000 105062 RETAINCombo Code for RetainageFIDs (Budget)FIDs (Actual)FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed)
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)