Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
060791-A3 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.
AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 60791 CSC No.60791-A3 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 60791, (the CONTRACT) which was authorized by M&C 23-1074 on the 12th day of December, 2023 in the amount of $ 1,928,983.00; and WHEREAS, the CONTRACT was subsequently revised by:Amendment No. 1 in the amount of $1,274,037.00 which was authorized by M&C # 25-0094 on January 28, 2025 and Amendment No. 2 in the amount of $ 93,825.00 which was administratively authorized on April 6, 2025; and WHEREAS, the CONTRACT involves engineering services for the following project: Northside III 54-Inch Water Transmission Main, CPN 104940; and WHEREAS, it has become necessary to execute Amendment No. 3 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 $247,810.00. 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 $3,544,655.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD City of Fort Worth, Texas Northside III 54" WTM CITY SECRETARY Prof Services Agreement Amendment Template 104940 Revision Date: June 13, 2025 FT. WORTH, TX Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager DATE: 11/22/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: ch ristop her {fo rd or Christopher Harder (NoV 11, 2025 08:52:46 CST) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Kimley-Horn and Associates, Inc. Chris Igo, P.E. Associate DATE: 11 /05/2025 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. Preeti KC, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C No.#: 25-1003 Douglas Black (Nov 11, 202516:59:22 CST) 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 Date: October 28th, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Northside III 54" WTM 104940 Kimley>»Horn September 29, 2025 Ms. Preeti KC Project Manager City of Fort Worth Water Department 100 Fort Worth Trail Fort Worth, TX 76102 Re: NORTHSIDE III 48-INCH WATER TRANSMISSION MAIN ALIGNMENT STUDY Amendment No. 3 KHA No. 061018460 City Project No. 1049401 City Secretary No. 60791 Dear Preeti: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 3 for the NORTHSIDE III 48-INCH WATER TRANSMISSION MAIN ALIGNMENT STUDY project. These additional services include the design of a 16-inch water main extension at WJ Boaz, additional surface repair, curb profiles, and striping details required for Phase 1, additional shop drawing reviews for Phase 2, appraisals for easements and negotiations for easement acquisition on Phase 4, additional linear footage of design survey, and permitting fees. These improvements are further described as follows: TASK 4.0 — FINAL DESIGN: $29, 840 ENGINEER will complete Final Design in accordance with the Original Contract for the following: • The design of approximately 300 linear feet of 16" water main, and associated surface repair and traffic control plans. • An additional roadway plan and profile for replacement of concrete pavement at Eagle Pier Way. • Surface repair, curb profiles, and striping plans along Boat Club Road per direction by TxDOT and in accordance with the maintenance agreement. TASK 6.OA — PHASE 2 — CONSTRUCTION PHASE SERVICES: $17,550 ENGINEER will complete the following additional Construction Phase Services in accordance with the Scope of Services set forth in the Original contract and as follows: • The Original contract included forty-five (45) shop drawing reviews. Per coordination with the Contractor, it is anticipated that an additional twenty (20) shop drawing reviews will be required. TASK 7.0 — RIGHT-OF-WAY AND EASEMENT SERVICES $157,520 Easement Acquisition Assistance shall be performed for the CITY. The CITY understands that the ENGINEER is not licensed to provide real estate services. For the convenience of the CITY, the ENGINEER will subcontract with firms referred to as the ENGINEER'S ROW ACQUISITION AGENT and ENGINEER'S APPRAISER. Kimley>»Horn Page 2 The purpose of the site acquisition assistance is for the ENGINEER to coordinate with City Property Management staff and private property owners as required and to provide supplemental real estate services (as additional services) as defined below. • Appraisals The ENGINEER's APPRAISER will provide appraisals for eleven (11) parcels. Appraisals will be approved by the CITY prior to negotiations with the property owners. The appraisals will be prepared by State Certified Appraisers in accordance with the Uniform Standards of Professional Appraisal Practice (USPAP). The appraisals will be suitable for use in condemnation proceedings, if necessary. • Title Research The ENGINEER'S ROW ACQUISITION AGENT will conduct a title determination to verify the ownership of the parcels to be acquired. Title needs will be cured and the interest will be recorded at the County Courthouse once funds have been applied to the fee owner. • Negotiations ■ The ENGINEER's ROW ACQUISTION AGENT will provide the services of qualified right- of-way agents to secure the required right-of-way for the project. ■ The ENGINEER'S ROW ACQUISITION AGENT will review the title commitments for an understanding of any title issues specific to a parcel and review value finding to communicate value reasoning to the property owner. ■ The ENGINEER'S ROW ACQUISITION AGENT will make reasonable efforts to negotiate with the property owner in person to develop rapport for successful discussions. ■ The ENGINEER's ROW ACQUISITION AGENT will negotiate on behalf of the CITY and utilize the conveyance documents and other necessary forms as prescribed by the ENGINEER and CITY. The ENGINEER's ROW ACQUISITION AGENT will provide a good faith effort to acquire the rights -of -way through a negotiation process, which will generally consist of three (3) contacts (at least one verbal) with the property owner, or his authorized representative. A maximum of five (5) total contacts will be provided to reach an agreement with the property owner, or to determine that further negotiations will be non -productive and that eminent domain actions will be necessary to acquire the property. If absentee owners are involved, the negotiations may be conducted via telephone or by mail. If the schedule for acquisition of the right-of-way or other factors arise, which make it expedient, travel outside of the project area to meet with the absentee owners may be desirable. If such events arise, the travel must be specifically authorized by the CITY. If such travel is authorized, the expenses involved, including the agent's services, will be considered as Additional Services. ■ The initial offer made to the property owner will be based on the value authorized by the CITY. All counter-offers by the property owner, along with the ENGINEER's ROW ACQUISITION AGENT recommendations will be presented to the CITY for consideration. The CITY must establish and recommend such counter offers before the ENGINEER's ROW ACQUISITION AGENT will be authorized to agree to the requested changes. All monetary offers made to the property owners will be within the limits authorized by the CITY in the various stages of the negotiation. Kimley>»Horn Page 3 ■ After reaching an agreement with the landowner on the consideration and all other terms of the transaction, the ENGINEER's ROW ACQUISITION AGENT will forward to the CITY a Memorandum of Agreement (MOA) executed by the property owner to be ratified by the CITY. This MOA sets forth the compensation and any other terms and conditions agreed upon. The CITY will be responsible for obtaining the CITY's ratification and for returning the ratified MOA to the ENGINEER's ROW ACQUISITION. The ENGINEER's ROW ACQUISITION AGENT will then inform the Title Company that the parcel is ready for closing. The payment to the property owner and the closing procedures will be in compliance with the procedures defined in the Closing section. ■ In the event these good faith efforts fail to produce a satisfactorily negotiated easement, the ENGINEER's ROW ACQUISITION AGENT will recommend to the CITY that the CITY use its power of Eminent Domain to acquire the parcels. • Closing ■ The ENGINEER'S ROW ACQUISITION AGENT will coordinate contacts with the CITY to deliver any payments to the Title Company prior to closing. ■ This contract assumes that costs for Title Commitments, Title Policies and recording fees will be purchased by the CITY through the assistance of the ROW ACQUISITION AGENT. The amount paid for the Title Policies will not exceed premium amounts set by the Texas Department of Insurance and agreed upon in advance between the CITY and the Title Company. Any additional Title Company services such as recording fees shall be agreed upon in advance between the CITY and the Title Company. The ENGINEER's ROW ACQUISITION AGENT will review liens or other exceptions reported in the Title Commitment. The ENGINEER will coordinate the location and the effect of any utility easements. The ENGINEER will report the results of the Title Commitment to the CITY, recommending the disposition of the exceptions. The decision whether the reported exceptions are acceptable or must be eliminated will be the responsibility of the CITY. Any action required to clear title is not included in the Scope of Work for this project, and if required, will be considered Additional Services. ■ The ENGINEER'S ROW ACQUISITION AGENT will coordinate and attend all closings at the Title Company. • Filing of Record ■ The ENGINEER'S ROW ACQUISITION AGENT will confirm that the Title Company records all documents at the appropriate County Courthouse after closing. ■ The ENGINEER'S ROW ACQUISITION AGENT will confirm that the Title Company forwards copies of all recorded documents to the CITY. • Real Estate Condemnation/Eminent Domain (ED) Services are not included as part of this Amendment. DELIVERABLES Property Appraisal / Draft and Final Offer Packages Kimley>>> Horn Page 4 TASK 8.0 — SURVEY AND SUE SERVICES $36,010 ENGINEER will complete Survey and SUE services in accordance with the Original Contract for the following: • The Original Contract included topographic survey along the transmission main alignment. An additional 4,100 linear feet of topographic survey along the southbound lanes of Boat Club Road was requested by the City. TASK 9.0 — PERMITTING $6,890 ENGINEER will complete Permitting services in accordance with the Original Contract for the following: • The Original Contract included services associated with Union Pacific Railroad and Oncor for the transmission main alignment. The permit application fees were not included in the original contract. We recommend that the CITY increase the budget by $247,810 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description Water Total Task 4 — Final Design $29,840 $29,840 Task 6A — Phase 2 — Construction Phase Services $17,550 $17,550 Task 7 — Right -of -Way and Easement Services $157,520 $157,520 Task 8 — Survey and SUE Services $36,010 $36,010 Task 9 — Permitting $6,890 $6,890 Total $247,810 $247,810 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee SurveFee y Total Original Contract $1,555,948 $0 $373,035 $1,928,983 Amendment No. 1 $1,206,007 $0 $68,030 $1,274,037 Amendment No. 2 $93,825 $0 $0 $93,825 Amendment No. 3 $215,074 $0 $32,736 $247,810 Total $3,070,854 $0 $473,801 1 $3,544,655 Kimley>»Horn Page 5 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Contract Amend No.1 Amend No.2 Amend No.3 Revised Contract Task 1 $39,565 $45,940 $0 $0 $85,505 Task 1A $127,660 $0 $0 $0 $127,660 Task 2 $151,590 $49,445 $0 $0 $201,035 Task 3 $375,970 $205,222 $0 $0 $581,192 Task 4 $263,008 $770,213 $0 $29,840 $1,063,061 Task 5 $18,230 $45,739 $0 $0 $63,969 Task 6 $71,250 $0 $93,825 $17,550 $182,625 Task 7 $184,890 $0 $0 $157,520 $342,410 Task 8 $532,529 $99,413 $0 $36,010 $667,952 Task 9 $134,291 $22,665 $0 $6,890 $163,846 Task 10 $30,000 $35,400 $0 $0 $65,400 Total Project $1,928,983 $1,274,037 $93,825 $247,810 $3,544,655 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: Level of Effort Summary K:\FTW-Utilities\061018460-Northside III Transmission Main\PPP\POST NTP\Contract\Amendment#3\2025-09-22 Amend3 NS3.doc EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Northside III 48-Inch Transmission Main Alignment Study City Project No. 104940 Amendment #3 Task No. Task Description Labor hours Total Labor Cost Expense Total Expense Cost Task Sub Total Principal Project Manager EIT Administrative Subconsultant Travel Reproduction Rate $370 $295 $245 $145 1.0 Project Management 0 0 0 0 $ - $ $ $ $ $ 1.0 A Alignment Study and Report 0 0 0 0 $ _ $ - $ - $ - $ - $ _ 2.0 lConceptual Design (30-Percent) 0 0 0 0 $ - $ $ $ $ $ 3.0 Preliminary Design (60 Percent) 0 0 0 0 S _ $ - $ - $ - $ - $ _ 4.0 Final Design 6 33 73 0 S 29,840 $ - $ - $ - $ - $ 29,840 4.1 Final Draft Construction Plans and Specifications S 4.1.1 Cover/Index/Control S $ $ 4.1.2 Shutdown/Sequencing S $ $ 4.1.3 Overall Layouts S $ $ 4.1.4 Plan and Profile Sheets - 16" Water Line Extension at WJ Boaz 2 10 20 S 8590 $ - $ R.590 4.1.5 Detail Sheets S $ $ 4.1.6 Cathodic Protection Plans S $ $ 4.1.7 Trenchless Design S $ $ 4.1.8 Traffic Control Plans (1 - WJ Boaz) 3 8 S 2.945 $ $ 2.845 4.1.8.a Surface Repair and Roadway Striping Plans - Boat Club Road, Eagle Pier Way and WJ Boaz 2 15 30 $ 12 515 $ $ 12,515 4.1.8.b Roadway Curb Profiles - Boat Club Road 2 5 15 $ 5.890 $ $ 5_990 4.1.9 Erosion Control Plans $ $ $ 4.1.10 Specifications $ $ $ 4.1.11 Pipe Calculations $ $ $ 4.1.12 Quantities/OPCC $ $ 4.2 Public Meeting Prep/Exhibits (2) $ $ $ 4.3 Final 100%) Plans and Specifications $ $ 4.5 Final Quantities/OPCC $ $ $ 5.0 Bid Phase 0 0 0 0 $0 $ - $ - $ - $ 6.0 Construction Phase Services (Phase 2) 5 31 51 0 $17,550 $ - $ - $ - $ - $ 17,550 6.1 Construction Support $ _ $ _ $ - 6.1.1 Prepare/Attend Preconstruction Conference S - $ $ 6.1.2 Prepare Exhibits for Public Meeting $ - $ - $ - 6.1.3 Site Visits $ $ $ 6.1.4 Clarifications/Inter rotations/RFI S $ $ 6.1.5 Change Orders S $ $ 6.1.6 Shop Drawing Review and Log (20 additional anticipated per Thalia) 5 20 40 S LZSU $ - $ L7,550 6.1.7 Substitutions S $ $ 6.1.8 Final Walk Through Visit/Punch List S $ $ 6.2 Record Drawings/As Built S $ $ 7.0 ROW/Easement Services 0 11 11 0 $5,940 $137,800 $0 $0 $ 137,800 $ 143,740 7.1 1 ROW Research S $ $ 7.2 Review/Coordination with Surveyor for 40 Permanent Easements and 40 Temporary Easements S - $ - $ - 7 3 TROE Documents/Access Coord/Exhibits (up to 40) S $ $ 7.4 Real Estate Agent Coordination $ $ 7 4 a Appraisals (up to 11 parcels) S _ $ 60,500 McCarthy $ 60 500 $ 60,500 7 4b Negotiations and Administrative Fees (up to 11 parcels) 11 11 S i940 $ 77,300 McCarthy $ 77,300 $ 83,240 8.0 Survey 0 0 0 0 $0 $32,736 $0 $0 $ 32,736 $ 32,736 Design Survey - Topo and Boundary Survey (Additional 4, 100 LF for SB lanes of Boat Club Per Chris Harder Direction) S - $ 32,736 Gorrondona $ 32,736 $ 32,736 8.1 SUE $ $ 8.2 Temporary Right of Entry Submittal S _ S - $ - 9.0 Permitting 0 3 10 0 $3,335 $ - $ - $ 3,555 $ 3,555 S 6,890 9.1 Oncor- 16" Extension at WJ Boaz 3 10 $ 1,500 $ 1,500 $ 4,835 9.6 Union Pacific Railroad S - $ 2,055 $ 2,055 $ 2,055 10.0 Additional Services 0 0 0 0 $0 $ $ $ $ $ 10.1 Additional Services $0 $ Totals 11 781 1451 0 56 665 $170 536 $0 $3,5551 $174,0911230 756 Water Line Footage 58,895 100 % Sewer Line Footage 0 0% 58,895 100% (A) Total Fee $ 247,809.60 (B) Survey Fee $ 32,736.00 (C) Total Fee (-) Survey Fee $ 215,073.60 Water Fee (100 % of Contract) Sewer Fee (0% of Contract) $215,073.60 $0.00 NSIII through Preliminary Design/Easement (LF) Project Summary SIII through Final Design (LF) Total Hours 234 Total Labor $56,665 Total Expense $174,091 Subwnsultant Fee $170,536 10 % Sub Markup $17,054 Total Project Cost $247,810 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, October 28, 2025 LOG NAME: 60NS11148INWTMA3-KHA REFERENCE NO.: **M&C 25-1003 SUBJECT: (CD 7, CD 10 and ETJ) Authorize Execution of Amendment No. 3 in the Amount of $247,810.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc. for Alignment Study and Sixty Percent Design of the Northside III 54-Inch Water Transmission Main Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 3 in the amount of $247,810.00, to City Secretary Contract No. 60791 an Engineering Agreement with Kimley-Horn and Associates, Inc., for the Northside III 54- inch Water Transmission Main project for a revised contract amount of $3,544,655.00; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the W&S Rev Bonds Series 2024 Fund by increasing estimated receipts and appropriations in the Northside III 54-inch Water Transmission Main project (City Project No. 104940) in the amount of $247,810.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: On December 12, 2023, Mayor and Council Communication (M&C) 23-1074, the City Council authorized an engineering agreement in the amount of $1,928,983.00 with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 60791) for Northside III 54-inch Water Transmission Main project. The agreement was subsequently revised by Amendment No. 1 in the amount of $1,274,037.00 authorized by M&C 25-0094 on January 28, 2025 that primarily provided for concept, preliminary, and final plans for the project and Amendment No. 2 in the amount of $93,825.00 administratively authorized on April 6, 2025 that provided construction phase services on Phase 2 of the project. Amendment No. 3 will primarily allow the consultant to conduct acquisition services for several easements that are necessary and to also provide additional design/survey and construction phase services on the project. Kimley-Horn and Associates, Inc., proposes to provide the necessary services for a fee not to exceed $247,810.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed 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. Funding is currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund. Appropriations for the NS11154-inch WTM project are as depicted below: Fund Existing (Additional Appropriations Project Total* Appropriations 30104 — Developer Contribution $3,303,948.15 $0.00 $3,303,948.15 30108 — Transportation Impact Fee Cap $324,702.15 $0.00 $324,702.15 56022 - W&S Rev Bonds Series 2024 $4,623,807.00 $247,810.00 $4,871,617.00 56023 - W&S Rev Bonds Series 2025 $30,479,731.00 $0.00 $30,479,731.00 Project Total $38,732,188.30 $247,810.00 $38,979,998.30 *Numbers rounded for presentation purposes. This project will have no impact on the Water Department's operating budget when complete. The project is located in COUNCIL DISTRICTS 7, 10 and ETJ. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2024 Fund for the NSIII 54-inch WTM project to support the execution of the 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 Accoun Project Program ctivity Budget Reference # moun ID ID Year I (Chartfield 2) FROM r6T epartment ccoun Project Program ctivity Budget Reference # �mountl 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: Preeti KC (5467) ATTACHMENTS 1. 60NS11148INWTMA3-KHA FID TABLE (WCF 09.30.25).xlsx (CFW Internal) 2. 60NS11148INWTMA3-KHA funds availability pdf (CFW Internal) 3.60NS111481NWTMA3-KHA.pdf (Public) 4. Form 1295 Certificate 101435901.pdf (CFW Internal) 5. ORD.APP 60NS11148INWTMA3-KHA 56022 A026(R2).docx (Public) 6. PBS CPN 104940.pdf (CFW Internal) 7. SAM.gov search KHA.pdf (CFW Internal) (DD � m n (DD � T C T C T C m v '0 (D 13 rt M rt D D D O • • O - O O r_- O • 7 7 7 v � 0 v M D rt D rt D rt � M <' < .r Z K •G G - C m 0 • -< w Mr- �' o0. - W (D c �' a0. � W m c 0.X I M m illiv m 11111 m rt rt m.+ n m 11 nW NZON 0 M 0 7 C n "n11111 v = o o► oo — n v N= � a o f D as rr 3 D f+ o(D 0 r m 0 3 D O D O c c c 7 3 7 rt Z rt rt .. m .. .. .. .. .. .. • m • 0. • a r_ 0 m r_ 0 m C a 0 m m x m 4 m MAYOR AND COUNCIL COMMUNICATION MAP 60 N S 111481 NWTMA3-KHA ULN TINSLEYLN r N r I D .i �lvJ BLUE MOUND RD Phase 316 I, 1■�!�r10P��ii ■■ �--_ ETJ N•SG,7�%i�� l • 'yG I I m r � r. f t�j • vo I I� O • �� I I J ., r ,. I W BONDS RANCH RD WIN Heritage Homes of Texas & Grbk Edgewood LLC *_'^"' ^' - Z (Chapel Hill West) 5 �LU dam, fr 1 s _ L MAGMA DR m w CW Chapel Hill es[ LLC y -. (Cibolo Hills) - vfr v FORT WORTH ) PARKVIEW W BAILEY BOSWELL RD � 1 Z 2 ❑ O s9Ci N LJLIU Ll LIT Ll � � � � w ❑ WJBOAZRD❑O ^ op��N I Z H r — I ❑ to 7 a HILLS LNG w x '❑ O I ❑ W MCLEROY BLVD m `a Eagle Mountain WTP FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: Amendment No. 3 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 ❑ 60791-A3 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: 10/28/2025 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. 104940 *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 followin order:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.