Loading...
HomeMy WebLinkAbout060506-A1 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 60506-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 60506 WHEREAS, the City of Fort Worth (CITY) and Ki.mley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 60506, (the CONTRACT) which was authorized by M&C 23-0875 on the 17t'' day of October, 2023 in the amount of $ 595,000.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Interstate Highway-30 from Linkcrest Drive to Interstate Highway- 820 Water and Sanitary Sewer Mains Relocations, CPN 104518; 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 $86,275.00. 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 $681,275.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas IH-30 Lin},crest to IH-820 Pl&SS Relocations Prof Services Agreement Amendment Template 109;1R Revision Date: June 13, 2025 Page 1 of 2 E}�CUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth ; Jesica McEachern Assistant City Manager 12/26/2025 DATE: qdp44p4 a F FORT Il�a ATTEST : p �°° °°°�p�ddd O�g o•ld g,j-�� ���� OVo 0=0 /J ..dk.C�%caxx ��P'� ° oo �`�A (����� �p� oTEXASopb �banoad4 Jannette Goodall City Secretary APPROVAL RECOMA�NDED: ( il � A Di1. ('� ,0�1. C�topherHarder(D 15,202506:50:5 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. � � P. E. O Chris Igo, P.E. Associate DATE : 2025-12-10 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. `-_� / ' . / 'Li�-��JrG� Joif% Kasavich, P . E . Project Manager APPROVED AS TO FORM AND LEGALITY: �vr(❑��Y%� Douglas Black (Dec 22, 2025 10:53:01 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort S•]orth, Texas Prof Services Agreement Amendment Template Revision Date: June 13, 2025 Page 2 of 2 M&C No.#: 25-1090 (Funding) M&C Date: December 9th, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX I2i--30 Li_rikcre�t to -H-820 S'iG55 Relocations '09518 Kimley>>> Horn August 12, 2025 John R. Kasavich, P.E. Engineering Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 RE: IH30 LINKCREST TO IH820 WATER AND SANITARY SEWER RELOCATIONS Amendment No. 1 KHA No. 061018450 City Secretary No. 60506 — City Project No. 104518 Dear Mr. Kasavich: The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER) perform additional services underAmendment No. 1 for the IH30 LINKCREST TO IH820 WATER AND SANITARY SEWER RELOCATIONS project. This project includes the relocation of a 24-inch water line crossing I H30 near Chapel Creek Blvd. Under the direction of TxDOT and their consultant team, the Water Department and Kimley-Horn prepared relocation plans for the 24-inch water line as part of a TxDOT joint-bid for the IH30 highway improvements. TxDOT awarded the IH30 highway improvements project to Zachry Construction and construction began in the corridor around November 2024. In April 2025, Zachry Construction and TxDOT approached the Water Department and proposed a new alignment for the relocation of the 24- inch water line. This Amendment No. 1 has been prepared to address the effort associated with redesigning the 24- inch water line for the new alignment that TxDOT and Zachry have requested. Tasks included as part of this amendment are further described as follows: TASK 6.0 — CONSTRUCTION PHASE SERVICES - REDESIGN: $59,775 ENGINEER will complete Construction Phase Services in accordance with the Original Contract and as follows: ENGINEER to provide services previously authorized under the Original Contract which includes the redesign of the 24-inch water line for the newly proposed alignment. Since the project is joint-bid and already under construction, these services are to be perFormed under this Construction Phase Services task. t�(ori (clhcv�iinWi ` Sait�r_� - • � • n , iU< rR�iKo � Kimley>>> Horn TASK 7.0 — ROW/EASEMENT SERVICES: Page 2 $21,580 ENGINEER to provide one (1) additional permanent easement document perthe previously authorized services. 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 a firm referred to as the ENGINEER's REAL ESTATE AGENT. The ENGINEER's REAL ESTATE AGENT will complete ROW/Easement Services as follows: Appraisal Services • ENGINEER's REAL ESTATE AGENT will subcontract with APPRAISAL FIRM for the initial appraisal at the site location, up to one (1) parcel. • ENGINEER's REAL ESTATE AGENT will subcontract with APPRAISAL FIRM for prep and testimony for up to one (1) parcel. • ENGINEER's REAL ESTATE AGENT will accompany APPRAISAL FIRM during property inspections. Neaotiation Services • Upon written approval by the CITY, ENGINEER's REAL ESTATE AGENT shall prepare and send initial offer packages to property owners or their designated representatives via certified mail-return receipt requested (CMRRR), including Texas Landowner Bill of Rights, offer letter, property description, and conveyance documents. • ENGINEER's REAL ESTATE AGENT shall maintain contact with property owners or their designated representative throughout negotiations. All individuals who may be affected by this project will be given an opportunity to meet and discuss the procedures to which they may be interested or by which they may be affected. • ENGINEER's REAL ESTATE AGENT shall submit any counteroffers to the CITY along with recommendation for CITY's consideration. During negotiations, if a property owner provides appraisal information or a counteroffer, either written or verbal, which the property owner believes is relevant to the acquisition, ENGINEER's REAL ESTATi E AGENT may forward the information to the APPRAISAL FIRM for analysis. ENGINEER's REAL ESTATE AGENT will discuss with the CITY a recommendation for review and provide an appropriate response to the property owner based upon the CITY's decision. • ENGINEER's REAL ESTATE AGENT shall obtain, with the property owner's assistance, partial releases of liens with lienholders, if necessary. • ENGINEER's REAL ESTATE AGENT shall coordinate closings with title company and CITY's attorney, if applicable. • ENGINEER's REAL ESTATE AGENT shall be available for bi-weekly or monthly status meetings with the CITY. • All services shall be conducted in accordance with the Uniform Act and the State of Texas property code. ��ri� (�inra��r�� � 34�t�t:i� ? ilil ���.lit_� �! IoXo� IYis Wn�1o��il'n�, �I�>,.� liC�iKo�� -- -- -� Kimley>>> Horn Page 3 Condemnation/Eminent Domain (ED) Services • If no agreement, ENGINEER's REAL ESTATE AGENT shall complete the CITY's form e49 condemnation checklist, then hand off the file to Property Management for the CITY to handle condemnation process. Per the CITY's request, condemnation services are not included in the ENGINEER's and ENGINEER's REAL ESTATE AGENT's scope. TASK 9.0 — PERMITTING: $4,920 ENGINEER will complete Permitting Services in accordance with the Original Contract and as follows: • ENGINEER to provide Permitting Services associated with the newly proposed alignment. We recommend that the CITY increase the budget by $86,275 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description Task 6— Construction Phase Services Task 7 — ROW/Easement Services Task 9 — Permitting � Total Water $59,775 $21,580 $4, 920 $86,275 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee Total Original Contract $498,800 $96,200 $595,000 Amendment No. 1 I Total $86,275 - $86,275 $585,075 $96,200 $681,275 Total $59,775 $21,580 $4,920 $86,275 �kit�(e 300, Ft. Worth, TX 76102 r.` .� Kimley>>> Horn Page 4 The following tables summarize our recommended budget revisions and shows the revised contract amount: Task Number ITask 1- Project Management ITask 2- Conceptual Design I Task 3- Preliminary Design I Task 4- Final Design ITask 5- Bid Phase Services ITask 6- Construction Phase Services ITask 7- ROW/Easement Services Task 8- Survey and SUE Services Task 9 - Permitting I Total Project Original Contract $31,100 $17,600 $158,425 $170,870 $27,400 $82,675 $35, 300 $59, 530 $12,100 $595,000 Amendment No. 1 $59, 775 $21,5$0 $4,920 $86,275 Firm Primary Original Amend Responsibility Contract No.1 Prime Consultant Kimley-Horn and Assoc., Civil Engineering/ Inc. CCA $392,283 $69,725 Sub-Consultants Gorrondona and Survey/ Associates, Inc. Easements $49,612 $1,800 The Rios Group Subsurface Utility ���,700 - Engineering McCarthy Right of Way Easement Acquisition $0 $14,750 Partners, LLC CMJ, Inc. Geotechnical Report $29,000 - Benett Trenchless Structural $89 820 Engineers Engineering Black Mesa Engineering Cathodic Design $16,585 - & Consulting, PLLC TOTAL $595,000 $86,275 Revised Contract $31,100 $17,600 I $158,425 I $170, 870 I $27,400 I $142,450 I $56,880 I $59,530 I $17,020 I $681,275 � Revised Revised Contract % $462,008 67.8% $51,412 7.5% $17,700 2.6% $14,750 22% $29,000 4.3% $89,820 13.2% $16,585 2.4% $681,275 100% fI`9i��1kP�y In[o7an�.C�xo7afl� � I"(�f�i (cl'nxa;in�/ �i4�r��:�' i�, ilil ��if't�; il ToC�a (`ii, �yny�oatiin Kimley>>> Horn Page 5 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. z�vu�t c�o- P. E. Chris Igo, P.E. Associate Attachments - Level of Effort Spreadsheet - Form 1295 cc: Tony Sholola, P.E., Assistant Director of Water Department , - - anita% Inloaaal.c��]aai ] i f�>f��il (c1�t�)ii1+/ ��1i Task No. Task Description 1.0 Project Management 2.0 Conceptual Design 3.0 Preliminary Design (60 % ) 4.0 Final Design (90% and 100 %) 5.0 Bid Phase Services 6.0 Construction Phase Services - Redesign Redesign - 90% Design Drawings Cover Sheet Index and General Notes Shutdown & Sequencing Notes Control and Benchmarks Overall Loc & Prop Sht Ref (1) Overall Existing Map (W&SS) (2) Abandonments (1) Prop Easement Layout (1) � Easement Vacations (0) Prop Plan 8 Prof (6) By Other than Open Cut Installation Project Specifc Details - Shafts Surface Repair (2) Traffic Control Plans (6) Cathodic Protection Plans Erosion Cantrol (2) Redesign - Quantities � Deliverables Redesign - Review with City TxDOT 8 Contrector Coordination/Meetings Redesign - 90% City Design Comments � Redesign - �00% Design Drawings Deliverables City of Fort Worth, Texas Attachment B- Level of Effort Supplement Typical Water and Sewer Replacement F�MNTR Official Release Date: 8.092012 Level of Effort Spreadsheet ai�vzozs TASK/HOUR BREAKDOWN Design Services for IH30 Linkcrest to IH820 Water & Sanitary Sewer Relocations City Project No. 104518 - Amendment No. 1 Labor (hours) Expe ise Total Senior Senior Project Total Labor Subconsultant Travel / Task Sub Professional 11 Professional l Engineer Analyst Admin Cost Reproduction / Expense Total Expense Markup Cost ate $350.00 $330.00 $275.00 $230.00 $135.00 Fees / Permitting 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 $tl $0 $0 $0 $0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 12 23 42 152 8 $59,380 $0 $0 $395 $395 $59,775 4 1 4 1 2 2 10 10 1 1 1 1 1 1 1 16 2 1 2 4 2 3 4 2 2 2 2 2 2 2 56 8 2 '12 24 8 12 2 10 4 2 4 4 $0 �0 $735 $735 $0 $735 $735 $735 $735 $0 $18,600 $2,720 $735 $3,310 $7,940 $0 $2,390 $3,915 $1,000 $1,360 $6,800 $3,730 $1,470 $1,000 $195 $200 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $195 $0 $0 $0 $0 5200 $0 $0 $735 $735 $0 $735 $735 $735 $735 $0 $18,600 $2,720 $3,310 $7,940 $0 $2,390 $3,915 $1,195 $1,360 $6,800 $3,730 $1,470 $1,200 Page 1 of 2 Task No. 7.0 7.1 7.2 7.3 8.0 9.0 Description 31 - Design 51 - Survey Total City of Fort Worth, Texas Attachment B- Level of Effort Supplement Typical Water and Sewer Replacement F�MNTR O�cial Release Date: 8.092012 Task Description ROW/Easement Services ROW/Easement Preparation/Submittal Permanent (1) Temporary (0) Easement Acquisition Appraisal - Initial Appraisal - Prep & Testimony Negotiation Condemnation Administrative Coordination with Real Property Survey and SUE Services Permitting TxDOT Permitting/Agreement SewerLF Subtotal 12 37 47 162 8 $67,675 $16,550 $1,655 $395 $18,600 Water LF I 1 � 100% � Totals:� Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for IH30 Linkcrest to IH820 Water 8� Sanitary Sewer Relocations City Project No. 104518 - Amendment No. 1 Lab x (hours) Expe�se Senior Senior Project Total Labor Subconsultant Travel / Total Professional II Professional I Engineer Analyst Admin Cost Reproduction / �pense Expense Markup Cost Rate $350.00 $330.00 $275.00 $230.00 $135.00 FeeslPermitting 0 8 1 2 0 $3,375 $16,550 $1,655 $0 $18,205 $0 $0 1 2 $735 $1,800 $180 Gorrondona $1,980 $0 $0 $0 $0 2 $660 $5,500 $550 McCarthy $6,050 $0 $0 2 $660 $7,000 $700 McCarthy $7,700 $0 $0 $0 $2,250 $225 McCarthy $2,475 4 $1,320 $0 $0 $0 0 0 0 0 0 $0 $0 $0 $0 $0 0 6 4 8 0 $4,920 $0 $0 $0 $0 6 4 8 $4,920 $0 (A) Total Fee (B) Survey Fee (C) Total Fee (-) survey Fee I Water Fee (100% of C) � $86,275 Water $86,27 $0 $86,27 0 � 0% 1 � 100% $86,275 SO $86,275 Sewer Fee (0% of C) � $� � Sewer 5 $0 $0 5 $0 8/12/2025 Task Sub Total $21,580 $0 $2,715 $0 $0 $6,710 $0 $8,360 $0 $2,475 $1,320 $0 $0 $4,920 $4,920 $86,275 $86,275+ Project Summary � Total Hours 266� Total Labor $67,675� Total Expense $18,600� Page 2 of 2 MAYOR AND COUNCIL COMMUNICATION MAP N , � .. � 91 � . 1 ) � : . . I ;. �?. 4 ' � '� � LONE PINELN �� • !,` "Q ��y ;�� j". . ?jj� �;t,�r'''� ���ti�� � � '; � � : � � �. . �� � 4., Oy� : � Q � r, i J , S �, .. t .;,�', a� . �v � � � � i_� �. ,;� i � 1 . � � i� �i,j��: � L i=.... �.- �/r7 �� 7��.��-�-� i m.�� .,� \a�:� �I �7. , � t.�' r� < << h" < <���/� _a , ��v.'/iS � 1 ;`�(s,O �4,rZ ��{ r`�I ��._ � �)�AO,(1 �'�� ��� �, e /� = 5j . ,, �,.. .i�``z�.. , i,!,V '1 � .>ti�l��j,.\��"1 �1 W �1 yf ..�� 1 P� s r '� ��, � ,�, o , ;/" �,'. � r;., �11 �vFANDORST < <,,Or �!i�,, ,t, �,2 � s � � r � �J 3��� �� � � O � O ! , � , n tE� , ,, r , w i -,F u ,ir�r, �r.�:Q/�(�' �' Qr�(G/ �! >> i,iT�..���W� �.:11 Qt �_a j �n k �i - I� �I S' �VEJJ1,�� `�ORr�G.��`,��1'� a . �i �. �� �� � t_l`�6 Ut '�ii .� } , j.�O-��0:� � � y� `Vi r �� t r' i(9'�rip� Q1 � 4 '�' y fV; . � . , . j; i�i�. _.P��F r r Q �,;� � .i, y _�; � �Q .�I i � i ( � If�'N .:r� , �i .. . .t�}��:"I.�. _C� jlf'"y��--'f-% { �f'� ��i i +�r � ` � � � r� ` _ • �','a�;. ' , . I !1 PV� 1 j, t �G , , �,, v . d �� I� � t�„: � , � . . _ °�.; a� 1 I � 3j-p ( . � . �i ,, < , r . �- � � - ol� ' ` � �lIVTQ y/'''�� < �> �4� ',K : ' � WIL'LOWICKAVE ;.O O , � � � ' � � VC 4�i i<. - `% f�; . , _� 4 ., � . 1 �O . ` , �/D � � a<! G' J � � . .�� 1 -! � t��l�� � ..,��'t ;p ��1 < . � � .�'.� -� � r {JI � , �: , � 4 . �� 1Q�.!�V 2qNri�a�,'r � ^�',WESTPOINTBLVD, , ,. 'y� r,'`�;.. - ,f= cn . , > �� � ;�CIPqNT ,���I-o -�;, � ��` ,� ,, 1�i � �W ;r - ,.., � � �n R� C4 m,, �+, � � �:1/� �, ! � �� w,,� • � , �,..., i, : � �(rn ^.r �.� � .- ' r �lr: . ��� ��. � �. ;t��� ,t' .. � .. �� t � � �i!: ry � �� ��� ii /i�-:�.a� .a. ����, ' �� �.���� ti — r" � �!:�r�� r�,��.0 ! � � i � r�, ,�: �.: � 1 d . .. �F., �- , � ,Y } ��� .� � .. � � � ��� �,, . r , �� .�� i�� �� . { . � � 3 ��,� r �� ,� , ��� , , ,`�� l .-<Y.; . ' � `. �:;� � �`. '�1Z,` � ,-, « ,� a �� ' -�_' -- ,�'-. ', .. -- ;, , ;j�-i , ��;-�,E � <,�L - AMBER RIDGEDR-r—, ' � __ � �,� Q � , � �: ': �`� ;vLD WEATHERFORD�RD� � ��,7.�� �:�q i `a.r<.F� s��- ; , � , r r-�-�F- ,� _ .. ;, .: • . r ;; � „ ;;. . = � — � .— , _ €_ E , ! j. �> - � + �ir3:� � ' � � —� � . ,: ; a, � Z_� � _ � , „ ONSRD E, � E;, . �, , : i� �� . �; �, _ ,'; , �,� CLEMM s � E � . , M c r r �- F `� � HARPE,R LN', E'4�Oj/V G . � j �t � ., , ' E � , - _ , <. � '� � ATEpR a - � � - � � s` i � : (�� �-° � ' . �-J r 1 �Il �� I �tn � . ,� r �. , ' �F. I ' �. ° .l!, f .• + / . \ a� / �1 � LI�� �4 1r �r' �— f ' i IDGE ' ' ! ,�` • �:. HI �,� r-, I �,, , ���� �� i �., GHR ;F �� � � 1 ���� r � � �f� •`�P i:' � . � � .� � '� l � � ��' C�� �� � I ,.� /.ot,� i i; _ ,1 .. ' L ntt��:�,.-, ,.. , . �� � ` t,i � _ �.� ���y; �� :�:` ���'� � 24-IN WATER LINE � � � /� � �, . u �, 1 ��, � ���';%�:, -� •. • � � . . .. , , . , � ., i` � � xi � RELOCATION _ I.. �-. - - s . s �: 16-IN WATER LINE ENCASEMENT d RD ', � . ,, ' �S`�� td J �, -, � ` ' ''' �j r �. �'� / �;, � vu � 6 t �, � ' �(•�C �� t � �, � Pi )f � � ,� �� ' fr�. ';isC � " � � �S k E � � j �I { F S : �„rc � �hrec� �.`_ 41 . i �,(� �Y �i� r�1r� �f �� t � �r � �� �y 1t '��� c'! �• !` ti I ;II ' e '+ I l- - , �� � - c i � . i �� P�- i �, ,�� � RY SEWER _ , � - ` ,` ��P '� i� � ' `� {{'�� '�' ' � � �r-�!.��`n ADJUSTMENT ,. � � �' '� , , ,� , fr �� ' ��� .; , , '� , i i ;'t� � ,� �;, � i � J ris �F. t� :!� F i r' `r�� ti , r ��,m �r y � ,<< . �,.- � fs � ' , �;N :'\. ��; , � ,:.'`lv =� ;� ;� � , �; �� � 4 e —1 j I j.��=' � _- _ r .r- `, F�., j_ �,�:i r E�; �o' . 15-INSANITARYSEWER . ' ��SANTA`PAULADR _ 0� 1,_!: . RELOCATION `' � I� —�� . , �:`} �-,�a� t :�`�� "�\ � i ' �'�W `���,� —a if � ��' N {�;�1f'� ,�,` ', j a� i��, �� I }� y.� o . . '" '� :'V ." .. _, '� � �; � l W l. �_ __ + ��` � N I � �r �,' ,�CAMP.BOWIE WE T:�BLVD ` , �' r, '�� O,r .� r .:� � =r �"i� i�_ � �;��:� �'_ ��,4 �_ �o� , � j ;; � ,� dz� � I � _=1�t ��[ .,�I ... t �• . � ... - .��LT A F.. i Q ,� : ,rat �yl ,,� ' J -- i , ��`CHAPINRD}l� :` _VE VAULT y�'� r ,r`'" f.;� .. � � i ��� �����. �, � �� , � � �- ; �, ~ SHADYLN yf � _ � �� t1. iTMENT � �,u ' `4 ,.,..,. ' < < i� �'' ,1 t r � � , � % ,. � � �t^�;� .� ^� , � � a: �� ri`, 1 ,-� a `� C i � " � � � � , , I � � ' . Y �. �� voe �� ; 1 li�,` � �� 7„(�1f . � r ��'.n/ -+'R.�� �',' ����� �, i " � ,` I,. �. f t, � � r s F+ o� r t -� - � 4..• ,,, „ ,� � , ,�U. r .. 'y�� � t � � �-��.. i _ . �:� - ' � -�R = ,. � r � -- . ;�,� �� �� , �.. � � .� : , �, r,- -, '` ;� t r *'. . :. `L , � - ��, j / ti � � � � �r � r. , d i - � S; � � +. ' t � j '` ,,� i �,` -+r�.'/ � % 'F 1 ` :t \ i , ' , � .,{ . . �. .'� ; t . ( � � y .,i, t � -.�.� � 1`�i �.yt -� � ��- , w s' I� .� t :. . � �; � ; ` �.� c1 f ;�. . JA . , � p �� ��, �+ „� � � .' , � � R ; `'L 4,� Y ,- �,.� t � � � �BE�LA�TERR, , ri l r � E aorL c 1 ; ,' i ?� !�� . , _ : - ��F.� ' .' � l � N — 4 • • � r (' . .: �1 �R.t�r� � . , p�� . '4';, A, MARBELLADR', s'�„�, ; � . . ,� . _ i �; i ] � � , ; � � '=?',;t; H` c; � n1{ P Ir ir. , �� ' ' . . • � �� � ' . . . '� . _ '_ _ � !.'.. .h'1 ' . .. '..I .. � � . � '. " ._ . � � . . . � . . , ' . . �. . - f ... . . .. - 601H30LINKCRESTIH820-KHAA1 FUNDING City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 9, 2025 LOG NAME: 601H30LINKCRESTIH820-KHAA1FUNDING REFERENCE NO.: **M&C 25-1090 SUBJECT: (CD 3) Adopt Appropriation Ordinance in the Amount of $211,275.00 for Interstate Highway-30 from Linkcrest Drive to Interstate Highway-820 Water and Sanitary Sewer Main Relocations Project 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 adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water and Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in the Interstate Highway-30 from Linkcrest Drive to Interstate Highway-820 Water and Sanitary Sewer Main Relocations project (City Project No. 104518) in the amount of $211,275.00, and decreasing 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: The Texas Department of Transportation (TXDOT) proposes to reconstruct and widen Interstate Highway- 30 (IH-30) from Linkcrest Drive to Interstate Highway-820 (IH-820). This project has also been identified and specifically listed in Mobility 2040: The Metropolitan Transportation Plan for North Central Texas, developed by North Central Texas Council of Governments (NCTCOG). On October 17, 2023 (M&C 23- 0875) the City Council authorized an Engineering Agreement with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 60506), in the amount of $595,000.00 for design and project management services for the IH-30 from Linkcrest Drive to IH-820 Water and Sanitary Sewer Relocations Project. The $211,275.00 appropriation requested in this M&C will provide funding for Amendment No. 1 in the amount of $86,275.00 to allow for redesign of the 24-inch water main relocation at IH-30 and Chapel Creek as required by TXDOT, assistance with appraisal, negotiations for easements, and $125,000.00 to cover project management, material testing, inspection, and easement acquisition costs. This project will have no impact on the Water Department operating budget when complete. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to compiy with bond covenants. Funding is currently available in the Commercial Paper project within the Water & Sewer Revenue Bond Series 2023 Fund for the purpose of funding the IH-30 from Linkcrest Drive to IH-820 Water and Sanitary Sewer Main Relocations projects. Appropriations for the IH-30 from Linkcrest Drive to IH-820 Water and Sanitary Sewer Main Relocations project are as depicted below: Fund W&S Rev Bonds Series 2024 — Funds 56022 W&S Rev Bonds Series 2023 — Existing Additional Project Appropriations Appropriations Total* $715,000.00 $0.00 $715,000.00 $0.00 $211,275.00 $211,275.00 Fund 56021 _J____.___.____�I� � � Project Total II $715,00O.00I $211,275.00 $926,275.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S Rev Bond Series 2023 Fund and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bond Series 2023 Fund for the IH30 Linkcrest IH820 W/SS Relo project to support the execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO IFundl Department Accoun� Project Program�Activity Budget ID ID � Year Reference # I�Amountl (Chartfield 2) � FROM IFund Department Accoun Project Program ctivity Budget Reference # mount I ID � ID � Year (Chartfield 2) � CERTIFICATIONS: Submitted for Citv Manaqer's Office b�_ Jesica McEachern (5804) Originatinq Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 601H30LINKCRESTIH820-KHAA1 FUNDING FID TABLE (NN 11.17.251.XLSX (CFW Internal) 2. 601H30LINKCRESTIH820-KHAA1FUNDING Map.pdf (Public) 3. 601H30LINKCRESTIH820-KHAA1 FUNDING FundAvailabilitl/.docx (CFW Internal) 4. Form 1295 Certificate 101427590.pdf (CFW Internal) 5. ORD.APP 601H30LINKCRESTIH820-KHAA1 FUNDING 56021 A026(R1) (1).docx (Public) 6. PBS CPN 104518.pdf (CFW Internal) GOIH30LI1V"KCRESTIFI820-KIIAA 1 FiTNDING 2&3 � 56021 2&3 56021 2 2 1 2 2 2 2 2 2 56021 56021 56021 56021 56021 56021 56021 560Z1 56021 0600430 4905151 UCMLPR � UNSPEC 0600430 4905151 104518 001730 0600430 0600430 0600430 0600430 0600430 0600430 0600430 0600430 0600430 4905151 104518 001730 5110101 104518 001730 5330500 104518 001730 5710010 104518 001740 5110101 104518 001740 5330500 104518 001780 5110101 104518 001780 5330500 104518 001784 2�60000 104518 RETAIN 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 $211,275.00 ($Z11,275.00) ($211,275.00) $20,000.00 Water Staff Cost $86,275.00 Contract $40,000.00 Easement Acquisition $10,000.00 Easement Acquisition $10,000.00 Easement Acquisition $25,000.00 Waterinspector $15,000.00 Soil Lab Consultant $5,000.00 Soil Lab TPW Staff 2&3 56021 0600430 4905151 104518 2026 $211,275.00 2&3 56021 0600430 UCMLPR 2026 ($211,275.00) 2&3 56021 0600430 104518 2026 $211,275.00 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Kimley-Horn and Associates, Inc. Dallas, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the forni is being filed. City of Fort Worth Water Department FORnn 1295 sof� OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1305224 Date Filed: 05/06/2025 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. 104518 Amend 1 IH30 Linkcrest to IH820 Water and Sanitary Sewer Relocations 4 Cook, Richard N Flanagan, Tammy Lefton, Steve McEntee, David L Name of Interested Party 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is SARAH MEZA My address is 13455 NOEL ROAD, SUITE 700 (street) City, State, Country (place of business) Dallas, TX United States Dallas, TX United States Dallas, TX United States Dallas, TX United States Nature of interest (check applicable) Controlling Intermediary X X X X , and my date of birth is DALLAS TX 75240 US (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in DALLAS counry, state ot TEXAS , on th�TH day ot MAY 20 25 (month) (year) { � Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.e02d6221 F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Kimley-Horn and Associates, Inc. SUU�eCt Of tlle AgPeeTllellt: Interstate Highway30 from Linkcrestto Interstate Highway 820 Water& Sanitary Sewer Relocations M&C Approved by the Council? * Yes 0 No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 60506-A1 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 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: 12/9/2025 Expiration Date: N/A 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. Proj ect Number: If applicable. 104518 *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 processin� 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.