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.