HomeMy WebLinkAbout057171-A1 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.CSC No. 57171-A1
AN�NDMENT No . 1
TO CITY SECRETARY CONTRACT No. 57171
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 57171,
(the CONTRACT) which was authorized by M&C 22-0024 on the 11th day of
January, 2022, in the amount of $1,314,503.00; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Horne Street Reconstruction, CPN 102764; 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:
l.
Article I of the CONTRACT is amended to include the additional
engineering services specified in the proposal attached hereto and
incorporated herein. The cost to the City for the additional design
services to be performed by the Engineer totals $449,144.00. (See Attached
Funding Breakdown Sheet, Page -4-)
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 $1,763,647.00.
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 Horne Street Reconstruction
Prof Services Agreement Amendment Template CITY SECRETARY CPN 102769
Revision Date: June 13, 2025 FT. WORTH, TX
Page 1 of 3
EXECUTED and EFFECTIVE as
designated Assistant City Manager.
APPROVED:
City of Fort Worth
�������
Jesica McEachern
Assistant City Manager
01/22/2026
DATE:
ATTEST:
���� � �
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
4obv�nn�
v° �o� FORT�y9.�d
° p0
l.g
Pvo °=d
p°o*°�o o°��
aaa rezp54pa
nIlnaoubd
of the date subscribed by the City's
ENGINEER
Kimley-Horn and Associates, Inc.
�T�'N ���
Scott R. Arnold
Vice President
O1/05/2026
DATE:
�i°4.,,�.. %�R:..,�
i�u�e�P,��e���;���,e,�o�en:>>:oeesr�
Lauren Prieur, PE
Director, Transportation and Public Works 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.
�d�.
Brittany Darrah (Jan 6, 2026 07:5725 CST)
Brittany Darrah, EIT
Engineer in Training
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Jan 9, 2026 16:07:22 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 3
M&C No . # : 25-1071
M&C Date : 11/18/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Horne Street Reconstruction
CPN 102769
FUNDING BREAKDOWN SHEET
City Secretary No. 57171
Amendment No. 1
Project CF1- CF2 -
Fund Dept ID Account Bond
ID Activity
Reference
31001 0200410 5330500 102764 004030
Total:
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 3 of 3
Amount
$449,144.00
$449,144.00
Horne Street Reconstruction
CPN 102769
Kimley>>> Horn
December 12, 2025
Brittany Darrah, EIT
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
Re: CSN 57171 Horne Street Reconstruction Project
Amendment 1
Dear Brittany:
Page 1
Kimley-Horn and Associates, Inc. ("ENGINEER") is pleased to submit this amendment letter proposal
to the City of Fort Worth ("CITY") for providing additional services for the Horne Street Reconstruction
Project.
The purpose of this engineering amendment is to provide additional design services to address the
change in project scope from a mill and overlay project to a full pavement reconstruction to concrete
pavement. This change in project scope occurred after the 60% plans were submitted, and this
amendment consists of effort to submit a revised 60% plan set and the subsequent additional effort in
the 90% and Final submittals for the full pavement reconstruction. The change in scope increased the
duration of the design and construction phases, as reflected in the current project schedule on eBuilder.
The following is a summary of the additional services to be performed by the ENGINEER under this
amendment:
• Additional design team meetings and monthly updates of Project Status Reports and project
schedule.
• Roadway plan and profile sheets.
• Left, center, and right profiles.
• Removal sheets.
• Side street plan and profile sheets.
• Driveway plan and profile sheets.
• TxDOT special specifications for concrete paving, bike lane delineators, and storm drain inlet
tops.
• Geotech Pavement Design Report
o Field investigation
o Laboratory investigation
o Engineering analysis
Schedule
We will provide our services within a mutually agreed upon timeframe.
Fee and Expenses
The ENGINEER will perform the additional services identified in the attached level of effort on a labor-
fee-plus-expenses basis, with the maximum labor fee shown below.
Kimley>>> Horn
Task 1 Design Management
Task 4 Preliminary Design (30% and 60%)
Task 5 Final Design (90%,95°/o, and 100%)
Task 9 Permitting
Task 10 Quality Control/Quality Assurance
Subconsultant Markup
Maximum Fee
$ 17,663.00
$276,206.00
$139,626.00
$ 6,313.00
$ 5,841.00
$ 3,495.00
$449,144.00
Page 2
The ENGINEER will not exceed the total maximum labor fee shown without authorization from the
CITY. Individual task amounts are provided for budgeting purposes only. The ENGINEER reserves
the right to reallocate amounts among tasks as necessary.
We appreciate the opportunity to provide these services to you. Please contact me if you have any
questions.
Very truly yours,
KIMLEY-HORN AND ASSOCIATES, INC.
� ���
By: Scott R. Arnold, P.E.
Vice President
Level of Effort Spreadsheet [AMENDMENT ONLY]
TASK/HOUR BREAKDOWN
Design Services for
Horne Street Streetscape Project
City Project No. 102764
Labor(hours) E ense
Task Description Project Quality Landscape Engineer Engineer Engineer Adminl Total Labor Total Expense
Task No. EIT/A II EITIA I Subconsultant Task Sub Total
Mana er Manay r Architect (Senior (ProJ�ect` (Desjyp ) Clerical Cost Trevel Reproduction Cost
Rate g Q�59 $ 15�49 $ 252.49 $ 262.�9 $ 191.90 $ 18`.12 $ 149.81 $ 143.08 $ 107.73 DBE I Non-DBE
1.0 UesignManagement-Additiona110months 24 0 0 0 38 0 8 � 2d $17,663 $0 $0 $0 $0 $d $17,663
1.1 Manapip9 the Team
1.t� Intemal Team Meetin s(20 each) 10 10 $ 5 $6,459 $0 $6,459
1.1.2 QA/QC (See Task 7
12 Com mur�ic 4ons �n Reportin9
12.1 Pre-Design�oordina ion Meeting �
12.2 Desi Qn Summa Report DSR
12?T Attend DCC con�erence 9 eac )
L24 Two field meetin�s
12.5 Bi-Weekl� Prolec Update MeetingsJ20 each) 10 10 $4,549 $0 $4,545
12, Design Submittal Review Meetinq_ s(3 each)
12.� Prepare monthly invoices 110 each) 4 � 10 $2,128 $0 $2,128
12. �Prepare monthfY project status reports (10 each) 1 1 8 � � $'1,53E � � � $d $1,535
1.2.�? Prepare scheduleyQ dates !10 eachl 1 1 10 1 1 $�,9�9� 1 1 I $0 $1,919
12.10 Prepare Risk Regisler, Stakeholder Register, and �
Commu�ic�tiqn plan and update monthl (30 each)
12.11 Prepare %/�onf(�IyDBE Reports (10 each� 10 $1,077" $0 $1,077
12.12 Coordination with other agencies (Art, P RD)
2.0 Public Involvement 0 0 0 0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 $0
21 Online En��Qement y
22 Stakeholder rnterviews (6 each) �
2.3 Communit Meetin�(deach)
2.4 Outreach �2 events�
3A Conceptual Design 0 0 0 I 0 I 0 0 0 $` ( $0 $0 $` � $0 $` � $0
3.1 Conceptual Desi�n
3.1.1 Prepare u{? to Nine (9) Cross Sections
3.1.2 Conceptual Plan Layout
3.1? Conce tual Streetsc�e Plan
3.1.� TxDd�ocumentation
32 Traffic Counts
3.3 ICE Report
4.0 Preliminary Design(30 % and 60%) � 681 01 01 521 301 4401 8661 01 0� $246,256� $29,9501 S01 S01 $0� $29,950� $276,206
4.1 Preliminary Design Drawings - 30%
Cover, Index, Project Control, ROW
Typical Sections
Quantiry Summary Sheet
Paving Sheets (induding sidewalks)
Pavement Marking and Signage
Mini-Roundabout (2 each)
Traffic Si,9 nal (� each; Aole bcations only)
Detail and Standard S(�eets
Documentahon of Key Design Decisions
Estimates of Probable Construction Cost
TxDOT Documentation
30% Submittal
Preliminary Design Drawings - 60%
Left. Right, and Centerline Profile � �0 90 20 $� I $19,75Q I $OI $91,750
Corridor � 5 . 5 10 40 . . . . _
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
PMO Official Release Date: 8.09.2012
1 of 3
Task No. Task Description
Existing Draina e Area Map
Existing Storm �alculations
Address A�plicable Comments
Cover, Index, Project Control
ROW and Easement Layout
Typical Sections
Removals
Quantity Summ�Y Sheet
PavinA P�an and Profile Sheets
Side Street Plan and Profile
Storm Inlet Top Details
Driveway Plan and Profile
Cross Sections
Pavement Marking and Signage
Streetsc�qe Plans
Traffic Si�nal (2 each)
Pedestrian LiQ}�ting
Traffic Control Sheets
Erosion Control Sheets
Detail and Standard Sheets
Documentation of Key Desiqr Decisions
Estimates of Probable Consfruction Cost
TxDOT Documentation
Peer Reivew Meeting
4.2 Geotech - Pavement Desiqn Report
4.3 Site Vlsits (2 each)
5.0 Hours Needed for Scojje� Chany_ e)
5.1 Prepare 90 % Plans and Project Manual
S.L� AddressCity/TzDOT60% comments
5.1.2 Irngation Plans
5.'I.z Finalize Roadway Sheets
5.1.4 Finalize Mini-Roundabout
5.1.s Finalize Traffic Signal Sheets
5.1, Finalize Pedestrian Li�hting Sheets
5.1.� Finalize Streetscape Plans
5.1,@ Finalize Erosion Control Sheet
5.1,,�d Traffic Control Plans
5.1.1� iSWM Checklist
5.1.1'� Prolect Manual
5.2 Prepare95% Plans
5.3 Prepare900% Plans
5.4 Address District 100% comments
5.5 TxDOT Documentation
6.0 Construction Phase Services
7.0 �20WIEasement Services
7.1 �ight-of-Way Research
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
PMO Official Release Date: 8.09.2012
Level of Effort Spreadsheet [AMENDMENT ONLY]
TASK/HOUR BREAKDOWN
Design Services for
Horne Street Streetscape Project
City Project No. 102764
! Labor�hoursi
IProject I Quality I Landscape I Engineer I Engineer I Engineer I EITIA II I EITIA I I Adminl
Manager Manager Architect (Senior) (Project) (Design) Clerical
4
1
�
1
8
2
z
4
1
1
4
z
1
8
2
10 20
20
1
2
4
20
4
'10 60
� 15
2 26
60
30
10
5 10
2 �
4
�
8
4
0 0 141
80
20
2
10
16
60
3��
20
5
90
60
1
�
10
658
300
20
E�ense
al Labor Subconsultant Total Expense Task Sub Total
Cost Travel Reproduction Cost
DBE Non-DBE
$1t8401 I $01 $11.84(
529,950
$1
1
2 of 3
Level of Effort Spreadsheet [AMENDMENT ONLY]
TASK/HOUR BREAKDOWN
Design Services for
Horne Street Streetscape Project
City Project No. 102764
Labor�hoursi E ense
>k No. Task Description � Project Quality Landscape Engineer Engineer Engineer EITIA II EITIA I Adminl Total Labor Subconsultant Total Expense Task Sub Total
Mana_ er Mana er Architect Senior Pro�ect Desi n Clerical Cost Travel Reproduction Cost
Rate $ 262.59 $ 252.49 $ 252.49 $ 262.59 $ 191.90 $ 180.12 $ 149.81 $ 143.08 $ 107.73 DBE Non-DBE
72 Right-of-Way/Easement Preparation and Submittal
8.1
9.1 JEnvironmental
9.1.'( Ernironmental Clearance - Categorical Exdusion
9.1.� Environmental Clearance - Open House
9.1.3 Ernironmental Clearnace - Public Heanna (if rea'�
10.2 QC/QA of Desiqn Documentation
102.1 30% Desi�f
10.22 80% Design(Revised)
102 �` 90 % Design
102�4 95 % Design
�p_9_5 100% DeSlgn
Project Summary
Total Hours 2,441
Total Labor $4'10,699
Total Expens@ $34,950
DBE Subconsultani $34,950
Non-DBE Subconsultant $0
10% SubMarkup $3,495
DBEParticipation 7.8%
Total Project Cost $449,144
City of Fort Worth, Texas
Attachment B- Level of Effort Supplement
PMO Official Release Date: 8.09.2012
3of3
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 11/18/2025 REFERENCE �`*M&C 25-
NO.: 1071
Page 1 of 4
Official site of the City of Fort Worth, Texas
��RT�'4'ORTII
_���
20HORNE ST
RECONSTRUCTION AFA
AMENDMENT 2
LOG NAME
CODE: C TYPE: CONSENT PUBLIC
HEARING:
NO
SUBJECT: (CD 3 and CD 6) Adopt Resolution Authorizing Execution of Amendment No. 2 to the
Advance Funding Agreement with the Texas Department of Transportation for the Horne
Street Reconstruction Project to Increase the Advanced Funding Agreement Amount
from $9,364,758.00 to $16,630,553.00 with City Participation Increasing to
$1,288,125.00, Authorize Execution of Amendment No. 1 to an Engineering Agreement
with Kimley-Horn and Associates, Inc., in the Amount of $449,144.00, for a Revised
Contract Amount of $1,763,647.00 for Additional Design Services, Adopt Appropriation
Ordinances, and Amend the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached resolution authorizing execution of Amendment No. 2 to a Advance Funding Agreement
with the Texas Department of Transportation (City Secretary Contract No. 55194; CSJ #0902-90-148 and
#0902-90-343) for the Horne Street Reconstruction project (City Project No. 102764) to increase the
Advance Funding Agreement amount from $9,364,758.00 to $16,630,553.00 with City participation in the
amount of $1,288,125.00 and Transportation Development Credits in the amount of 1,877,798, plus any
construction cost overruns;
2. Authorize execution of Amendment No. 1 to an engineering agreement with Kimley-Horn and Associates,
Inc. (City Secretary Contract No. 57171), in the amount of $449,144.00 for a total revised contract amount
of $1,763,647.00 for the additional design services of the Horne Street Reconstruction project (City Project
No. 102764);
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General
Capital Projects Fund, in the amount of $1,600,000.00, from transfer from general proceeds within the
Unspecified — All Funds project (City Project No. UNSPEC), for the purpose of funding the Horne Street
Reconstruction project (City Project No. 102764);
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants
Capital Project Other Fund, in the amount of $82,493.00, subject of the receipt of the grant for the purpose
of funding the Horne Street Reconstruction project (City Project No. 102764);
5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants
Capital Projects Federal Fund, subject of the receipt of the grant, (i) in an amount up to $5,564,965.00 for
Federal participation and (ii) in an amount up to $1,223,719.00 for City participation, transferred from the
General Capital Projects Fund, for the purpose of funding the Horne Street Reconstruction project (City
Project No. 102764); and
6. Amend the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to adopt a resolution authorizing execution of
Amendment No. 2 to the Advance Funding Agreement (AFA) with the Texas Department of Transportation (TxDOT)
(City Secretary Contract No. 55194; CSJ #0902-90-148) to add CSJ #0902-90-343 increasing the total project cost to
$16,630,553.00, with corresponding increases in the Federal participation in the amount of $5,564,965.00,
State participation in the amount of $412,707.00, City participation in the amount of $1,288,125.00, and City
participation in the form of Transportation Development Credits (TDCs) in the amount of 1,877,798 as well as to adopt
appropriation ordinances to accept additional federal grant funds for the project and to track usage of TDCs.
The City Council approved an AFA with TxDOT in the amount of $8,146,318.00 on November 10, 2020 (M&C 20-
0829) for engineering and construction of the Horne Street Streetscape project (City Project No. 102764), including
Horne Street from Camp Bowie Boulevard to West Vickery Boulevard.
Amendment No. 1 to the AFA was approved by City Council on June 25, 2024, (M&C 24-0566) for additional
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 933 &councildate=ll/ 18/2025 12/31 /2025
M&C Review
Page 2 of 4
engineering, right-of-way (ROV�, and utility relocation costs for the project. Additional federal funds in the amount of
$1,160,230.00, additional State participation in the amount of $58,208.00, and additional City contribution in the form
of TDCs in the amount of 335,022.00 were approved as part of Amendment No. 1.
Amendment No. 2 is for additional engineering and construction costs for the projecYs scope change (CSJ #0902-90-
343), for full roadway reconstruction using concrete pavement. Additional federal funds in the amount of
$5,564,965.00 were approved by the North Central Texas Council of Governments (NCTCOG) for this work and will
be approved by this M&C. TxDOT will absorb the additional indirect costs of $412,707.00 for providing support
services to this federally funded project. These state indirect costs will not be appropriated in the City's finance
system. The City's required additional local match is being partially made with Transportation Development Credits
(TDCs) in the additional amount of 82,493, which are appropriated and tracked as a non-spendable item in the Grants
Capital Project Other Fund and City funds in the amount of $1,288,125.00.
The funding appropriated by this M&C will be used for design, right-of-way acquisition, utilities, project management,
and construction of the project. An advanced payment to TxDOT is required in the amount of $64,406.00 for this
project. The final payment to TxDOT for local participation will be based on actual costs. The City bears the
responsibility to pay for cost overruns. At the end of the project, the asset will remain with the City of Fort Worth.
The following table displays what the revised Federal, State, and Local participation amounts will be after approval of
Amendment No. 2:
� CSJ: 0902-90-148 AFA PROJECT BUDGET
Total
Estimated
Cost
(Excludes
Description Non-
Expendable
TDC Local
Participation
column)
Federal Participation State Participation
ICSJ: 0902-90-148 \%
Engineering �1,719,800.00 100\%
(by LG)
Environmental �180,000.00 100\%
(by LG)
IROW (by LG) $150,000.00 100\%
Construction
(by LG)
�Subtotal
Environmental
Direct State
Costs
ROW Direct
State Costs
Engineering
Direct State
Costs
Utility Direct
State Costs
Construction
Direct State
Costs
Ilndirect State
Costs
�CSJ Total
$6,972,230.00 100\%
$9,022,030.00
$61,159.00 100\%
$61,159.00 100\%
$61,160.00 100\%
$1.00 100\%
$183,480.00 100\%
$477,265.00 0\%
$9,866,254.00
Cost \%
$1,719,800.00 0\°/a
$180,000.00 0\%
$150,000.00 0\°/a
$6,972,230.00 0\%
$9,022,030.00
$61,159.00 0\°/a
$61,159.00 0\%
$61,160.00 0\°/a
$1.00 0\%
$183,480.00 0\%
$0.00 100\%
$9,388,989.00
Local
Participation
Cost o�o TDCs
$0.00 �o $343,960.00
$0.00 �o $36,000.00
$0.00 �o $30,000.00
$0.00 �o $1,394,446.00
$0.00 $1,804,406.00
$0.00 �o $12,232.00
$0.00 �o $12,232.00
$0.00 �o $12,232.00
$0.00 �o $0.00
$0.00 �o $36,696.00
$477,265.00 �o $0.00
$477,265.00 $1,877,798.00
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 933 &councildate=ll/ 18/2025 12/31 /2025
M&C Review
Total
Estimated
Cost (Excludes
Description Non-
Expendable
TDC Local
Participation
column)
CSJ: 0902-90-343 AFA PROJECT BUDGET
Federal Participation State Participation
Page 3 of 4
Local
Participation
ICSJ:0902-90-343 \% Cost \% Cost o�o Cost
Construction 20
(by LG) $6,118,594.00 80\% $4,894,875.00 0\% $0.00 \ $1,223,719.00
°/a
�Subtotal $6,118,594.00 $4,894,875.00 $0.00 $1,223,719.00
Environmental
Direct State $1.00 0\% $0.00 0\% $0.00 �o $1.00
Costs
ROW Direct $1.00 0\% 0 0\
State Costs $0.00 0\/0 $0.00 o�o $1.00
Engineering
Direct State $1.00 0\% $0.00 0\% $0.00 �o $1.00
Costs
Utility Direct $1.00 0\% 0 0\
State Costs $0.00 0\/0 $0.00 o�o $1.00
Construction
Direct State $183,480.00 0\% $257,625.00 0\% $0.00 �o $64,402.00
Costs
Indirect State $323,674.00 0\% °
Costs $0.00 100\ /o $323,674.00 �a $0.00
�CSJ Total $6,764,299.00 $5,152,500.00 $323,674.00 $1,288,125.00
�Project Total $16,630,553.00 $14,541,489.00 $800,939.00 $1,288,125.00
In addition, this M&C is to authorize execution of Amendment No. 1 to the engineering agreement with Kimley-Horn
and Associates, Inc. (City Secretary Contract No. 57171), in the amount of $449,144.00 for a revised contract amount
of $1,763,647.00 for the design of the Horne Street Reconstruction project (City Project No. 102764). On January 11,
2022, the City Council authorized an engineering agreement in the amount of $1,314,503.00 with Kimley-Horn and
Associates, Inc. (M&C 22-0024) for the Horne Street Streetscape project. Amendment No. 1 will provide additional
engineering services to support the scope change from mill-and-overlay to full-depth roadway reconstruction using
concrete pavement instead of asphalt pavement.
The following table displays the appropriation history for the project:
Fund
31001 - Grants
Cap Projects
Federal Fund
31003 - Grants
Capital Project
Other Fund
30100 — General
Capital Projects
FUNDING FOR HORNE STREET RECONSTRUCTION (CPN 102764)
Existing Additional Transfer to
Funding Funding Grants for Project Total
Match
$8,976,524.00 $5,564,965.00 $1,223,719.00 $15,765,208.00
$1,795,305.00 $82,493.00 $0.00 $1,877,798.00
Notes
Federal funding
with direct state
costs
Non-expendable -
TDCs
$0.00 $1,600,000.00 ($1,223,719.00) $376,281.00 Local participation
with soft costs
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 933 &councildate=ll/ 18/2025 12/31 /2025
M&C Review
Page 4 of 4
IProject Total I$10,771,829.00I $7,247,458.00I $O.00 I $18,019,287.00I I
Additional funding for this project was not included in the Fiscal Years (FY) 2026-2030 Capital Improvement Program
because the availability of the additional funding was unknown at the time of the development of the Capital
Improvement Program. The action in this M&C will amend the FY2026-2030 Capital Improvement Program as
approved in connection with Ordinance 27979-09-2025.
Funding is available in the General Capital Projects Fund within the Unspecified-All Funds project for city participation
for the Horne Street Reconstruction project.
The Business Support Division and Capital Project Division will charge salaries to this grant project as incurred.
Indirect cost recovery does not apply.
This project is located in COUNCIL DISTRICTS 3& 6.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations, and adoption of the attached
appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the General Capital
Projects Fund, Grants Cap Projects Federal Fund and the Grants Capital Project Other Fund for the Horne Street
Reconstruction project. The Transportation and Public Works Department (and Financial Management Services) will
be responsible for the collection and deposit of funds due to the City. Prior to an expenditure being incurred,
the Transportation and Public Works Department has the responsibility to validate the availability of funds. This is a
reimbursement grant.
TO
�Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account ' Project Program Activity � Budget I Reference # Amount
ID ID ' , Year (Chartfield 2)
Submitted for Citv Manaper's Office bv: Jesica McEachern (5804)
Oriainatina Deaartment Head:
Additional Information Contact:
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
0902-90-148-Resolution-A2(10.23.25).docx (Public)
0902-90-148 DRAFT AFA Amendment 2 Rev 2.pdf (CFW Internal)
20HORNE ST RECONSTRUCTION AFA AMENDMENT 2 FID Updated.xlsx (CFW Internal)
Form 1295 Certificate 101425264.pdf (CFW Internal)
Fund Avail All.xlsx (CFW Internal)
Fund Avail UNSPEC.xlsx (CFW Internal)
M&C Maa CPN102674 HorneSt.pdf (Public)
ORD.APP 20HORNE ST RECONSTRUCTION AFA AMENDMENT 2 30100 A026(R3).docx
(Public)
ORD.APP 20HORNE ST RECONSTRUCTION AFA AMENDMENT 2 31001 A025R(5).docx
(Public)
ORD.APP 20HORNE ST RECONSTRUCTION AFA AMENDMENT 2 31003 A026(R4).docx
(Public)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33 933 &councildate=ll/ 18/2025 12/31 /2025
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 form is
being filed.
City of Fort Worth
FORnn 1295
1of1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1361284
Date Filed:
09/10/2025
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.
57171
Horne Street Reconstruction, CPN 102764; and Amendment No. 1
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Flanagan, Tammy Dallas, TX United States X
McEntee, David
Keil, Ashley
Mutti, Brent
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
My name is Tyler Henrichs
�❑
Dallas, TX United States
Dallas, TX United States
Dallas, TX United States
My address is 13455 Noel Rd, Two Galleria Tower, Suite 700
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas
Dallas
(city)
, TX , 75240 , USA
(state) (zip code) (country)
Counry, State of Texas , on the lOth day of September , 20 25
(month) (year)
/
) � ���%
Signature of authori�d agent of contracting business entiry
(Declarant)
�
�
�
, and my date of birth is
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.f10dOfd&
F�RT i�URTH�,
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE' Horne St Reconstruction Professional Services Agreement
� Amendment No. 1
M&C: 25-1071
Date:
To:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
Name
Alexandra Ripley
Scott Arnold
Brittany Darrah
Gregory Robbins
Mary Hanna
Patricia Wadsack
Lauren Prieur
Doug Black
Jesica McEachern
Jannette Goodall
TPW Contracts
TPW - signature w
TPW - initial ��
TPW - initial ��
TPW - initial �L'�V�
TPW - signature �
Legal - signature I�el k
CMO - signature �
CSO - signature „'�
TPW
DOC#: n/a
Date Out
O1/05/2026
O1/05/2026
O1/06/2026
oi/o8/2o2s
oi/os/2o2s
oi/os/2o2s
O1/09/2026
O1/09/2026
0l/22/2026
O1/23/2026
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
CPN: 102764 CSO: 57171
Department Initials
TPW - initial �
Consultant - signature s�
❑ Attach Signature, Initial and Notary Tabs
Return To: TPWContracts(cr�,FortWorthTexas.�ov at ext. 7233 for pick up when completed.
Thank you!
F�RT ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
COntraCt01''S Name: Kimley-Horn and Associates, Inc.
Subject of the Agreement: Amendment No. 1 to CSC No. 57171, a Professional Services Agreement for the
Horne Street Reconstruction
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contNact.
Is this an Amendment to an Existing contract? Yes 8 No ❑ 5����-A�
If so, provide the original contract nuinber and the amend�nent nuniber.
Is the Contract "PermanenY'? *Yes 8 No ❑
If unsu�e, see back page for per�nar�ent contract listing.
Is this entire contract Confidential? *Yes ❑ No 0 tfonly specific information is
Confidential, please list what info�mation is Confidential and the page it is located.
1295 Form (attached per comment below) - page 15
Effective Date: Expiration Date:
If diffe�er�t fror�n the approval date. If applicable.
Is a 1295 Form required? * Yes 0 No ❑
�If so, please ensure it is attached to the app�oving M&C or attached to the cont�act.
Proj ect Number: If applicable. 102764
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 0 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
�eturned to the department.