Loading...
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.