HomeMy WebLinkAbout059697-A1 - General - Contract - Kimley-Horn and Associates, Inc.CSC No. 59697-A1
AMENDMENT No . 1
TO CITY SECRETARY CONTRACT No. 59697
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 59697,
(the CONTRACT) which was authorized by M&C 23-0492 on the 13th day of �Tune,
2023 in the amount of $ 282,600.00; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation,
CPN 104515; 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 $72,260.00. (Water)
2.
Article II of the CONTRACT is amended to provide for an increase in
tYie 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 $354,860.00.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City o£ Fort Plorth, Texas F[9 1`�G at rai�trc,11-San�om 41i�: Relo.�ntion
Prof Services Agreement Amendment Template ��09E1.�
Revision Date: June 13, 2025
Page 1 of 2
EXECUTED and EFFECTIVE as
designated Assistant City Manager.
APPROVED:
City of Fort Worth
������
C�_`\�
Jesica McEachern
Assistant City Manager
02/04/2026
DATE:
ATTEST: �p �� �
����� �.��
Jannette Goodall
City Secretary
APPROVAI� RECONIN.�NDED :
CGt�tsto,�Gt�Y �fa��l��
�hricr�nhAr uar�lbr � ian ��� �mF i��na�zn rcT�
Chris Harder, P.E.
Director, Water Department
of the date subscribed by the City's
Q.dobon�nIl
� o� FORr�aa
c° �� o �o9-i o
tio
PVa o=d
od ,� o00 00 *�
�aIIQp QEXASodp
Contract Compliance Manager:
ENGINEER
Kimley-Horn and Associates, Inc.
� � P. E.
Chris Igo, P.E.
Associate
DATE : 01 /15/2026
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.
,� r
� ,�,. �� i4�-�-�
Jo�in Kasavich, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
�vr`❑c��
Douglas Black (Jan 28, 2026 11:28:43 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Plorth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 2 of 2
M&C No.#: 26-0023 (FUNDING)
M&C Date: January 13th, 2026
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
R�1 156 at Cantrell-Sansom S•][9 Aelocation
109515
Kimley>>> Horn
August 11, 2025
John Kasavich, P.E.
Project Manager
City of Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, TX 76102
RE: FM-156 at Cantrell-Sansom Water Main Relocation
Amendment No. 1
KHA No. 061018451
City Project No. 104515
Dear Mr. Kasavich:
The City of Fort Worth (CITY) has requested that Kimley-Horn and Associates, Inc. (ENGINEER)
perform additional services under Amendment No. 1 for the FM-156 at Cantrell-Sansom Water Main
Relocation project. We are pleased to submit ourAmendment No. 1 to add construction phase services
associated with the project. Tasks included as part of this amendment are further described as follows:
TASK 6.0 — CONSTRUCTION PHASE SERVICES: $72,260
The original contract did not include Construction Phase Services and is being added through this
amendment. This project was a joint-bid with City of Fort Worth and TxDOT. The total contract time
for the project is 14 months (Sept 2025 — Nov 2026). The total estimated time associated with the
water main relocation, utility adjustments for the roadway, and valve vault re-construction is 5 months.
ENGINEER will complete the following additional Construction Phase Services in accordance with the
Scope of Services set forth as follows:
• TxDOT Coordination/Meetings
ENGINEER will conduct and attend fourteen (14) progress meetings. ENGINEER
coordinate with TxDOT, City staff and the Contractor on an as-needed basis regarding
project documentation, the project schedule, and known project issues. The purpose of
this coordination will be to facilitate communication and resolution of outstanding items to
promote progress of the project during construction.
• Visits to Site and Construction Observation
- ENGINEER will provide on-site construction observation services for (5) months.
- ENGINEEER will be on site for an average of approximately (4) hours per week to
perform site observation. Site observation will be scheduled based on Contractor
activities at the site. Site visits will periodically be documented with observation reports to
include a description of work in progress and any observations of construction issues that
may require attention.
Kimley>>> Horn
Page 2
Such visits and observations by ENGINEER are not intended to be exhaustive or to
extend to every aspect of Contractor's work in progress. Observations are to be limited
to spot checking, selective measurement, and similar methods of general observation of
the Work based on ENGINEER'S exercise of professional judgment. Based on
information obtained during such visits and such observations, ENGINEER will evaluate
whether Contractor's work is generally proceeding in accordance with the Contract
Documents, and ENGINEER will keep CITY informed of the general progress of the
Work.
The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out
the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and
to provide CITY a greater degree of confidence that the completed Work will conform in
general to the Contract Documents. ENGINEER shall not, during such visits or as a
result of such observations of Contractor's work in progress, supervise, direct, or have
control over Contractor's work, nor shall ENGINEER have authority over or responsibility
for the means, methods, techniques, equipment choice and usage, sequences,
schedules, or procedures of construction selected by Contractor, for safety precautions
and programs incident to Contractor's work, nor for any failure of Contractor to comply
with laws and regulations applicable to Contractor's furnishing and performing the Work.
Accordingly, ENGINEER neither guarantees the performance of any Contractor nor
assumes responsibility for any Contractor's failure to furnish and perform its work in
accordance with the Contract Documents.
• Clarifications/Interpretations/Requests for Information
- ENGINEER will respond to two (2) requests for clarifications, interpretations, or
information. ENGINEER will respond to reasonable and appropriate Contractor requests
for information and issue necessary clarifications and interpretations of the Contract
Documents to CITY as appropriate to the orderly completion of Contractor's work. Any
orders authorizing variations from the Contract Documents will be made by CITY.
• Change Orders
- ENGINEER will assist in evaluating one (1) change order. Change Order support may
include review and recommendations to the CITY for the execution of change orders.
• Shop Drawings
- ENGINEER will review and process twenty (20) shop drawings associated with the
construction contract for general conformance with the design concepts and general
compliance with the requirements of the contract for construction.
- Such review, approvals or other action will not extend to means, methods, techniques,
equipment choice and usage, sequences, schedules, or procedures of construction or to
related safety precautions and programs and shall not relieve the Contractor from its
responsibility for performance in accordance with the contract for construction, nor is
such review a guarantee that the work covered by the shop drawings, samples and
submittals is free of errors, inconsistencies or omissions.
Log all shop drawings, samples and other submittals.
kimley-horn.com
Kimley>>> Horn
Page 3
• Review Material Testing Reports
- ENGINEER will maintain a log of test results as they are received. ENGINEER will review
material testing reports as they are received to determine conformance with the
Construction Contract Documents, and whether further clarification is required from the
Testing Lab.
• Final Walkthrough and Punchlist Preparation
- ENGINEER will attend final walkthrough with Contractor and the CITY to determine if the
completed work of Contractor is generally in accordance with the contract documents.
ENGINEER will compile punch list from information gathered during final walkthrough
with the CITY and Contractor.
• Record Drawings
- ENGINEER shall prepare Record Drawings from information provided by the CITY
depicting any changes made to the Final Drawings during construction.
. Limitation of Responsibilities
ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of
their subcontractors, suppliers, or of any other individual or entity performing or furnishing the
Work. Consultant shall not have the authority or responsibility to stop the work of any
Contractor.
We recommend that the CITY increase the budget by $72,260 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
Total
The following breakdown for water and sewer services is recommended:
Water Fee Sewer Fee Total
Water
$72,260
$72,260
Original Contract $282,600 $0
Amendment No. 1
Total
$72, 260
$354,860 I
$0
$0
$282,600
$72,260
$354,860
Total
$72,260
$72,260
Kimley>>> Horn
Page 4
The following tables summarize our recommended budget revisions and shows the revised contract
amount:
Task Number
Task 1 - Project Management
Task 2 - Conceptual Design
Task 3 - Preliminary Design
Task 4 - Final Design
Task 5- Bid Phase Services
Task 6- Construction Phase Services
Task 7 - ROW/Easement Services
Task 8- Survey and SUE Services
Task 9 - Permitting
Total Project
Firm
IPrime Consultant
Kimley-Horn and
Assoc., Inc.
I Sub-Consultants
Gorrondona and
Associates, Inc.
The Rios Group
JQ Engineering, LLC
I CMJ, Inc.
Black Mesa
Engineering &
Consulting, PLLC
I TOTAL
Primary
Responsibility
Civil Engineering/
CCA
Original
Contract
$31, 000
$14,200
$62,700
$93,400
$25,500
$0
$0
$43,400
$12,100
$282,600
Amendment Revised
No.1 Contract
$0 $31,000
$0 $14,200
$0 $62,700
$0 $93,400
$0 $25,500
$72,260 $72,260
$0 $16,660
$0 $43,400
$0 $12,100
$72,260 $354,860
Original Amend. Revised Revised
Contract No.1 Contract %
$218,217 � $64,535 � $282,752 � 79.7%
Survey/ $23,150 - $23,150
Easements
Subsurface Utility
Engineering $11,025 - $11,025
Structural
Engineering $10,995 $7,725 $18,720
Geotechnical Report $7,088 - $7,088
Cathodic Design $12,125 - $12,125
$282,600 $72,260 $354,860
6.5%
3.1 %
5.3%
2.0% I
3.4%
100% I
801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102
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.
L/vwt G�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
Task No.
6.2
7.0
8.0
9.0
Task Description
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
FM-156 at Cantrell-Sansom Water Relocations
City Project No. 104515 - Amendment No. 1
Labor(hours) Expense
Total
Senior Senior SuppoR Total Labor Subconsultant Travel / Task Sub
Professional Analyst Expense
Professionalll Professionall Staff Cost �Pense Markup � Reproduction/ Cost Total
Compensation $350.00 $330.00 $275.00 $230.00 $135.00 Fees / Permitting
Project Management 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Conceptual Design 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Preliminary Design (60%) 0 0 0 OI 0 $0 $0 $0 $0 $0 $0
Final Design (90 % and 100%) 0 0 0 0 0 $0 $0 $0 $0 $0 $0
Bid Phase Services 0 0 0 0� 0 $0 $0 $0 $0 $0 $0
Construction Phase Services 0 27 99.5 119.5 0 $63,758 $7,725 $778 $0 $8,503 $72,260
Construction Support (14 months) $0 $0 $0
Pre-Con Meeting 3 $990 $0 $99C
On-Site Observations (2 hdday, 2 day/wk, 5 mo) 44 44 $21,968 $1,000 $100 JQ $1,100 $23,068
�TxDOT Coordination/Meetings (14 months) 14 14 $8,470 $0 $8,47C
Shop Drawing Review (20) 20 40
Review Materials Testing Reports 4 10
RFIs (2) 2 6 6
Change Orders (1) 2 4 4
Final Walkthrough z z z
Punch List � 2 z
Follow Up Walkthrough 2 2 Z
Record Drawings
Revisions � z $
Deliverables z
ROW/Easement Services 0 0 OI 0
Survey and SUE Services 0 0 0 0
Permitting 0 0 0 0
____�_ SubtoYal 0 27 99.5 119.5
TaskS&6WaterLF 310� 100%
Task 5& 6 Sewer LF 0 � 0%
310� 100%
(A) Total Fee �72,260
(B) Survey Fee $0
(C) Total Fee (-) survey Fee $72,260
f Water Fee (100 % of C) Sewer Fee (0 % of C) �
� $72,260.00 $0.00 �
City of Fort WoRh, Texas
Attachment B- Level of Effort Supplement
Typical Waterand Sewer Replacement
FN/WfR O�cial Release Date: 8.09.20'12
$14,
$3,
$3,
$2,
^�1,
$1,
$1,
$2,
$63,
8/11/2025
$3,500 $350 JQ $3,850 $18,550
$0 $3,400
$2,225 $228 JQ $2,453 $6,143
$0 $2,680
$0 $1,670
$0 $1,340
$0 $1,670
$0 $0
$1,000 $100 JQ $1,100 $3,820
SO $460
$0 $0 $0 SO $0
$0 $0 $0 $0 $0
$0 $0 $0 $0 $0
$7,725 $778 50 $8,503 $72,260
j Totals:� $72,260�
Project Summa
Total Hours 246
Total Labor $63,758
Total Expense $8,503
Page 1 of 1
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, January 13, 2026
LOG NAME: 60FM156CANTRELLSANSOM-KHAA1FUNDING
REFERENCE NO.: **M&C 26-0023
SUBJECT:
(CD 2) Adopt Appropriation Ordinance in the Amount of $92,260.00 for Increased Project Costs to the Farm
to Market 156 at Cantrell-Sansom Road Water Main Relocation 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 Bond 2015A Fund by increasing estimated receipts
and appropriations in the Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation
project (City Project No. 104515) in the amount of $92,260.00, and decreasing estimated receipts and
appropriations in the Unspecified All-Funds project (City Project No. UNSPEC) by the same amount to
effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
On September 14, 2021, Mayor and Council Communication (M&C) 21-0669, the City of Fort Worth
executed an Interlocal Agreement with the City of Saginaw for intersection improvements at Cantrell
Sansom Road and Farm to Market 156 (FM 156). The proposed roadway improvements are in conflict
with existing City water main crossing FM 156 and water vault structures on E. Industrial Avenue / Cantrell
Sansom Road that must be relocated and adjusted, respectively.
On June 13, 2023, M&C 23-0492, authorized an engineering agreement with Kimley-Horn and Associates,
Inc. (City Secretary Contract No. 59697) in the amount of $282,600.00 for engineering services for the
Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation project.
The $92,260.00 appropriation requested in this M&C will provide funding in the amount of $72,260.00 for
construction assistance on the project consisting of site visits, construction observations preparation of as-
built drawings, and $20,000.00 for additional project management costs.
It is the practice of the Water Department to appropriate its Capital Improvement Program plan throughout
the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional
funding needs are identified, and to comply with bond covenants.
Funding is currently available in the Unspecified All-Funds project within the Water & Sewer Bond Series
2015A Fund for the purpose of funding the FM156 at Cantrell-Sansom Road Water Main Relocation
project.
Appropriations for FM-156 at Cantrell-Sansom Water project are as depicted below:
Fund
Water & Sewer
Bond 2015 A —
Fund 56007
W&S
Commercial
Paper — Fund
56022
Existing Additional project Total*�
Appropriations Appropriations
$0.00
$1,352,600.00
$92,260.00 $92,260.00
$0.00 $1,352,600.00
�Project Total �� $1,352,600.00��
*Numbers rounded for presentation purposes.
$92,260.00��$1,444,860.00
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified All-Funds project
within the Water & Sewer Bond 2015A Fund and upon approval of the above recommendation and
adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Bond
2015A Fund for the FM-156 at Cantrell-Sansom Water project to support the approval of the above
recommendation. Prior to any expenditure being incurred, the Water Department has the responsibility to
validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
IFund Department �Accoun� Project Programl�ctivityl Budget Reference # �4mountJ
ID ID � Year (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 bv: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: John Kasavich (8480)
ATTACHMENTS
1. 60CANTRELLSANSOM-KHAA1 FUNDING FID Table (WCF 12.03.251.x1sx (CFW Internal)
2. 60CANTRELLSANSOM-KHAA1 FUNDING FundsAvail.docx (CFW Internal)
3.60FM156CANTRELLSANSOM-KA1FUNDING.pdf (Public)
4. ORD.APP 60FM156CANTRELLSANSOM-KHAA1 FUNDING 56007 A026(R11.docx (Public)
5. PBS CPN 104515.pdf (CFW Internal)
56007 0600430 4905430 UNSPEC
56007 0600430 4905430 104515
2026
2026
56007 0600430 UNSPEC 2026
56007 0600430 104515 2026
. �- . . �
56007 0600430 4905430 UNSPEC UNSPEC 9999
56007 0600430 4905430 104515 001730 9999
56007 0600430 5330500 104515 001730 9999
56007 0600430 5110100 104515 001730 9999
($92,260.00}
$92,260.00
($92,260.00)
$92,260.00
$92,260.00
($92,260.00)
$72,260.00 Contract
$20,000.00 Staff Costs
60CANTRELLSANSOM-I�IIAAIFUNDING FID Table
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Kimley-Horn and Associates, Inc.
Subject of the Agreement: Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 59697-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: 1/13/2026 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. 104515
*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.