HomeMy WebLinkAbout056888-A5 - Construction-Related - Contract - Graham Associates, Inc.CSC No. 56888-A5
AMENDMENT No . 5
TO CITY SECRETARY CONTRACT No.56888
WHEREAS, the City of Fort Worth (CITY) and Graham Associates, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 56888, (the
CONTRACT) which was administratively authorized on the 27th day of December,
2021 in the amount of $98,085.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in
the amount of $2,479,025.00 which was authorized by M&C 22-0518 on June
28, 2022, Amendment No. 2 in the amount of $97,360.00 which was
administratively approved on April 3, 2023; Amendment No. 3 in the amount
of $125,124.45 which was authorized by M&C 23-1017 on November 28, 2023;
Amendment No 4 in the amount of $72,160.00 which was
administratively approved on January 7, 2025; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
WJ Boaz Road West Half, CPN 103299; and
WHEREAS, it has become necessary to execute Amendment No. 5 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 $271,420.00. (See Attached Funding Breakdown Sheet,
Page -4-) OFFICIAL RECORD
2 CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas WJ Boaz Road West Half
Prof Services Agreement Amendment Template 103299
Revision Date: June 13, 2025
Page 1 of 4
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 $3,143,174.45.
1911
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 03/16/2026
pobvvnp��
FaR .
ATTEST: ��a ° as►��
�, as °
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
ENGINEER
Kasper/Graham Associates, Inc.
w. Teff Williams
W. Jeff Williams (Mar 6, 2026 12:52:36 CST)
W. Jeff Williams
President/CEO
DATE: 03/06/2026
Q�a,cvewvI-ru.M,i_
Lauren Prieur (Mar 10, 2026 10:28:50 CDT)
Lauren Prieur, P.E.
Director, Transportation & Public Works Department
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas WJ Boaz Road West Half
Prof Services Agreement Amendment Template 103299
Revision Date: June 13, 2025
Page 2 of 4
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.
AGe'1a 1#a A�aGa, T.U.
Alejandra Ayala, P.E. (Feb 7, 2026 17:22:28 CST)
Alejandra Ayala, P.E.
Sr. Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Mar 11, 2026 13:28:04 CDT)
Douglas W. Black
Sr. Assistant City Attorney
M&C No.#: 25-1161
M&C Date: 12/09/2025
City of Fort Worth, Texas WJ Boaz Road West Half
Prof Services Agreement Amendment Template 103299
Revision Date: June 13, 2025
Page 3 of 4
FUNDING BREAKDOWN SHEET
City Secretary No. 56888
Amendment No. 5
Fund
Dept ID
Account
Project
ID
CF1-
Activity
CF2 - Bond
Reference
Amount
30108
0200431
5330500
103299
002330
TPW
$271,420.00
Total:
$271,420.00
City of Fort Worth, Texas WJ Boaz Road West Half
Prof Services Agreement Amendment Template 103299
Revision Date: June 13, 2025
Page 4 of 4
FORT WORTH,
ATTACHMENT "A"
Scope for Engineering Design Related Services for WJ Boaz Road Task Order Contract
(From Boat Club Road to Elkins School Road)
The scope set forth herein defines the work to be performed by the ENGINEER in completing
the project. Both the CITY and ENGINEER have attempted to clearly define the work to be
performed and address the needs of the Project.
Design and construction of WJ Boaz Road between Boat Club Road and Elkins School Road.
Includes reconstructing approximately 1.13 miles of existing 2 lane roadway to a 4-lane
divided thoroughfare street section. Improvements will include pavement widening, drainage
improvements, streetlights, traffic signals, shared use paths, and right of way.
OBJECTIVE
The Engineer shall redesign the 95% construction plans to accommodate the changes to the
design resulting from franchise utility conflicts due to restrictive right-of-way limits. Revisions
to the Paving, Drainage, Streetlights, Signing, Pavement Markings, Temporary Traffic Signals,
and Utility Engineering and Coordination. The scope adds funding for FEMA LOMR, additional
right-of-way hearings, and 404 Permitting.
WORK TO BE PERFORMED
Task 1.
Design Management
Task 2.
Conceptual Design (Completed)
Task 3.
Preliminary Design (Completed)
Task 4.
Final Design (95% and 100%)
Task 5.
Bid Phase Services (Not Included)
Task 6.
Construction Phase Services (Not Included)
Task 7.
ROW/Easement Services
Task 8.
Survey and Subsurface Utility Engineering Services
Task 9.
Permitting
Task 10.
Quality Control/ Quality Assurance
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 29
WJ Boaz Road West Half
103299
RT WORTH,
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance
of the work. Refer to Task 10 for further details.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre -design project kickoff/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Attend one (1) constructability review meeting with CITY representatives,
including Traffic Management, at the 60% submittal milestone
• Conduct and document monthly project update meetings with CITY Project
Manager
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities. Refer to Task 10 for
further details
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi -month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the
format provided by the Transportation and Public Works Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• Prepare and submit a preliminary Project Risk Register. Review Project Risk
Register periodically with CITY Project Manager and make recommendations to
mitigate, accept, or remove risks.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report
Form at the end of the project.
City of Fort Worth, Texas Page 2 of 10
Attachment A
Revision Date: 05.23.2024
Page 2 of 10
WJ Boaz Road West Half
103299
RT WO
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare
the design.
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to
meet their requirements, as part of the design scope.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company
representative.
ASSUMPTIONS
• Two (2) monthly project update meetings during each design phase
• One (1) plan review meetings (100%)
• Ten (10) biweekly design team meetings
• All submittals to the City will be Quality checked prior to submission.
• Project design phase is anticipated to take (5) months.
• Eleven (5) Monthly updates of Project Status Reports, M/WBE forms, TPBE, Risk
Register, and project Schedule.
• (DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Preliminary Project Risk Register,
E. Monthly Schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly Project Status Reports
G. OPCC updates with milestone submittals and when new cost figures are
available
H. Plan Submittal Checklists (See Task 10)
I. Monthly invoices
J. Monthly DVIN Report Form and Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 10
Attachment A
Revision Date: 05.23.2024
Page 3 of 10
WJ Boaz Road West Half
103299
RT WORTH,
TASK 2. CONCEPTUAL DESIGN (COMPLETED).
TASK 3. PRELIMINARY DESIGN (COMPLETED).
TASK 4.
A. FINAL DESIGN (95 & 100 PERCENT)
Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as
follows:
• Final draft construction plans (95 & 100%) and Project Manual shall be submitted to
CITY per the approved Project Schedule.
• The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a
Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be
issued by the City PM.
• The ENGINEER shall submit an estimate or opinion of probable construction cost
(OPCC)
B. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
• Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site
Development and Construction.
• A Quantity Summary page will be included in both the 90% and 100% design plans.
Each design sheet of the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost (OPCC)
ASSUMPTIONS
• Two (2) sets of 11 "x17" size drawings and one (1) set of the Project Manual will be
delivered for the 90% Design package.
• A PDF created from design CAD drawings and CAD files for the 95 & 100% Design and
will be uploaded to the project folder in the City's document management system
(eBuilder).
• One (1) sets of 1 Vx17" size drawings and one (1) set of specifications will be delivered
for the 100% Design package.
• A PDF created from design CAD drawings and CAD and CAD files will be uploaded to
the project folder in City's document management system (eBuilder).
City of Fort Worth, Texas Page 4 of 10
Attachment A
Revision Date: 05.23.2024
Page 4 of 10
WJ Boaz Road West Half
103299
RT WO
DELIVERABLES
A. 95 & 100% construction plans and specifications including QC/QA documentation.
B. Utility relocation package.
C. 100% construction plans and Project Manual including QC/QA documentation.
D. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
E. Cover sheet in PDF format for the signatures of authorized CITY officials.
City of Fort Worth, Texas Page 5 of 10
Attachment A
Revision Date: 05.23.2024
Page 5 of 10
WJ Boaz Road West Half
103299
RT WORTH,
TASK 5. BID PHASE SERVICES (N/A).
TASK 6. CONSTRUCTION PHASE SERVICES (N/A).
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7.5. RIGHT OF Way Offers and Acquisition
• The right of way agent shall help prepare offer letters to the property owner as
required.
• The right of way agent shall help prepare help coordinate with property owners for
engineer's plans, help in negotiating offers with the City staff.
• The engineer will place all documents on the City's document management system
(BIM 360) Project Resources folder.
ASSUMPTIONS(N/A)
DELIVERABLES
A. No more than two (2) Easement exhibits and meets, and bounds provided on CITY
forms.
B. ROW and Easement parcel maps
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ENGINEER will provide survey support as follows.
8.1. Design Survey
• ENGINEER will stake property corners for new parcels for the utility contractor as
requested.
TASK 9. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type, as follows:]
9.5.2 Texas Department of Licensing and Regulation (TDLR)
• Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the Project.
• ENGINEER is responsible for providing plans that are in compliance with TDLR
requirements.
City of Fort Worth, Texas Page 6 of 10
Attachment A
Revision Date: 05.23.2024
Page 6 of 10
WJ Boaz Road West Half
103299
RT WO
• Submit construction documents to the TDLR
• Completing all TDLR forms/applications necessary
• Obtain the Notice of Substantial Compliance from the TDLR
• Request an inspection from TDLR or a TDLR locally approved Registered
Accessibility Specialist no later than 30 calendar days after construction
substantial completion. Advise the CITY in writing of the results of the inspection.
• Responding to agency comments and requests
• All costs associated with TDLR plan review and inspections are to be paid by the
ENGINEER during the course of the project.
9.5.1 Floodplain Services(CLOMR submittal to FEMA)J
• Meet, negotiate and coordinate to obtain approval of the agency issuing the
agreement and/or permits.
• Completing all forms/applications necessary.
• Submitting forms/applications for CITY review
• Submitting revised forms for agency review
• Responding to agency comments and requests
ASSUMPTIONS
• Permit preparation will begin
• Two (2) meetings are assumed with City Staff
DELIVERABLES
A. Prepare LOMR for FEMA
B. Prepare 404 Permit for U.S.A.C.E.
City of Fort Worth, Texas Page 7 of 10
Attachment A
Revision Date: 05.23.2024
Page 7 of 10
WJ Boaz Road West Half
103299
RT WO
TASK 10. QUALITY CONTROL / QUALITY ASSURANCE
ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan)
outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are
incorporated into the calculations, plans, specifications, and estimates.
ENGINEER is responsible for and shall coordinate all subconsultant activity to include
quality and consistency of plans.
If, at any time, during the course of reviewing a submittal of any item it becomes apparent to
the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may
cease its review and return the submittal to the ENGINEER immediately for appropriate
action. No additional time will be granted.
10.1. QC/QA of Survey and SUE Data
• The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on
all procedures, field surveys, data, and products prior to delivery to the CITY. The
CITY may also require the ENGINEER's Surveyor to perform a Quality
Assurance review of the survey and/or subsurface utility engineering (SUE) work
performed by other surveyors and SUE providers.
• ENGINEER's Surveyor shall certify in writing via a letter that the survey
information provided has undergone a Quality Control/ Quality Assurance
process.
• ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a
letter that the SUE information provided has undergone a Quality Control/ Quality
Assurance process.
10.2. QC/QA of Design Documentation
• ENGINEER shall perform a QC/QA review of all documents being submitted for
review at all stages of the design including the 30%, 60%, and 90% and Final
Document design review submittals. QA should be performed by an individual
within the firm who is not on the design team.
ENGINEER is to acknowledge that each item on the Detailed Checklist has been
included by checking "done" on the checklist. If a particular checklist item is not
applicable, this should be indicated by checking "N/A". If an entire checklist is
not applicable, this should be indicated by checking every item on the list as
"N/A" and still included with the submittal. The ENGINEER shall use the Detailed
Checklist provided by CITY.
A Comment Resolution Log must be used to document conflicting comments
between reviewers and to highlight comments made by the CITY that the
ENGINEER is not incorporating into the design documents along with the
associated explanation. The ENGINEER shall use the Comment Resolution Log
provided by CITY.
• The documentation of a QC/QA review includes (1) a copy of the color -coded,
original marked -up document (or "check print") developed during the QA
City of Fort Worth, Texas Page 8 of 10
Attachment A
Revision Date: 05.23.2024
Page 8 of 10
WJ Boaz Road West Half
103299
RT WO
checking process and/or review forms which sequentially list documents and
associated comments; and (2) a summary list of the findings of the QC effort.
• Evidence of the QC/QA review will be required to accompany all submittals.
Documentation shall include, but is not limited to, the following items:
- PDF of the completed Detailed Checklists
If any of the above information is missing, is incomplete or if any comments are
not adequately addressed; the CITY may contact the ENGINEER and request
the missing information. If the ENGINEER does not respond to the request
within 24 hours, the CITY shall reject the submittal. No additional time will be
granted to the design schedule for a returned submittal. ENGINEER shall plan to
recover the lost time with future project milestones remaining unchanged.
• If the ENGINEER has not adequately addressed the comments, the submittal
shall be rejected and returned to the ENGINEER immediately to address the
issues.
ASSUMPTIONS
• All submittals to the City will be Quality checked prior to submission.
• A PDF of the QC/QA documentation will be uploaded to the project folder in the
City's document management system (eBuilder).
DELIVERABLES
QC/QA documentation
a. Comment Resolution Log
b. Summary of the QC effort findings
TASK 10. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan Submittal Checklists in accordance with the
following table:
PLAN SUBMITTAL CHECKLIST REQUIREMENTS
Street
Water
Traffic
Traffic
Traffic
"A"
Traffic
Storm
Storm
Lights
/Sewer
Traffic
Control
Control
Control
Attachment
Signal
Water
Water
(Submit
(Submit
Engineering
o
30 /0
0
60 /0
0
90 /o
Type
(Submit All
30%
60%
All @
All @
(Submit All
Required for all work in City
@ 30%)
30°%
60%)
@ 60%)
ROW
Street
X
X
X
X
X'
X
X
X
Storm Water
X
X
X
X
X
Water / Sewer
X
X
X
X
*If included in street project
City of Fort Worth, Texas Page 9 of 10
Attachment A
Revision Date: 05.23.2024
Page 9 of 10
WJ Boaz Road West Half
103299
RT WO
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Administration of the construction contract and inspection services
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas Page 10 of 10
Attachment A
Revision Date: 05.23.2024
Page 10 of 10
WJ Boaz Road West Half
103299
ATTACHMENT B
COMPENSATION
Design Services for
WJ Boaz Road Task Order Contract
From Boat Club Road (FM 1220) to Elkins School Road
City Project No. 103299
Time and Materials with Rate Schedule Project
Compensation
A. The ENGINEER shall be compensated for personnel time, non -labor expenses,
and subcontract expenses in performing services enumerated in Attachment A as
follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries, overhead,
and profit.
Labor Category
2025 Rate
$/hour
2026 Rate
$/hour
Principal
375
390
Senior Engineer
225
235
Registered Hydrologist
225
235
Registered Public Surveyor
225
235
Registered Engineer
175
180
Senior Design Manager
225
235
Project Coordinator
140
145
Technician IV
135
140
Technician III
125
130
Technician II
110
115
3 Man Survey Crew
180
185
2 Man Survey Crew
150
155
Clerical
70
73
ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct
Expenses at invoice or internal office cost.
Direct Expenses (non -labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 1 of 4
B-1
WJ Boaz Road West Half
1D3299
ATTACHMENT B
COMPENSATION
iv. Budgets. ENGINEER will make reasonable efforts to complete the work within
the budget and will keep the City informed of progress toward that end so that
the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be
adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by the
City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER in
performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department monthly progress reports and
schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 2 of 4
B-2
WJ Boaz Road West Half
103299
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Fee Amount %
Prime Consultant
Graham Associates, Inc. Engineering Services
Proposed Sub -Consultants
$201,720.00
74.32
DeShazo Group
Traffic Signals
$20,000
7.36
Jakan Engineering
Structural
$15,000
5.53
Symonds Ecology
404 Permit
$18,000
6.63
Yaggi Engineering
Street Lighting
$15,000
5.53
BDA Accessibility
Services
TDLR
$1,700
0.63
TOTAL
$ 271,420.00
100.00
Project Number & Name
Total Fee==
Sub Fee
$ 271,420.00
1 $ 69,700.00
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 3 of 4
B-3
WJ Boaz Road West Half
103299
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 8/18/2025
Page 4 of 4
B-4
WJ Boaz Road West Half
103299
MillillillillillilillillillililI
IlIIIIIIII�III
II�IIIf�l��0
�IIlfll
IIIIIIIIIIII�IIIIIIIII
I�III�II���I�II�I
�Ilfll
�I�IIIIOI��IlOI
IIIIIIIIIII
i
9,1�1911011
i
illlllllllll
III�III�II
■■e■sen■it
E o
N m
n W "
o �
F m
C J —
m _
LL E O
U Q a
m
ATTACHMENT 6Vy
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND
ATTACHMENT A
Design Services for
W J BOAZ ROAD WEST HALF
City Project No. 103299
No changes to the standard agreement
WJ Boaz Road West Half
103299
FORT WORTH
ATTACHMENT "D"
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule "Tier" Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a "baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City of Fort Worth, Texas WJ Boaz Road West Half
Attachment D 103299
Revision Date: 07.20.2018
Page 1 of 1
0
alllllllllll
- m _ m
v
IIII IIIIII b
a
_ III II
IIII I IIII
T.
0
I I hHHH
HHHH
IIII IIIIII
a
i
o
alllll IIIII
_;IIIIIIIIIII
I I I I I I I I
III II II
IIIIII III IIIII
d v
cr�IIIIIIIIIIIIII
co
tl
allll IIIIII
tt
II II I— I I I I_
0 0 0 0 0 0
0 0
m m m
u -
o
m �
0
c _
O a N c
z 3 _ £ _ ¢ _ O
0
of
a]
Attachment E
W J BOAZ ROAD WEST HALF
City Project No. 103299
Graham Associates,Inc.
CONSULTING ENGINEERS & PLAN""""
6DD SIX FLAGS DRIVE, SUITE 5D0
ARLINGTON, TEXAS 76011 (817) 640-8535
TBPE FIRM: F-1191/TBPLS FIRM:101538-00
Four Waxni
Project Location
W J Boaz Road
City Project No. 103299
Mapsco 32 U,V
WJ Boaz Road West Half
103299
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2025-1382292
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Kasper/Graham Associates
Arlington, TX United States
Date Filed:
10/28/2025
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, Texas
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.
103299 Amend 5
Civil Engineering Consulting Services
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Burckhard, Mark
Arlington, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is MOorkc tVa" Y and my date
My address Is ��� � l.f'r�s .lV� t SUl i S h?4,WbOt-�
Ty, . _ %01( , U5A
(city)
(state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
t
Executed in l otoT County, State of M*:S on the I_day of NOVM 20 25 .
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms brovided by Texas Ethics Commission www.ethics.state.tx.us
VPrsinn W1.011 nrinfdR
WJ Boaz Road West Half
103299
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 12/09/25 M&C FILE NUMBER: M&C 25-1161
LOG NAME: 20WJ BOAZ RD AMENDMENT #5
SUBJECT
(CD 7) Authorize Execution of Amendment No. 5 in the Amount of $271,420.00 to an Engineering Services Agreement with Graham Associates,
Inc. for a Revised Contract Amount of $3,143,174.45 for the WJ Boaz Road Widening Improvements Project
RECOMMENDATION:
It is recommended that the City Council authorize execution of Amendment No. 5 in the amount of $271,420.00 to City Secretary Contract No.
56888, an Engineering Services Agreement with Graham Associates, Inc., for the WJ Boaz Road Widening Improvements (City Project No.
103299).
DISCUSSION:
On December 27, 2021, the City administratively approved a contract with Graham Associates, Inc. (Consultant) in the amount of $98,085.00 to
advance the delivery of the WJ Boaz Road Widening Improvements (City Secretary Contract No. 56888).
On June 28, 2022, Mayor and Council Communication (M&C) 22-0518 authorized Amendment No. 1 in the amount of $2,479,025.00 for the
preparation of plans, specifications, and estimates for the roadway widening from a 2-lane road to a 4-lane thoroughfare from Boat Club Road to
Elkins School Road. Amendment No. 2, administratively authorized on April 3, 2023, increased the agreement by $97,360.00 to add franchise
utility relocation services. On November 28, 2023, Mayor and Council Communication (M&C) 23-1017 authorized Amendment No. 3 in the amount
of $125,124.45 for the revision of seven (7) appraisals and the addition of an Environmental Assessment. Amendment No. 4, authorized on
January 8, 2025, increased the agreement by $72,160.00, for additional scope of work and revised fee that included additional environmental and
geotechnical services.
Amendment No. 5 will provide additional compensation to the consultant for plan revisions due to conflicts with water vaults, as well as
coordination meetings with the water department. This amendment will also provide additional compensation to the consultant for plan revisions
resulting from conflicts with franchise utilities, as well as for coordination with the franchise utilities. The following table summarizes previous
contract action and amendments:
Contract Action
Amount
Justification
Date
Initial Contract City Secretary No.
56888 (Administrative)
$98,085.00
Advance delivery of 2022 Bond Program
projects
F���
Amendment No. 1 (M&C 22-0518) 11$2,479,025.001JEngineering
design services
06/28/2022
Amendment No. 2 (Administrative)
$97,360.00
Utility relocation services
04/03/2023
Amendment No. 3 (M&C 23-1017)1
$125,124.45
Additional right-of-way and environmental
services for TxDOT permit
11/28/2023
Additional environmental and
Amendment No. 4 (Administrative)
$72,160.00
geotechnical services
01/08/2025
Amendment No. 5
1 $271,420.00
Additional utility relocation services
Pending
Revised Contract Amount__]1$3,143,174.4511
Current funding for the WJ Boaz Road Widening Improvements project is summarized in the table below:
Fund
lExisting Funding
I Additional Funding
I Total
2022 Bond Program - Fund 34027
$2,516,505.00
1 $0.00
$2,516,505.00
Transportation Impact Fee Cap - Fund 30108
$7,331,732.131
$0.00
3ill
Developer Contribution - Fund 30104 11
$300,000.001
$0.00
$300,000.00
Intergovernmental Contribution - Fund 30106 11
$10,700,000.00
$0.00]1
$10,700,000.00
Tax Notes Series 2025 - Fund 34033 1
00,000.0011
$0.00
$30,800,000.00
Trans Impact Fee Cap Legacy - Fund 39008 1
68,267.8711
$0.00
$568,267.87
Project Total
$52,216,505.00
$0.00
$52,216,505.00
WJ Boaz Road West Half
103299
Funding is budgeted in the Transportation Impact Fee Cap Fund for the purpose of funding the WJ Boaz Rd West Half project, as appropriated.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated in the Transportation Impact Cap
Fund for the WJ Boaz Rd West Half project, to support approval of the above recommendation and execution of the amendment. Prior to any
expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office by. Jesica McEachern 5804
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Monty Hall 8662
Expedited
WJ Boaz Road West Half
103299
FORT WORTH,
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Professional Services Agreement
Amendment No. 5
M&C: 25-1161 CPN: 103299 CSO: 56888 DOC#:
Date: 2/27/2026
To:
Name
Department
Initials
Date Out
1
Jeff Williams — Graham
jwilliams@grahamcivil.com
Consultant— signature
W -W
wjw
03/06/2026
2
Filogonio Munoz — Bus. Support
TPW — review
I-N
02/27/2026
3
Alejandra Ayala — PM
TPW - review
Ay
02/27/2026
4
Raul Lopez — Program Mngr.
TPW — review
03/06/2026
5
Lissette Acevedo — Sr. CPO
TPW — review
03/06/2026
6
Patricia Wadsack — AD
TPW — review
03/09/2026
7
Lauren Prieur — Director
TPW - signature
P Prieur
en
03/10/2026
8
Doug Black — Legal
Legal - signature
oogiee sleek
03/11/2026
9
Jesica McEachern — ACM
CMO - signature
(:�pk
03/16/2026
10
Jannette Goodall - CSO
CSO - signature
03/17/2026
11
Donnette Murphy
Risk
bM
02/27/2026
DOCUMENTS FOR CITY MANAGER'S SIGNTURE: 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 X No
RUSH: ❑ Yes X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No
ROUTING TO CSO: X Yes
Action Required:
❑ As Requested
❑ For Your Information
X Signature/Routing and or Recording
❑ Comment
❑ File
FEW
❑ Attach Signature, Initial and Notary Tabs
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Graham Associates, Inc.
Subject of the Agreement:
Professional Services Agreement Amendment No. 5
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 8 No ❑ CSN 56888-A5
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
1295 Form - page 29
Effective Date:
If different from the approval date.
Expiration Date:
If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. 103299
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processing in the following order:
rder:
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.