Loading...
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.