Loading...
HomeMy WebLinkAbout058087-A1 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 58057 CSC No. 58087-Al WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 58057, (the CONTRACT) which was authorized by M&C 22-0652 on the 23rd day of August, 2022 in the amount of $ 2,348,401.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Southside II Water Main Alignment Study, CPN 103649; 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 $635,393.00. 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $2,983,794.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Southside II WM Alignment Study Prof Services Agreement Amendment Template 103649 Revision Date: June 13, 2025 FT. WORTH, TX Page 1 of 2 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: 03/17/2026 of Fo o%' ATTEST: co �°��d 0� � mid Pvo o=d o o *�a Ca�d� nEXA?aa� Jannette Goodall City Secretary APPROVAL RECOMMENDED: Christophe►� {fa► 4e►� Christopher Harder ( ar 12, 2026 OT24:10 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER Kimle(�y0/Horn and Associates, Inc. Uvw2 4 - P. E. Chris Igo, P.E. Associate DATE: 03/11 /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. Walter Norwood, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C No.#: 26-0172 M&C Date: March loth, 2026 Douglas Black (Mar 12, 2026 20:04:18 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY City of Fort Worth, Texas �/ Prof Services Agreement Amendment Template F T. WORTH, TX Revision Date: June 13, 2025 Page 2 of 2 Southside II WM Alignment Study 103649 Kimley>>>Horn October 8, 2025 Mr. Walter Norwood Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: SOUTHSIDE II WATER MAIN ALIGNMENT STUDY Amendment No. 1 KHA No. 061018431 City Project No. 103649 / City Secretary No. 58057 Dear Walter: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 1 for the SOUTHSIDE II WATER MAIN ALIGNMENT STUDY project. After Kimley-Horn completed the 60% design portion of the 42 and 36-inch City transmission main and 24- inch wholesale lines to Bethesda, Burleson, and Crowley, the City requested Kimley-Horn proceed with final design and bidding of the City Main, Crowley 3 Main, and Burleson Main. To expedite construction along Oak Grove Road due to deteriorating road conditions, the City Main has been divided into two phases. Final design and bidding of the Crowley 1 and Bethesda Mains are to be deferred to a later date. These requested services are further described as follows: TASK 1.0 — PROJECT MANAGEMENT TOTAL - $39,260 (CITY MAIN - $20,915, BURLESON - $10,885, CROWLEY 3 - $7,460) ENGINEER will complete Project management services in accordance with the Original Contract for the following: • An additional four (4) project coordination meetings for the City Main, two (2) project coordination meetings for the Burleson Main, and two (2) project coordination meetings for the Crowley 3 Main. An additional eight (8) monthly status reports for the City Main, four (4) monthly status reports for the Burleson Main, and four (4) monthly status reports for the Crowley 3 Main. Additional coordination with stakeholders, including Hillwood, Adventist Health, TRWD, Burleson and Crowley. TASK 4.0 — FINAL DESIGN (TOTAL - $431,598) (CITY MAIN - $246,878, BURLESON - $102,329, CROWLEY 3 - $82,391) ENGINEER will complete the Final Design in accordance with the Scope of Services attached and as follows: The Original Contract did not include Final Design. There will be a total of four (4) final design packages. 19,715 linear feet of 36-42" Water Transmission Main improvements for the City Main, divided into 2 design packages. Part 1 of the City Main will be from Oak Grove Road to Garden Acres Drive and Part 2 of the City Main will be from Garden Acres Drive to Old Highway 1187. These services will also include 9,750 linear feet of 24" water transmission main improvements for the Burleson Wholesale Water Kimley>>>Horn Transmission Main Extension, and 4,890 linear feet of 24" water transmission main improvements for the Crowley 3 Wholesale Water Transmission Main Extension. Page 2 TASK 5.0 — BID PHASE SERVICES TOTAL - $76,255 (CITY MAIN - $36,415, BURLESON - $19,920, CROWLEY 3 - $19,920) ENGINEER will complete the Bid Phase Services in accordance with the Scope of Services attached and as follows: • The Original Contract did not include Bid Phase Services. • There will be a total of four (4) bid packages: City Main — Part 1, City Main — Part 2, Burleson, and Crowley 3. TASK 7.0 — ROW AND EASEMENT SERVICES TOTAL - $14,380 (CITY MAIN - $14,380, BURLESON - $0, CROWLEY 3 - $0) ENGINEER will complete Right -of -Way and Easement services in accordance with the Original Contract for the following: • The original contract included up to 34 total easements for the City Main. An additional 4 easements were required for the final selected alignment. TASK 8.0 — SURVEY TOTAL - $37,400 (CITY MAIN - $37,400, BURLESON - $0, CROWLEY 3 - $0) ENGINEER will complete Survey services in accordance with the Original Contract for the following: • The original contract included topographic survey along the transmission main alignment. An additional 4,250 linear feet of survey was required for the final selected alignments. TASK 9.0 — PERMITTING TOTAL - $16,500 (CITY MAIN - $16,500, BURLESON - $0, CROWLEY 3 - $0) ENGINEER will complete Permitting in accordance with the Original Contract for the following: • The original contract included services associated with Texas Antiquities Permitting for the transmission main alignment. Due to the alignment, difficulties obtaining right -of -entries, and re -phasing adjustments after the original Scope of Work, an additional revised Scopes of Work will be required to be prepared and approved by the Texas Historical Commission. With allocating $20,000 for Additional Services, we recommend that the CITY increase the budget by $635,393 for these additional services. The following breakdown shows the breakdown per each transmission main: Description Total City Transmission Main (42"/36") $392,488 Burleson Wholesale Water Main Extension (24") $133,134 Crowley 3 Water Main Extension (24") $109,771 Total $635,393 Kimley>>>Horn Page 3 The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: Description City Main Burleson Crowley 3 Total Task 1 — Project Management $20,915 $10,885 $7,460 $39,260 Task 4 — Final Design $246,878 $102,329 $82,391 $431,598 Task 5 — Bid Phase Services $36,415 $19,920 $19,920 $76,255 Task 7 — ROW/Easement Services $14,380 $0 $0 $14,380 Task 8 — Survey Services $37,400 $0 $0 $37,400 Task 9 — Permitting $16,500 $0 $0 $16,500 Task 10 —Additional Services $20,000 $0 $0 $20,000 Total $392,488 $133,134 $109,771 $635,393 The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee SurveFee y Total Original Contract $2,100,514 $0 $247,887 $2,348,401 Amendment No. 1 $601,393 $0 $34,000 $635,393 Total $2,701,907 $0 $281,887 $2,983,794 Kimley>>>Horn Page The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Contract Amend No.1 Revised Contract Task 1 $64,725 $39,260 $103,985 Task 1A $369,375 $0 $369,375 Task 2 $197,345 $0 $197,345 Task 3 $402,970 $0 $402,970 Task 4 $0 $431,598 $431,598 Task 5 $0 $76,255 $76,255 Task $0 $0 $0 Task 7 $378,025 $14,380 $392,405 Task 8 $500,626 $37,400 $538,026 Task 9 $325,915 $16,500 $342,415 Task 1 $$109,420 $20,000 $129,420 Total Project $2,348,401 $635,393 $2,983,794 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. 4- Chris Igo, P.E. Associate CPI/sdw Attachments: Final Design and Bid Phase Services Scope Level of Effort Summary KAFTW Utilities\061018431-Southsidell-Transmission-Main\PPP\POST NTP\Amendment1\2024-04-18 Amend1 SSll.doc ATTACHMENT A DESIGN SERVICES FOR SOUTHSIDE II WATER TRANSMISSION MAIN ALIGNMENT STUDY CITY PROJECT NO.: 103649 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR SOUTHSIDE II WATER TRANSMISSION MAIN ALIGNMENT STUDY CITY PROJECT NO.: 103649 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. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). These services will include 90% design for 19,715 linear feet of 36-42" Water Transmission Main improvements for the City Main, divided into 2 design packages. Part 1 of the City Main will be from Oak Grove Road to Garden Acres Drive and Part 2 of the City Main will be from Garden Acres Drive to Old Highway 1187. These services will also include 9,750 linear feet of 24" water transmission main improvements for the Burleson Wholesale Water Transmission Main Extension, and 4,890 linear feet of 24" water transmission main improvements for the Crowley 3 Wholesale Water Transmission Main Extension. Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER's Cathodic Protection subconsultant. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (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. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. • Traffic Control Plan City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 5 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD CITY PROJECT NO.: 105062 • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Trimble website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • For each of the four (4) design packages, the following will be provided: • One (1) public meeting will be conducted or attended upon completion of the final design phase. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional six (6) project specific traffic control sheets will be developed. • Three (3) sets of 22" x 34" size drawings and three (3) sets of 11" x 17" size drawings and one (1) specifications will be delivered for the 90% Design package. • A PDF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Trimble. • Three (3)_sets of 22" x 34" size drawings and three (3) specifications will be delivered for the 100% Design package. • A PDF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Trimble. • Final sheet list (City Main — Part 1): cover, index and general notes, shutdown and phasing notes, control and benchmarks (1), overall location and proposed sheet reference (water) (2), overall existing (water) (2), proposed easements (1), plan and profiles (water) (18), detail sheets (6), erosion control (9), and traffic control (3). • Final sheet list (City Main — Part 2): cover, index and general notes, shutdown and phasing notes, control and benchmarks (1), overall location and proposed sheet reference (water) (2), overall existing (water) (2), proposed easements (1), plan and profiles (water) (11), detail sheets (6), erosion control (6), and traffic control (3). • Final sheet list (Burleson): cover, index and general notes, shutdown and phasing notes, control and benchmarks (1), overall location and proposed sheet reference (water) (2), overall existing (water) (2), proposed easements (1), plan and profiles (water) (15), detail sheets (6), erosion control (8), and traffic control (6). • Final sheet list (Crowley 3): cover, index and general notes, shutdown and phasing notes, control and benchmarks (1), overall location and proposed sheet reference (water) (2), overall existing (water) (2), proposed easements (1), plan and profiles (water) (7), detail sheets (6), erosion control (4), and traffic control (1). DELIVERABLES A. 90% construction plans and specifications. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 5 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD CITY PROJECT NO.: 105062 B. 100% construction plans and specifications. C. Traffic Control Plan D. Erosion Control Plan for contractor's preparation of a Storm Water Pollution Prevention Plan E. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. F. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Trimble for access to potential bidders. • Contract documents shall be uploaded in a .xls file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Trimble in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. The ENGINEER shall sell contract documents and maintain a plan holders list on Trimble from documents sold and from Contractor's uploaded Plan Holder Registrations in Trimble. The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Trimble folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Trimble and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 5 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD CITY PROJECT NO.: 105062 • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Trimble. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Trimble. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 5 ATTACHMENT A DESIGN SERVICES FOR WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE BOULEVARD CITY PROJECT NO.: 105062 I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • There are four projects anticipated to be bid: City Transmission Main to be split into 2 Units and bid separately, 1 bid package for Burleson Main, and 1 bid package for Crowley 3 Main • Each project will be bid only once and awarded to one contractor. • PDF sets construction documents will be posted on Trimble for plan holders and/or plan viewing rooms. • For each bid package, three (3) sets of 22" x 34" size and six (6) sets of 11" x 17" size drawings plans and four (4) specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Trimble. DELIVERABLES A. Addenda (up to 2 for each bid package) B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 5 Total Project Summary- Revision 4 Labor Expense 10% Markup Project Total Southside II Transmission Main - City Transmission Main $ 272,305.00 $ 109,257.00 $ 10,926.00 $ 392,488.00 Southside II Transmission Main - Burleson W ater Main Extension $ 104,560.00 $ 25,976.00 $ 2,598.00 $ 133,134.00 Southside II Transmission Main - CroWeyW ater Main Extension 3 $ 80,785.00 $ 26,351.00 $ 2,635.00 $ 109,771.00 TOTALI $ 457,650.00 161,584.00 16,159.00 635,393.00 EXHIBIT B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Southside II Transmission Main - City Transmission Main Citv Protect No. 103649-1 - Amendment No. 1 - Revision 4 �Fin.J(1W%)P1.n—dSp.cfficab.n. III Water Llne Footage1 19.715 100% Sewer Line Footage 0 0% 1-15 100% (A) Total Fee $392,488 (B) Survey Fee $34,000 (C) Total Fee (-) survey Fee $358,488 Water Fea(100%of C) Sewer Fae (0%of C) $358,488.00 $0.00 Deecnption WP 1 Water Semr Final Deegn 33 $358,488.00 $0.00 Survey 51 $341000.00 1 $0.00 SO—' $392.488.00 $0.00 Total $392,488.00 ®" CityW Fort W a , Texas AVach-B-Levelof Effort SUppkme9t Typical Water d Sewer Replacement FW WTR OR ial Ral — Date: 8.09.2012 EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Southside II Transmission Main - Burleson Water Main Extension Citv Proiect No. 103649-3 - Amendment No. 1 - Revision 4 �'•" - iiiii��i���i��i Water Line Footage 9,750 100% Sever Line Footage 0 0% 9,750 100% (A) Trial Fee $M,134 (B) Suney Fee SO (C) Total Fee - su Fee $133,134 Water Fee (100%rof C) Sener Fee (0%oFC) $133,134.00 $0.00 Descri 'on WP Water $eeer RUDesi n 10% 33 $133,134.00 $0.00 S 51 $0.00 1 $0.00 Subtotzl $133,134.00 $0.00 Total $133,134.00 Project Summary TUaI Hours 44 Total Labor $104, Total Ems— $25,97 SubconsultaMEy a $25,97 10% SubMaftp $2,5 Total Project Cost $133,134. EXHIBIT B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Southside II Transmission Main - Crowley Water Main Extension 3 City Project No. 103649-5 - Amendment No. 1 - Revision 3 . MEM NEW Wafer Lire Footage 4,890 100% S—Lire Fools e 0 0% 4,890 10G% (A) Tdal Fee $109,771 (B) Suney Fee $0 (C) Total Fee - surle/Fee $109,771 Water Fee (100%of C) Se.•Rr Fee (0%of C) $1o9,n1.00 $o.00 De rl ton VIP Water Sevxr Final De i n 10% $10 33 9,7100.$0.00 Sur 51 $0.00 1 $0.00 SubtoW' $109,771.001 $0.00 Total $109,771.00 Project Summary T-I Hours 34 Total Labor $B0,7 Tofel E $26,351 Subooreult FVeree $26,351 IN. Sub Marls 2 total Project cosy $109,771.00 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, March 10, 2026 LOG NAME: 60SSIIWTMASA1-KHA REFERENCE NO.: **M&C 26-0172 SUBJECT: (CD 6 and CD 8) Authorize Execution of Amendment No. 1 in the Amount of $635,393.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc. for Design of the Southside II Water Main Alignment Study Project for a Revised Contract Amount of $2,983,794.00 RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 in the amount of $635,393.00, to City Secretary Contract No. 58057 an Engineering Agreement with Kimley-Horn and Associates, Inc., for the design of the Southside II Water Main Alignment Study project for a revised contract amount of $2,983,794.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of Amendment No. 1 in the amount of $635,393.00 to an engineering agreement with Kimley-Horn and Associates, Inc. for design of the Southside II Water Main Alignment Study project. On August 23, 2022, M&C 22-0652, the City Council authorized an engineering agreement in the amount of $2,348,401.00 with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 58057) for Design of the Southside II Water Main Alignment Study project. Amendment No. 1 will provide for final design of the project, additional easement services, survey, permitting along with bid phase services on the project. Kimley-Horn and Associates, Inc., proposes to provide the necessary services for a fee not to exceed $635,393.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. Funding is budgeted in the W&S Rev Bonds Series 2023 Fund for the Water Department for the purpose of funding the Southside II Water Transmission Main Alignment (Study) project, as appropriated. Appropriations for the Southside II Water Transmission Main Alignment Study project are as depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects — Fund $1,575,777.0 $$0.00 F,575,777.08 56002 -E W&S Rev Bonds Series 2023 — Fund $3,615,089.00 $0.00 $3,615,089.00 56021 i Project Total $5,190,866.08 $0.00 $5,190,866.08 The project is located in COUNCIL DISTRICTS 6 and 8. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Rev Bonds Series 2023 Fund, as appropriated, for the SS II W Main Align (Study) project to support the execution of the amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department ccoun Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year I (Chartfield 2) 1 CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 1. 60SSIIWTMASA1-KHA FID TABLE (WCF 01.30.26).xlsx (CFW Internal) 2.60SSIIWTMASA1-KHA.pdf (Public) 3. 60SSIIWTMASA1-KHA FundsAvail.docx (CFW Internal) 4. Form 1295 Certificate 101485895.pdf (CFW Internal) 5. PBS CPN 103649.pdf (CFW Internal) ! (D m �II!11! T T T C C C 3 3 3 Q Q 3t 11 3# 11 3# D D D n n � O O O C C C 3 3 3 !+ rt rt v -0 - v - v v 0 v 0 0 n nm rt � D rt a rt m < <' M c m M M ocl n x �UQo Caro m I n m n (A n N N Z 11 n 11 N V C -0 _ UQ D� D D C y C C ,3-► Z 3 3 C C � � z O O O (DC (D m CD FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: Southside 11 Water Main Alignment Study 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 ❑ 58057-Al If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑✓ 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: 3/10/2026 If different from the approval date. Expiration Date: N/A 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. Project Number: If applicable. 103649 *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 processing in the followingorder: 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.