HomeMy WebLinkAboutContract 55953-A7CSC No. 55953-A7
AMENDMENT No . 7
TO CITY SECRETARY CONTRACT No. 55953
WHEREAS, the City of Fort Worth (CITY) and TranSystems Corporation
Consultants, (ENGINEER) made and entered into City Secretary Contract No.
55953, (the CONTRACT) which was authorized by M&C 21-0328 on the 11th day
of May, 2021 in the amount of $ 1,247,299.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1
in the amount of $44,160.00 which was administratively authorized on June
1st, 2022, Amendment Number 2 in the amount of $54,050.00 which was
administratively authorized on July 17th,2023, Amendment Number 3 in the
Amount of $945,458.00 which was approved by M&C on October 17th,2023,
Amendment Number 4 in the amount of $0.00 which was administratively
authorized on February 20th, 2024; and Amendment Number 5 in the amount of
$99,855.00 which was administratively authorized on May 21st,2024; and
Amendment Number 6 in the amount of $440,550.00 which was Authorized by
M&C on November 19, 2024; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Trinity River Vision- Central City Flood Control Drainage project,
CPN (103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666,
103667); and
WHEREAS, it has become necessary to execute Amendment No. 7 to the
CONTRACT to include a revised scope of work.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
OFFICIAL RECORD
1 . CITY SECRETARY
FT. WORTH, TX
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 $0.00. (See Attached Funding Breakdown Sheet, Page -4-
City of Fort Worth, Texas Trinity River Vision -Central City Flood Control Drainage Projects
Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 10366V
Revision Date: 03/08/2024
Page 1 of 3
2.
Article II of the CONTRACT is amended to provide for a change in
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
$2,831,372.00.
0
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as
designated Assistant City Manager.
APPROVED:
City of Fort Worth
i
Jesica McEachern
Assistant City Manager
DATE: 06/23/2025
o4vvnQ
R'.
ATTEST: 9 Pia �9�d
Pv8 pad °0=4 *$ 00 0 0* dd
p
a�ab nE00
A?a4p
Jannette Goodall
City Secretary
APPROVED AS TO FORM AND LEGALITY:
4&_6c
Douglas Black (Jun 20, 2025 16:59 CDT)
Douglas W. Black
Sr. Assistant City Attorney
of the date subscribed by the City's
TranSystems Corporation Consultants
TranSystems Corporation Consultants
Chad Gartner, P.E.
Senior Vice President
DATE: 06/15/2025
M&C No. # : N/A
M&C Date: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Trinity River Vision -Central City Flood Control Drainage Projects
Prof Services Agreement Amendment Template 103260, 103261, 103262, 103263, 103264, 103664, 103665, 103666, 10366V
Revision Date: 03/08/2024
Page 2 of 3
FUNDING BREAKDOWN SHEET
City Secretary No. 55953
Amendment No. 7
CF2 -
Project
CF1-
Fund
Dept ID
Account
Bond
Amount
ID
Activity
Reference
52002
0200431
5330500
103666
002880
9999
$50,000.00
52007
0200431
5330500
103263
002880
9999
($125,000.00)
30104
0200431
5330500
103263
002880
9999
($5,000.00)
52002
0200431
5330500
103264
002880
9999
$50,000.00
52002
0200431
5330500
103665
002880
9999
$30,000.00
Total: $0.00
City of Fort Worth, Texas T-iniiv River Vlslor—CcnLra. CiLv Flood ConLro, Drainage T-ijecLs
Prof Services Agreement Amendment Template 103260, 103261, 103262, -03263, 103264, 103664, 103665, 103666, 103667
Revision Date: 03/O8/2024
Page 3 of 3
Date: May 20, 2025
Max Aransen, PE
Project Manager — Capital Delivery Division
Transportation/Public Works Department
City of Fort Worth
200 Texas St.
Fort Worth, TX 76102
RE: Amendment 7 — Tunnel Design Review — Fort Worth Central City
City Project No. 103260, 103261, 103262, 103264,103665 and 103667
Dear Mr. Aransen,
TRG.NSYSTEMS
TranSystems appreciates the opportunity to provide this fee proposal for additional scope of services for the
above referenced project as part of the Fort Worth Central City Program. These scope and budget
modifications are needed to facilitate adding additional fee for tunnel design review on project specific
elements. Below is a summary of each contract and amendment.
Summary of the Contract and Amendments
Original Contract $
1,247,299.00
Amendment 1
$
44,160.00
Amendment 2
$
54,050.00
Amendment 3
$
945,458.00
Amendment 4
$
0.00
Amendment 5
$
99,855.00
Amendment 6
$
440,550.00
Amendment 7
$
0.00
Contract Total
$
2,831,372.00
The detailed project scope and fee for this Amendment 7 is in the attached Attachment A and Level of Effort
Spreadsheet. The general scope of the Amendment 7 is to provide tunneling submittal review for the New Main
Outfall and Viola Outfall projects.
There is a $0.00 cost of Amendment 7 which removes previously approved scope and fee for the University project
and is reallocated to provide funding for the tunneling submittal review for New Main Outfall and Viola Outfall. Below
is a summary by project of the change in scope and description of reallocated fee.
Greenleaf Outfall — CPN 103260
There is no fee reallocation or scope change for this project under Amendment 7.
Bazaar Outfall — CPN 103261
There is no fee reallocation or scope change for this project under Amendment 7.
Main Street Outfall — CPN 103262
Amendment 7 provides additional funding for the Construction Management Services scope and Tunneling submittal
review performed by a tunneling specialist that was added to this CPN in previous amendments. A total of $50,000
from the University project is reallocated to the project to cover additional scope based on an hourly basis. $35,000
for Construction Management Services and $15,000 for Tunneling Specialist review.
Universitv — CPN 103263
The scope of services and fee approved under the original contract for design services is reduced by $130,000.00. A
future amendment will be needed to add funding to University for the completion of design services.
Viola Outfall - CPN 103264
Amendment 7 provides additional funding for the Construction Management Services scope and Tunneling submittal
review performed by a tunneling specialist that was added to this CPN in previous amendments. A total of $50,000
from the University project is reallocated to the project to cover additional scope based on an hourly basis. $35,000
for Construction Management Services and $15,000 for Tunneling Specialist review.
Grand Ave - CPN 103665
Amendment 7 provides additional funding for the Construction Management Services scope that was added
to this CPN in previous amendments. A total of $30,000 from the University project is reallocated to the
project to cover additional scope based on an hourly basis for Construction Management Services
Cemeterv/Houston - CPN 103667
There is no fee reallocation or scope change for this project under Amendment 7.
The Chart below is a summary of the contract fee change by CPN through Amendment 7.
I Original Contract
Greenleaf
Bazaar Outfall
Main St Outfall
University
Viola Outfall
Grand Ave
Cemetery/Houston
CPN 103260
CPN 103261
CPN 103262
CPN 103263
CPN 103264
CPN 103665
CPN 103667
Design
$295,875.00
$190,095.00
$99,051.00
$168,285.00
$250, 145.00
SUE/Utility Coordination
$58,065.00
$65,549.40
$120,233.40
$353,940.00
$255,644.40
$99,051.00
$288,518.40
$250,145.00
Sub Total Original Contract
$1,247,299.00
(Amendment 1
Design
$44,160.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$44,160.00
Sub
Total Amendment 1
$44,160.00
(Amendment 2
Design
$54,050.00
$0.00
$0.00
$0.00
$0.00
$0.00
$54,050.00
$0.00
Sub
Total Amendment 2
$54,050.00
(Amendment 3
(Design
$6,460.00
$4,400.00
$9,280.00
$6,460.00
$200,384.00
(Construction Phase Services
$136,423.00
$6,553.00
$135,433.00
$125,544.00
$135,513.00
$87,000.00
ArcheologicalSurvev
$32,306.00
$27,856.00
$31,846.00
$175,189.00
$38,809.00
$144,713.00
$0.00
$163,850.00
$135,513.00
$287,384.00
Sub
Total Amendment 3
$945,458.00
(Amendment 4
Reallocation/Removal of Scope from CPS
-$109,200.00
-$87,856.00
-$49,800.00
$0.00
-$34,760.00
-$52,960.00
$0.00
(Construction Management
$109,200.00
$49,800.00
$0.00
$34,760.00
$52,960.00
$0.00
Protect Re -Design
$87,856.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Sub
Total Amendment 4
$0.00
(Amendment 5
Reallocation/Removal of Scope from Design
-$25,000.00
(Sub Management
$1,027.00
$1,028.00
(Construction Phase Services (Sub Tunneling)
$12,500.00
$12,500.00
(Construction Management
$28,350.00
$28,350.00
SUE/Utility Coordination
$20,550.00
$20,550.00
$0.00
$0.00
$62,427.00
-$25,000.00
$12,500.00
$49,928.00
$0.00
Sub
Total Amendment 5
$99,855.00
Amendment 6
Design
$90, 560.00
(Construction Phase Services
$71,260.00
IConslrucfion Management
$75,600.00
$74,440.00
$103,490.00
IConslrucfion Phase Services (Sub Tunneling)
$12,000.00
$12,000.00
Sub Management
$600.00
$600.00
$0.00
$161,820.00
$88,200.00
$0.00
$87,040.00
$103,490.00
$0.00
Sub
Total Amendment 6
$440,550.00
(Amendment 7
Reallocation/��moval of Scope from Design
-$130,000.00
(Construction Management
$35,000.00
$35,000.00
$30,000.00
(Construction Phase Services (Sub Tunneling)
$15,000.00
$15,000.00
$0.00
$0.00
$50,000.00
-$130,000.00
$50,000.00
$30,000.00
$0.00
Sub
Total Amendment 7
$0.00
(Total LurN Sum Fee
$392,706
1 $378,460
$109,358 1
$133,518
$288,451
$55,078
$244,544
(Total Hourly Fee
$136,423
$77,813
$300,033
$240,084
$287,903
$87,000 I
(Total Fee per CPN
$529,129
1 $456,273
$409,391 1
$133,518
$528,535
$342,981
$331,544 I
TOTAL FEE $2,831,372.00
If you have any questions or require additional information, please give me a call.
Sincerely,
TranSystems Corporation Consultants
AJD V�'4-
Michael Hobbs, PE
Vice PresidenYSr. Project Manager
ATTACHMENT "A"
Scope for Construction Manaaement Related Services for Storm Water Improvements Proiects
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. Under this scope, "ENGINEER" is expanded
to include any sub -consultant, including surveyor, employed, or contracted by the ENGINEER.
OBJECTIVE
The scope of services for this amendment is to provide tunneling submittal review for New Main
Outfall and Viola Outfall, additional Construction Management services for Grand Ave, New
Main Outfall and Viola Outfall and Final Design and construction phase services for New Bazaar
Outfall.
WORK TO BE PERFORMED
Task 1.
Design Management (Deleted)
Task 2.
Conceptual Design (Deleted)
Task 3.
Preliminary Design (Deleted)
Task 4.
Final Design
Task 5.
Bid Phase Services (Deleted)
Task 6.
Construction Phase Services
Task 7.
ROW/Easement Services (Deleted)
Task 8.
Survey Services (Deleted)
Task 9.
Permitting (Deleted)
Task 10.
Plan Submittal Checklists (Deleted)
TASK 4. FINAL DESIGN
Upon direction by the City, ENGINEER will prepare construction plans as follows:
• Provide final design for the New Bazaar Outfall re -design based on changes requested from
USACE
• Update plans to be included in USCAE bid documents for the south bypass channel project
• Update technical specifications for use with USACE bid package
DELIVERABLES
A. 90% Design and Specifications
B. 100% Design and Specifications
TASK 6 CONSTRUCTION PHASE SERVICES
Construction Management
1. Pre -Construction Phase.
CONSTRUCTION MANAGER will manage the work outlined in this scope to ensure efficient
and effective use of CONSTRUCTION MANAGER's and CITY's time and resources.
CONSTRUCTION MANAGER 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 Communication and Reporting
• The Construction Manager shall prepare, and deliver to the Owner a written Construction
Management Plan which will be periodically updated that includes, at a minimum, the
following:
o Preliminary evaluation of the Owner's program, Schedule and Construction Budget
requirements
o A Project Schedule provided by the successful Contactor
• Work closely with City PM and City inspector.
• Coordinate with the Contractor's Project Manager daily to track project status and identify
potential schedule impacts and field issues.
• Review Technical Specifications and Scope of Work description for items associated with
construction.
• CONSTRUCTION MANAGER shall review invoices for reasonableness, accuracy, and
appropriate charges. Resolve invoice issues with City inspector and Contractor.
• CONSTRUCTION MANAGER shall insure the Contractor is submitting M/WBE Report
Form as required.
• Schedule meetings weekly with City Project Manager to provide schedule updates and
discuss potential schedule impacts and issues in the field.
1.2 Project Setup
• CONSTRUCTION MANAGER shall attend Pre -Construction Meetings.
• CONSTRUCTION MANAGER shall attend Public Meetings.
• CONSTRUCTION MANAGER shall preform a preliminary evaluation of the Owner's
Program, Schedule, and Construction Budget requirements.
1.3 Scheduling
• Review a Baseline Schedule from the selected Contractor on a monthly basis and provide
feedback on timeline to ensure reasonable goals are in place and to ensure efficiency in
the field.
• CONSTRUCTION MANAGER shall provide a schedule of inspections for field personal
per the CITY's requirements.
• The CONSTRUCTION MANAGER shall make daily site visits based on the Contractors
schedule. Site visits will be based on the importance of the tasks being performed.
1.3 Contractor Management
• The CONSTRUCTION MANAGER shall attend regularly scheduled construction meetings
with the Contractor, CITY and other Project Stakeholders as required by the CITY.
• The CONSTRUCTION MANAGER shall review submittals submitted by the Contractor for
compliance to the design and coordinate the expedited review with the City's Engineer
(TranSystems) to prevent delays to the construction. The review will not relieve the
Contractor form its responsibility for performance of contract or compliance to the design.
A Submittal Log will be maintained and updated for the Project.
• The CONSTRUCTION MANAGER shall review RFI's, and coordinate the expedited
review with the City's Engineer (TranSystems) to prevent delays to the construction. A RFI
Log will be maintained and updated for the Project.
• The CONSTRUCTION MANAGER shall provide necessary interpretations and
clarifications of contract documents, review change orders, and make recommendations
as to the acceptability of the work.
2. Construction Phase.
CONSTRUCTION MANAGER will support the construction phase of the project as follows.
• Provide a staffing plan to include one or more representatives who shall be in
attendance at the project site whenever critical work items are being performed.
• The CONSTRUCTION MANAGER shall conduct direct oversight of the contractor.
• The CONSTRUCTION MANAGER will attend regularly scheduled construction meetings
with the Contractor, CITY and other Project Stakeholders as required by the CITY.
• Promptly distribute Meeting Minutes to the CITY and project stakeholders.
• Recommend courses of action to the Owner when requirements of a contract are not
being fulfilled.
• Proactively manage and notify the City Project Manager of potential changes or issues in
the field.
• Review Contractors Cash Flow Reports and forecasts for the project and submit to the
CITY for monthly budget reviews and requirements.
• Maintain a Daily Work Journal of construction tasks that will include a rate of production
on key items.
• Submit Weekly Construction Reports to the CITY to include percentages of work
completed or in progress.
• The CONSTRUCTION MANAGER will assist the CITY in fast tracking change orders by
providing onsite feedback and immediate change order preparation.
• Prior to the expiration of one year of substantial completion, the Construction Manager
shall, without additional compensation, conduct a meeting with the Owner to review the
facility operations and performance.
• Personnel and Vehicle Identification: When conducting site visits to the project location,
the CONSTRUCTION MANAGER shall carry readily visible information identifying the
name of the company and the company representative.
• Contractor safety enforcement and compliance Safety coordination meetings. Work will
adhere all CITY and OSHA safety requirement.
• Safety committee Safety audits Monthly reports CM safety training. Assessment of
individuals working onsite will be conducted onsite and responses recorded for
compliance.
3. Post Construction Phase.
CONSTRUCTION MANAGER will support the post construction/close out phase of the project
as follows.
• The CONSTRUCITON MANAGER will conduct a final walk through and assist in
preparing a final punch list of items to be completed.
• The CONSTRUCTION MANAGER shall provide to the CITY As-Builts drawings from the
Contractor.
• As-Builts shall include Red -Line Markups from CITY Inspectors and the Contractor.
• CONSTRUCTION MANAGER will maintain and submit to the CITY all copies of
approved Change Orders.
• CONSTRUCTION MANAGER will submit a complete list of Approved Substitutions used
during construction.
• CONSTRUCTION MANAGER shall insure the Contractor has submitted Final Summary
Payment Report.
Deliverables
A. Weekly Status Reports
B. Recommendation of invoice payment
C. Budget reviews and updates
D. Recommendation of changes of scope or change orders
E. Documentation of the above and other project activities, decisions, and milestones
Assumptions
Additional Services listed below are not included in Construction Phase basic services, but they
may be included in a Construction Manager's Agreement per the Owner's request:
1. LEED certification
2. Measured drawings
3. Commissioning
Tunneling Submittal Review
ENGINEER will support the construction phase of the project as follows.
The ENGINEER shall review contractor tunneling shop drawings, samples and other submittals
submitted by the contractor for tunneling work associated with the USACE floodplain and levee.
The review will be for general conformance with the design concepts, general compliance with
the requirements of the contract for construction and the conformance to the construction
requirements necessary for USACE approval. Such review shall not relieve the Contractor from
its responsibility for performance in accordance with the contract for construction, nor is such
review a guarantee that the work covered by the shop drawings, samples and submittals is free
of errors, inconsistencies, or omissions. The ENGINEER shall log and track all submittal
reviews and provide reviewed documents/submittals in eBuilder.
Deliverables
A. Review/Approval of Contractor submittals to USACE for tunnelling work
Assumptions
1. Tunneling review will be billed at an hourly basis for each submittal received until
USACE approval is received.
2. Tunneling submittal review will be limited to the New Main Outfall and Viola projects.
ATTACHMENT B
COMPENSATION
Stormwater Design and Franchise Utility Relocations Oversight for the Trinity River Vision -
Central City Flood Control Drainage Projects
City Project No. 103260, 103261, 130262, 130263 and 103264
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
Cateaory Rate for the ENGINEER's team member performing the work.
Labor Cateaory 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
Year 1 Rate
($/hour)
Principal
$380
Project Manager
$220
Project Engineer
$160
Engineer in Training
$125
CADD Designer
$145
RPLS
$190
Survey Tech
$115
Survey Crew — 2 man
$190
Construction Manager
$210
Administrative — A2
$110
Year 2 Rate
($/hour)
$395
$230
$170
$132
$152
$200
$120
$200
$222
$115
ii. Non -Labor Expenses for Construction Phase Services. Non -labor expenses
shall be reimbursed as Direct Expenses at invoice or internal office cost.
Direct Expenses for Construction Phase Services (non -labor) include, but are not
limited to, mileage, 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. Non -Labor Expenses for Construction Manager. Non -labor expenses
associated with the Construction Manager shall not be reimbursed. The cost of
these expenses is included in the Construction Managers hourly rate.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 1 of 4
ATTACHMENT B
COMPENSATION
iv. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
v. 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, Water Department monthly
progress reports and schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 4
FEW
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
TranSystems Storm Design, Construction
Management
Proposed MWBE Sub -Consultants
The Rios Group Utility Coordination
Cypress Environmental Archeological Survey
Non-MWBE Consultants
TBD Tunneling Review
Project Number & Name
City Project No. 103260, 103261,
130262, 130263 and 103264 -
Stormwater Design and Franchise
Utility Relocations Oversight for the
Trinity River Vision -Central City Flood
Control Drainage Projects
City MWBE Goal = 8%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 4
TOTAL
Fee Amount
$2,435,578.00 86.0%
$284,948.00 10.1 %
$31,846.00 1.1 %
$79,000.00 2.8%
$2,831,372.00 100%
Total Fee MWBE Fee MWBE %
$2,831,372.00 $316,794.00 11.2%
Consultant Committed Goal = 8 %
ME
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: 12/9/2022
Page 4 of 4
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Storm Water Department Design Services for
Trinity River Vision -Central City Flood Control Drainage Projects -Amendment No 7
City Project No. 103260, 103261, 103262, 103264,103665 and 103667
Labor (hours)
Task No.
Task Description
Principal
Project
Mana a r
Project
Engineer
EIT
CADD
RPLS
Survey
Tech
Survey
Crew
SUE
Crew
Construction
Mana a r
Administrative
Total Labor
Cost
Subcon mitt
Travel
Reproduction
Total Expense
Cost
Remaining
%Complete gadget
Ratel $380
$220
$160er
$125
$145
$190
$115
$190
$190
$210
$110
MWBE
Non-MWBE
1.0
Desk in Manor smart(Deleted)
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
2.0
Conce]Rual DesTin
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
3.0
Prelimi//ngry Deswn (Deleted)
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
4.0
Final Deslly11�r
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
5.0
Btd/Solicrt i km Phase
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
6.0
Construction Phase Services
0
0
0
0
0
0
0
0
0
0.0
0
$0
$0
$30,000
$0
stir
0
$30 000
New Main Outfall -CPN 103262
Tunnelli(� Review
6.3
Viola-CPQ 103264
TunnellingReview
8.0
Survel+/'Deletetl
9.0
Permitting (Dale d)
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
0
0
$0
Totalsl 0
0
0
0
0
0
0
0
0
0.0
0
$0
$0
$30,000
$0
$0
$30,000
0'/0
I
Project Summi
I
I
Total Fours
01
I
Total Labor
s01
I
Total Expense
$30.0001
1
MWBE SubconsWar�
$01
1
Non-MWBE SubconsWan�
$30,0001
5% Sub Markup$0
MWBE Participation
Total Protect Cost
$30.000
1
$0
$0
$0
$15,000
$15,000
I $ol
I $o
$0
$15,000
$15,000
0
0
0
0
0
0
0
0
0
0
0
$0
$0
$0
$0
$0
$0
oft
.FORT WORT
Routing
and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE:
TranSystems Contract Amendment No.7
M&C: CPN:
103260,103261,103262, CSO: 55953
DOC#:
103263,103264,103664,
103665, 103666,103667
Date:
_
Chad Gartner
Consultant
06/15/2025
To:
Name
Department Initials
Date Out
1
Jean-Marie Alexander
Consultant
06/16/2025
jeanmarie.alexander@segpllc.com
2.
Thanaa H. Maksimos
TPW — Program Manager TM
06/16/2025
3.
Lissette Acevedo
TPW — Sr. CPO C4
06/17/2025
4.
Patricia Wadsack
TPW — Assistant Director I>(,W
06/20/2025
5.
Lauren Prieur
TPW - Director M
06/20/2025
6.
Doug Black
Legal - Assistant City Attorney
06/20/2025
7.
Jesica McEachern
CMO — Assistant City Manager
06/23/2025
8.
Jannette Goodall
CSO — City Secretary a e�o aa
06/23/2025
9.
Allison Tidwell
CSO — City Secretary .%
06/24/2025
10.
Tpw—SW—Contract
TPW Stormwater
CC: Program Manager — Thanaa Maksimos, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon
Team — Cindy Sengathith
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No
ROUTING TO CSO: ®YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: tpw sw contracts(a,,fortworthtexas.eov Call 817-229-3283 with questions. Thank you!