Loading...
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!