HomeMy WebLinkAbout059969-A2 - Construction-Related - Contract - Kimley-Horn and Associates, Inc.City of Fort Worth, Texas NASJRB W&SS Main Repl.
Prof Services Agreement Amendment Template 104344
Revision Date: June 13, 2025
Page 1 of 2
AMENDMENT No.2
TO CITY SECRETARY CONTRACT No. 59969
WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates,
Inc., (ENGINEER) made and entered into City Secretary Contract No. 59969,
(the CONTRACT) which was authorized by M&C 23-0656 on the 8th day of August,
2023 in the amount of $ 1,9 2,700.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in
the amount of $ 88,400.00 which was administratively authorized on September
30, 2024; and
WHEREAS, the CONTRACT involves engineering services for the following
project:
NASJRB Water and Sanitary Sewer Main Replacement, CPN 104344; and
WHEREAS, it has become necessary to execute Amendment No. 2 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 $474,800.00.
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 $2,5,900.00.
3.
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort Worth, Texas NASJRB W&SS Main Repl.
Prof Services Agreement Amendment Template 104344
Revision Date: June 13, 2025
Page 2 of 2
EXECUTED and EFFECTIVE as of the date subscribed by the City’s
designated Assistant City Manager.
APPROVED:
City of Fort Worth ENGINEER
Kimley-Horn and Associates, Inc.
Chris Igo, P.E.
Associate
DATE: _________________
Jesica McEachern
Assistant City Manager
DATE: _______________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
Chris Harder, P.E.
Director,Water Department
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.
_______________________________
Preeti KC, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:M&C No.#: _25-1160 _________
M&C Date: _December 9th, 2025
Douglas W. Black
Sr. Assistant City Attorney
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817 335 6511
August 7, 2025
Ms. Preeti KC, P.E.
Project Manager
City of Fort Worth Water Department
200 Texas Street
Fort Worth, TX 76102
RE: NASJRB Water and Sewer Main Replacement
Amendment No. 2
KHA No. 061018454
City Secretary No. 59969 City Project No. 104344
Dear Preeti:
This letter is in reference to a contract between Kimley-Horn and Associates, Inc. (Kimley-Horn) and
the City of Fort Worth (the City) dated 8-08-2023 Kimley-Horn is
pleased to submit Amendment No. 2 for the NASJRB Water and Sewer Main Replacement. The fees
for this Amendment are not to exceed $474,800, increasing the total not to exceed fee to $2,555,900.
The City has requested that Kimley-Horn perform additional services under Amendment Number 2 for
the NASJRB Water and Sewer Main Replacement which are out of the scope of services as defined in
the Contract. These services include two additional bid packages for the water main improvements Part
1 and 2. The additional bid packages require additional Design Management, Preliminary and Final
Design, Bid Phase Services, Survey and Permitting. Service details are further described as follows:
Kimley-Horn will continue the services outlined as follows and as directed by the City:
TASK 1. DESIGN MANAGEMENT $44,040
ENGINEER will complete Design Management in accordance with the Original Contract for the
following:
Twenty-four (24) monthly project meetings were included in the original contract. An
additional twenty-four (24) project coordination meetings are anticipated.
Prepare invoices and submit monthly in the format requested by the CITY.
Prepare and submit monthly progress reports in the format provided by the Water
Department.
TASK 3. PRELIMINARY DESIGN $95,560
ENGINEER will complete Preliminary Design in accordance with the Original Contract for the
following:
Development of Preliminary Design Drawings and Specifications for two (2) additional bid
packages shall include the following:
Page 2
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817 335 6511
The total contract included design for 26,600 linear feet of 24-inch, 16-inch and 12-inch
water line and 22,000 linear feet of 36-inch, 30-inch and 24-inch sanitary sewer
rehabilitation and replacement. After meetings with the TxDOT SH-183 team, TxDOT
decided to break out the SH-183 project into phases with the initial phase being the
intersection of Roaring Springs/Pumphrey Dr and SH-183. The City requested Kimley-
Horn to include the relocation of an additional 1,800 linear feet of 12-inch transmission main
along SH-183 to the east.
After the City approval of the Water Main Improvements Alignment Study the City
requested to break the NASJRB Water Main Improvements project into three separate
parts which resulted in an additional two (2) design/bid packages.
Additional geotechnical bores are required due to the initial findings near the Trinity River
and the design considerations for a Horizontal Directional Drill (HDD) installation. Additional
analytical soil testing was also added to complete the cathodic protection design.
Furthermore, after meetings with Tarrant Regional Water District (TRWD) and the United
States Army Corps of Engineers (USACE) it was determined a Drilling and Invasive
Program Plan (DIPP) will be required for the HDD segment of Part 2.
The City elected to include meter vault replacements for all large meters that were identified
by the City. This includes six (6) large meter vault replacements, assuming the City
standard details will be utilized and updates will be required. Additional structural design
was also added to complete the meter vault design.
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION
DOCUMENTS (100 PERCENT) $228,220
ENGINEER will complete Final Design in accordance with the Original Contract for the following
Design.
Development of Final Design Drawings and Specifications for two (2) additional bid packages
shall include the following:
The CITY requested the ENGINEER to add two (2) additional design packages.
Part 1 16-inch Water Main on NASJRB
Part 2 24-inch Water Main: Carswell to River Oaks
With the addition of two (2) bid packages, additional subconsultant work was required to provide
cathodic protection recommendations, tunneling recommendations, structural recommendation
for meter vaults, and constructability and estimating recommendations coinciding with each Part.
TASK 5. BID PHASE SERVICES $41,250
ENGINEER will complete Bid Phase services in accordance with the Original Contract for the
following:
Page 3
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817 335 6511
The original contract included bid phase services for one (1) bid package. The City requested
that the project be divided into two (2) additional phases with two (2) separate bids.
TASK 8. SURVEY AND SUE SERVICES $55,300
ENGINEER will complete Survey and SUE services in accordance with the Original Contract
for the following:
The original contract included topographic survey along the project alignments. Additional
survey was required for the revised 24-inch water main alignment crossing the Trinity River,
the revised 16-inch water main crossing SH-183 and the additional parallel 12-inch water
main along SH-183 for the relocations. The linear footages are below:
Revised 24-inch water main crossing the Trinity River: 1,700 linear feet
Revised 16-inch water main crossing SH-183: 1,150 linear feet
Additional 12-inch water main along SH-183: 1,800 linear feet
TASK 9. PERMITTING $10,370
ENGINEER will complete Permitting services in accordance with the Original Contract for the
following:
The original contract included coordination with stakeholders along the alignment. Additional
coordination was required for the alignment discussion with Westworth Village for the
crossing of SH-183.
We recommend that the City increase the budget by $474,800 for these additional services. The
following tables summarize our recommended budget revisions, water design fees, and revised
contract amount:
Description Water Sewer Total
Task 1 Design Management $44,040 $0 $44,040
Task 2 Conceptual Design (30%) $0 $0 $0
Task 3 Preliminary Design (60%) $95,560 $0 $95,560
Task 4 Final Design (90% and 100%) $228,220 $0 $228,220
Task 5 Bid Phase Services $41,250 $0 $41,250
Task 6 Construction Phase Services $0 $0 $0
Task 7 ROW/Easement Services $0 $0 $0
Task 8 Survey and SUE Services $55,300 $0 $55,300
Task 9 Permitting $10,370 $0 $10,370
Task 10 Additional Services $0 $0 $0
Total $474,800 $0 $474,800
Page 4
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817 335 6511
The following table summarizes the Fee per Work Phase breakdown:
Work Phase Water Sewer Total
30 $474,800 $0 $474,800
The following table summarizes our recommended budget revisions and shows the revised contract
amount:
Original Contract Amendment No. 1 Amendment No. 2 Revised
Contract
Task 1 $58,900 $0 $44,040 $102,940
Task 2 $180,700 $0 $0 $180,700
Task 3 $597,050 $0 $95,560 $692,610
Task 4 $468,000 $0 $228,220 $696,220
Task 5 $42,450 $0 $41,250 $83,700
Task 6 $0 $0 $0 $0
Task 7 $127,400 $0 $0 $127,400
Task 8 $338,150 $88,400 $55,300 $481,850
Task 9 $150,050 $0 $10,370 $160,420
Task 10 $30,000 $0 $0 $30,000
Total Project $1,992,700 $88,400 $474,800 $2,555,900
The following table summarizes the fee for this amendment by project phase:
Water Sewer Total
Original Contract $1,095,985 $896,715 $1,992,700
Amendment No. 1 $48,620 $39,780 $88,400
Amendment No. 2 $474,800 $0 $474,800
Total $1,619,405 $936,495 $2,555,900
The original contract had $444,350 (22.3%) SBE participation. The total contract SBE participation is
now $562,750 (22.0%) for this amendment.
Page 5
kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817 335 6511
The following tables summarize our revisions to the SBE percentages:
Total Contract
Description Original Amend. No. 1 Amend. No. 2
Contract Amount $1,992,700 $88,400 $474,800
Total Contract SBE $444,350 $70,700 $47,700
Total Contract SBE
Percentage 22.3% 80.0% 10.1%
13% 13% 13%
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.
Chris Igo, P.E.
Associate
CPI/das
Copy to: Tony Sholola, P.E., City of Fort Worth
Attachments: Level of Effort Spreadsheet Amend No.2
K:\FTW_Utilities\061018454-NASJRB-W-and-SS\PPP\POST_NTP\Amendment 2\NASJRB_CPN 104344_Amendment 2 Summary Ltr.docx
SeniorProfessional IISeniorProfessional IProfessional AnalystRate $350 $330 $275 $230 $135 MWBE Non-MWBE Markup1.0 Design Management (24 Months Design) 24 48 72 0 $ 44,040$0 $0 $9400 $0 $0 $ 44,040 $ - $ - 0% $ 44,0401.1 Managing the Team $ -1.1.2. QA/QC 24 $ 8,4001.2 Communications and Reporting $ -1.2.1 Pre-Design Coordination Meeting $ -1.2.2 Monthly Design Coordination Meetings 24 24 $ 14,5201.2.3 Prepare Baseline Schedule 12 24 $ 10,5601.2.4 Prepare Monthly Progress Reports with Schedule 12 24 $ 10,5601.2.5 Invoicing $ - $ -2.0 Conceptual Design (30%) 0 0 0 0 $ -$0 $0 $0 $0 $0 $ - $ - $ - 0% $ - $ -3.0 Preliminary Design (60%) 0 58 124 184 $ 95,560$0 $0 $0 $0 $0 $ 95,560 $ - $ - 0% $ 95,5603.1 Preliminary Design Drawings (2 add. Bid Packages) $ -3.1.1 Cover (2) 2 8 $ 2,3903.1.2 Sheet Index and General Notes (2) 1 2 4 $ 1,8003.1.3 Shutdown & Phasing Notes (2) 8 4 2 $ 4,2003.1.4 Control and Benchmarks (2) 1 2 6 $ 2,2603.1.5 Overall Location & Prop. Sheet Ref. (4) 1 4 8 $ 3,2703.1.6 Overall Existing Map (W&SS) (4) 4 8 $ 2,9403.1.7 Abandonment (W&S) (4) 2 4 8 $ 3,6003.1.8 Prop Easement Layout (4) 2 4 8 $ 3,6003.1.9 Easement Vacations (4) 2 4 8 $ 3,6003.1.10 Prop Plan & Prof (8) 12 40 64 $ 29,6803.1.11 Meter Vaults Part 3 (4) 4 8 12 $ 6,2803.1.12 Meter Vaults Part 1 (2) 2 4 6 $ 3,1403.1.13 Meter Vaults Structural (6) 3 6 12 $ 5,4003.2 OPCC 4 8 16 $ 7,2003.3 Coordination with NASJRB/Lockheed 8 12 6 $ 7,3203.4 Coordination with Westworth Village 4 8 4 $ 4,4403.5Coordination with TRWD484 $ 4,4404.0 Final Design (90% and 100%) 0 88 188 256 $ 161,120$0 $61000 $6100 $0 $67100 $ 228,220 $ - $ - 0% $ 228,2204.2 90% Design Drawings (2 add. Bid Packages) $ -4.2.1 Cover (2) 2 $ 4604.2.2 Sheet Index and General Notes (2) 2 4 $ 1,4704.2.3 Shutdown & Phasing Notes (2) 2 4 4 $ 2,6804.2.4 Control and Benchmarks (2) 4 $ 9204.2.5 Overall Location & Prop. Sheet Ref. (4) 2 2 4 $ 2,1304.2.6 Overall Existing Map (W&SS) (4) 2 8 $ 2,3904.2.7 Abandonment (W&S) (4) 2 2 8 $ 3,0504.2.8 Prop Easement Layout (4) 4 8 $ 2,9404.2.9 Easement Vacations (4) 2 4 $ 1,4704.2.10 Prop Plan & Prof (8) 16 32 56 $ 26,9604.1.11 Meter Vaults Part 3 (4) 2 4 10 $ 4,0604.1.12 Meter Vaults Part 1 (2) 2 2 6 $ 2,5904.1.13 Meter Vaults Structural (6) 3 6 12 $ 5,4004.3 Project Spec. Details 4 8 12 $ 6,2804.3.1 Geotechnical 2 6 8 $ 4,150$46000 $4600 $50600 $ 54,7504.3.2 Tunneling 8 20 12 $ 10,900$15000 $1500 $16500 $ 27,4004.3.3 Traffic Control Plans (12) 6 12 24 $ 10,8004.3.4 Erosion Control Plans (9) 5 18 30 $ 13,5004.4 OPCC 2 4 8 $ 3,6004.5 90% Project Manual $ -4.5.1 Division 00 4 6 2 $ 3,4304.5.2 Division 01 4 6 2 $ 3,4304.5.3 Divisions 20-49 8 12 4 $ 6,8604.5.4 Non-Std. Specs 8 12 4 $ 6,8604.5.5 Appendix 2 4 8 $ 3,6004.6 Coordination with NASJRB/Lockheed 2 6 4 $ 3,2304.7 Coordination with Westworth Village 2 6 4 $ 3,2304.8Coordination with TRWD264 $ 3,2304.9 100% Design Drawings 6 12 24 $ 10,8004.10 100% OPCC 2 4 2 $ 2,2204.11100% Project Manual41612 $ 8,4805.0 Bid Phase Services (2 add. Bid Packages) 0 32 72 32 $ 41,250$0 $0 $0 $0 $0 $ 41,250 $ - $ - 0% $ 41,2505.1 Bid Support $ -5.1.1 Upload Plans to E-Builder 2 $ 5505.1.2 Print Hardcopies (8) 2 12 $ 2,1705.1.3 Maintain Plan holders List 4 6 $ 1,9105.1.4 Answer/Respond to Bidding Questions 12 20 $ 9,4605.1.5 Issue Addenda 8 8 $ 4,8405.1.6 Prepare for and Attend Pre-Bid Meeting 8 16 $ 7,0405.1.6.1 Tabulate bids and review 4 8 $ 2,1805.2 Final Design Drawings 4 16 32 $ 13,1006.0 Construciton Phase Services 0 0 0 0 $ -$0 $0 $0 $0 $0 $ - $ - $ - 0% $ -8.0 Survey and SUE Services 0 2 4 8 $ 3,600$47000 $0 $4700 $0 $51700 $ 55,300 $ - $ - 0% $ 55,3008.1 Design Survey02 4 8 $ 3,600$47000 $4700 $51700 $ 55,3008.2 Temporary Right of Entry $ - $ -8.3 Subsurface Utility Excavation00 0 0 $ - $ -Task Sub TotalAdministrativeTravel/Reproduction Fees/Permitting005202600SubconsultantTask DescriptionLabor (hours) Total Labor Cost Expense Total ExpenseCostEXHIBIT B-2Level of Effort Spreadsheet TASK/HOUR BREAKDOWNDesign Services forNASJRB Water and Sewer Main Replacement City Project No. 104344Amendment #2% CompleteTask No. Budget RemainingAmount Completed ThisinvoicePreviously Invoiced
9.0 Permitting 0 10 14 14 $ 10,370$0 $0 $0 $0 $0 $ 10,370 $ - $ - 0% $ 10,3709.1 WestWorth Village Development Coordination $ -9.1.1 Exhibit Prep 2 6 6 $ 3,690 $ -9.1.2 Meetings (up to 2) and Coordination 6 6 6 $ 5,0109.1.3 Site Visit02 2 2 $ 1,670 $ -24 238 474 494 $355,940 $47,000 $61,000 $4,700 $0 $118,800 $474,740 $0 $0 $0 $474,740Total Water Line Footage (Total of3 Bid Packages)28,400 4,700 100% Description WP Water0 0% 1,284 Conceptual Design (30%) 31 $128,340.004,700 100% $355,940 Preliminary Design (60%) 32 $256,680.00$118,800 Final Design (10%) 33 $42,780.00 $ 474,800.00 $47,000 Survey 51 $47,000.00 $ 47,000.00 $61,000 $ 427,800.00 $10,800 Subtotal $474,800.0022.0%Total$474,800Total LaborTotal ExpenseTotals 78Amendment Water Line FootageSewer Line Footage(A) Total Fee0Total Project CostProject SummaryTotal Hours$474,800.00MBE/SBE Participation (TotalContract)Non-MBE/SBE Subconsultant10% Sub MarkupMBE/SBE Subconsultant$427,800.00(C) Total Fee (-) Survey FeeWater Fee (100% of Amendment) Sewer Fee (0% of Amendment)(B) Survey Fee$0.00
N GRANTS LN
B O
RIVER TRAIL CT
PUMPHREY DR
TA Y P K
PRIMARY R UNAWAY 130RD
TAXIWAY F197 RD
NANNETSAM CALLOWAY RDPERIME T E
TAXIWAY F197RD
PERIME TERRD
TA N NY ST
RUN STATIO NDR
BOYINGTONDRS SPUR 341
BURTO N HILLRD
LYNDADR DESERT STORMRDLO CKHE ED B LVD
R IV ER R D
BONDS T
TRACYNEDR
SKYLINE PARKDR
PERIMETERRD
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, December 9, 2025
LOG NAME: 60NASJRBWSSIMPROVA2-KHA
REFERENCE NO.: **M&C 25-1160
SUBJECT:
(CD 7 and Westworth Village) Authorize Execution of Amendment No.2 in the Amount of $474,800.00 to an
Engineering Agreement with Kimley-Horn and Associates, Inc. for the Naval Air Station Joint Reserve Base
Water and Sewer Main Replacement and Adopt Appropriation Ordinance to Effect a Portion of Water's
Contribution to the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 2 in the amount of $474,800.00, to City Secretary Contract
No. 59969, an engineering agreement with Kimley-Horn and Associates, Inc. for the Naval Air
Station Joint Reserve Base Water and Sewer Main Replacement for a revised contract amount of
$2,555,900.00; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $474,800.00, transferred from available
PayGo funds within the Water & Sewer Fund, for the purpose of funding the Water & Sanitary Sewer
Replacement Contract Naval Base project (City Project No. 104344) to effect a portion of Water's
Contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
On August 08, 2023, Mayor and Council Communication (M&C) 23-0656, City Council authorized an
engineering agreement in the amount of $1,992,700.00 with Kimley-Horn and Associates, Inc. (City
Secretary Contract No. 59969) for the Naval Air Station Joint Reserve Base (NASJRB) Water and Sewer
Main Replacement. The agreement was subsequently revised by Amendment No. 1 in the amount of
$88,400.00 administratively authorized on September 30, 2024, that provided additional Subsurface Utility
Engineering (SUE) services.
Amendment No. 2 will include two additional bid packages for the Water Main Improvements — Part 1 and
Part 2. These additional packages will require increased scopes for preliminary and final design, bid phase
services, survey, and permitting.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants.
Funding is currently available in the Transfer to Water/Sewer account of the Water & Sewer Fund for the
purpose of funding the W/SS Repl Contract Naval Base project.
FY2026 — Water PAYGO Appropriations per City Ordinance 27979-09-2025
FY2026
Original
�pted PayGo
FY2026
Amended
PayGo
(includes any
council actions
subsequent to
YTD PayGo
Approved for /
Moved to
Capital Projects
This M&C
FY2026
Remaining
PayGo
Balance
budget
adoation
$101,090,082.00��$101,090,082.00��($21,174,158.00)��($474,800.00)��$79,441,124.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for Main Replacement W/SS Repl Contract Naval Base project are as depicted below:
Fund , Existing Additional project Total*
Appropriations Appropriations
W&S Capital
Projects - $2,651,368.00 $474,800.00 $3,126,168.00
Fund 56002
Project Total � $2,651,368.00 $474,800.00 $3,126,168.00
*Numbers rounded for presentation purposes.
This project is located in COUNCIL DISTRICTS 7 and WESTWORTH VILLAGE.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon
the approval of the above recommendations and adoption of the attached appropriation ordinance, funds
will be available in the W&S Capital Projects Fund for the W/SS Repl. Contract Naval Base project to
support the execution of the amendment. Prior to any 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 # moun
ID ID Year (Chartfield 2)
FROM
Fund� Department ccoun Project Program ctivity Budget Reference # Amoun
ID � � ID � Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Chris Harder (5020)
Preeti KC (5467)
ATTACHMENTS
1. 60NASJRBWSSIMPROVA2-KHA Map.pdf (Public)
2. 60NASJRBWSSIMPROVA2-KHA FID Table (WCF 10.16.25).xlsx (CFW Internal)
3. 60NASJRBWSSIMPROVA2-KHAfunds avail.docx (CFW Internal)
4. Form 1295 Certificate 101447892.pdf (CFW Internal)
5. ORD.APP 60NASJRBWSSIMPROVA2-KHA 56002 A026(R2).docx (Public)
6. PBS CPN 104344.pdf (CFW Internal)
60NASJRBWSSIMPROVA2-KHARec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer256002060043049560011043442026$474,800.0025600206004301043442026$474,800.00Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer25600106090205956001$474,800.00256002060043049560011043440017309999($474,800.00)Rec #FundDept #AccountProject IDActivityBudget YearCF 2Program Amount PurposeXfer156002060043053305001043440017309999$474,800.00ContractFIDs (Budget)FIDs (Actual)FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed)
(check applicable)
and my date of birth is _______________________.
(state) (zip code) (country)
(year)(month)
_______, ______________, _________.
State of ________________, on the _____day of ___________, 20_____.
(city)
(Declarant)
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
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
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: Expiration Date:
If different from the approval date. 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.
*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 following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)