HomeMy WebLinkAboutContract 63698City Secretary Number:
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT
(Construction Phase Engineering)
Project No. 106051
This SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT ("Agreement") is
made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation
of the State of Texas and 307 W. Daggett Development, LLC ("Developer"). City and Developer are referred
to herein individually as a "party" and collectively as the "parties."
WHEREAS, the City's Development Services Department has a small-scale infrastructure
program for the design and construction of small-scale and infill-type public infrastructure improvement
projects ("Program"); and
WHEREAS, Developer is developing property within the City for a project located at 307 W.
Daggett Ave and generally known as 307 W. Daggett Development ("Project") and Developer desires to
use the Program for the Project; and
WHEREAS, pursuant to the Program, the City can design and construct public infrastructure
necessary for the Project and Developer will pay all costs for the design and construction of the public
infrastructure; and
WHEREAS, City and Developer desire to enter into this Agreement for Developer to utilize the
Program for the Project;
WHEREAS, Shield Engineering Group, PLLC ("Shield") entered into an agreement with the City
to provide engineering services for the Program; and
WHEREAS, Developer previously entered into a separate contract with Shield to provide
engineering services to Developer for the design and construction of the Project; and
WHEREAS, City and Developer desire to utilize City's contract with Shield for Shield to provide
the construction phase engineering services for the Project through the Program with Developer paying all
costs for construction phase engineering services directly to Shield through Developer separate agreement
with Shield;
NOW, THEREFORE, in consideration of the covenants and agreements contained in this
Agreement, City and Developer hereby agree as follows:
SECTION 1.
SCOPE
(a) Developer has entered into a separate contract with Shield to design the public infrastructure
improvements for the Project ("Improvements"). City shall obtain the construction phase
engineering services for the Improvements through the use of Shield ("Engineer") in accordance
with the Engineering Task Order which is attached hereto as Exhibit "A" and incorporated herein
by reference. Developer has reviewed and approved the Task Order and agrees to all statements in
the Task Order. Developer shall submit the engineering design of the Improvements to the SSIP
OFFICIAL RECORD
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT CITY SECRETARY Page 1 of 11
(Construction Phase Engineering)
FT. WORTH, TX
Rev. 1/25
staff for review and acceptance and Developer shall be responsible for all costs and any revisions
to the engineering design through Developer's separate contract with Engineer. Developer shall
have the opportunity to review the final design of the Improvements to identify any errors,
deficiencies, or conflicts that must be addressed before construction of the Improvements. Upon
completion of the engineering plans and acceptance of the engineering plans by the City and
Developer, the engineering plans are incorporated by reference into this Agreement. Developer
understands that any revisions to the engineering plans requested by Developer after the acceptance
of the final design, or required after construction of the Improvements commences, must be
performed by Engineer and paid by Developer through Developer's separate contract with
Engineer.
(b) Developer understands and agrees that City makes no representation or promise relating to: (1) the
date the engineering plans will be completed by Engineer and accepted by the City; (2) that
Engineer will complete the engineering plans; or (3) the cost of the Engineer's services. If the
City's agreement with Engineer is terminated, or Engineer is in default under its agreement with
the City, the City may offer a substitute engineer to provide the engineering services under this
Agreement ("Substitute Engineer").
(c) Upon completion of the engineering plans, City shall contract with the third -party construction
contractor identified in the Construction Task Order ("Contractor"). The construction Task Order
will be reviewed and approved by Developer which will be incorporated by reference into this
Agreement upon execution by the City and Developer.
(d) Developer understands and agrees that City makes no representation or promise relating to: (1) the
date the Improvements will be constructed by the Contractor and accepted by the City; (2) that the
Contractor will complete construction of the Improvements; or (3) the cost of construction. If the
City's agreement with Contractor is terminated, or the Contractor is in default under its agreement
with the City, the City may offer a substitute contractor to construct or complete construction of
the Improvements ("Substitute Contractor").
(e) Developer understands and agrees that construction of public infrastructure can result in unforeseen
circumstances that may result in project delays or additional expenses. Developer further
understands that if subsurface utility engineering ("SUE") was not be included in the scope of the
engineering services provided to Developer by Engineer under their separate agreement,
proceeding without SUE may result in delays or additional costs for the Project for which
Developer will be responsible. City shall not be liable to Developer for any delays or increased
costs to Developer that result from the design and construction of the Project set forth in this
Agreement.
(f) City will not provide any engineering or construction management services to Developer pursuant
to this Agreement.
SECTION 2.
TERM
The term of this Agreement shall begin on the date signed by the City's Assistant City Manager
("Effective Date") and shall expire two years from the Effective Date ("Initial Term"), unless terminated
earlier in accordance with the provisions of this Agreement. This Agreement may be extended by parties
by the execution of a written amendment.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 2 of 11
(Construction Phase Engineering)
Rev. 1/25
SECTION 3.
COMPENSATION
(a) Developer shall pay all costs of the Engineer directly to Engineer. Developer shall pay to City all
costs of the Contractor, and any Substitute Contractor, for the construction of the Improvements.
City shall collect the fees from Developer and remit them to the Contractor. City shall not pay for
any of the engineering costs, construction costs, or any other costs associated with design and
construction of the Improvements. The fees charged by Contractor shall not be on a lump sum or
fixed fee basis.
(b) Upon execution of this Agreement by Developer, Developer has paid to the City the estimated
construction costs, including contingency funds, in the amount of $39,202.90. The amounts paid to
the City are based on estimates. Prior to the City allowing Contractor to proceed to construction,
the City will provide Developer with a construction Task Order that includes a projected
construction cost with contingency based on the final engineering plans ("Projected Construction
Cost"). If the estimated construction costs paid by the Developer are less than Projected
Construction Cost, Developer shall pay the difference to the City upon request from the City. City
will not allow the Contractor to proceed to construction until any additional costs owed to the City
are paid by Developer.
(c) If during the design or construction of the Improvements, the estimated fees paid by Developer are
insufficient to pay for the construction costs incurred on the Project, Developer must pay the
shortage to the City before construction of the Improvements may continue.
(d) Upon completion of the construction of the Improvements, the City will reconcile the actual
construction costs for the Improvements with the estimated construction costs paid by Developer.
If the actual construction costs are more than the estimated payments made by the Developer, the
Developer must pay the difference to the City before the Improvements will be accepted by the
City. If the actual construction costs are less than the estimated payments made by the Developer,
the City will refund the difference to the Developer. The City shall not issue a certificate of
occupancy or final inspection for any building relating to the Improvements or final plat for the
Project until all fees owed to the City have been paid by Developer.
SECTION 4.
TERMINATION
If Developer terminates this Agreement before construction of the Improvements is completed
and accepted by the City, Developer agrees to vacate any final plats that have been filed with the county
where the Project is located, and City may suspend, refuse to issue, or refuse to final all building permits,
trade permits, and other permits that are associated with any buildings or other on -site improvements
being constructed as part of Developer's project. If Developer terminates this Agreement before
construction of the Improvements is completed and accepted by the City, Developer must execute a
community facilities agreement with the City to construct the Improvements.
SECTION 5.
CONNECTION OF PUBLIC AND PRIVATE INFRASTRUCTURE
Developer will not allow Developer's contractors to connect buildings to service lines of sewer and
water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines
have been completed to the satisfaction of the City. Developer will not allow Developer's contractors to
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 3 of 11
(Construction Phase Engineering)
Rev. 1/25
connect private infrastructure to paving and drainage constructed pursuant to this Agreement, if any, until
said paving and drainage have been completed to the satisfaction of the City.
SECTION 6.
UTILITIES
Developer shall be responsible for identifying, locating, and causing or paying for the installation
or adjustment of all utilities required to: (1) serve the Project; and (2) to construct the Improvements
required herein. City shall not be responsible for payment of any costs that may be incurred by Developer
in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed
pursuant to this Agreement.
SECTION 7.
CERTIFICATES OF APPROPRIATENESS
Developer shall be responsible for obtaining all Certificates of Appropriateness ("COA") for the
Project, if a COA is required for the Project. The City cannot allow the construction of the Improvements
to begin before all required COAs are obtained by Developer. If Developer chooses to proceed with the
design of the Improvements without a COA issued by the City, Developer understands that delays may
occur and the Engineer may be required to redesign the Improvements, which will be at Developer's sole
cost and expense.
SECTION 8.
EASEMENTS AND RIGHTS -OF -WAY
Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for
the construction and dedication to the City of the Improvements provided for by this Agreement. Developer
shall assist City, Engineer and Contractor, and pay all costs for obtaining rights of entry or temporary
construction easements necessary to construct the Project.
SECTION 9.
LIABILITY AND INDEMNIFICATION
(a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND
HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE ENGINEERING
PLANS AND SPECIFICATIONS.
(b) DEVELOPER COVENANTS AND AGREES TO, AND BY THESE PRESENTS DOES
HEREBY FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS
OFFICERS, AGENTS AND EMPLOYEES FROM ALL SUITS, ACTIONS OR CLAIMS OF
ANYCHARACTER, WHETHERREAL ORASSERTED, BROUGHTFOR OR ONACCOUNT
OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS, INCLUDING DEATH,
OR ANY LOST PROFITS SUFFERED BY DEVELOPER, OR DAMAGE TO ANY
PROPERTY, RESULTING FROM OR IN CONNECTION WITH THE CONSTRUCTION,
DESIGN, PERFORMANCE OR COMPLETION OF THE IMPROVEMENTS, OR ON
ACCOUNT OFANYACT, INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT
OF SAID DEVELOPER, ITS CONTRACTORS, SUB -CONTRACTORS, OFFICERS,
AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES, DEATH OR DAMAGES
ARE CAUSED, IN WHOLE OR INPART, BY THE ALLEGED NEGLIGENCE OF THE CITY
OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 4 of 11
(Construction Phase Engineering)
Rev. 1/25
SECTION 10.
NOTICES
All notices required or permitted under this Agreement may be given to a party by hand -
delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be
deemed to have been received when deposited in the United States mail so addressed with postage
prepaid:
CITY:
City of Fort Worth
Development Services Department
Attn: Small -Scale Infrastructure Program
100 Fort Worth Trail
Fort Worth, Texas 76102
With conies to:
City Attorney's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
and
City Manager's Office
City of Fort Worth
100 Fort Worth Trail
Fort Worth, Texas 76102
DEVELOPER:
307 W. Daggett Development, LLC
307 Galveston Ave
Fort Worth, TX 76104
Or to such other address one party may hereafter designate by notice in writing addressed and
mailed or delivered to the other party hereto.
SECTION 11.
RIGHT TO AUDIT
Developer agrees that, until the expiration of three (3) years after acceptance by the City of the
Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to
examine any directly pertinent books, documents, papers and records of the Developer involving
transactions relating to this Agreement. Developer agrees that the City shall have access during normal
working hours to all necessary Developer facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section. The City shall give
Developer reasonable advance notice of intended audits.
SECTION 12.
INDEPENDENT CONTRACTOR
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 5 of 11
(Construction Phase Engineering)
Rev. 1/25
It is expressly understood and agreed that Developer and its employees, representative, agents,
servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to
all rights and privileges and work performed under this Agreement, and not as agents, representatives or
employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement,
Developer shall have the exclusive right to control the details of its operations and activities and be solely
responsible for the acts and omissions of its employees, representatives, agents, servants, officers,
contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat
superior shall not apply as between the City and its officers, representatives, agents, servants and
employees, and Developer and its employees, representatives, agents, servants, officers, contractors,
subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the
creation of a partnership or joint enterprise between City and Developer. It is further understood that the
City shall in no way be considered a co -employer or a joint employer of Developer or any employees,
representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer.
Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be
entitled to any employment benefits from the City. Developer shall be responsible and liable for any and
all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents,
servants, officers, contractors, subcontractors, and volunteers.
The City, through its authorized representatives and employees, shall have the sole and exclusive
right to exercise jurisdiction and control over City employees.
SECTION 13.
APPLICABLE LAW; VENUE
This Agreement shall be construed under and in accordance with Texas law. Venue shall be in
the state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
SECTION 14.
NON -WAIVER
The failure of the City to insist upon the performance of any term or provision of this Agreement
or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent
of City's right to assert or rely on any such term or right on any fixture occasion.
SECTION 15.
GOVERNMENTAL POWERS AND IMMUNITIES
It is understood that by execution of this Agreement, the City does not waive or surrender
any of its governmental powers or immunities.
SECTION 16.
HEADINGS
The paragraph headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement.
SECTION 17.
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 6 of 11
(Construction Phase Engineering)
Rev. 1/25
SEVERABILITY
In the event that any clause or provision of this Agreement shall be held to be invalid by any
court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the
remaining provisions hereof.
SECTION 18.
REVIEW OF COUNSEL
City and Developer, and if they so choose, their attorneys, have had the opportunity to review
and comment on this document; therefore any rule of contract construction or interpretation that would
normally call for the document to be interpreted as against the drafting party shall not apply in
interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be
construed solely on the basis of the language contained therein, regardless of who authored such
language.
SECTION 19.
PROHIBITION ON BOYCOTTING ISRAEL
Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code,
the City is prohibited from entering into a contract with a company with 10 or more full-time employees
that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for
goods or services unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. To the extent that Chapter
2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer
certifies that Developer's signature provides written verification to the City that Developer: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of this Agreement.
SECTION 20.
PROHIBITION ON BOYCOTTING ENERGY COMPANIES
Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code the
City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more
that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time
employees unless the contract contains a written verification from the company that it: (1) does not boycott
energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent
that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement,
Developer certifies that Developer's signature provides written verification to the City that Developer: (1)
does not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement.
SECTION 21.
PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION
INDUSTRIES
Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code the City is prohibited from entering into a contract for goods or services that has a value
of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with
10 or more full-time employees unless the contract contains a written verification from the company that
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 7 of 11
(Construction Phase Engineering)
Rev. 1/25
it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and (2) will not discriminate during the term of the contract against a firearm
entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable
to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides
written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against
a firearm entity or firearm trade association during the term of this Agreement.
SECTION 22.
AMENDMENT
No amendment, modification, or alteration of the terms of this Agreement shall be binding unless
the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer.
SECTION 23.
ASSIGNMENT AND SUCCESSORS
Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this
Agreement without the prior written consent of City. Any attempted assignment or subcontract without the
City's prior written approval shall be void and constitute a breach of this Agreement.
SECTION 24.
NO THIRD -PARTY BENEFICIARIES
The provisions and conditions of this Agreement are solely for the benefit of the City and
Developer, and any lawful assign or successor of Developer, and are not intended to create any rights,
contractual or otherwise, to any other person or entity.
SECTION 25.
COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS
Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply
with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed
and understood that, if City calls to the attention of Developer any such violation on the part of Developer
or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately
desist from and correct such violation.
SECTION 26.
SIGNATURE AUTHORITY
The person signing this Agreement on behalf of Developer warrants that he or she has the legal
authority to execute this Agreement on behalf of the Developer, and that such binding authority has been
granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled
to rely on this warranty and representation in entering into this Agreement.
SECTION 27.
COUNTERPARTS
This Agreement may be executed in multiple counterparts, each of which will be deemed an
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 8 of 11
(Construction Phase Engineering)
Rev. 1/25
original, but which together will constitute one instrument.
SECTION 28.
ENTIRE AGREEMENT
This written instrument, together with any attachments, exhibits, and appendices, constitutes the
entire understanding between the City and Developer concerning the work to be performed hereunder, and
any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall
be void.
[Signatures on Following Page]
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 9 of 11
(Construction Phase Engineering)
Rev. 1/25
IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their
duly authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT WORTH
C>S�_�
Jesica McEachern
Assistant City Manager
Date: 07/17/2025
Recommended by:
Z_aA&11 Wa��
Dalton Harrell (Jul 14, 2025 09:38 CDT)
D.J. Harrell
Director
Development Services Department
Approved as to Form & Legality:
G��_G ��—
Richard A. McCracken
Sr. Assistant City Attorney
M&C No. N/A
Form 1295: N/A
Fn
ORTa➢C
ATTEST:Wo
�mn.nwr A ..L�a.Qnas acn4�oo5444
Jannette Goodall
City Secretary
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. E✓P(ly"yl JPoherf s
Evelyn Roberts (Jun 30, 202517:06 CDT)
Evelyn Roberts
Contract Service Administrator
DEVELOPER
307 W. Daggett Development,
LLC
� r�ceRr-sue
Stephen ears (Jun 30, 202516:08 CDT)
Name: Stephen Mears
Title: Managing Member
Date: 06/30/2025
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT
(Construction Phase Engineering)
Rev. 1/25
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 10 of 11
EXHIBIT "A"
TASK ORDERS
SMALL-SCALE INFRASTRUCTURE PROGRAM AGREEMENT Page 11 of 11
(Construction Phase Engineering)
Rev. 1/25
FORT WORTH
04/24/2025
Shield Engineering Group, PLLC
1600 W 7ch St, Suite 400
Fort Worth, TX 76102
Attention: Jean-Marie Alexander, PE
From:
Victor V. Tornero, Jr., PE
Senior Capital Projects Officer, Development Services
Subject: Notice to Proceed
Project Name: 307 W Dagget Development
Project Number: SSIP-24-0029 / CPN-106051
Engineering Agreement: CSC-61579
Task Order Number: Shield-01-SSIP-24-0029
This notification serves as your notice to proceed to begin Task Order Shield-01-SSIP-24-0029, for final design
and construction phase services for the above referenced project. The City accepts your proposal in an amount
not to exceed $0.00. This project includes design of street and pedestrian lighting in accordance with current
City Standards as described in the City of Fort Worth Transportation Engineering Manual. The allotted number
of days to complete the final design phase of this work is 27 calendar days. Any changes to scope or schedule
need to be submitted via RFI process with risk assessment for its approval by the project manager.
Consultant must submit schedule updates by 5ch of the month to the SSIP Team. Failure to do so would delay
processing of pending invoices. The anticipated start date for services is as identified in the Schedule. The
anticipated start date for construction phase services shall be determined after the Engineering Design Phase is
Complete, as the construction phase services are an estimate.
(Stephen Mears) ("Developer") has entered into a separate agreement with Shield Engineering Group, PLLC
("Shield") for the engineering design and construction phase services for this Agreement. Developer shall pay
all costs the engineering services directly to Engineer. Section 4 of City's agreement with Shield, City Secretary
Contract Number 61579, shall not apply to this Project.
Task Order Authorization:
d v. % IMT
Virfnr\I Tnrnnrn Ir P F ! 1
Victor V. Tornero, Jr. PE
Sr. Capital Project Officer
Development Services
SIi��
Ste T)
Stephen Mears
Managing Member
307 W Daggett Ave, LLC
lei-Mamie-14.Cexa d&r
Jean-Marie Alexander (May 2, 202511:35 CDT)
Jean-Marie Alexander, PE
COO
Shield Engineering
Attachments:
1. Attachment A — Scope Document
2. Attachment B — Fee Schedule / LOE
3. Attachment C -Project Schedule
FORT
ATTACHMENT "A"
Scope for Enciineerina Design Related Services for Arterial Improvements
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.
OBJECTIVE
WORK TO BE PERFORMED
Task 1.
Design Management
Task 2.
Conceptual Design (30%)
Task 3.
Preliminary Design (60%)
Task 4.
Final Design (100%)
Task 5.
Bid Phase Services
Task 6.
Construction Phase Services
Task 7.
ROW/Easement Services
Task 8.
Survey j4g-SeP4Ges
TasIF9.
Per-m+"
Task-40—Qaali
y-GentFWQaa14ty-Aca►;rcnae
City of Fort Worth, Texas Page 1 of 14
Attachment A
Revision Date: 04.28.2025
Page 1 of 14
FORT WORTH
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER's and CITY's time and resources. ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed, and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1. Managing the Team:
• Lead, manage and direct design team activities
• Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance
of the work.
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting:
• Attend a pre -design project kickoff/charter meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct review meetings with the CITY at the end of each design phase
• Conduct QC/QA reviews and document those activities.
• Prepare invoices, in accordance with Attachment B to this Standard Agreement
and submit monthly in the format requested by the CITY. Multi -month billing is
not allowed. Months in which no work is being invoiced shall require submission
of a $0.00 invoice.
• Prepare and submit baseline Project Schedule initially, and Project Schedule
updates with a schedule narrative monthly, as required in Attachment D to this
Standard Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as
defined in the City's Specification 00 31 15 entitled Engineer Project Schedule.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare
the design.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub -consultants shall carry readily visible
information identifying the name of the company and the company
representative.
ASSUMPTIONS
• One (1) pre -design project kickoff/chartering meeting
• At one (1) plan review meeting
• All submittals to the City shall be Quality checked prior to submission.
City of Fort Worth, Texas Page 2 of 14
Attachment A
Revision Date: 04.28.2025
Page 2 of 14
FORT WORTH
• Project design phase is anticipated to take one (1) month.
• Project construction phase is anticipated to take one (1) month.
DELIVERABLES
A. Meeting summaries with action items
B. QC/QA documentation
C. Baseline design schedule
D. Monthly invoices
E. Final Summary Payment Report Form
City of Fort Worth, Texas Page 3 of 14
Attachment A
Revision Date: 04.28.2025
Page 3 of 14
FORT WORTH
TASK 2. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule.
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual design of the infrastructure as follows.
2.1. Data Collection
In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing
conditions that may impact the project including; utilities, agencies (TxDOT and
railroads), City Master Plans, and property ownership as available from the Tax
Assessor's office.
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project.
2.2 The Conceptual Design Package shall include the following:
• Conceptual design package shall include a conceptual street and pedestrian
lighting plan to verify design readiness of the proposed project: including a review
of the developer provided basis of design documents and zoning and other
development criteria.
• Estimates of probable construction cost.
ASSUMPTIONS
• PDF files created from design CAD drawings will be uploaded to the designated
project folder in the City's document management system (Virtual Project
Manager).
• ENGINEER will not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A. Conceptual Design Package
City of Fort Worth, Texas Page 4 of 14
Attachment A
Revision Date: 04.28.2025
Page 4 of 14
FORT WORTH
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans shall be submitted to CITY per the approved Project Schedule.
3.1. The Preliminary Design Drawings shall include the following:
• Preliminary cover and index of sheets including project limits, area location map
and beginning and end station limits.
A Project Control Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:400. The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901, PK
Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the
East end of radius at the Southeast corner of North Side Drive and North Main
Street).
• Preliminary street and pedestrian lighting plans.
• Preliminary streetlight, pedestrian light, and all applicable utility details.
Estimates of probable construction cost (OPCC). This estimate shall use
standard CITY or TxDOT bid items, as applicable.
3.2. Utility Coordination
• The ENGINEER will coordinate with the public utility provider for the
establishment of new utility service and meter installation for the proposed street
lighting improvements.
ASSUMPTIONS
• One PDF sets of 22"x34" size plans will be delivered for the 60% design for
review coordination.
• One (1) set of preliminary project quantity tables utilizing City of Fort Worth
Standard Bid Items for use in unit price contract task order preparation, as well
as draft copies of special item specifications
• The following shall be uploaded to the designated project folder in the City's
document management system (Virtual Project Manager):
■ All other submitted documents and checklists
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings including QC/QA documentation
B. Opinion of probable construction cost (OPCC)
City of Fort Worth, Texas Page 5 of 14
Attachment A
Revision Date: 04.28.2025
Page 5 of 14
FORT WORTH
TASK 4.
A. FINAL DESIGN and CONSTRUCTION DOCUMENTS (100 PERCENT).
• Following a 60% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped, dated, and signed by the ENGINEER registered in State of
Texas.
• A Quantity Summary page will be included in 100% design plans. Each design sheet of
the plans shall also include a quantity take off table.
• The ENGINEER shall submit an estimate of probable construction cost (OPCC) with the
100% design packages. This estimate shall use standard CITY bid items, as applicable.
ASSUMPTIONS
• Three (3) sets of 22"x34" size drawings and one (1) set of 11 "x17" size drawings will be
delivered for the 100% Design package.
• One (1) sets of final Project Quantity tables utilizing City of Fort Worth Standard Bid
Items for use in unit price contract task order preparation.
• A PDF created from design CAD drawings and CAD files will be uploaded to the project
folder in City's document management system (Virtual Project Manager).
DELIVERABLES
A. 100% construction plans and Project Manual including QC/QA documentation.
B. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's or TxDOT's standard bid items and format, as applicable
C. Cover sheet in PDF format for the signatures of authorized CITY officials.
City of Fort Worth, Texas Page 6 of 14
Attachment A
Revision Date: 04.28.2025
Page 6 of 14
FORT WORTH
TASK 5. BID PHASE SERVICES.
• Not Applicable.
City of Fort Worth, Texas Page 7 of 14
Attachment A
Revision Date: 04.28.2025
Page 7 of 14
FORT WORTH
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
6.1. Construction Support
• The ENGINEER shall attend the pre -construction conference.
• The ENGINEER shall conduct periodic site visits as needed during the duration of
construction. The ENGINEER will prepare or collaborate with the CITY PM on a
Construction Progress Report using the CITY's standard format and upload in the
City's document management system (Virtual Project Manager).
The ENGINEER shall review shop drawings, samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction. 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 shop
drawings, samples and other submittals in the City's document management
system (Virtual Project Manager).
• As requested by the CITY, the Engineer shall provide the necessary
interpretations and clarifications of contract documents, respond to Request for
Information (RFI) from the contractor, review change orders, and make
recommendations as to the acceptability of the work. The ENGINEER will meet
with the Project Delivery Team and Contractor on -site to review any field changes.
• ENGINEER shall review material substitution requests, issue a recommendation
and incorporate approved substitutions into the Record Drawings.
• The ENGINEER shall provide the necessary contractor coordination and
construction staking services as required to facilitate the successful installation of
the proposed infrastructure improvements in accordance with CITY Specification
Section 01 71 23.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, respond to Request for Information (RFI)
from the contractor, review change orders, and make recommendations as to the
acceptability of the work. The ENGINEER will meet with the Project Delivery
Team and Contractor on -site to review any field changes.
• The ENGINEER will coordinate with other TPW divisions and other departments
as necessary.
• The ENGINEER shall attend the "Final" project walk through and assist with
preparation of final punch list.
6.2 Record Drawings
City of Fort Worth, Texas Page 8 of 14
Attachment A
Revision Date: 04.28.2025
Page 8 of 14
FORT WORTH
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction.
Information provided by the CITY may include, but is not limited to the following:
o As -Built Survey provided by the contractor, which includes vertical and
horizontal coordinates of all water, sewer and storm drain assets, and in
accordance with the Construction (As -Built) Survey Specification.
ENGINEER shall verify accuracy of the data provided by contractor and
conformance with requirements.
o Red -Line Markups from the Contractor
o Red -Line Markups from City Inspector
o Copies of Approved Change Orders
o Approved Substitutions
The ENGINEER shall modify the Final Drawings electronically and shall place a
stamp on the plans indicating that they represent Record Drawings of the project
as constructed. The stamp shall be signed and dated by the ENGINEER and
shall be placed on each plan sheet, whether there are any revisions on the sheet
or not. Each sheet shall clearly indicate all changes which apply to that sheet by
clouding and numbering, or other suitable means.
• The following disclaimer shall be included with the Record Drawing stamp:
These Record Drawings were prepared using information
provided by others and represent the as constructed
conditions to the extent that documented changes were
provided for recording. The ENGINEER assumes no liability
for undocumented changes and certifies only that the
documented changes are accurately depicted on these
drawings.
The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or
higher). The set must include the cover sheet bearing City official signatures.
The ENGINEER may keep copies of the information provided by the CITY for
their files, but all original red -lined drawings shall be returned to the CITY with
the digital files.
• There shall be one (1) PDF file and one (1) CAD file for the TPW plan set and a
separate PDF and CAD file for the Water plan set, if required. Each PDF file
shall contain all associated sheets of the particular plan set. Sinaular PDF files
for each sheet of a plan set will not be accepted. PDF 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
City of Fort Worth, Texas Page 9 of 14
Attachment A
Revision Date: 04.28.2025
Page 9 of 14
FORT WORTH
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 files shall be uploaded to the project's Record Drawing folder in the City's
document management system (Virtual Project Manager).
For information on the proper manner to submit Record Drawing files and to obtain
a file number for the project, the ENGINEER should coordinate with the City
project manager. 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
• One (1) site visits are assumed.
• Two (2) submittal reviews are assumed.
• One (1) RFI's are assumed.
• One (1) Change Orders are assumed.
DELIVERABLES
A. Response to Contractor's Request for Information
B. Review of Change Orders
C. Review of shop drawings
D. Final Punch List Items
E. Record Drawings in electronic format
City of Fort Worth, Texas Page 10 of 14
Attachment A
Revision Date: 04.28.2025
Page 10 of 14
FORT WORTH
TASK 7. ROW/EASEMENT SERVICES.
7.1. Right -of -Way Research
• The ENGINEER shall determine rights -of -way and easement needs for
construction of the project. Required temporary and permanent easements will
be identified based on available information and recommendations will be made
for approval by the CITY.
ASSUMPTIONS
Right -of -Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the proiect and available on -around property information (i.e. iron
rods, fences, stakes, etc.). It does not include effort for chain of title research,
parent track research, additional research for easements not included in the TAD
records, right-of-way takings, easement vacations and abandonments, right-of-
way vacations, and street closures.
DELIVERABLES
A. ROW and Easement parcel map
City of Fort Worth, Texas Page 11 of 14
Attachment A
Revision Date: 04.28.2025
Page 11 of 14
FORT WORTH
TASK 8. SURVEY
ENGINEER will provide survey support as follows.
8.1. Design Survey
ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations,
location of buried utilities, structures, trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys. Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
• Right -of -Way research includes review of property/right-of-way records based on
current internet based Tarrant Appraisal District (TAD) information available at
the start of the r)roiect and tied to available on -ground property information (i.e.
iron rods, fences, stakes, etc.).
• The minimum survey information to be provided on the plans shall include the
following:
— A Project Control Sheet, showing ALL Control Points, used or set while
gathering data. Generally on a scale of not less than 1:400:
— The following information about each Control Point;
a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
— Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
— No less than two horizontal bench marks, per line or location.
— Bearings given on all proposed centerlines, or baselines.
— Station equations relating utilities to paving, when appropriate.
ASSUMPTIONS
1. Prior to design, to supplement the design survey
2. Prior to construction, at critical locations, to confirm franchise utility conflict has
been in fact cleared.
City of Fort Worth, Texas Page 12 of 14
Attachment A
Revision Date: 04.28.2025
Page 12 of 14
FORT WORTH
DELIVERABLES
A. Drawing of the project layout with dimensions and coordinate list.
B. Construction Staking
City of Fort Worth, Texas Page 13 of 14
Attachment A
Revision Date: 04.28.2025
Page 13 of 14
FORT WORTH
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existina Scope of Services — CITY and
ENGINEER agree that the following services are beyond the Scope of Services described in
the tasks above. However, ENGINEER can provide these services, if needed, upon the
CITY's written request. Any additional amounts paid to the ENGINEER as a result of any
material change to the Scope of the Project shall be agreed upon in writing by both parties
before the services are performed. These additional services include the following:
• Negotiation of easements or property acquisition, unless included as part of Section 7.
• Bid Phase Services
• Subsurface Utility Engineering and Utility relocation and Clearance Services
• Geotechnical investigations and reports
• Services of special consultants beyond those listed above
• Public Meetings
• Additional engineering & survey services beyond those services listed above
• Additional studies and reports beyond those services listed above
• Permitting applications
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Services related to site and construction inspection
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services to support, prepare, document, bring, defend, or assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project as
requested by the CITY.
City of Fort Worth, Texas Page 14 of 14
Attachment A
Revision Date: 04.28.2025
Page 14 of 14
Professional Services Invoice Project Manager: Summary
Project: 1106051
SSIP-24-0029
City Project #: 1
City Sec Number: 161579
Company Name: (shield Engineering Group, PLLC
Supplier's PM: Jean-Marie Alexander
Supplier Invoice #:
Payment Request #:
Service Date:From
Service Date:To
Invoice Date:
Supplier Instructions:
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
I email: Jeanmarie.Alexanderla)shield-enain4
Office Address 1600 W 7th Street, Suite 400, Fort Worth, TX 76102
Telephone: 1817.810.06 g6
Fax: I li
I Remit Address:IP.o. Box 470636, Fort Worth, TX 76147
Sheet FID and Work Type Description
Work Type 1
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Invoice
Agreement LTD
Agreement Amendment Amount to Completed
Amount Amount Date Amount
Overall Percentage Spent:
Percent ($) Invoiced Current Remaining
Spent Previously Invoice Balance
Level of Effort Spreadsheet
TASKMOUR BREAKDOWN
Water Department Design Services for
SSIP-24-0029
City Project No. 106051
Labor lHoura)
Task Descripllon Protect
Tssk No. Princlpal Manager ER II En Designer CAD Senior RPLS RPLS SIT Survey Tech Survey Crew Flagger Atlmin
Ratf f300 f255 f180 f145 f150 E135 8255 $200 E150 $120 E185 $100 $100
Total Labor Cost
I
11111
Rapratluclien
TotaIDE Sense
Task Sub Total
%Complete
Rgutlgetg
1.0Ma ment 0 4 4 0 0 0 D 0 0 0 0 0 0
1.1
1.1.2 6AIOC t t
1.2 Famnunira0ons antl R1�f
1.2.1 Pre-Desi CooMire n' Mene�ros
1.22 Desion SmiOal Renew M�+e f ss 'I me pljsl 1 t
1.2.4 Prerare MontM1ly Pro�less Rerr��lts (assumes i monthil 1 1
1.3 IStake olders Coortlina0on 8 M f�
1.3.1 Utikry COordlna0on80[M1er Slak older Coordination 1 1
E
f
f
S
$
$
E
$
$
$
b
$
$
2.0 gf�al Desiun(30-Percent) 0
2.1 �ata�coileclion
z.6 Conceptual Dmi nPaaka a Includes Corrce MS-11 ht La u[
0
0
0
0
0
0
0 0 0 0
0
0
$
E
$
$
$ - I
$
$ -
$ -
$
$
3.0 liminar'(Deci 160 Percentl a 1 o 1 0 1a 0 0 0 0 0 0 0 0 0
3.1 rekmm�(�vvD sail}rD awi gs
3.t.t CoverBGenerlNotes n
3.1.2 verell Sheet
3.1.3 eleils (StreetlllIlIht 8 Erosion)
3.2 1�j(�CooNinallon
3.4 Estimate
$
$
$
$
I
I
I
$
$
$
$ -
$ -
$
$
$
0.�inal De q 0
4.1 I Dra1190%7 Construction Plans
4.2inal (100%) Plans
4.3 DAQC (90 % & 100%)
4.5 Construction Estimates 90%end 100%
5
18
0
0
0
0
0
0
0
0
0
0
f
$
$
$
$ - I
$ - I
I
$
1
1
2
1
4
6
4
4
$ -
$ -
$ -
$ -
$
$
$
5.0 tl Phase 0
5.1 id Suppod
0
0
0
a
0
0
0
0
0
0
0
0
E
S
S
$
$
E
$
6.0 onstroctton Phase Services 0 19 16 0 0 0 0 0 0 0 0 0 0
6.1 Conshuc0on Suq((��ort
fi.1.1 Attend Precons�tuction Conlererrce 2 2
6.1.2 Project Site Visits mes 1 mo of constr) 3 3
Drawlnr� etcl 2 2
6.1.3 Submittal Revkws�MalerlaL S.I.
6.1A yesttor lnformet.nl Chanoe OMar Renew 2 3
6.1.5 Walkth—h 2 2
6.2 �2ecoM Drawings 2 4
$
$
S
S
$ - I
$ I
8 - I
$ - I
$ - I
I
$
$ -
$
$ -
$
$ -
8 -
$ -
$ -
$ -
$ -
$ -
$
$
7.0 rtOWlEasement Services 0
7.1 �3 m-oLf-Wa Research
0
0
0
0
0
0
0
0
0
0
0
0
$
$
$
$
$
$
$
O�esen Sg rveE 0
8.1
0
0
0
0
0
0
0
0
0
0
0
0
E
$
$
$
$
$
$
9.0 RinR 0
0
0
0
0
0
0
0
0
0
0
a
0
$
$
S
E
$
$
$
10.0 Mditional city Di—d Services
Totals a
$
$
E
n
aE
o
0
o
a
a
o
0
0
0
0
E
$
s
Total Hours Pmlect Summary fi0
Total Labor $ -
TotalEaptpense $ -
MtlFJSBESubwnsu0ant $ -
Non-MBEISBE Subwnsu0ant $ -
lo%%�` FySO M.,kkouh $ -
M'IfolalGroio�cVLos1 $
City d Fort Worth. Texas
Attachment B - Level d Eff OSupplement
PMO Otrlclal Release Date: 809.2012
Mil
SSIP-24-0026
ID
Task Name
Duration
Start
Finish Predecessors
Qtr 2, 2025
Qtr 3, 2025
Apr
May Jun Jul
1
SSIP24-0029
66 days
Fri 4/11/25
Fri 7/11/25
2
Design
27 days
Fri 4/11/25
Mon 5/19/25
,
3
Construction Plans
27 days
Fri 4/11/25
Mon 5/19/25
,
4
Final Design
27 days
Fri 4/11/25
Mon 5/19/25
,
5
6
Prepare Final Plans and OPC
Final Plans and OPC Submittal
5 days
0 days
Fri 4/11/25
Thu 4/17/25
Thu 4/17/25
Thu 4/17/25 5
�F
♦14/17
7
Final Plan Review and Approval
21 days
day
Fri 4/18/25
Fri 5/16/25 6
L
8
Final Design Complete
1
Mon 5/19/25
Mon 5/19/25 7
1
9
Construction
28 days
Wed 6/4/25
Fri 7/11/25 8
10
Contractor Task Order
8 days
Wed 6/4/25
Fri 6/13/25 8
11
Contractor Task Order Development
5 days
Wed 6/4/25
ITue 6/10/25
12
Contract Execution
3 days
Wed 6/11/25
Fri 6/13/25 11
13
Construction (Estimated)
20 days
Fri 6/13/25
Fri 7/11/25 12
14
Notice to Proceed
0 days
Fri 6/13/25
Fri 6/13/25
6/13
15
Construction
15 days
Mon 6/16/25
Fri 7/4/25 14
16
Utility Service Establishment
5 days
Mon 6/16/25
Fri 6/20/25 14
17
Final Walkthrough
1 day
Mon 7/7/25
Mon 7/7/25 15
18
Closeout (Record Drawing Preparation)
2 days
Tue 7/8/25
Wed 7/9/25 17
19
Acceptance
2 days
Thu 7/10/25
Fri 7/11/25 18
Task
Project Summary
Manual Task
Start -only 0_
Deadline
Project:
SSIP24-0029 Split . . . . . . . . . . . . . .
Inactive Task
I Duration -only IW
[ Finish -only ]
Progress
Date: Thu 4/17/25 Milestone ♦
Inactive Milestone
Manual Summary Rollup
External Tasks
Manual Progress
Summary , ,
Inactive Summary
0
Manual Summary ,
, External Milestone
Page 1
Shield Engineering Group
brian.avirett@shield-engineering.com