Loading...
HomeMy WebLinkAbout064448 - Construction-Related - Contract - Lockwood Andrews & Newnam, Inc.CSC No. 64448 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("Agreement") is between the City of Fort Worth, a Texas home-rule municipality ("City"), and Lockwood, Andrews & Newnam, Inc., authorized to do business in Texas ("Consultant"), for a project generally described as: Staff Extension Services for Right­ of-Way Management Ordinance Development ("Project") -Project No.106498. Article I Scope of Services (1)Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Attachment "A" ("Services"). These Services shall be performed in connection with the Project. (2)Additional services, if any, will be memorialized by an amendment to this Agreement. (3)All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated an amount up to $281,700.00 ("Contract Amount") in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Consultant shall provide monthly invoices to City. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Consultant of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article Ill Term Time is of the essence. The term of this Agreement shall commence on the Effective Date and shall continue until the expiration of the funds or completion of the subject matter pursuant to City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 1 of 9 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ROW Management Ordinance Development 106498 the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFY AND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXP/RAT/ON OF THIS AGREEMENT. City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 2 of 9 ROW Management Ordinance Development 106498 Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article VIII Force Majeure City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1)City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2)Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3)If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Exhibit "B". Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to Agreement. Consultant agrees that City shall have access during normal City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 3 of 9 ROW Management Ordinance Development 106498 working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2)Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any subcontractor reasonable advance notice of intended audit. (3)Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its subcontractor(s). Article XIII Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (l-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSUL TANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENAL TIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSUL TANT, CONSULTANT'S EMPLOYEES, City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 4 of 9 ROW Management Ordinance Development 106498 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XIV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas -Fort Worth Division. Agreement shall be construed in accordance with the laws of the State of Texas. Article XV Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Article XVI Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 5 of 9 ROW Management Ordinance Development 106498 City of Fort Worth Attn: Michael Owen, PE -City Engineer Transportation and Public Works 100 Fort Worth Trail Fort Worth, Texas 76102 Consultant: Lockwood, Andrews & Newnam, Inc. Attn: Justin C. Reeves, PE, LEED AP -VP 1300 Summit Ave., Ste 300 Fort Worth, TX 76102 All other notices may be provided as described above or via electronic means. Article XVIII Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company 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. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 6 of 9 ROW Management Ordinance Development 106498 Article XIX Prohibition on Boycotting Energy Companies Consultant 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, which will 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. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Article XX Prohibition on Discrimination Against Firearm and Ammunition Industries Consultant 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 which will 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 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. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (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. Article XXI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of Agreement. City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: August 18, 2025 Page 7 of 9 ROW Management Ordinance Development 106498 Article XXI Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Changes to Agreement Attachment D - Project Schedule Attachment F — Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH 00* Jesica McEachern Assistant City Manager Daw, 12/11/2025 nqq ATTEST: °° O yOdd Jannette Goodall City Secretary Secretary °gnnEaa�'o�' APPROVAL RECOMMENDED: BV: La w Neur(Dee�M 09:4058 M) Lauren Prieur Director, Transportation Public Works BY: CONSULTANT Lockwood, An s & Newnam Justin eves, PE Vice P esident Date: —November 5, 2025 City d rat Weft, Teaw OFFICIALRECORD ROW Managemed Ordnance Development 8tauiad Ag t for Pmfmimel Sery I0G498 RWA Dam: Aueuet te, mz9 CITY SECRETARY Page a d 9 FT. WORTH, TX APPROVED AS TO FORM AND LEGALITY M&C No.: 25-1038 Bv, Douglas Black (Dec �8,2202513:08:21CST) M&CDate: 11/11/25 Douglas W Black Sr. Assistant City Attorney 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. Michael Owen, PE City Engineer Cgy d Fo Mb ,Teem ROW Ma nagement Ordina nce Development Slandad Ag ent fix Rofineiu lSeMcm 10619a Re w 'Isle August 18,025 Page 9 d 9 ATTACHMENT "A" Scope for LAN Staff Extension Services for ROW Management Ordinance Development The scope set forth herein defines the work to be performed by the CONSULTANT in completing the project. Both the CITY and CONSUL TANT have attempted to clearly define the work to be performed and address the needs of the Project. OBJECT IVE The objective of this contract is to provide staff extension services for the development of a Right-of-Way (ROW) Management Ordinance for the City of Fort Worth. WORK TO BE PERFORMED Task 1. Project Management Task 2. Research ROW Ordinances Task 3. Develop DRAFT Ordinance Content/Revisions to City Code BASIC ASSUMPTIONS •This scope assumes these services will be required by the City for approximately 4 months at approximately an aggregate of 70 hours per week for the team. •The City will make available needed information in a timely manner. •The City will manage key stakeholder coordination. The Task effort and deliverables outlined under the Scope are subject to change based on City needs and processes. The effort and deliverables are not limited to the items listed for each Task. Task 1 -Project Management Description of Work: •Manage consultant team •Develop and maintain the scope and schedule for the ROW Management initiative (Initiative) •Schedule meetings with internal and external stakeholders •Prepare and maintain associated documentation in City's Project Management Information System (e-Builder/TUC) •Prepare invoices for their services, in accordance with Attachment B and submit monthly in the format requested by the CITY. Deliverables: •Scope and schedule for Initiative •Monthly invoices Page 1 of 3 Task 2 -Research ROW Ordinances Description of Work: •Perform internet search to find ROW Management Ordinances for other municipalities specifically City of Lubbock, City of Austin and City of Dallas. •Collect data and potential content reviewed against current City of Fort Worth Code of Ordinances. Deliverables: •DRAFT report on findings and evaluations of ordinances. •FINAL report on findings and evaluation of ordinances Task 3 -Develop Ordinance Content/Revisions to City Code Description of Work: •Identify content to include in City of Fort Worth, ROW Management Ordinance to include, but not limited to the following: o Definitions o Overview o Enforcement ■ Citations -fee escalation ■ Debarment List ■ Limit work to single street ■ Limit number of permits o Registration requirements o Required permits ■ Permit information ■ Permit application ■ Permit denials ■ Potential permit fee increase(s) o Requirements for emergency work o Insurance/bonding requirements o Non-permitted work and consequences o Coordination requirements with City and stakeholders o Revocation or suspension of registration/permit o Permits/construction in Downtown •Develop revisions to City Code Deliverables: •DRAFT ordinance content list/revisions to City Code Page 2 of 3 Task 4 -Stakeholder Engagement •Will be managed by City of Fort Worth Task 5 -Close Project •Not included in this scope Page 3 of 3 I.Compensation ATTACHMENT B COMPENSATION Design Services for LAN Staff Extension Services Time and Materials with Rate Schedule Project A The ENGINEER shall be compensated in an hourly amount not-to-exceed $281,720 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i.Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Fee is based on 1, 132 hours. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2025 Rate ($/hour) Project Director 470 Sr. Program Manger 400 Program Manager 320 ROW Support 205 Administrative 135 ii.Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, 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.Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). 8-1 ATTACHMENT B COMPENSATION iv.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. Ill. Progress Reports A The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. B-2 IV.Summary of Total Project Fees AT T ACHMENT B COMPENSATION Firm Primary Responsibility Prime Consultant Lockwood, Andrews & Project Management Services Newnam, Inc. Proposed Sub-Consultants TOTAL Project Number & Name Total Fee $ 281,720 $ Fee Amount % $281,720 100% $ 281,720 100% Sub Fee 0 8-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) 8-4 Professional Services Invoice Project Manager: Michael Owen Project: ROW Mana ement Ordinance Develo ment City Project#: _1_0_64_9_8 _____ _ City Sec Number: Supplier Instructions: Summary Company Name: !Lockwood, Andrews and Newnam, Inc. 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. Supplier's PM: Jonalyn Janey email: JNJaney@LAN-INC.com Supplier Invoice #: Payment Request#: Service Date:From Service Date:To Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 WorkType4 Work Type 5 Work Type 6 Office Address 1300 Summit Ave. Ste 300 Fort Worth, TX 76102 Telephone: 469-357-4238 Fax: 214-526-4433 Remit Address: PO Box 675025 Dallas, TX 75267-5025 Agreement Agreement Amendment Amount to FID and Work Type Description Amount Amount Date Consuttant Services 30100-0200431-5330500-106498 $281,700.00 $281,700.0C Totals This Invoice $281 700.00 $281 700.00 LTD Completed Amount Overall Percentage Spent: Percent ($) Invoiced Spent Previously Current Remaining Invoice Balance $281,700.0C $281 700.00 Professional Services Invoice Project Manager. Michael Owen Project: ROW Management Ordinance Development City Project#: ,;1.=0-=-64-'-9'-'B.,........,..,.-�------, Work Type Desc: nt ervices Supplier lnstructions: FID: City Sec Number: �-----------� Fill in green cells including Percent Complete and Invoiced Previously Quanitias Purchase Order: ,_ ___________ _. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. Name: Lock'lll'Ood, Andrews and Newnam, Inc. Supplier's PM: Jonalyn Janey Supplier Invoice #: Jonalyn Janey Payment Request#: Service Date:From Service Date:To Invoice Date: Pay Items Description email: JNJaney@LAN-INC.com Office Address 1300 Summit Ave. Ste 300 Fort Worth, TX 76102 Telephone: 469-357-4238 Fax: 214-526-4433 Remit Address PO Box 675025 Dallas, TX 75267-5025 Agreement Amendment Amendment Amount Number Amount Consultant Services $281 700.00 Totals This Unit: m1.ZQQ.Ql! Agreement LTD Amount to Completed Date Amount $281 700.00 m1.ZQQ.Ql! Overall Percentage Spent: Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance $281 700.0( m1.ZQQ.Ql! ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for LAN Staff Extension Services NOT APPLICABLE (NO CHANGES TO STANDARD AGREEMENT FOR PROFESSIONAL SERVICES) City of Fort Worth, Texas Attachment C LAN Staff Extension Services PMO Release Date: 05. 1 s.201 o Page 1 of 1 ATTACHMENT "D" PROJECT SCHEDULE ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement. EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREM ENT S (1)INSURANCE LIMITS a.Commercial General Liability -Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. i.City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in writing. ii.Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b.Business Auto -Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of lnsured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non-owned autos is acceptable. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Rev. 5.04.21 Page 1 of 3 c.Workers' Compensation -Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: Coverage B: statutory limits $100,000 each accident $500,000 disease -policy limit $100,000 disease -each employee Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d.Professional Liability (Errors & Omissions) -Insured shall maintain professional liability insurance as follows: $1,000,000 -Each Claim Limit $2,000,000 -Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims-made basis, and maintained for the duration of th e contractual agreement and for five (5) years follovving completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2)GENERAL INSURANCE REQUIREMENTS a.Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent vvith its exe cution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b.Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed vvith a waiver of subrogation in favor of City vvith respect to the Project. c.Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. lnsured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or CFW Standard Insurance Requirements Rev. 5.04.21 Page2of3 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. lnsured's liability shall not be limited to the specified amounts of insurance required herein. d.Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e.A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. A ten (10) days' notice shall be acceptable in the event of non-payment of premium. f.Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division . g.Any deductible or self-insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first-dollar basis. City, at its sole discretion, may consent to alternative coverage maintaine d through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h.In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any know, loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i.City shall be entitled, upon its request and without incurring expens e, to review lnsured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j.Lines of coverage, other than Professional Liability, undervvritten on a claims­ made basis, shall contain a retroactive date coincident with or prior to the date of this Agreement. The certificate of insurance shall state bo th the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m.Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Rev. 5.04.21 Page3of3 City of Fort Worth, Texas Mayor and Council Communication DATE: 11/11/25 M&C FILE NUMBER: M&C 25-1038 LOG NAME: 2020TPW ROW MGMT ORDINANCE DEVELOPMENT PROFESSIONAL SERVICES SUBJECT (ALL) Authorize Execution of a Professional Services Agreement with Lockwood, Andrews & Newnam, Inc., in the Amount of $281,720.00 for the Development of a Right-of-Way Management Ordinance, Adopt Appropriation Ordinance and Amend the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of a professional services agreement with Lockwood, Andrews & Newnam, Inc., in the amount of $281,720.00 for the development of a Right-of-Way Management Ordinance project (City Project No. 106498); 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General Capital Projects Fund, in the amount of $300,000.00, from Transfer from General proceeds within Unspecified-All Funds project (City Project No. UNSPEC), for the purpose of funding the Right-of-Way Management Ordinance Development project (City Project No. 106498); and 3.Amend the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize execution of a professional services agreement with Lockwood, Andrews & Newnam, Inc., in the amount of $281,720.00 for the development of a Right-of-Way Management Ordinance (City Project No. 106498). The Transportation & Public Works (TPW) Department is leading a multi-departmental effort to develop and implement a comprehensive Right-of­ Way (ROW) Management Ordinance for the City of Fort Worth to consolidate City Code sections into one location and to improve the City's ability to manage work performed in the City's ROW by evaluating and improving permitting, construction insurance and bonding, and enforcement requirements. The project includes staff extension services for the development of a comprehensive Right-of-Way Management Ordinance, including project management, research and reporting regarding similar ordinances for other municipalities, and development of draft ordinance content language and required revisions of City Code. City Staff will perform stakeholder engagement and finalize and process the final ordinance. In September 2023, TPW accepted Statements of Qualifications for the supplemental to the 2020 Request for Qualifications (RFQ) for various consulting services. A pool of five (5) firms were prequalified for staff augmentation. TPW selected Lockwood, Andrews & Newnam, Inc., as the most qualified consultant to provide the professional services for this project. Funding for this project was not included in the Fiscal Years 2026-2030 Capital Improvement Program due to the scope of this work effort not being completed in time to be incorporated into the Capital Improvement Program at the time of adoption. The action in the M&C will amend the Fiscal Years 2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. Funding is available in the Transfer from General proceeds within Unspecified-All Funds project (City Project No. UNSPEC) within the General Capital Projects Fund for the Right-of-Way Management Ordinance project (City Project No. 106498). This project will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the ROW Management Ordinance Dev project to support the approval of the above recommendations and execution of the agreement. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Jesica McEachem 5804 Originating Business Unit Head: Additional Information Contact: Lauren Prieur 6035 Martin Phillips 7861 Michael Owen 8079 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2,3.5. and! 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and Me city, state and country of Me business entity's place Certificate Number. of business. 2025-1373503 Lockwood, Andrews & Newrtam, Inc. Houston, TX United States Date Filed: 2 Name ct govemmeMal entity or state agency that a a Parry to the contract far which me room a +0/07/2025 being filed. City of Fart Worth DateAcknowledged: 3 Provide the identification number used by the governmental entity or state agency to track as identify the cantract, and provide a description of Me services, goods, or other property to be Provided under the coMrecL FTW 10072025 FTW Staff 6derteion Services for ROW Management Ordinance Development 4 Name of Interested Parry Daly, III, Leo A. Beres, Edward G. Gilbreath, Stephen A. Hennick, BreUey Armsorong, Robert Faulds, Michael 5 Checkany if Mere is NOIMerested Parry. ❑ Nature of interest City, State, Country Place of business) (c ack a cabla) Controlling ntemediary Washington, DC United States X Houston, TX United States X Houston, TX United States X Toronto Ontario Canada X Toronto Ontario Canada X Taranto Ontario Canada X My name is and my date of birth is A1111111W--, My address isAIIIIE�>_, USA (CiM (sane) kipwde) (murky) . I declare untler penalty M perjury that the foregoing is true and mnect. Drecuted in Tarrant rourry,: Forms provided by Taxers Ethics Commission www.ethic Attachment Code. D617903 Cerfificate m. 22727146 CNA CNA PARAMOUNT Additional Insured - Owners, Lessees Or Contractors - Scheduled Person Or Organization This endorsement modifies insurance Provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION YOU ARE REQUIRED TO ADD AS AN ADDITIONAL UNDER A WRITTEN CONTRACT, WRITTEN AGREEMENT OR PERMIT CG 20 10 12 19 Page 2 of 2 The Continental Insurance Co. Insured Name: LOCKWOOD, ANDREWS h NEWNAM, INC. CaPYrlgat Insunance SaMces Mce, Inc., 2019 Policy No: 7094841932 Endorsement No: 33 Effective Date 01/01/2025 Attachment Code: D617903 Certificate ID: 22727146 CNA CNA PARAMOUNT Additional Insured -Owners, Lessees Or Contractors - Scheduled Person Or Organization Location(s) of Covered Operations: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section Ill - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 10 12 19 Page 2 of 2 The Continental Insurance Co. Insured Name: LOCKWOOD, ANDREWS & NEWNAM, INC. Copyright Insurance Services Office, Inc., 2018 Policy No: 7094841932 Endorsement No: 33 Effective Date: 01/01/2025 Attschment Code. D617903 Cer ificaW ID. 22727146 CNA CNA PARAMOUNT Additional Insured - Owners, Lessees Or Contractors - Completed Operations This endorsement modifies insurance Provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION YOU ARE REQUIRED TO ADD AS AN ADDITIONAL UNDER A WRITTEN CONTRACT, WRITTEN AGREEMENT OR PERMIT CG 20 37 12 19 Page 1 of 2 The Continental Insurance Co. Insured Name: LOCKWOOD, ANDREWS & NEWNAM, INC. GiM9MGeuanB 5g,ffi oF�. Nc. 21118 Policy No: 7094 1932 Endorsement No: 50 Effective Date: 01/01/2025 Attachment Code: D617903 Certificate ID: 22727146 CNA CNA PARAMOUNT Additional Insured -Owners, Lessees Or Contractors­ Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section Ill - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 371219 Page 2 of 2 The Continental Insurance Co. Insured Name: LOCKWOOD, ANDREWS & NEWNAM, INC. Copyright Insurance Services Office, Inc., 2018 Policy No: 7094841932 Endorsement No: 50 Effective Date: 01/01/2025 Attachment Code: D617905 Certificate ID: 22727146 POLICY NUMBER: 7094841932 COMMERCIAL GENERAL LIABILITY CG 24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. Page 1of 1 CG 24041219 Attachment Code: D663406 Certificate ID: 22727146 POLICY NUMBER: BUA 7094841929 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are 'insureds' for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form, This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS & NEWNAM, INC. Endorsement Effective Date: 01/01/2025 SCHEDULE Name Of Person(s) Or Organization(s): Each person or organization shown in the Schedule is an "insured' for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured provision contained in Paragraph Ai. of Section II -Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I -Covered Autos Coverages of the Auto Dealers Coverage Form. CA20 4810 13 Attachment Code: D617946 Certificate ID: 22727146 POLICY NUMBER: BUA 7094841929 COMMERCIAL AUTO CA04 441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS & NEWNAM, INC. 3700 W. SAM HOUSTON, PKWY SOUTH SUITE 400 HOUSTON, TX 77042 Endorsement Effective Date: 1/1/2025 SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA04 441013 Page 1 of 1 POLICY NUMBER: Miscellaneous Attachment: M504158 Certificate ID: 22727146 CNA PARAMOUNT Changes -Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY -NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: 10 Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE Address: PER SCHEDULE ON FILE [If no entry appears above, the number of days notice for nonpayment of premium will be 10 days.] It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) Policy No. 7094841932 Fox_ T�x. Routing and Transmittal Slip Transportation& Public Works Department DOCUMENT TITLE: ROW Management Ordinance Development Consultant Contract M&C: 25- CPN: 106498 CSO: DOC#: 1038 Date: To: Name Department Initials Date Out 1. Nicholas Fields TPW - initial -,f& 12/04/2025 2. Michael Owen TPW - signature : 12/08/2025 3. Lauren Prieur TPW - signature 12/08/2025 4. Doug Black Legal - signature 12/08/2025 5. Jesica McEachem CMO - signature OPK 12/11/2025 6. Jannette Goodall CSO - signature 12/11/2025 7. Donnette Murphy Risk- initial t 12/08/2025 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, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES Zio RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Repaired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File® Cot ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts(a)FortWorthTexas.eov at ext. 7233 or 8363, for pickup when completed, Thank you! unamea as z? 202Z, manor FoxJ City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Lockwood Andrews & Newnam, Inc. Subject of the Agreement: ROW Management Ordinance Development M&C Approved by the Council? * Yes 9 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 9 If so, provide the original contract number and the amendrnem number. Is the Contract "Permanent"? *Yes 9 No ❑ If unsure, see back page for permanem contract listing. Is this entire contract Confidential? *Yes ❑ No W Ifonly specie information is Confidential, please list what information is Confidential and the page it is located 1295 Form (page 27) attached per comment below; certificate of Insurance wll be located at the end of the document Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes 9 No ❑ *Ifso, please ensure it is attached to the approving M&C or attached to the contract. Project Number: Ifapplicable. 106498 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 9 No ❑ Contracts need to be routed for CSO Drocessing in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provideg the contract will be returned to the department.