Loading...
HomeMy WebLinkAbout064562 - Construction-Related - Contract - Shield Engineering Group, PLLCCSC No. 64562 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 Shield Engineering Group, PLLC, authorized to do business in Texas ("Consultant"), for a project generally described as: City of Fort Worth Stormwater Capital Project Management Services. 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 $2,500,000 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 1 of 9 Article III 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 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 orjoint 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 INDEMNIFYAND 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 INTENT/ONAL MISCONDUCT OF CONSULTANT, City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 2 of 9 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 EXPIRATION OF THIS AGREEMENT. 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 City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 3 of 9 (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 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 (I-9). Upon request by City, Consultant shall provide City with copies of all I-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 City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 4 of 9 be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, 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 City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 5 of 9 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 Attn: Thanaa Maksimos P.E., CFM TPW Capital Delivery 100 Fort Worth Trail Fort Worth, Texas 76102 Consultant: Shield Engineering Group, PLLC Attn: Jean Marie Alexander, P. E. 1600 West 7th Street, Suite 200 Fort Worth, Texas 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 City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 6 of 9 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. Article XXI City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 7 of 9 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 �4�.�nhmcr�� (� _ !'`h�� +�9r �ccmcrn �6�Ren+ I'l Dr A#�ask�s��t C La� 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 BY: CONSULTANT Shield Engineering Group, PLLC �U ' I Jesica McEachern Assistant City Manager Date: O1/14/2026 b ATTEST: `°� F�RT�a� a°�' op-�o /J .hk-XS�Q� pP'µ�o^ ' d i' �ddp nEXASao V Jannette Goodall City Secretary APPROVAL RECOMMENDED: �il°Q.�....7,.:..,� B�, LaurenPrieur(Dec29,202509:59:17CST) Lauren Prieur, Director, Transportation Public Works Ir �M-� � ,;.;� /.:�,,....J�. �9ec18, 202513:01:32 AST) Jean Marie Alexander, P. E. COO Date: 12/18/2025 �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 8 of 9 APPROVED AS TO FORM AND LEGALITY . � �;� M&C No.:25-1151 M&C Date:12-9-25 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. ///.6/tI'cC ��LBb Thanaa Maksimos Engineering Manager City of Fort Worth, Texas Standard Agreement for Professional Services City of Fort Worth Stormwater Capital Project Management Services Revision Date: August 18, 2025 Page 9 of 9 City of Fort Worth, Mayor and Texas Council Communication DATE: 12/09/25 M&C FILE NUMBER: M&C 25-1151 LOG NAME: 20SWM CIP SHIELD ENGINEERING SUBJECT (ALL) Authorize Execution of a Professional Services Agreement with Shield Engineering Group, PLLC, in the Amount of $2,500,000.00 for Staff Extension Services in Managing Transportation and Public Works Stormwater Capital Projects and Provide for One Renewal RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Services Agreement with Shield Engineering Group, PLLC, in the amount of $2,500,000.00 for staff extension services in managing Transportation and Public Works Stormwater Capital Projects and provide for one renewal. DISCUSSION: This Mayor and Council Communication (M&C) will authorize execution of a Professional Services Agreement with Shield Engineering Group, PLLC, in the amount of $2,500,000.00 to provide 5 full-time project managers for Transportation and Public Works (TPW) Stormwater Capital Projects. In May 2025, the TPW Department, Stormwater Management Division, published a Request for Qualifications (RFQ) for various professional services associated with stormwater management, including capital project management. Seven consultant submittals were received and evaluated for this category. Based on project management experience, Shield Engineering Group, PLLC (Shield) was selected as the most qualified engineering consultant for this service. Shield proposes to perform this work on a time-and-materials basis for a fee not to exceed $2,500,000.00. This contract is expected to provide project management services for major drainage improvements, including flood mitigation and channel restoration projects, miscellaneous drainage improvements, storm drain pipe rehabilitation projects, and hazardous roadway overtopping mitigation projects. Project management services include activities such as managing project development, design, and construction activities and managing project schedules, scopes, and budgets. The contract will remain in effect until funds are expended, or the work is completed. The contract may be renewed one additional term, contingent upon su�cient funding. Funding is budgeted in the Stormwater Capital Projects and Drainage Rev Bonds Series 2023 Funds for the TPW Department for the purpose of funding of various projects for managing TPW Stormwater Capital Projects for one year. The project is located in 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 Stormwater Capital Projects and the Drainage Rev Bonds Series 2023 Funds for various projects to support the approval of the above recommendation 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 Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Thanaa Maksimos 2485 Docusign Envelope ID: 6FF225D8-2DC3-42E6-8217-3ADD2C8A7C3F CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the ciry, state and country of the business entity's place of business. Shield Engineering Group, PLLC Fort Worth, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth FORM 1295 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1371970 Date Filed: 10/02/2025 Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. COFW Stormwater CPM Staff Augmentation Services for the City of Fort Worth Stormwater Group Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Alexander, Jean Marie Fort Worth, TX United States X Barnes, Craig Hill, Ryan 5 Check only if there is NO Interested Party 6 UNSWORN DECLARATION My name is Jean-Marie Alexander � Fort Worth, TX United States Fort Worth, TX United States My address is 8103 Shelton Drive , Fort Worth (city) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas Forms provided by Texas Ethics Commission TX , 76120 , U SA (state) (zip code) (country) on the2nd day of October , 20 25 (month) (year) Signed by: �'" ' � � ��&���fiF��orized agent of contracting business entity (Declarant) www.ethics.state.tx.us Version V4.1.O.f10dOfdf X X � and my date of birth is 2�16/1974 Docusign Envelope ID: 9F2356A4-50E9-47A6-8CFE-93B8E88BB10A I 1 SHIELD ENGINEERING December 10, 2025 Thanaa Maksimos, PE, CFM Program Manager, TPW Capital Delivery City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 RE: 2026 City of Fort Worth Stormwater Capital Project Management Dear Mrs. Maksimos„ Shield Engineering Group, PLLC is pleased to submit the following services for the contract shown above per the attached Level of Effort Spreadsheet. Shield plans to provide a Senior Project Manager, a Project Manager, a EIT 2 who will most likely become a Professional Engineer near the middle of this contract and a Project Manager Subconsultant and an EIT 2 Subconsultant. The total proposed contract amount is $2,500,000. Please see the attached Level of Effort spreadsheet which includes the assumptions and estimations for the hourly efforts. Please feel free to contact me with any questions or comments. Sincerely, Signed by: f _/_,� i� JeanFl�a ir e� ��exander, P.E. COO Shield Engineering Group, PLLC Attachments: Attachment B LOE and Attachment B for TM with rate schedule design projects Remit Payment to: P.O. Box 470636, Fart Worth, Texas 76147 5hield Engineering Group, PLLC 1600 W. 7th SYreet, Suite 400, Fort Worth, Texas 76102 Phone: 817.810.0696 accounting@shield-engineering.com � shieldengineering.corn ATTACHMENT "A" Scope for Enqineerinq Desiqn Related Services for Storm Water Improvements Proiects The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Under this scope, "ENGINEER" is expanded to include any sub-consultant, including surveyor, employed or contracted by the ENGINEER. OBJECTIVE The objective is to provide storm water capital project management and administrative support, from design through construction, as an extension to City staff. The tasks outlined below are examples of duties that may or may not be required to assist the City depending on the complexity and completeness of the projects that are assigned. WORK TO BE PERFORMED Task 1. Assist in Procurement of Design Consultants Task 2. Manage Project Design Process Task 3. Manage Right of Way Acquisition Process Task 4. Manage Utility Relocation Process Task 5. Manage Project Construction Process Task 6. Close Project Basic Assumptions • This scope assumes these services will be required by the City for approximately 12 months or 2080 hours of effort per project manager. The contract assumes 3 Project Managers. • The City will make available needed information on existing and proposed projects in a timely manner. The presence or duties of Consultant's personnel at the construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or ConsultanYs personnel in any way responsible for those duties that belong to OWNER's inspection staff and/or the construction contractors or other entities. And do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, job site safety, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. • 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. City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 1 of 22 TASK 1. Assist in Procurement of Design Consultants Description of Work: • Become familiar with the project, available funding, and schedule • Review consultant scope, schedule, and fee • Negotiate with the consultant to obtain the appropriate level of scope • Prepare the Mayor and Council communication (M&C) • Review the final contract for completeness • Issue Notice to Proceed • Maintain documentation of the above process Deliverables: • Recommendation of consultant scope and fee • M/WBE or SBE project goal and Contract Compliance Memorandum • M&C for consultant contract • Executed contract • Documentation of the above maintained in hard copy form and electronic form on the City's BIM 360 site. TASK 2. Manage Project Design Process Description of Work: • Act as the City's primary point of contact • Work with City staff to develop project charters, communication plans, stakeholder registers, and total project budget estimates (TPBE) • Coordinate with the consultant and City project control staff to develop a baseline schedule • Charter the project team • Schedule meetings as needed with City staff from all departments • Attend weekly staff ineeting with the program manager, City PMs, CPMs and administrative staff • Obtain and review monthly consultant project status reports (PSR), risk registers (RR) and schedules. Report project status the program manager • Track projects' progress in the City's PM/Program Manager dashboard • Update the City's overall project schedule as needed • Review invoices for reasonableness, accuracy, and appropriate charges City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 2 of 6 • Review consultant submittals at 30%, 60%, 90%, and 100% design phases for completeness, constructability, conformance with the Storm Water Management Design Manual, and other City design standards • Schedule and lead review meetings of the consultant design submittals with the City's storm water technical review team. Coordinate reviews as needed with other City departments • Coordinate and conduct a public meeting at the 60% design stage • Schedule project site visits as necessary • Coordinate a construability review at the 60% design stage • Proactively manage change on the project. Deliverables: • Monthly status reports (PSR, RR) • Charters, Communication Plans, Stakeholder Registers, TPBE • Recommendation of invoice payment • Design review comments • Budget reviews and updates • Schedule updates • Recommendation of amendment scope and fee • Documentation of the above and other project activities, decisions and milestones TASK 3. Manage Right of Way Acquisition Process Description of Work: • Act as task manager for the City's Real Property group staff and acquisition consultants, if used. Be the primary point of contact with Real Property for the consultant and acquisition consultants • Review easement/ ROW and property acquisition documents against the requirements of the design for appropriateness and accuracy • Coordinate with Real Property so appraisals are completed in a timely manner. Review appraisals for completeness • Review acquisition M&Cs and update budget • Coordinate with the City's Legal Department on Eminent Domain issues • Review Real Property project tracking spreadsheet with estimated easement/ROW costs City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 3 of 6 Deliverables: • Easement/ROW/property acquisition review comments • Appraisal review comments • Acquisition M&C review comments • Budget reviews and updates • Documentation of the above and other project activities, decisions and milestones maintained in hard copy form and electronic form on the City's BIM 360 site TASK 4. Manage Utility Relocation Process Description of Work: • Ensure appropriate Level of SubsurFace Utility Engineering (SUE) is being conducted by the consultant • Review consultant SUE plan sheets for conformance to the SUE Quality Level scoped • Coordinate with the consultant to identify options that minimize utility conflicts • Submit plans to the City's Utility Coordinator • Coordinate with the City's Utility Coordinator for utility relocations • Prepare M&Cs if necessary to fund utility relocations and update the budget Deliverables: • SUE plan sheet review comments • M&C for utility relocation costs • Budget reviews and updates • Documentation of the above and other project activities, decisions and milestones maintained in hard copy form and electronic form on the City's BIM 360 site TASK 5. Manage Project Construction Process Description of Work: • Obtain M/WBE or SBE construction project goal • Review consultant prepared Notice to Bidders and Comprehensive Notice to Bidders for accuracy and advertise the project City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 4 of 6 • Lead pre-bid meeting, if one is required • Attend Bid Opening • Review consultants bid tab summary for completeness and accuracy • Review contractor's bid package for conformance with the contract requirements • Recommend successful bidder for contract award • Prepare M&C for authorization to award contract • Coordinate routing of contract books with contract coordinator • Coordinate Storm Water Pollution Prevention Plan with Environmental Department • Issue the Notice to Proceed • Act as the point of contact between the contractor, inspector and consultant • Coordinate and conduct a public meeting at the start of construction • Coordinate with the design consultant on responses to Request for Information and submittal reviews. Maintain hard copies of these documents and ensure consultant is tracking them • Coordinate site visits with the inspector and consultant as appropriate • Ensure contractor and inspector are maintaining as-built mark-ups • Review contractor and consultant invoices for reasonableness, accuracy, and appropriate charges • Proactively manage change on the project Deliverables: • Advertisement • Recommendation to award contract • M&C for construction contract • Notice to proceed • Budget reviews and updates • Recommendation for change order approval • M&C for change order City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 5 of 6 • Documentation of the above and other project activities, decisions and milestones maintained in hard copy form and electronic form on the City's BIM 360 site. TASK 6. Close Project Description of Work: • Once the storm drainage system is functional and construction is deemed complete, initiate the project close out process and coordinate with the inspector and consultant • Coordinate and attend a final walk through with the consultant, inspector, and contractor • Verify final punch list is completed by the consultant • If part of the consultant's scope, coordinate completion of Record Drawings and deliver to the City's record storage (the "vault") in electronic form and in hard copy mylar drawings • Review consultant and contractor final invoices for reasonableness, accuracy and appropriate charges • Prepare and route reconciliation change order • Recommend final project closure and complete the City's "green" sheet • Purge the files of any unnecessary documents and archive the project Deliverables: • Final punch list • Record drawings • Recommendation of final invoice payment • Expenditure and budget reconciliation • Final closure recommendation "green sheet" • Documentation of the above and other project activities, decisions and milestones maintained in hard copy form and electronic form on the City's BIM 360 site City of Fort Worth, Texas Attachment A PMO Release Date: 07/23/2012 Page 6 of 6 ATTACHMENT B COMPENSATION Staff Extension Services for City of Fort Worth Stormwater Capital Project Management Services City Project No. Time and Materials with Rate Schedule Project L! Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in perForming services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Principal/Director Senior Project Manager Project Manager Senior Professional Engineer Professional Engineer EIT II EIT I 2026 Rate ($/hour) 305 285 260 245 220 175 155 2027 Rate ($/hour) 305 299 273 257 231 183 162 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%). 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. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department, Capital Delivery Division, monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 2 of 4 � ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Shield Engineering Project Manager Group, PLLC Proposed Sub-Consultants Jupitex, Inc. Project Manager VRX, Inc. EIT II TOTAL Project Number 8� Name City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 3 of 4 Total Fee $ 2.500,000 Fee Amount % $1,745,800 70 $405,600 16 $348,600 14 $ 2,500,000 100% Sub Fee $ 754,200 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B Revised Date: 8/18/2025 Page 4 of 4 C � Professional Services Payment Request Project Manager: Thanaa H. Maksimos, PE, CFM Summary Project: 2026 COFW Stormwater Capital Project Management City Project #: City Sec Number: P.O. Number Company Name: ConsultanYs PM: Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Consultant Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. Shield Engineering Group, PLLC When your Invoice is complete, save and close, start Buusaw and Add your invoice to the Consultant folder within Project's folder. Jean-Marie Alexander @fllal�: jeanmarie.alexander@shield-engineering.mm �ffIC2 /�ddf655: 1600 W. 7th Street, Suite 400, Fort Worth, TX 76102 Telephone: sn.aio.oess Fax: RefTllt Addf855: P.O. Box 470636, Fort Worth, Tx 76147 30-Design FAC and Work Type Description Totals This Payment Request Agreement Agreement Amendment Amount to Amount Amount Date g2,soo,000.00 $2,soo,000.00 $z.soo.000.00 $z.soo.000.00 Overall Percentage Spent: Amount ($) Invoiced Current Remaining Spent Percent Spent Previously Invoice Balance gz,soo,000.00 $z.soo.000.00 Task Descrip[ion Task No. 1.0 Rate Prolect Management Stormwater Capital Projetts TotalS EXHIBIT B-2 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for 2026 City of Fort Worth Stormwater Capital Project Management City Secretary No. TotalLabor PrincipallDi Senior Project project Manager Professional EIT 2 Suhconsultant rector Manager Engineer s Bert Guidry Mohanad Habib Ahana Basnet �ana Pratima (40 hours per (40 hours per (30 hours per Basnet (30 Poudyal (30 weekfor12 weekfor12 weekfor6 hours per hours per months) Months) months) '^'mek for 6 wmek for 12 onthsl onthsl $305I 5285 $260 5220 $175 $26� 0 2388 2387 935 934 $1,670,380 1560 0 $680,591 E620,630 $205,704 $163,454 $ 1,670,380 $405,60 Expense Total Task Sub Jane Weidmer 7ravel Reproduction (40 hours per weekforl2 months) $175 Total 1992 $754,200 $0 $348,600 $754,200 $0 Pro elct Summary 1"otal Hours� 10,196 Total Labor $1.670,380 Tolal E �ensrr SBE 8 MWBE Subconsultant $754,200 10 % Sub Markup $75,420 MWBEParticjD�tion 30% Total Projecf Cost $2,500,000.00 $0 $754,200 $2,424,580 $0 $754,200 $ 2,424,580 City of Fort Worih, Texas Attachment B- Level of Effort Supplement Typical Water and Sewer Replacement FW WTR Offcial Release Date: 5.15.2012 EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (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 arecovered bythe commercial general liabilityorcommercial 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 Insured'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 e�ent 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 Requiremer�ts Page 1 of 3 Rev. 5.04.21 c. Workers' Compensation — Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $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 e ndorsement 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 the contractual agreement and for five (5) years following 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 with its execution. 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 with a waiver of subrogation in favor of City with 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. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or CFW Standard Insurance Requiremerits Page 2 of 3 Rev. 5.04.21 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured'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. Insurers must be authorized to do business in the State of Texas and have a current A.M. 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 consentto alternative coverage maintained 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 known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. Lines of coverage, other than Professional Liability, underwritten on a claims- made basis, shall contain a retroactive date coincidentwith or priorto the date of this Agreement. The certificate of insurance shall state both 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. 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 Requiremerits Page 3 of 3 Rev. 5.04.21 EPAG-Shield Storm Water Staff Augmentation Contract Interim Agreement Report Created: 2025-12-15 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAANcwSLTZmLFCMhzi6f2Qgo= 6EOwcYPXx Agreement History 2026-01-14 Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "EPAG-Shield Storm Water Staff Augmentation Contract" Histor y Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-12-15 - 10:51:23 PM GMT- IP address: 208.154.124.181 Document emailed to jeanmarie.alexander@shield-engineering.com for signature 2025-12-16 - 2:12:02 PM GMT Document emailed to Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) for signature 2025-12-16 - 2:12:02 PM GMT Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2025-12-16 - 2:12:02 PM GMT _ Email viewed by Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) 2025-12-16 - 3:10:38 PM GMT- IP address: 104.47.65.254 ���, Document e-signed by Thanaa Maksimos (Thanaa.Maksimos@fortworthtexas.gov) Signature Date: 2025-12-16 - 3:11:45 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by jeanmarie.alexander@shield-engineering.com 2025-12-16 - 3:46:55 PM GMT- IP address: 146.75.164.1 Email viewed by Donnette Murphy (donnette.murphy@fortworthtexas.gov) 2025-12-16 - 4:39:23 PM GMT- IP address: 104.47.64.254 F�RTWaRTHg P°"'�"�bv � Ado6e AcrobatSign =>j Form filled by Donnette Murphy (donnette.murphy@fortworthtexas.gov) Form filling Date: 2025-12-16 - 4:39:32 PM GMT - Time Source: server- IP address: 208.184.124.181 -�a Signerjeanmarie.alexander@shield-engineering.com entered name at signing as Jean-Marie Alexander 2025-12-18 - 5:01:30 PM GMT- IP address: 166.198.157.62 b Document e-signed by Jean-Marie Alexander (jeanmarie.alexander@shield-engineering.com) Signature Date: 2025-12-18 - 5:01:32 PM GMT - Time Source: server- IP address: 166.198.157.62 Document emailed to Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) for filling 2025-12-18 - 5:01:36 PM GMT _ Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) 2025-12-18 - 5:25:24 PM GMT- IP address: 166.137.115.36 ��,� Form filled by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) Form filling Date: 2025-12-18 - 5:25:59 PM GMT - Time Source: server- IP address: 166.137.115.36 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for filling 2025-12-18 - 5:26:02 PM GMT �� Form filled by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) Form filling Date: 2025-12-26 - 6:37:48 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-12-26 - 6:37:51 PM GMT =, Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2025-12-29 - 3:59:17 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-12-29 - 3:59:20 PM GMT Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-12-29 - 5:07:24 PM GMT- IP address: 104.47.65.254 :�� Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-12-29 - 5:12:11 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-12-29 - 5:12:14 PM GMT ' Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2026-01-08 - 6:47�04 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature 2026-01-08 - 6:47:07 PM GMT F�RTWaRTHg P°"'�"�bv � Ado6e AcrobatSign F�RT��RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Shield Storm Water Staff Augmentation Contract M&C: 25-1151 CPN: multi Date: To: Name Jean-Marie Alexander 1' jeanmarie.alexander@shield-engineering.com 2. Thanaa Maksimos 3. Lissette Acevedo 4. Patricia Wadsack 5. Lauren Prieur 6. Doug Black 7. Jesica McEachern 8. Katherine Cenicola 9. Jannette Goodall 10. Allison Tidwell 11. Donnette Murphy CSO: Department Initials Consultant TPW TPW TPW TPW TPW Legal CSO CSO CSO Risk � JMA � � �L'W' xxo. � � cc �� � � bM DOC#: Date Out 12/18/25 12/16/25 12/18/25 12/26/25 12/29/25 O1/08/26 O1/14/2026 O1/14/2026 O1/14/2026 O1/14/2026 12/16/2025 DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documcnts rcccivcd 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 talce the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tpw sw contracts(�a fortworthtexas.gov Ca11817-229-3283 with questions. Thank you! �����o��rH�� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Shield Engineering Group, PLLC Subject of the Agreement: Standard Agreement for General Professional Services for City of Fort Worth Stormwater Capital Project Management Services M&C Approved by the Council? * Yes 0 No ❑ If so, the M&C must be attached to the cont�^act. Is this an Amendment to an Existing contract? Yes ❑ No ❑■ If �so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No ❑ If unsure, see back page for pe�manent cont�act listing. Is this entire contract Confidential? *Yes ❑ No ❑ If only specific information is Confidential, please list what information is Confidential and the page it is located. 1295 Form (page 13) attached per comment below Effective Date: If different from the approval date. Expiration Date: If applicable. Is a 1295 Form required? * Yes ❑■ No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑■ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is regui�ed and if the info�ination is not provided, the contract will be returned to the department.