Loading...
HomeMy WebLinkAboutContract 55399CSC No. 55399 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAI. SERVICES This AGREEMENT is between the City of Fort Worth municipality ("CITY"), and Freese and Nichols, Inc., authorized to ("ENGINEER"), for a PROJECT generally described as: 3�d Barrel 90-Inch Sewers, Village Creek Bank Analysis/Plan Development Risk Analysis for 5 Sites Project. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement , a Texas home-rule do business in Texas, Parallel Sewer to Twin and Pipeline Erosion A. The ENGINEER's compensation shall be in the amount up to $1,001,447.00 as set forth in Attachment B, B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices, (2) The ENGINEER will issue monthly invoices for all work perFormed under this AGREEMENT. Invoices are due and payable within 30 days of recei t. CityofFortWorih,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services CITY SECRETARY Revised Date: 11.17.17 Page 1 of 17 FT. WORTH, TX (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV �bligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perForm its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other Clty of Fort Worth, Texas Standard Agreement for Engineering Relaied Design Services Revised Date: 11.17.17 Page 2 of 17 subsurFace investigations in connection with design and engineering work fio be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) ln soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive tesfi points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurFace evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution efFects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein, E. En�ineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or othetwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's 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, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construcfiion contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, Clty of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: 11.17.17 Page 3 of 17 in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check fihe quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of perFormance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on fihe current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures th�t may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational fiactors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation- that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Servlces Revised Date: i1.17.17 Page 4 of 17 ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12- 2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees thafi the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audifs in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the Clty of Fort Worth, Texas Standard Agfeement for Engineering Related Design Services Revised Date: 11.17.17 Page 5 of 17 subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is perFormed. [� I�L���J:�_1 �C�3� (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a$2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. The 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 the 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 the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the 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 this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of City oF Fort Worth, Texas Standard Agreement for Englneering Related Design Servlces Revised Date: 11.17.17 Page 6 of 17 not less than $1,000,000 each accident. 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 the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. ENGINEER waives all rights against the 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 ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i, ENGINEER waives all rights against the 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 ENGINEER pursuant to this agreement. d. Professional Liability — ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be perFormed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution, b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear, The term C1TY shall include its employees, ofFicers, officials, agents, and volunteers as respects the contracted services. City o( Fort Worth, Texas Slandard Agreement for Engineering Related Deslgn Services Revised Dale: 11.17.17 Page 7 of 17 c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 200 Texas, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letter� of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The C1TY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGlNEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both fihe 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 City oF Forl Worth, Texas Slandard Agreement for Englneering Related Design Services Revised Date: 11.17.17 Page e of 17 payment and termination of any coverage required to be maintained after final payments. L. M. N. ��, . The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Independent Consultant The ENGINEER agrees to perform alf services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered ar suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. Permitting Authorities - Design Changes If permitting authorities require published design criteria and/or which the ENGINEER should Agreement was executed, the design changes so as to comply with current engineering pracfice standards have been aware of at the time this ENGINEER shall revise plans and Cily of Fort Worih, Texas Standard Agreement for Englneering Related Design Services Revised Dale: 11.17.17 Page 9 of 17 specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Properiy The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state; or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. Cily of Fort Worth, Texas Standard Agreement for Engineering Relaled Design Services Revlsed Da(e: 11.17.17 Page 10 of 17 D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor lndemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain City of Fort Worih, Texas Standard Agreemeni for Engineering Related Design Services Revised Dale: 11.77.17 Page 11 of 17 no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing strucfiures associated with the PROJECT. (2) The CITY may secure Builders Risk/Installation insurance at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation under�aken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Cily of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: 11.77.17 Page 12 of 17 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER wil� be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in perFormance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a,) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperFormance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, Clty of Fort Worth, Texas Standard Agreemenl for Englneering Related Design Services Revised Date: 11.17.17 Page 13 of 17 specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Locaf Government Code Section 271.904, the ENGIN€€R shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to fihe ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and perFormance, and any other claims related to it. The Clty of Fort Worth, Texas Standard Agreement tor Engineering Relaled Design Services Revised Date: 11.17.17 Page 14 of 17 venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this 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. ENGINEER 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, E<. lonmigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all I-9 forms and supporting eligibifity documentation for each employee who performs work under this Agreement. ENGINEER 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 ENGINEER employee who is not legally eligible to perForm such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPL.OYEES, SUBCONTRACTORS, AGENTS, OR L[CENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israei City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Dale: 11.17.i7 Page 15 0(17 ENGINEER acknowledges that in accordance with Chapter 2270 of the Texas Government Code, 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, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does nof boycott Israel; and (2) will not boycott Israel during the term of fhe contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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 this AGREEMENT: Attachment A- Scope of Services Attachment B - Compensation Attachment G- Am�ndm�nts to St�ndard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth, Texas Standard Agreement for Engfneering Related Design Services Revised Date: 11.17.17 Page 16 of 17 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 15an�� 8i,u�glu7� DanaBurghdoff( r11,20 11:03CST) Dana Burghdoff Assistant City Manager Date; Mar 11, 2021 APPROVAL RECOMMENDED: CGI�ls�O.�GIG� �fGI�GfG` S�/; Christopher H� rder (Mar 9, 2021 08:42 CST) Chis Harder, P. E., Director Water Qepartment ConEract Compliance Manager: By signing, I acknowledge that I am the person responsible far the monitoring and administration ofthis contract, including ensuring all performance and reporting requirements. �=== �� Pratima Poudyal, P.E. Project Manager APPROVED AS TO FORM AND I.EGALITY �� DBIacklMar9,202118�.1dC5T1 Y' Doug Black Senior Assistant City Aftorney ATTEST: //�!/ `{� V Mary J, Kayser City Secretary b,o�G-FORr "a� /�' `000000po ,y � p O� �J�J� � o � �OO `�Y 0 C�° o=�� ° d � � o° d � � �r�YsS�a � BY: ENGINEER Freese and Nichols, Inc. /V .��l�� c�.��-- ick Lester, P.E. Vice President Date: 03/08/2021 Form 1295 No. 2020-697999 Ciry of Fori Worlh, Texas Slandard Agreement for Englneering Related Desfgn Servlces Revlsed Dale: 11.17.17 Page 17 of 17 M&C No.: 21-0128 M&C Date: February 16, 2021 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 103128 ATTACHMENT A Scope for Enqineerinq Desiqn Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR 3R� BARREL PARALLEL SEWER TO TWIN 90-INCH SEWERS, VILLAGE CREEK BANK ANALYSIS / PLAN DEVELOPEMENT AND PIPELINE EROSION RISK ANALYSIS FOR 5 SITES CITY PROJECT NO.: 103128 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project which is described in general terms below followed by the detailed scope. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. General: • 3�d Barrel Pipeline (either 108-inch or 120-inch) Parallel to Existing Twin 90-inch Sewers: - Route Study for one alternate alignment - Design of approximately 1,350 LF of 108-inch or 120-inch FRP gravity sewer - Two junction structures to connect the new main to the existing Twin 90-inch gravity mains - The design for the 3�d Barrel Pipeline will be in a stand-alone set of construction documents and bid/advertised separately. • Village Creek Bank Analysis and Plan Development: — Tech Memo including Environmental/Geomorphological Assessment, Hydrologic Analysis and Topographic Surveying — Design (Bank Stabilization) — The design of the Village Creek Bank will be in a stand-alone set of construction documents and bid/advertised separately. • Pipeline Erosion Risk Analysis for 5 sites: — Site No.1 — Raw Water Pipelines at West Fork Trinity River o Tech Memo including SUE Level A, Topographic Survey and Bathymetric Survey — Site No.2 — 24-Inch Sewer at Verna Trail and Live Oak Creek o Tech Memo only — Site No.3 — Twin 90-Inch Sewers at Dry Branch o Tech Memo only City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120�INCH) TO TWIN 90�INCH SE�VER CITY PROJECT NO.: 102346 — Site No.4 — 78- and 96-Inch Sewers at WF-9 �i�77► -[ai�T.7 — Site No.S — 78- and 96-Inch Sewers Low Water Crossing o Tech Memo WORK TO BE PERFORMED: 3�d Barrel — Bid / Advertised Separately: Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Design Management Conceptual Design (30%), Gravity Main Route Study Preliminary Design (60%) for Gravity Main Final Design (90%) and Construction Documents (100%) for Gravity Main Bid Phase Services ROW/Easement Services Survey and SubsurFace Utility Engineering Services Note: Construction Phase Services, including record drawings, under future amendment Villaae Creek — Bid / Advertised Separatelv: Task 8. Village Creek Bank Analysis Task 9. Village Creek Plan Development and Bid Phase Services Note: Construction Phase Services, including record drawings, under future amendment Pipeline Erosion Risk Analvsis: Task 10. Site No.1 (Raw Water Pipelines) — Technical Memorandum, SUE and Survey Task 11. Site No.2 (24-Inch Sewer at Verna Trail / Live Oak Creek) — Technical Memorandum Only Task 12. Site No.3 (Twin 90-Inch Sewer at Dry Branch) — Technical Memorandum Only Task 13. Site No.4 (78- and 96-Inch Sewer at WF-9) — Technical Memorandum Only Task 14. Site No.5 (78- and 96-Inch Sewer at Low Water Crossing) — Technical Memorandum Only Misc. Task 15. Additional Services as Directed by the City City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively. • coordinate internally and externally as needed. • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities. • Ensure quality control is practiced in performance of the work. • Communicate internally among team members. • Task and allocate team resources. 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct up to 3 design review meetings with the CITY, one at the end of each design phase to review design of the gravity main. • Prepare invoices and submit monthly in the format acceptable to the CITY. • Prepare and submit monthly progress reports during the design phase in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities (TCEQ) as necessary for the design of the proposed pipeline and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities (TCEQ), ENGINEER shall communicate, such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. I����Pil��t�P►F� • 15 SBE reports will be prepared. • 1 pre-design/kickoff meeting with City staff. • Up to 6 design workshop with City staff. • 4 review meetings with City staff. • 3 site visits. • 15 monthly water department progress reports will be prepared. • 15 monthly project schedule updates will be prepared. • 15 monthly coordination and progress meetings. DELIVERABLES • Meeting summaries with action items. • Monthly invoices. • Monthly progress reports. • Baseline design schedule. • Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. • Monthly SBE Report Form and Final Summary Payment Report Form. TASK 2. CONCEPTUAL DESIGN (30 PERCENT) AND GRAVITY MAIN ROUTE STUDY PDR. The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to: 2.1 Prepare a Route Memo (to be submitted as a Tech Memo): • Study the project, pipeline routes, tie-ins, easement requirements, permit requirements, utility conflicts, cost, schedule impacts, and impacts to proposed land developments. • Identify and develop one route alternative for the 108-inch or 120-inch gravity main. City of Fort Worth, Texas Attachment A PMO Release Date: 08.12014 Page 4 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Present (through the defined deliverables) these alternatives to the CITY. • Recommend the alternative that successfully addresses the design problem. • Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the pipeline as follows. 2.2. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to, utilities, City Master Plans, and property ownership as available from the Tax Assessor's office. 2.3. Geotechnicallnvestigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. The Engineer will provide all drilling, sampling, and testing and issue a geotechnical report (refer to Task 3.2). 2.4. Map Book • The ENGINEER will prepare a map book of the final selected gravity main route. 2.5. Strip Map • After the route is selected and the survey is complete, the ENGINEER will prepare a strip map of the gravity main alignment. The strip map will show proposed easements needed for the pipeline. The ENGINEER will meet with the CITY to review the strip map before proceeding with the Preliminary Design. 2.6. The Conceptual Design Package shall include the following: Route Study Memorandum, including: • Cover Sheet. • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept based upon the established design criteria. • Preliminary mapping of the alternate routes using GIS mapping systems. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • Gravity main will be fiberglass reinforced pipe. No alternate materials will be specified. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (10fi�INCH OR 120�INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Gravity main will parallel the existing Twin 90-inch Sewers and be connected to them at junction boxes with gates for flow control, on both the upstream and downstream tie-in points. • Concrete structures will be lined, or protected from corrosion, but a corrosion analysis will not be performed. • 4 Geotechnical borings are anticipated for this project. • 5 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb-bound with a clear plastic cover. Drawings will be 11 "x17" size fold outs bound in the report. • 5 copies of the map book. • ADDF and PW1NF flow rates are already determined. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. Map book of the selected gravity main route. B. Strip map of the gravity main alignment. C. Conceptual Design Package. D. Geotechnical Memorandum. TASK 3. PRELIMINARY DESIGN (60 PERCENT) FOR GRAVITY MAIN. Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the pipeline as follows: 3.1. Development of Preliminary Design Drawings and Specifications, for the gravity main, shall include the following: • Cover Sheet • A Prolect Control Sheet, showing all Control Points, used, or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 6 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 • Overall prolect easement lavout sheet(s) with property owner information. • Overall prolect sanitary sewer layout sheets. The sewer layout sheet shall identify the proposed sewer gravity main improvement/existing sewer mains and all sewer appurtenances in the vicinity. Utilities shall be located with S.U.E. Level D. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, junction structures, etc., in the same coordinate system as the Control Points. • Benchmarks per 1,000 ft of plan/profile sheet — two or more. • Bearinqs given on all proposed centerlines, or baselines. • Plan and profile sheets at a 1:20 scale which show the following: proposed sanitary sewer plan/profile and recommended pipe size, junction structures, manholes, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • Provide map showing location of new junction structure construction at the end of existing sewer segments, 90-degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. • The ENGINEER will prepare standard and special detail sheets for sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Geotechnicallnvestigation This document provides details for the recommended geotechnical investigation for the design of the new Parallel 108-inch or 120-inch Pipeline Adjacent to the Twin 90-inch Sewers for the City of Fort Worth. A summary of the various improvements is provided below. • Two junction boxes will be constructed on the existing Twin 90-inch gravity mains and divert flows to the new parallel 108-inch or 120-inch pipeline. • Approximately 1,350 linear feet of 108-inch or 120-inch pipeline. The proposed geotechnical scope of work identified in Task 2.3, will consist of field exploration, laboratory testing, engineering analysis, and reporting as presented below. • Field Exploration - Select and mark 4 boring locations and notify Texas 811, appropriate City department(s) and other agencies to request location and marking of existing underground utilities prior to the field exploration. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.20�4 Page 7 of 37 ATTAGHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120-INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 Subcontract with a geotechnical drilling contractor to drill a total of 4 borings: 2 borings to 50 feet or less depending upon depth to limestone (structures) and 2 borings to 40 feet (pipeline route). Samples will be collected intermittently using continuous flight or hollow stem augers and either split- spoon or tube samplers. Rock and rock-like materials will be sampled using an NX core barrel and/or tested insitu using a TxDOT Cone Penetration Test, as appropriate for the material. At completion, the bore holes will be backfilled with auger cuttings. Provide an Engineer or Geologist experienced in logging borings to direct the drilling, log the borings, and handle and transport the samples. Visual classification of the subsurFace stratigraphy shall be provided per the Unified Soil Classification System (USCS). • Laboratory Testing Testing shall be performed on samples obtained from the borings to determine soil classification and pertinent engineering properties of the subsurface materials. FNI will select samples for laboratory testing, assign tests, and review the test results. Testing will be performed by a geotechnical testing subcontractor. - Laboratory tests will be assigned based on the specific subsurface materials encountered during exploration. Test type and quantity may vary, but are expected to include: o Classification tests (liquid and plastic limits and percent passing the No. 200 sieve or gradation) o Moisture content o Dry unit weight o Unconfined compressive strength • Engineering Analysis Prepare a technical memorandum for the design team of the geotechnical investigation to include: o Attachment with the boring locations, boring logs, laboratory test results, and a key to the symbols used. o Discussion of subsurface conditions and soil properties indicated by the field and laboratory work, and the implications for design. o Lateral earth pressures and allowable bearing values for the two structures. General discussion of expected construction related issues. Submittals will include an electronic PDF copy of the technical memorandum. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 8 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 3.3 Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4 Utility Clearance The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in the design. No utility relocation or replacements are included in the ENGINEER's scope of work. The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.5 Structural Design • Design to include all structural elements for the proposed junction boxes showing sufficient detail for these structures to be constructed. • Furnish all the technical specifications related to structural portions of the project. 3.6 Floodplain Development Permit • FNI will coordinate with the Floodplain Administrator to complete floodplain permit for the site. It is assumed that the site will match pre-construction contours and no hydraulic analysis will be required. • Prepare explanatory memo and exhibits to accompany permit application. • FNI will complete CDC permit application with a variance request for small projects which does not require a hydraulic analysis or cut-fill analysis. • FNI will submit the required documentation to the City of Fort Worth and attend up to one meeting to discuss the floodplain permit. • It is assumed that the project will generally be below grade and will therefore not impact the floodplain. • This scope does not include coordination with FEMA for a Letter of Map Change (LOMR/CLOMR) if required. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 9 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 3.7 Environmental Permitting Evaluation The ENGINEER will perform an Environmental Permitting Evaluation for this PROJECT to include the following tasks: • Gather and Review Existing Information — Prior to conducting an initial parallel gravity main alignment pedestrian survey, FNI environmental scientists will assemble and review data such as aerial photographs, USGS topographic maps, National Wetland Inventory (NWI) maps, the USGS National Hydrography Dataset (NHD), and soils data along the parallel gravity main alignment. • Conduct Pedestrian Survey - FNI environmental scientists will conduct a pedestrian survey of the gravity main alignment limits of disturbance (LOD) to make detailed observations, document existing environmental conditions, and assess project impacts as follows: the presence and locations of waters of the U.S. (including wetlands) and potential threatened/endangered species habitat will be identified within the proposed parallel gravity main construction LOD. • Conduct Tree Survey — During the site visit, up to 100 trees (6-inches diameter- at-breast height (DBH) or larger) will be tagged and identified and their locations recorded with a Tremble Geo7X Global Positioning System (GPS) unit. This information will be used to create a spreadsheet documenting the tree survey results. If it is determined following the tree survey and consultation with the City's Urban Forester that an Urban Forestry Permit and associated documents would need to be prepared and submitted to the City, those services can be provided as an Additional Service upon written authorization by the City. • Cultural Resources Coordination — For the purposes of this scope of services, it has been assumed that the Texas Historical Commission (THC) and/or the U.S. Army Corps of Engineers (USACE) will require archeological monitoring during construction of the proposed pipeline. These services will be provided by a sub- contractor. FNI will assist the City in reviewing and negotiating Scopes of Work required by the USACE and THC associated with monitoring efforts. FNI will also review draft reports produced by the archeological sub-contractor describing the results of the monitoring efforts prior to submittal to the THC and USACE. • Prepare Technical Memorandum — Information gathered during the pedestrian survey will be used to prepare a draft technical memorandum. The draft memorandum will include discussions of inethodologies used to identify and document potential waters of the U.S. and an opinion of theirjurisdictional status. This memorandum will also include a Clean Water Act Section 404 permitting evaluation, a discussion regarding threatened/endangered species habitat (if present), a summary of tree survey data, and a summary of archeological monitoring results. The draft memorandum will be submitted to the City for review and comment. FNI will incorporate comments provided by the City and submit a final memorandum to the City. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 10 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120-INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 Due to the recent discovery of an archeological site in the vicinity of the proposed project, FNI assumes that the THC and/or USACE will require archeological monitoring during construction activities. Coordination with the USACE regarding possible monitoring will be performed under this contract. The actual monitoring during construction activities is not part of this scope but can be prepared as an Additional Service if authorized by the City. This task includes data collection in support of evaluating alignment alternatives, identification of needed permits and the Clean Water Act Section 404/Rivers and Harbors Act Section 10 permitting (referred to as "404 permitting") (404 permit) anticipated to be needed prior to construction of this PROJECT. Preparation of a 404- permit application or pre-construction notification is not part of this scope but can be prepared as an Additional Service if authorized by the City. ASSUMPTIONS • The project can be designed and located to meet the terms and conditions of NWP 12 without requiring a PCN. United States Army Corp of Engineers (USACE) project permitting is not included. • 2 sets of 11"x17" size plans will be delivered for the Constructability Review. • 2 sets of 11 "x17" size plans will be delivered for the Preliminary Design (60% design). • 10 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360. City will use the DWF files for Utility Clearance. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications, if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. • Rock (limestone and marl) is about 20 to 25 feet below ground surface. A drilling contingency cost has been included in the budget in case the depth to limestone is deeper, particularly along the southern end of the proposed alignment. • The parallel route is accessible to a truck-mounted drilling rig and the drill locations will not require clearing (neither by hand nor dozer) for access. DELIVERABLES A. Letter to THC. B. Environmental Permitting Technical Memorandum. C. Tree survey spreadsheet. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 11 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120�INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 D. Geotechnical Technical Memorandum. E. Preliminary Design drawings and specifications (60%) for the gravity main. F. Estimates of probable construction cost. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans, as follows: 4.1. For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. 4.2. Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. 4.3. Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by an ENGINEER registered in the State of Texas. 4.4. The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11 "x17" size drawings and 2 sets of 22"x34" size drawings and 10 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. • 4 sets of 11 "x17" size drawings and 10 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 360. • 2 plan sets with an estimated 40 sheets including cover sheet, index sheet, general notes, control plan, easement layout, sewer main plan and profile sheets, and detail sheets. DELIVERABLES A. 90°/o construction plans and specifications for the gravity main. B. 100% construction plans and specifications for the gravity main. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. City of Fort Worth, Texas Atiachment A PMO Release Date: 08.1.2014 Page 12 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120�INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 D. Original cover Mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a.xls file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to BIM 360 in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders' questions and requests and the response thereto. The log shall be housed and maintained in the projecYs BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of an addenda. The ENGINEER shall upload all approved addenda onto BIM 360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to bid opening is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 13 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108�INCN OR 120�INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on BIM 360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings • Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Sinqular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: — Water and Sewer file name example —"X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in BIM 360. • In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: — Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name —"X-12155_SHT01.dwg", "X-12755_SHT02.dwg", etc. ASSUMPTIONS • 4 sets of construction documents will be made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 5 sets of 11"x17" size and 2 sets of 22"x34" size drawings and 7 specifications (conformed, if applicable) for each part will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda. B. Bid tabulations. City of FoR Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 14 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120�INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 C. CFW Data Spreadsheet. D. Recommendation of award. E. Construction documents (conformed, if applicable). TASK 6. ROW / EASEMENT SERVICES. ENGINEER will support and perForm activities related to ROW and easement services as outlined below, per scoping direction and guidance from the CITY's Project Manager: 6.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 6.2. Right-of-Way/Easement Preparation and Submittal The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to the CITY PM for review. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. ASSUMPTIONS • 2 Permanent easement documents will be necessary. • 2 Temporary construction easement documents will be necessary. • 1 Temporary access easement document will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet-based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 15 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 7. SURVEY / SUBSURFACE UTILITY ENGINEERING SERVICES (LEVEL D). ENGINEER will provide survey support as follows: 7.1. Design Survey • ENGINEER will perform field surveys (100' wide) to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, manhole rim/invert elevations, location of buried utilities where visible, structures, trees (measure caliper, identify overall canopy, and identify species of trees), and other features relevant to the final plan sheets. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used, or set while gathering data. Generally, on a scale of not less than 1:400: — The following information about each Control Point; o Identified (Existing, CITY Monument #8901, PK Nail, 5/8" Iron Rod) o X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. o Descriptive Location (Example: Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, etc., in the same coordinate system, as the Control. — No less than two horizontal benchmarks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 16 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCFI SEWER qTY PROJECT NO.: 102346 7.2. SubsurFace Utility Engineering (SUE) Provide Subsurface Utility Engineering (SUE) as described below. The SUE shall be performed in accordance with Cl/ASCE 38-02. Qualitv Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), to help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g., utility owner base maps, "as builY' or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. ASSUMPTIONS • Topographic survey will extend for 1,500 linear feet. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 17 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120�INCH) TO TWIN 90dNCH SEWER CITY PROJECT NO.: 102346 TASK 8. VILLAGE CREEK BANK ANALYSIS The Village Creek Biosolids Plant is located on the north bank of the West Fork of the Trinity River near Greenbelt Road. The West Fork of the Trinity River is immediately adjacent to the site and the outside meander bend is experiencing erosion and threatening the levee around the plant. The purpose of this scope is to develop a preliminary study to evaluate options for stabilizing the river for the purposes of protecting the levee and plant. FNI will perform the following services as part of this project: 8.1. Project Management and Meetings: — Up to three (3) teleconference meetings with the City of Fort Worth. — General project management and communications. 8.2. Data Collection: — ENGINEER will obtain surveying services on the CITY's behalf for the project site to perform an on-the-ground survey of the area under the direct supervision of a Registered Professional Land Surveyor. Included in this item is as follows: o Location of permanent improvements within the survey limits. o Spot elevations at 50-foot intervals and significant grade breaks. o Contours on one-foot intervals. o Locations, common name, and trunk diameter of trees over 6-inches in caliper or the outline of heavily wooded areas. o Location of visible utilities and appurtenances. o Location and sizes of underground utilities based on available record information. o Set Control Points for use by contractor during construction o Site visit to observe existing conditions. o Collection of record drawings for the plant, Greenbelt Road, and any utilities in the vicinity. o Collection of nearby geotechnical borings from Village Creek plant to develop a general understanding of soil conditions in the project area. Additional geotechnical investigations will not be conducted as part of the study phase. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 18 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 8.3. Existing Conditions Assessment: — FNI geomorphologists and environmental scientists will visit the site to document the existing conditions, perform a rapid geomorphic assessment, determine a stabilized slope for the channel, establish geometric and physical properties of the river system, and establish a preliminary delineation of the Jurisdictional Waters of the U.S. and ordinary high water mark. — FNI will perform a HEC-RAS 2D hydraulic analysis of the site to understand flow patterns, floodplain elevations, and critical shear locations. 8.4. Alternatives Analysis: — FNI will develop up to four (4) alternatives for mitigating the erosion at the site. Each alternative will feature a continuous stream bank protection facility. The length, height and material qualities of the continuous facility will vary for each alternative. The location and number of flow deflection structures will inform the continuous facility's qualities. — For each alternative, FNI will develop a conceptual cost, conceptual permitting implications, a simple exhibit depicting the alternative, and a discussion of pros and cons. 8.5. Memo: — FNI will prepare a brief technical memo summarizing the study phase and documenting a recommendation for design, including an OPCC. TASK 9. VILLAGE CREEK PLAN DEVELOPMENT AND BID PHASE SERVICES The purpose of the project is to address substantial erosion along the northern embankment that threatens to undermine the Biosolids Plant southern levee located on the West Fork Trinity River. The design includes approximately 600 LF of bank stabilization improvements on both the northern and southern embankments. The northern embankment improvements will address a failing 30' high embankment. This scope includes a study phase (Task 8) to evaluate alternatives for addressing the erosion. For the purposes of this contract, the improvements are assumed to consist of a 10' tall modular wall embedded below the stabilized slope of the stream to armor the toe. The grade above the wall will tie into the top of embankment using a mechanically stabilized earth (MSE) system at a 2:1 slope. Grading is also included on the southern embankment to create a floodplain bench. It is assumed that the work will be outside the Ordinary High-Water Mark (OHWM) on the southern embankment. If the final proposed design differs from these assumptions, additional services may be required. The following scope is included for the plan development for the Village Creek Embankment: City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 19 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 9.1. Project Management This task encompasses the effort to manage the project, coordinate with third parties, and attend up to 3 meetings in the field or via teleconference. 9.2. 30% Concept Plan The Conceptual Design shall be submitted to the CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to identify, develop, communicate through the defined deliverables, and recommend the design concept that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows: • Investigate and Collect As-Builts, Studies, and Existing Engineering data • Update 2D HEC-RAS Analysis of Channel Section The ENGINEER will update the 2-D HEC-RAS hydraulic model for the project site. This model will be updated to reflect the existing and final proposed design. The model will be extended upstream and/or downstream as determined by the ENGINEER to adequately model the project site. The design model is intended to measure channel Froude numbers, velocities, and shear stresses. This model is not intended for WSE determination and floodplain mapping. Design of Bank Stabilization • The ENGINEER will conceptually design up to 600 total linear feet of bank stabilization for the northern embankment. 30% Concept Plans • ENGINEER shall produce concept drawings to show the bank stabilization concept for submittal to CITY. • 30% concept drawings will consist of an overall site plan, basic plan and profile view of the proposed bank stabilization improvements with general details. 30°/a OPCC • ENGINEER shall produce an Opinion of Probable Construction Cost for the 30°/o concept drawings. 30% Concept Plans and OPCC QA/QC • ENGINEER shall perform a quality control review of the concept plans and OPCC before submittal to the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 08.�.2014 Page 20 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90-INCH SEWER CITY PROJECT NO.: 102346 9.3. 60% CONSTRUCTION DRAWINGS The 60% Construction Drawings and Specifications shall be submitted to the CITY per the approved Project Schedule. ENGINEER will develop the 60% design of the infrastructure and shall produce drawings to show and describe the bank stabilization design for construction for submittal to the CITY as follows: Construction Drawings shall include: • Title Sheet • General Notes Sheet • Horizontal and Vertical Control Sheet • Existing Conditions Sheet • Demolition/Rubble Removal Sheet • Drainage Map Sheet • Hydraulic Results Sheet • Overall Site Plan Sheet • Northern Embankment Plan and Profile Sheets • Grading Plan of Southern Embankment • Detail Sheets (general) 60% OPCC • ENGINEER shall produce an Opinion of Probable Construction Cost for the 60% channel improvements. 60% Construction Drawings and OPCC QA/QC • ENGINEER shall perform a quality control and quality assurance review of the construction drawings, specifications, and OPCC before submittal to the CITY. 9.4. 90% CONSTRUCTION DRAWINGS AND SPECIFICATIONS The 90% Construction Drawings and Specifications shall be submitted to the CITY per the approved Project Schedule. ENGINEER will develop the 90% design of the infrastructure and shall produce drawings to show and describe the bank stabilization design for construction for submittal to CITY as follows: 90% Construction Drawings shall include: • Title Sheet • General Notes Sheet • Horizontal and Vertical Control Sheet • Existing Conditions Sheet • Demolition/Rubble Removal Sheet • Drainage Map Sheet City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 21 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Hydraulic Results Sheet • Overall Site Plan Sheet • Northern Embankment Plan and Profile Sheets • Northern Embankment Cross Section Sheets • Grading Plan of Southern Embankment • Detail Sheets 90% Specifications • ENGINEER will produce specifications necessary to build the infrastructure shown in the construction drawings. 90% OPCC • ENGINEER shall produce an Opinion of Probable Construction Cost for the 90% concept drawings. 90% Construction Drawings, Specifications, and OPCC QA/QC • ENGINEER shall perform a quality control and quality assurance review of the construction drawings, specifications, and OPCC before submittal to the CITY. 9.5. 100% CONSTRUCTION DRAWINGS The 100°/o Construction Drawings and Specifications shall be submitted to the CITY per the approved Project Schedule. ENGI NEER will develop the 100% design of the bank stabilization and shall produce drawings to show and describe the bank stabilization design for construction for submittal to the CITY as follows: 100% Construction Drawings shall include: • Title Sheet • General Notes Sheet • Horizontal and Vertical Control Sheet • Existing Conditions Sheet • Demolition/Rubble Removal Sheet • Drainage Map Sheet • Hydraulic Results Sheet • Overall Site Plan Sheet • Northern Embankment Plan and Profile Sheets • Northern Embankment Cross Section Sheets • Grading Plan of Southern Embankment • Detail Sheets City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 22 of 37 ATTACHMENTA DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 100% Specifications and Contract Documents • ENGINEER will produce specifications necessary to build the infrastructure shown in the construction drawings. City will provide front end documents and FNI will compile book for bidding. 100% OPCC • ENGINEER shall produce an Opinion of Probable Construction Cost for the 100% concept drawings. 100% Construction Drawings, Specifications, and OPCC QA/QC • ENGINEER shall perform a quality control, quality assurance, and constructability review of the construction drawings, specifications, and OPCC before submittal to the CITY. 9.6. FLOODPLAIN PERMIT FNI will produce a 1-D HEC-RAS model to determine the impacts to the floodplain for the purpose of obtaining the required floodplain permit. This includes filling out the necessary forms, exhibits, and producing a memo to summarize the HEC-RAS results for submittal to the CITY. 9.7. GEOTECHNICAL INVESTIGATION This document provides details for the recommended geotechnical scope of work for the proposed Village Creek Levee Bank Stabilization for the City of Fort Worth. A portion of the northern bank of the West Fork Trinity River along the southern side of the Village Creek Biosolids Plant has experienced erosion. The plant is protected by a levee system and erosion is occurring along the river side as the West Fork Trinity flows north and turns to the east near the toe of the levee. It is anticipated that approximately 600 linear feet of the bank will require stabilization to correct the erosion. The proposed solution is anticipated to include a hard toe protection with a reinforced soil slope above the toe protection. The estimated height of the riverbank is about 25 to 30 feet. The geotechnical investigation will include field exploration, laboratory testing, geotechnical engineering analysis, and reporting. The purpose of the investigation will be to determine the anticipated subsurFace conditions and geotechnical design parameters for the bank stabilization design. FIELD EXPLORATION 1. Drill a maximum of four (4) exploratory borings at the site for evaluation and identification of subsurtace soils adjacent to the riverbank. The borings will be drilled to a depth of 75 feet below existing grade. 2. Conduct one (1) site visit prior to exploration activities to determine suitable sample locations, coordinate with the City and plant personnel, and determine accessibility. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 23 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (708•INCH OR 120�INCH) TO TWIN 90•INCFI SEWER CITY PROJECT NO.: 102346 Notify Texas 811 prior to commencement of the field exploration activities to locate existing underground utilities. 3. Subcontract with a drilling contractor to drill the borings and collect samples of the subgrade soils at the selected locations. It is anticipated that a track-mounted drilling rig will be required. It is assumed that access with a drill rig can be obtained without the need for clearing of trees, underbrush, or the like. • The borings will be advanced using standard rotary drilling equipment with hollow stem or rotary wash methods. Subsurface samples will be collected using 3-inch diameter Shelby tubes for cohesive soils and a 2-inch diameter split-spoon sampler in conjunction with the Standard Penetration Test (SPT) for intermediate and non-cohesive soils. Rock and rock-like materials will be tested in situ using the Texas Cone Penetration (TCP) test and/or the SPT, as appropriate for the material encountered. Samples of suitable rock, if encountered, will be collected using a rock core barrel. • Groundwater observations within the borings will be recorded at the time of drilling and at the completion of drilling and sampling. Delayed water level reading will be obtained when possible. • The borings will be backfilled with tremie-placed cement-bentonite grout upon completion of drilling and sampling. 4. The borings will be logged in the field by an Engineer or Geologist. Visual classification of the subsurface stratigraphy shall be provided according to ASTM D2488 and the Unified Soil Classification System (USCS) during drilling and sampling. LABORATORY TESTING 1. Testing shall be per iormed by a geotechnical testing subcontractor on samples obtained from the borings to determine soil classification of the subsurface materials. 2. The Engineer will select samples for laboratory testing, assign tests, and review the test results. 3. Laboratory tests will be appropriately assigned for the specific subsurFace materials encountered during exploration, but are expected to include: • Classification tests (liquid and plastic limits and percent passing the no. 200 sieve or gradation) • Moisture content • Unconfined compression tests (soil and rock) • Direct shear testing • Consolidated-undrained triaxial testing 4. Limited advanced shear testing is not planned. Shear strengths necessary for analysis will be developed based on the testing performed and empirical correlations according to material classifications and in situ testing during the field exploration. GEOTECHNICAL ENGINEERING ANALYSIS AND REPORTING 1. Prepare a Geotechnical Design Memorandum to summarize the design and analysis. The memorandum will include: City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 24 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Attachments with the sample locations, boring logs, laboratory test results, and a key to the symbols used. • Discussion of subsurface conditions and soil properties indicated by the field and laboratory work and the implications for design. • Geotechnical design parameters and recommended soil shear strength for the materials encountered based on soil classification and industry-accepted correlations. • Results of slope stability analyses and pertinent analysis output figures displaying the failure surface, calculated factor of safety, and water surface elevations for up to two (2) representative channel sections. • Earthwork recommendations for use during development of the plans and specifications. 2. Prepare a Geotechnical Data Report (GDR) for inclusion with the contract drawings. The purpose of the GDR is to provide bidders/contractors with the geotechnical data collected for the project. The data memorandum will include the following: • Copies of the boring logs, laboratory test results, and exhibits showing the boring locations. • Discussion of the exploration activities and laboratory testing pertormed. ANALYSIS AND DESIGN Assist with development of plans and specifications for the proposed bank stabilization, as follows: • Plan and profile sheets for bank stabilization of the channel. • Up to three (3) detail sheets, including section views and details for the slope armoring, slope stabilization, and general notes. • Technical specifications, as required, that are not included in the City standards. ADDITIONAL SERVICES Additional services not included in this scope, requiring additional fees, may include: 1. Clearing for drill rig access. 2. Exploration activities for additional structures. 3. Right-of-way access permitting and/or landowner coordination or right-of-entry permission. 4. Additional laboratory testing due to subsurface conditions found during the site exploration. 9.8. ENVIROMENTAL PERMITTING AND SUPPORT Environmental permitting and support for the bank design stabilization on the northern embankment of the West Fork Trinity River shall consist of the following scope: Task 1. Gather Existing Information FNI will compile readily available existing information and prepare maps of the proposed project. The types of information that will be gathered will include, but are not limited to, U.S. Geological Survey (USGS) 7.5-minute topographic maps, U.S. Fish City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 25 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 and Wildlife Service (USFWS) National Wetlands Inventory (NWI) maps, Natural Resources Conservation Service (NRCS) soils maps, as well as recent and historical aerial photographs of the site. Task 2. Conduct Site Visit FNI environmental scientists will conduct one site visit. West Fork OHWMs in the proposed project area will be marked with pin flags on the north and south banks within the proposed project limits for surveyors to tie-in. Task 3. Pre-Application Meeting with the Fort Worth District USACE Regulatory Office FNI Environmental Scientists will prepare and submit a Pre-Application Meeting Request and coordinate with the U.S. Army Corps of Engineers (USACE) Fort Worth District Regulatory Office to schedule a meeting. Given the current COVID-19 restrictions, FNI assumes that this meeting will be held via conference call or video conference. FNI Environmental Scientists will prepare meeting materials, meet with Regulatory Office personnel to discuss Clean Water Act Section 404 permitting options for the proposed project, and prepare meeting minutes. Task 4. Conduct Archaeological Survey Projects sponsored by public entities that affect a cumulative area greater than five acres or that disturb more than 5,000 cubic yards require advance consultation with the Texas Historical Commission (THC) according to Section 191.0525 (d) of the Antiquities Code of Texas. NWP General Condition 20, Historic Properties, requires compliance with Section 106 of the National Historic Preservation Act. Once the area of potential effect has been defined, FNI will coordinate with an archeologist to conduct an archaeological survey within the proposed project limits on both banks of the West Fork. Task 5. Prepare Draft Nationwide Permit 13 Pre-construction Notification FNI assumes that the proposed project can be authorized under Nationwide Permit 13 (NWP 13; Bank Stabilization). It is FNI's understanding that the proposed project design will likely exceed the NWP 13 bank stabilization 500-foot length and one cubic yard per running foot fill volume threshold limits, which can be waived by the USACE District Engineer. If the NWP 13 threshold limits are not waived by the USACE District Engineer, an individual permit (IP) application may be required for project authorization and can be prepared as an Additional Service. FNI Environmental Scientists will prepare a draft NWP 13 Pre-construction notification (PCN) for the proposed project and submit the document to the City for review. Comments from the City will be incorporated into the document. This scope assumes that the only affected water of the U.S. will be the West Fork and does not include the preparation of a preliminary jurisdictional determination report. This scope also assumes that the proposed bank stabilization repairs will not require compensatory mitigation; therefore, it does not include coordination with a mitigation bank or preparation of a compensatory mitigation plan. Task 6. Project Coordination FNI Environmental Scientists will coordinate with the design team on the findings of the site visit, assist the design team with fill calculations, and provide 404 permitting input on the design. It is likely that further coordination with the USACE will be required; City of Fort Worth, Texas Attachment A PMO Release Date: 08.12014 Page 26 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (1D8�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 FNI Environmental Scientists will participate in up to two (2) additional meetings with the Regulatory Office. Additional meetings with the USACE will be considered Additional Services. USACE comments to the PCN submittal and requests for additional information will be addressed, as needed. Task 7. Prepare Final NWP 13 Pre-construction Notification FNI will finalize the draft NWP 13 PCN, based on input from the City and the design team, and submit the PCN to the USACE. 9.9. BID PHASE SERVICES Upon completion of the design services and approval of the Final drawings and specifications by the OWNER, the ENGINEER will proceed with the performance of services in the bid phase. ENGINEER will support the bid phase of the project as follows. • The ENGINEER will provide technical assistance with contractor's questions. • An addendum will be prepared as needed for any plan revisions. • Utilize BIM360 for electronic bid document distribution, bidder's questions, and electronic bid submittal. Printed bid documents will be available at City Hall. City Hall shall receive all printed bids. • Attend the prebid conference in support of the CITY. • ENGINEER will prepare itemized discrepancies, check contractor recommendation of award. bid tabulation, evaluated bids for references, and prepare letter of ASSUMPTIONS • The project will bid only once and be awarded to one contractor. DELIVERABLES • Plan Revisions (if required) • Letter of Recommendation • Bid Tabulation TASK 10. SITE No.1 (RAW WATER PIPELINESj — TECHNICAL MEMORANDUM The channel instability reconnaissance will include visiting the site to document areas experiencing channel instability in the form of channel erosion and to provide general descriptions of channel conditions. The following information will be collected during the site visit: GPS-tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material, bank vegetation, and bed and bank stability. Each location will be examined using the field observations listed above and will be rated as having low, moderate, or high erosion potential. A desktop analysis to delineate stream banks in historic aerials will be completed. The deflection (minimum, average City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 27 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 and maximum) between historic stream banks and the existing stream banks will be measured for each location and will also be used to develop each sites' erosion potential. A report will document the site condition with photographs and aerial imagery, an overview map showing erosion potential, and planning-level cost estimates. An electronic database will identify the site number, field conditions and descriptions, photographs, field sheets, and the erosion potential rating. The erosion potential rating will serve as a planning tool that will assist the City by focusing efforts on pipeline locations with highest potential for channel instabilities. 10.1. Data Acquisition and Desktop Analysis — Prior to conducting field work, FNI will attend a meeting to kick-off the project and discuss any field knowledge about the location that the City is aware of. This task includes time to review aerial photographs, soil maps, and geology. 10.2. FNI will obtain topographic and bathymetric survey of the site, 16 Level A SUE locations of the pipelines and bathymetric survey of the sub-bottom river profile to confirm the location of the pipelines with respect to the stream crossing. 10.3. Field Reconnaissance — FNI will visit the site to document channel instabilities at and near the pipeline location. The following information will be collected during the site visit: GPS- tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material and condition, bank vegetation, debris obstructions, and bed and bank stability. One (1) field day has been estimated for this effort. 10.4. Post-Processing —After completing field reconnaissance, the data will be compiled into a database. Bed and bank stability at the site will be evaluated using up to three (3) geomorphic methods. This task also includes one (1), two (2) hour meeting with the City to present a progress update. One (1) day of field time is estimated for revisiting the site with the City and discussing channel stability issues and potential threats to pipelines. 10.5. Alternatives Development: Pending results obtained from the Level A SUE and the bathymetric survey, FNI will develop one (1) conceptual design for the site. The intent of the design will be to identify potential measures to protect the pipeline infrastructure. FNI will evaluate bank stabilization measures as well as potential adjustments to pipeline configurations. FNI will prepare a graphical exhibit depicting the extents of the proposed improvements and a planning level cost estimate. 10.6. Draft Report — A draft report will be submitted to the City for review and comment. The report will include site conditions and erosion potential ratings, photographs, aerial imagery, an overview map, and a planning-level cost estimate. An electronic database will contain the site number, field conditions and descriptions, photographs, and field sheets for the site. FNI will submit two (2) printed copies of the draft report to the City for review and approval. FNI will attend one (1) meeting with the City to receive their comments on the evaluation. 10.7. Final Report — FNI will update the draft report, maps, and database and submit two (2) printed copies of the final report to the City. The final report will include a DVD or hard City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 28 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 drive with all data generated from this project. The DVD or hard drive will include appropriate file directory structure and a"Readme" file summarizing all content from the project. 10.8. Survey — Engineer will obtain surveying services on the CITY's behalf for the project site to perform an on-the-ground survey of the area under the direct supervision of a Registered Professional Land Surveyor. Included in this item is as follows: • Location of permanent improvements within the survey limits. • Spot elevations at 50-foot intervals and significant grade breaks. • Contours on one-foot intervals. • Locations, common name, and trunk diameter of trees over 6-inches in caliper or the outline of heavily wooded areas. • Location of visible utilities and appurtenances. • Location and sizes of underground utilities based on available record information. • Set Control Points for use by contractor during construction. TASK 11. SITE No.2 (24-INCH SEWER AT VERNA TRAIL / LIVE OAK CREEK) — TECHNICAL MEMORANDUM The channel instability reconnaissance will include visiting the site to document areas experiencing channel instability in the form of channel erosion and to provide general descriptions of channel conditions. The following information will be collected during the site visit: GPS-tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material, bank vegetation, and bed and bank stability. Each location will be examined using the field observations listed above and will be rated as having low, moderate, or high erosion potential. A desktop analysis to delineate stream banks in historic aerials will be completed. The deflection (minimum, average and maximum) between historic stream banks and the existing stream banks will be measured for each location and will also be used to develop each sites' erosion potential. A report will document the site condition with photographs and aerial imagery, an overview map showing erosion potential, and planning-level cost estimates. An electronic database will identify the site number, field conditions and descriptions, photographs, field sheets, and the erosion potential rating. The erosion potential rating will serve as a planning tool that will assist the City by focusing efforts on pipeline locations with highest potential for channel instabilities. 11.1. Data Acquisition and Desktop Analysis — Prior to conducting field work, FNI will attend a meeting to kick-off the project and discuss any field knowledge about the location that the City is aware of. This task includes time to review aerial photographs, soil maps, and geology. 11.2. Field Reconnaissance — FNI will visit the site to document channel instabilities at and near the pipeline location. The following information will be collected during the site visit: GPS- tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material and City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 29 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120�INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 condition, bank vegetation, debris obstructions, and bed and bank stability. One (1) field day has been estimated for this effort. 11.3. Post-Processing —After completing field reconnaissance, the data will be compiled into a database. Bed and bank stability at the site will be evaluated using up to three (3) geomorphic methods. This task also includes one (1) meeting with the City to present a progress update. One (1) day of field time is estimated for revisiting the site with the City and discussing channel stability issues and potential threats to pipelines. 11.4. Alternatives Development: FNI will develop one (1) conceptual design for the site. The intent of the design will be to identify potential measures to protect the pipeline infrastructure. FNI will evaluate bank stabilization measures as well as potential adjustments to pipeline configurations. FNI will prepare a graphical exhibit depicting the extents of the proposed improvements and a planning level cost estimate. 11.5. Draft Report — A draft report will be submitted to the City for review and comment. The report will include site conditions and erosion potential ratings, photographs, aerial imagery, an overview map, and a planning-level cost estimate. An electronic database will contain the site number, field conditions and descriptions, photographs, and field sheets for the site. FNI will submit two (2) printed copies of the draft report to the City for review and approval. FNI will attend one (1) meeting with the City to receive their comments on the evaluation. 11.6. Final Report — FNI will update the draft report, maps, and database and submit two (2) printed copies of the final report to the City. The final report will include a DVD or hard drive with all data generated from this project. The DVD or hard drive will include appropriate file directory structure and a"Readme" file summarizing all content from the project. TASK 12. SITE No.3 (TWIN 90-INCH SEWER AT DRY BRANCH) — TECHNICAL MEMORANDUM The channel instability reconnaissance will include visiting the site to document areas experiencing channel instability in the form of channel erosion and to provide general descriptions of channel conditions. The following information will be collected during the site visit: GPS-tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material, bank vegetation, and bed and bank stability. Each location will be examined using the field observations listed above and will be rated as having low, moderate, or high erosion potential. A desktop analysis to delineate stream banks in historic aerials will be completed. The deflection (minimum, average and maximum) between historic stream banks and the existing stream banks will be measured for each location and will also be used to develop each sites' erosion potential. A report will document the site condition with photographs and aerial imagery, an overview map showing erosion potential, and planning-level cost estimates. An electronic database will identify the site number, field conditions and descriptions, photographs, field sheets, and the erosion potential rating. The erosion potential rating will serve as a planning tool that will assist the City by focusing efforts on pipeline locations with highest potential for channel instabilities. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 30 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108•INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.; 102346 12.1. Data Acquisition and Desktop Analysis — Prior to conducting field work, FNI will attend a meeting to kick-off the project and discuss any field knowledge about the location that the City is aware of. This task includes time to review aerial photographs, soil maps, and geology. 12.2. Field Reconnaissance — FNI will visit the site to document channel instabilities at and near the pipeline location. The following information will be collected during the site visit: GPS- tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material and condition, bank vegetation, debris obstructions, and bed and bank stability. One (1) field day has been estimated for this effort. 12.3. Post-Processing — After completing field reconnaissance, the data will be compiled into a database. Bed and bank stability at the site will be evaluated using up to three (3) geomorphic methods. This task also includes one (1), two (2) hour meeting with the City to present a progress update. One (1) day of field time is estimated for revisiting the site with the City and discussing channel stability issues and potential threats to pipelines. 12.4. Alternatives Development: FNI will develop one (1) conceptual design forthe site. The intent of the design will be to identify potential measures to protect the pipeline infrastructure. FNI will evaluate bank stabilization measures as well as potential adjustments to pipeline configurations. FNI will prepare a graphical exhibit depicting the extents of the proposed improvements and a planning level cost estimate. 12.5. Draft Report — A draft report will be submitted to the City for review and comment. The report will include site conditions and erosion potential ratings, photographs, aerial imagery, an overview map, and a planning-level cost estimate. An electronic database will contain the site number, field conditions and descriptions, photographs, and field sheets for the site. FNI will submit two (2) printed copies of the draft report to the City for review and approval. FNI will attend one (1), two-hour meeting with the City to receive their comments on the evaluation. 12.6. Final Report — FNI will update the draft report, maps, and database and submit two (2) printed copies of the final report to the City. The final report will include a DVD or hard drive with all data generated from this project. The DVD or hard drive will include appropriate file directory structure and a"Readme" file summarizing all content from the project. TASK 13. SITE No.4 (78- and 96-INCH SEWER AT WF-9) — TECHNICAL MEMORANDUM The channel instability reconnaissance will include visiting the site to document areas experiencing channel instability in the form of channel erosion and to provide general descriptions of channel conditions. The following information will be collected during the site visit: GPS-tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material, bank vegetation, and bed and bank stability. Each location will be examined using the field observations listed above and will be rated as having low, moderate, or high erosion potential. A desktop analysis to City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 31 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 delineate stream banks in historic aerials will be completed. The deflection (minimum, average and maximum) between historic stream banks and the existing stream banks will be measured for each location and will also be used to develop each sites' erosion potential. A report will document the site condition with photographs and aerial imagery, an overview map showing erosion potential, and planning-level cost estimates. An electronic database will identify the site number, field conditions and descriptions, photographs, field sheets, and the erosion potential rating. The erosion potential rating will serve as a planning tool that will assist the City by focusing efforts on pipeline locations with highest potential for channel instabilities. 13.1. Data Acquisition and Desktop Analysis — Prior to conducting field work, FNI will attend a meeting to kick-off the project and discuss any field knowledge about the location that the City is aware of. This task includes time to review aerial photographs, soil maps, and geology. 13.2. Field Reconnaissance — FNI will visit the site to document channel instabilities at and near the pipeline location. The following information will be collected during the site visit: GPS- tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material and condition, bank vegetation, debris obstructions, and bed and bank stability. One (1) field day has been estimated for this effort. 13.3. Post-Processing —After completing field reconnaissance, the data will be compiled into a database. Bed and bank stability at the site will be evaluated using up to three (3) geomorphic methods. This task also includes one (1), two (2) hour meeting with the City to present a progress update. One (1) day of field time is estimafed for revisiting the site with the City and discussing channel stability issues and potential threats to pipelines. 13.4. Alternatives Development: FNI will develop one (1) conceptual design forthe site. The intent of the design will be to identify potential measures to protect the pipeline infrastructure. FNI will evaluate bank stabilization measures as well as potential adjustments to pipeline configurations. FNI will prepare a graphical exhibit depicting the extents of the proposed improvements and a planning level cost estimate. 13.5. Draft Report — A draft report will be submitted to the City for review and comment. The report will include site conditions and erosion potential ratings, photographs, aerial imagery, an overview map, and a planning-level cost estimate. An electronic database will contain the site number, field conditions and descriptions, photographs, and field sheets for the site. FNI will submit two (2) printed copies of the draft report to the City for review and approval. FNI will attend one (1), two-hour meeting with the City to receive their comments on the evaluation. 13.6. Final Report — FNI will update the draft report, maps, and database and submit two (2) printed copies of the final report to the City. The final report will include a DVD or hard drive with all data generated from this project. The DVD or hard drive will include appropriate file directory structure and a"Readme" file summarizing all content from the project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 32 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (1Da�INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.: 102346 TASK 14. SITE No.5 (78- and 96-INCH SEWER LOW WATER CROSSING) — TECHNICAL MEMORANDUM The channel instability reconnaissance will include visiting the site to document areas experiencing channel instability in the form of channel erosion and to provide general descriptions of channel conditions. The following information will be collected during the site visit: GPS-tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material, bank vegetation, and bed and bank stability. Each location will be examined using the field observations listed above and will be rated as having low, moderate, or high erosion potential. A desktop analysis to delineate stream banks in historic aerials will be completed. The deflection (minimum, average and maximum) between historic stream banks and the existing stream banks will be measured for each location and will also be used to develop each sites' erosion potential. A report will document the site condition with photographs and aerial imagery, an overview map showing erosion potential, and planning-level cost estimates. An electronic database will identify the site number, field conditions and descriptions, photographs, field sheets, and the erosion potential rating. The erosion potential rating will serve as a planning tool that will assist the City by focusing efforts on pipeline locations with highest potential for channel instabilities. 14.1. Data Acquisition and Desktop Analysis — Prior to conducting field work, FNI will attend a meeting to kick-off the project and discuss any field knowledge about the location that the City is aware of. This task includes time to review aerial photographs, soil maps, and geology. 14.2. Field Reconnaissance — FNI will visit the site to document channel instabilities at and near the pipeline location. The following information will be collected during the site visit: GPS- tagged photographs of erosion areas, exposed root samples (if available), and field observations of channel bed and bank material and condition, bank vegetation, debris obstructions, and bed and bank stability. One (1) field day has been estimated for this effort. 14.3. Post-Processing —After completing field reconnaissance, the data will be compiled into a database. Bed and bank stability at the site will be evaluated using up to three (3) geomorphic methods. This task also includes one (1), two (2) hour meeting with the City to present a progress update. One (1) day of field time is estimated for revisiting the site with the City and discussing channel stability issues and potential threats to pipelines. 14.4. Alternatives Development: FNI will develop one (1) conceptual design for the site. The intent of the design will be to identify potential measures to protect the pipeline infrastructure. FNI will evaluate bank stabilization measures as well as potential adjustments to pipeline configurations. FNI will prepare a graphical exhibit depicting the extents of the proposed improvements and a planning level cost estimate. 14.5. Draft Report — A draft report will be submitted to the City for review and comment. The report will include site conditions and erosion potential ratings, photographs, aerial imagery, an overview map, and a planning-level cost estimate. An electronic database will contain the site number, field conditions and descriptions, photographs, and field sheets for the site. FNI will submit two (2) printed copies of the draft report to the City City of FoR Worth, Texas Attachment A PMO Release Date: OS.1.2014 Page 33 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 for review and approval. FNI will attend one (1), two-hour meeting with the City to receive their comments on the evaluation. 14.6. Final Report — FNI will update the draft report, maps, and database and submit two (2) printed copies of the final report to the City. The final report will include a DVD or hard drive with all data generated from this project. The DVD or hard drive will include appropriate file directory structure and a"Readme" file summarizing all content from the project. TASK 15. ADDITIONAL SERVICES Engineer will complete additional tasks not defined in the above scope, as directed in writing by the City. The tasks will be pertormed for a fee agreed upon by the City and Engineer at the time of authorization. Should the required scope of work exceed $20,000, Engineer will submit a request to cover the additional work required. • Additional services as directed by the City, up to $20,000 for the 108"/120" Gravity Main, Village Creek, or Technical Memorandum of Sites Nos. 1-5. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 34 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (10Q�INCH OR 120dNCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services. • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake, or other acts of God. • Services related to warranty claims, enforcement, and inspection after completion. • Services related to submitting for permits (i.e. USACE, THC, etc.) • Services related to Survey Construction Staking. • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Level B or Level A SUE in addition to amount previously stated in the tasks above. • Site clearing required for access relating to geotechnical drilling and exploration. • Corrosion investigation and analysis. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 35 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (708•INCH OR 120•INCH) TO TWIN 90•INCH SEWER CITY PROJECT NO.; 102346 • Cathodic protection system design. • Communication mediums routed within pipeline easement. • Tree survey verification, conducted by a Certified Arborist, in accordance with Fort Worth City Ordinance No. 13896 and/or urban forestry permit application. • Geomorphic investigation beyond Village Creek Bank Analysis. • Environmental services not included in the scope above. • Floodplain impact analysis. • CLOMR/LOMR. • Operations and maintenance manual. • Archeological monitoring during construction. • Conceptual, preliminary, and final design of Site Nos. 1-5. • Bid and award services that are not included in the scope above. Additional Services specifically not included in Village Creek and Site Nos. 1-5: • Updating watershed study to reflect new flood conditions after the project. • Negotiation of easements or property acquisition. • Revisions to easement documents as a result of negotiations or project changes after prior City direction and approval • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services. • PerFormance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 36 of 37 ATTACHMENT A DESIGN SERVICES FOR PARALLEL SEWER (108�INCH OR 120•INCH) TO TWIN 90�INCH SEWER CITY PROJECT NO.: 102346 • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Preparation of a jurisdictional determination report. • Section 10 Permitting with the USACE. • Preparation of a formal written request for USACE authorization under a letter of permission procedure. • Preparation of a standard individual Section 404 permit application. • Preparation of Environmental Information Document, Environmental Assessment, or an Environmental Impact Statement. • Meetings or consultation with the USACE or other resource agencies, except as specifically noted in the scope of services. • Presence/absence surveys for federally listed threatened/endangered species. • Preparation of a mitigation plan to compensate for impacts to waters of the U.S. • Application to Texas Commission on Environmental Quality for individual 401 Water Quality Certification. • Application for General Land OfFice easements. • Application for Texas Parks & Wildlife Department Sand and Gravel Permit. e Additional field investigations or analysis required to respond to public or regulatory agency comments. • Field survey or analysis required for cultural resources investigations. • Consultation with the U. S. Fish and Wildlife Service under Section 7 of the Endangered Species act. • Expert representation at legal proceedings or at contested hearings. • Mitigation monitoring if required by permit conditions. • Monitoring for compliance with permit conditions. • Preparation of a compensatory mitigation plan. • Phase I or Phase II Environmental Site Assessment. • Preparation of CLOMR, LOMR, or other FEMA coordination. • Additional exploratory drilling and associated laboratory testing not stated herein. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 37 of 37 ATTACHMENT B COMPENSATION Design Services for 3�d Barrel Parallel Sewer to Twin 90-Inch Sewers Village Creek Bank Analysis / Plan Development And Pipeline Erosion Risk Analysis for 5 Sites City Project No. 103128 Time and Materials with Multiplier Project Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by Direct Salaries multiplied by a factor of 2.19. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT, exclusive of all payroll- related taxes, payments, premiums, and benefits. 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. 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. ATTACHMENT B COMPENSATION 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 Water Department monthly progress reports and schedules in the format required by the City. 0 ATTACHMENT B COMPENSATION Summary of Total Project Fees Firm Primary Responsibility Fee Amount Water Dept. Fees TPW Dept. Fees % Prime Consultant Project Management, Pipeline Design, Freese and Nichols, Inc. Preliminary Creek Bank Assessments, $ g47,645.00 $ 847,645.00 $ - 84.64% H&H Analysis, and Final Creek Bank Desi n Proposed MBE/SBE Sub-Consultants Texplorof Dallas, Inc. Geotechnical Drillling $ 21,450.00 $ 21,450.00 $ - 2.14% James DeOtte Engineering, Survey $ 77,650.00 $ 77,650.00 $ - 7.75% Inc. The RIOS Group, Inc. Subsurface Utilit Engineering $ 24,900.00 $ 24,900.00 $ - 2.49% TOTAL $ 124,000.00 $ 124,000.00 $ - 12.38% Non-MBE/SBE Consultants Gorrondona & Associates, Geotechnical Lab $ 3,200.00 $ 3,200.00 $ - 0.32% Inc. AR Consultants, Inc. Archeolo ical Investi ation $ 10,000.00 $ 10,000.00 $ - 1.00% Specialt Devices,lnc. Bath metricSurve $ 5,102.00 $ 5,102.00 $ - 0.51% Kleinfelder, Inc. Geotechnical Lab $ 11,500.00 $ 11,500.00 $ - 1.15% TOTAL $ 29,802.00 $ 29,802.00 $ - 2.98% GRAND TOTAL $ 1,001,447.00 $ 1,001,447.00 $ - 100% Pro'ect Number & Name Total Fee MBE/SBE Fee MBE/SBE % DESIGN SERVICES FOR 3RD BARREL PARALLEL SEWER TO TWIN 90-INCH SEWERS, VILLAGE CREEK BANK ANALYSIS / PLAN DEVELOPEMENT $ 1,001,447.00 $ 124,000.00 12.38% AND PIPELINE EROSION RISK ANALYSIS FOR 5 SITEST - CPN No. 103128 City MBE/SBE Goal = 10°/a Consultant Comitted Goal = 10% � 0 d � -� � �' � < 0 n N � O O O < fD Cf � � m � � A :11 J � � O ♦/ O � � N !D 0 0 A A V 0 0 0 0 0 o N , , , s xxxx� � =� -� -� -� -� � a '�' ������ O� 4f A W N-� ��� N � < F � � N � � � � a 0 x- -� � v m N C'1 � O � � ;, � 'm � p O � C N N � (p �I O K � O O D D 3 3 fD o ' c °' � � r. 7 D� � g m °c m N N � � (p V O O � O O O O Do 3 � r c° � v � � .� fp a � � � � N � 7 � 'D v� N — < 7 O � C � N � `< a � n < � o � � � m � W � a 3 �;'aw 0 0 � 3 _ Ci N N � _ V O � O O O O j (�f�� V)n � m m v c o o. 2 � `� �o � � . 3 -a N m � � � � � voo�_d d N N .-I) 7 � fD �p �p � � (/j � �-nc � v � o � m � 3 �?�� A W O ZJ � W � O N N Q o N O N N X �C � d � � � � x m � v ' � m = s • a � a a m a 'm " 'm N f/1 N f/1 n 0 3 a m � � Z � � m � N y m N Z n 0 c'� �g o � � � N > C � » � O C � O n F ". S N � O v ,30 o. � m � N b O � � N a y � � �a 0 N N d � m � f m a a a n � °c < 0 m 0 � ry (i � � m z 3 c m a A � C O ' ��� � O O �• n N � �.Y. � xt O� .. � N � �� � ..W.f ¢ N W n• � � � � N � � N � N o N i�1 � � � � c� N � W w � � m � o v N 7 111 � � N � � � N O � � � � V! C � � �F3- =�mF e�� e�q 8po a� � � 080 i � � o P H � p m m � N p � 2 _ m � m i Z A 41 y - 9 m � x � N o�O ' ��r�i z� �I������ �ss� o�s =-mF Nq� o�a Po' � SSa rKe y r D� pxn nom mAxx = zm � Z A N y N � � m ^�O a � �' Z � �I������ Gt.7�:] � q�.i�i��,:i,b�. :�,�.�r;_i�!bis`, ���c:i.�d,��..�� :,i�,�f+� ,_l,l'3•`-ui;fl,L . „n,�� OPINION OF PROBABLE COI��1'RI��T'I��! COST 1 108" (15'-20' deep) 2 Equilization Structures 3 FRP Manhole Risers 4 Trench Safety 5 Bypass Pumping System 6 Clearing/Grubbing 7 SWPPP 8 Mobilization/Bonds/Insurance 9 Care of Water 10 Site Restoration 11 Grout Fill Ex 90" Sewer Nick Lester 1350 LF $ 2 EA $ 2 EA $ 1250 LF $ 1 LS $ 1 LS $ 1 LS $ 1 LS $ 1 LS $ 1 LS $ 1200 CY S SUBTOTAL FTW 19581 3,000 $ 650,000 $ 50,000 $ 50 $ 1,000,000 $ 25,000 $ 10,000 $ 305,000 $ 50,000 $ 25,000 $ 115 $ $ 4,050,000 1,300,000 100,000 62,500 1,000,000 25,000 10,000 305,000 50,000 25,000 138,000 7,065,500 Disclaimer: The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. FNI OPCC does not include any factors to account for the ongoing COVID-19 government enforced closures worldwide which could potentially impact material, equipment, and/or labor costs on the project. In addition, the impact on construction schedules due to COVID-19 is unknown. Notes: 1 FNI OPCC classified as an AACE Class 4 Estimate with accuracy range or -20 to + 30. 2 FNI OPCC does not include costs associated with engineering fees, permits, surveying, etc. \ il �brvorf.���_. 9=�•�••.;_idir-' - .�;:� �.Yi�,:�.�,�::i1��1{��—. '�I�i`n::lai;llelE �: !.vtri:. OPINION OF PROBABLE COI��TR�t�TIC�R� COST "j^ Fort Worth Twin 90" Sewer Replacement 6/24/2020 L= Fort Worth Water Department �." c'„�, 1112 ,'t Future 3rd Pipe - 120 Inch Robb Otey Robb 1 2 3 4 5 6 7 8 9 10 11 120" (15'-20' deep) Equilization Structures FRP Manhole Risers Trench Safety Bypass Pumping System Clearing/Grubbing SWPPP Mobilization/Bonds/Insurance (5%) Care of Water Site Restoration Grout Fill Ex 90" Sewer Nick Lester 1350 2 2 1250 1 1 1 1 1 1 1200 SUBTOTAL LF EA EA LF LS LS LS LS LS LS CY FT W 19581 $ $ $ $ $ $ $ $ 3,350 $ 750,000 $ 50,000 $ 50 $ 1,000,000 $ 25,000 $ 10,000 $ 305,000 $ 50,000 $ 1,500,000 100,000 62,500 s,oao,000 25,000 10,000 305,000 50,OOD 25,000 138,000 $ 115�$ $ 7.7 Disclaimer: The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. FNI OPCC does not include any factors to account for the ongoing COVID-19 government enforced closures worldwide which could potentially impact material, equipment, and/or labor costs on the project. In addition, the impact on construction schedules due to COVID-19 is unknown. Notes: 1 FNI OPCC classified as an AACE Class 4 Estimate with accuracy range or -20 to + 30. 2 FNI OPCC does not include costs associated with engineering fees, permits, surveying, etc. Ilelil.:��i:l�.l'1- :���.It.�:l�j'��-i. I,'.1�:1,:,.�1"'.�',, 1���'r �����1^.��'..�1;1=11����.�:(.;��..'(I,�. OPINION OF PROBABLE CONSTRUCTION COST Village Creek WWTP � � 8/27/2020 City of Fort Worth, Texas '• - 1156 Scoping - Conceptual Design Robb Otey -- — — ESTIMATED BY � QC CHECKED BY � FNI PROJECT NUMBER � - �. - --- --- • �� � - - SITE WORK 1 Site Preparation 2 Temporary Construction Access 3 Care of Water During Construction 4 Clearing and Grubbing 5 Tree Removal 6"-12" 6 Tree Removal 13" - 8" 7 Tree Removal Over 18" 8 Remove Existing Channel Rubble NORTH EMBANKMENT IMPROVEMENTS 9 Modular Wall 10 MSE 11 MSE Soil Anchors 12 MSE Select Backfill 13 EmbankmentGrading-Unclassified Excavation (Fill) 14 30" Large Stone Riprap SOUTHEMBANKMENTIMPROVEMENTS 15 8" Buried Rock Rip Rap 16 6" Top Soil 17 Sodding/Seeding 18 Embankment Grading -Unclassified Excavation (Cut 19 Live Cuttin�s 1 LS $ 30,000.00 $ 30,000 1 LS $ 25,000.00 $ 25,000 i �s S Zoo,000.00 S soo,000 i �s S so,000.00 $ io,000 40 EA $ 300.00 $ 12,000 20 EA $ 600.00 $ 12,000 20 EA $ 2,000.00 $ 40,000 1 LS $ 50,000.00 $ 50,000 9000 SF $ 100.00 $ 16800 SF $ 30.00 $ 600 EA $ 800.00 $ 1000 CY $ 100.00 $ 9000 CY $ 15.00 $ 985 TON $ 200,00 $ 670 CY 1000 SY 1000 SY 10000 CY 500 EA SUBTOTAL SUBTOTAL 900,000 504,000 480,000 100,000 135,000 197,000 $ 100.00 $ 67,000 $ 8.00 $ 8,000 $ 7.00 $ 7,000 $ 15.00 $ 150,000 $ 25.00 $ 12,500 $ 2,839,500 ��. •�� S 3.691.400 The Engineer has no control over the cost of la6or, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinlons of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs �vill not vary from its opinions of probable costs. NOTES: 1 FNI OPCC classified as an AACE Class 4 Estimate with accuracy range or -20 to + 30. 2 FNI OPCC does not include costs associated with engineering fees, permits, surveying, etc. Page 1 of 1 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 3�d Barrel Parallel Sewer to Twin 90-Inch Sewers Village Creek Bank Analysis / Plan Development And Pipeline Erosion Risk Analysis for 5 Sites City Project No. 103128 No changes. � !�� I�� g� I> 'oi m� w�rv� lo�a�m ��a� ��o�� m�� ���a�� I� ��i�l I�� m��iA� ti�,�_ --�a,_ . .y f N n N '3 N 3 d �~� V!I ��II� 'A A � _ _ F 2 � i-+ � A i.� N w N A N� 6�li m �^ O V 3 A A fl � s f� �+ �' C n� Ll O, A tl �+ p Ll O� n� Y 2' �I C m� - p O w- m- c A Z��_��- c m Z�- C: � 'n G- c m Z�� 3 m n 3 0 -I �I .,. w�_ s s� o D� i� 3 0 0� m��'° �_� n 2 F 3 f� 3. � � 3 0 0 3�� ��. ' �n'< � m � � - - 3 - -. o � 5- 3 3 � 3 °�'. v - S � `- 3 3 3 ¢ _ _ �n a � - S 3 , �'., 2. m �� c,�+ � u, i v 3 a'v E o o d rt o o� _- � i o o�-� s`� � °' m �I ',, � A 3 a� z� � A°° P c, _ -- o� P 3 = m o 0 0� w i ���, Z °i „ i _. a° n g� ��-Oo � r�o - - n 3 3 a- 3 3 i .� _ 3 v �' '" _ 3 3' __- o I 'i� N SZ� � \9$n " x�� f °0 _ \ �` 3 N_ �� ^ �I' '., _ m 3 � ° 'a � i ',., � - � c� w �I ' � � i N A N � A�o O �I2 a P a a. � d d� u I I.� u N � II - iv� u �n N v. �n v� v� v� v� in �n �n �n �n �n in �n �n N �n v� v� �n �n �n N N � j� ti� in ���n �, 3 3 3 3 v � 3 3� in �� 3-� -� -i 3 3 3 3 3 ti v� 3��� a�� a 3 3 - - - o 0 0 � u � � � � � � � � � � � � � \ � � \ � � � � \ � � � � � � � � � V A � � � \ � � � � � � � � � � � � � � � � � � � � I��N-� \\~\\�N�3�\\V YT�ti��,333T� � T3N3'���"�3'N'\~\" 3N\N33��I - - � - - - - - - - - - - - - o - - - - - - - - � \ � � � � � � � � � � � � � , \ F+ F+ Y F�+ Y N N N N � � � � \ Y V \ Y \ Y \ � � � \ r \ Y ` � � � � \ � \ F+ F+ F+ � � � � \ V I ^ . _ _ — _ — , , . rif ..� _� n. .., � f 0 3 Q 3 . � -a � � .'J � � �, -u— _ .-- _-- __ I �i � I; u �, �� 'I II �� � ! II I: I' � l !I. �', i i 1 �I { ; II I L O W O D n a � � � �, ^* n w S n m S Q � �D a � � d � � v � � � �� I . i � ���$� I � � ��i � � ��� � ��� � �m � �. , � �� �I �� �. I.�� � � ���-� . � ��� ��� � y .�. . . . _ . . __ . � 'y��N N � A�A cIP A O A A A A � 6i 3 \ _ - ci ci n�, z o= D -•� _� p n c�a o�� o � o o a m c�++ o� o z r�„ o� � n n z n n n p» p p m P� z�'�, � �� o o�'m o', o_ � e'�° n o a o o �� a e o n e n�^, a�< 2 `° �'m �'m i m �.» N=�� o� � � A� � � jn a � n p� n v� r� p^ � n p n v p N° o � 3 r��o P p ti n n n<� m 3 2� ��. '�. a m 3 3 � n " - � n � .. 3 ` .. 3 ` � 3 ` = 3 _ n - » � " o 3 ^ � '�, � n � �� �� q�� � - � m o � m A m �"�o o R o < S 3 v ^ . - n` n� '^ o m_ '^ n m_ � m_ n 3 n 3'w s� '. ��`, __ A o 3 � 3» 3� � F i i o 3 a 3 0_.. o " m 3 3 � n 3 3 x 3 � o - - _ ° 3 N o 3 x' _ ' o p � a � n � = 3 � � � � � o � n `" v - '� � ° n - �',. z3 = �o � N '�. n m 3 I c j D m n��, N o Q p o Q� a II� � � N � a '� I _ �''.< " � � � � � � � �, H � N � u N N � � � � � � � � � '�.3 � 3 3��� 3 ti ti ti�� s�� c c 3�`� c 3 3�' 3 3:' " s�" s� s s� z� c �'z �� 3 3� s� c c c 3 3�� �' ,._ _ ? _ _ _ _ _ � � � � � � � � � � � � � \ � \ \ � � � � � � � � A A W � � � � L.1 � �� � � � � � � � � ���� � �� � � � \ \ \ r \ N \ \ \ ` \ \ N \ \ N \ � � � � \ \ � \ � � \ r r F+ r+ � N N � � � � � r N r \ r \ F' \ � ~ ti�t �� N F' �-1 ti N N� N � N H -V N-i -i N V ti N�-I ��t �t y N N C F�+ ���' � 3 3 3 � �� c 3 3� 3 N 3 N T� T s��`� � c�� 3 3 � __��� N�� 3�1 T � \ � � � � \ � � � � \ � \ � A � � � � � � ` � � � � � � j.� � � \ \ � � � \ \ � � � � � n = � � � � \ � � \ \ � � � \ � � � F\+ �I N F+ \ \ \ N \ � N \ \ \ \ \ \ \ � \ \ � \ � \ r \ � \ � � � � � � � � F+ F+ � � � � N Y Y I f� � � u 3 � ,�� , I�, i . F�I O u � N t'"� ��� � '. t ��~ O n < � � � � � o n � � n a � � 3 � � � d v � Attachment E � ; , ; ,. + :j, i ��� �� � � -� i � , , , �� � . ,. �, � � �, ..L' _ � � , � � — F' � „� � „ . _ ��.( `�Qo��( I.� �.' � ��..y� P � .•: : _ I� i:i� • � ��� �„� , �� '� _ � I � r � _ ;� �_ �•�� , Il ��� ''i _4. � , �� � �� ����i ��,, ,� ° _ � � ti'^ �i I - — � � � _�`� : ... �t ,� �\\ , , �� \�j � �\� � ;,,� , ';�� ( ` �'�'" ,� �� �-� l � ,�. � _� / �?� \�. \ / \ � � � �� a=< ��o�: � '�; ;; `� '� �p5`' � - / _, ' ' �. `_ ��� � �� �, ,\ /�,�� ��� i ?,. ,%.,���� _ ,. , , �,. . ,�� :�'.� � ; . . _ • ,� � � �'� � � '11�t11i �, _ i ., - � �� , ' �� n �� � I. �� � " , � � � ;�, - ` fn I�I � ' \ i' I � � --. . W � � 4 �.I it' O� � I � O� �t �.�� . '� . � ,.� � _ .- � � _ �. N — — �c � ,— . Y . � a� O � I '; ' � � -��' . C�- ��S � � �� � c.�'i' � - ' > "�� ` , � N��� � 1 � `- . , , -._ .. nt _ /�' _, , - , ,. . \. . �` ¢ �� ( - _ ` � �. ��- � . , ' �' � , , . __ , . ... ' � � � �r, . `: �,'.s_: _.� �� ; / .., - - � � � .., -- �, . - � . . . , � � • _ � � w ' � , � ^ . ` so' in �� I ' r ` i I �r. . ' � Z —._` ,,��� : ��s�, � '1 � \ . �� f� . . � ^� j ...• �'" ; . " ' � ' � (Q �,� , �. - V -.e _ . , I� `" - � - , I 5 '_ � : . _ _—' . -� r. __`.� � � _., , .F . i � \ „ r` h. �Y. ' .. .. . \ � �-ri t a _ I _ ��iE�4�.. _ � I "_ w � �� - _ �. �r � • .., ° y 1 'T� . .- .."_ - 1 .. e�;'a � -- — — ' i i' ` _ � F t�� � t � F �iFzsi � - -- ' � s : , � r , �� 4�'E'�' i4t°E I '�` _ ;ELLIOTT_REEDER RD € `` �y"`��f `�SA�°4� - - _ ��� T � 0 _ - - -� —_ --y-{ - --- - -.,���� ,:r-. - " - _ t/�, ^ . -� _ ' �_ _ �: I - _ .���:. �,s :�� . , � �' � _.- _" �'— 'I i - - . . � . _.: �.•�,.c; � . . ` t� . , .. �. . . . I.. . � . . .rvr�.ee.�K,•e`°` _ '�, - : . ., v� -. »� . _ - � -- q,.._. i s p i � � � � � � r _ I - ;'1� . 't "'[ .L-'C-"r` 2..-i'i M4h�'� -Y. 1. , F . ( . r 1 I I1 . m� .�_1_ � , 3 _ . . ' � � ♦ +,^- t,..m. � , t "�,� r, _.�---,. 1 — � _ � , � , . ...�..» _... . ° . I -� � k '� N , ,'. _' - _ . . .._ . ..�, ��t - r r i i , � I �_ � !'�' 1 ... . -. ..., • � ' _ L=►. � ... .I �h,�'� 4 � I �r T_^/�" y � �'� �� �_, . .. � . . ,.�� _ _ , .. . �1,� . � � 1 t � .� I . I �. __� - . �__� ' � .. - � � .I . .. . ' . . i � ' west F �- . . I ' = � - , _ , L I � ; . ' PROPOSED 3RD BARREL ' �rk Tr�fy Riv'�---- �o y j o � I_ -� _ � 120" PARALLEL SANITARY - -�r� _�'�-�.�,�_�i ' : � _ - � I SEWER .-� �� � ' 1• _ _ - _�. —� j � � w _ � .. _� ��I _� �•. "�c r��9 �f ' �l� _ .' �` +. � ; , ,, -� -- , . � . . '= _ �� �'4.��� - .�., �\�. � � �� 1"` . - � � � � Y��`.�, . .f3 . � .Y: X' "� �`� ... .,. �� � � ., � ' . , . " 't � z4, �' \ � ♦ �� . . ; J ; i x 4� �-,.� 'i 1 ,, \ � ` .. � �'' -. � dl'��� `� � .�I . �.� . 1 � � � � i`� ,'' ' � � �� �� � � �� � �� , ; � �F f #� \ ` _ rr . i ' �,� s,f,°'� S � ' � l:� _ � .—.'_ _ _ , . , � . . � � �r t � L q f " }; Jr� � ` � „t:� \ • \ . . . � . . �� . � �-� _ � , `,,�, 1�r �f t�.� � � � � FORT Wt�RT� ;' l�` r t ��€r � r ' , �'� �, �5 ! r* rr�y'. f �� -� Jd �\ ��:' . � .�.� � \ Y� �*� �r,f� � ��i t k„ _�, t 1�� ���4 �` T� � � ', � �\ . F �C` r� �.. '� ��. f ,/ .',T � r-f I . t t+v.� �! p t i T� ;. i� �, �- � �,et r f � . � �• +� ,ft e ' � F-k�l� �i . . \ r � � .. � . � i'. r .;r r � y,i, \�,-., . f 7 �;��i, t -.r,-fE� N"�" � f / � - � �.ri�3 �l; } �s:` � -. ,= i 7 � t� i ✓'.� ,� ����� � t�!if,r 4 ,r'',,P!' t , : / r'" �Li-._ �L._f..a+�s...�.�t`` M?I_ i ' i .. �I :,_ T�ra J!d�� . 1..Ti �. .�... SL 2021 Attachment E N !' i �. � .�,`.. / ' ,; '' i __ — _ j'� . _ . \ - � � � t``\� l(, � � � � � ' 1 � I ( .l; .-�?\ �I F.� � �4�` `: y *... ...� ' �. � Y� �.e: i �' S� � , �`��1 � y� �". ,� ���. ;� `?�� T , ���� � +� -� 7'll� �' i �.)t� ` �� -- � � �� — �.,'.�`�iCS .�� ` r' 1�lR� ��IDG�t'',_,�,'.����F.�ly*S_�,���54'"�" �`� �. � _ _i�.\.'t (y.�- . . ,� '� ��jk- �. +a ��ir t s � � �w�' �� �'� ��'_ r— - �� �t�' $ � �, .�a,, : �..�t� � ��� s � i � � c+� �~,�� + ; ��" .;�� ' ` i .t'. � � '� ��'; ' t y x ,, � . t I Y 5 y -�'F k1 {.� i �. ` ` .;�� � ti �• , � �).�' l .�- . t ,�- 'al � �r � Y �a'�. r :�.� �" •II ` , � �' w� � 'i � ;,i .3 }� P \ °( {. . � ,�y �, ��[ ( � .� 1 � 5a� � } � � 1��7"�'.�-��1`4 �� 1' ( .s .-N '�..1 �' � � ` �_,_ .Yy�• J• � it o �s. �i, li :, s $: �_i '�. . . �r.� �ya. �, �'': �- � ��., � s J ,' ' � •, ��}��1.�� 1 P.�J . .. �,� �t'..' 1PQ�yy�,� 'f � `- ,y `) �, �' . ar�..'( ��� { .�,I Q (�. � 1 i . � -� . 7. 7 : � '� � � L � . "'_ �. � � ;� �� - � I .tdw; ; �9` �r. � . } - . _ 1� ai r'r �Q' �, 't►�h, �� �` P t .1, ' ''�'�� ��� ' , ;,3r� t.�� 'e� � � :ItA, � , � ! I I � , yl" `i � � � ��.t '�-��` "� y,M .. il� � � � v� � �,` •r. I I i----- � � r � �► � . "2+ '�" �� f . ( . � :') ok 7 + ` t =_ . . ' r ' , � _ . � I I'_,� r.. . . -r. . ,�, . F +� � ��i �' r� �, ''� {' �� Ilf • '-� '� �,•-•I} s F, . � � I . .-.��" �� 4-. �' :.�� • •. . * - .�_-1 � I` �I� tl i � � x * .d- s°t�f " \ � ` y, � • 1 , � CORNELL AVE � _.f• � �r .'�.! � ,I i -�--� r 6 . . �-� . __ , O O ._ '`{'n ` . - --� --��- r-- �� - II "_'_ _-___. _' ..-____ _.-_— �y • �~ . 2� r ^,\y1^A'y1^// + #� � 'i.F� �,/', . _- � _� , I I � � •,}, / � U � iJ V � ' r I I � � f � ' � � ` . .. .. ��[y�� � �C . �� h . / � � _— � —_ � . � '� -L __ " \ - y. Li R 4. �� _—� - ( rf..� `� ♦ - - I',,�` � t�j�..,�j. . �� . � 1� . I � I_ .. �L �� I � .I ��� �'�. l�; '„�,�.� �r`�.�,_,��a,°. �.�i` AMHERST�AVE f `:�' j : j .` �r� � -�- 2 y �.� �e �, -� '� ` - � � � ~� 1��3'i'� a,.,�.. �l Z t ��( �•` ' . ,�1,��'� . ' ♦ w1f t ���'- �c � ti yy.�ayy j'- '!� �:� . � � , - - - �. �l . . ♦ � , t-tY k a�tiNy -d v�r} �5-t ������ i �� Je. r ' - `��♦ 4�> T�"��t�„`� ! '�� �� � I.� r I t�� ~�R�. � ' ` �t ~ '��'�` „ d '�'` '� r' , ' L , � , .� / . �``♦ :ri ��.�` �;' 1 (�0`/ � 3;, '�� _��" ,i � v / ;�"�.; ```` Y�`"�i ���+� `�S� ���w y �IIM; �;'•� �� 1k.�� �r r , ti, � "k '� �f'n`b : � � � � ��„� ' � �\� . . �� �:. _ . a � !1 � ���: .��� �r � ��k. ��f�; r� �PURDUE AVE_ _I . . � / �,a - � � �:.: ��, � � �. y . i'. . r� fi .��' „ 1�,,, � . / EROSION PROTECTION � � �`�',.F � � .v..� � � ♦ '> � � i `_ r,� � � � • /- STUDY � F � � �- r.i li �:. ' �, ' t , �- � � �' -. � l �' � z', , � � � . � �y, t � a i � � � � � � � `� �- � � , � T �_ � �` ,, ♦ •�� ��� �„i�TM'.. , ., � � (.. (i �. . � , �, � •:. . ���'y;' ' �fi DARTMOUTH AVE � { ', ` _?�"- - r _�''� � . , , , � � , , — , . `� .� I, . .;►..r "i�` � ��-. . ,. _.`. . ���, . � �'!` „�' �, t 'x . �,, (' y � ' ��'� � �,d�'�; � 4' i ♦` I I 1`r 1 � � . ` ..�IL' �r.' / / � yr.. � ��n O , � � � . � 1 g�i � o��%� �v�.� e .� ". � , �� � 1 ��t Sr {� ����'. - Lf�YJ�/1-�1 �,� �. , . ,. � ���� ... / . cr}' �' � I `��` �, _ I �G- ...� �?' �♦ �.. ;. � ` � � — j ' 9 �'� r °:. .. �� _ NOTRE DAME AVE `� � / — �.�: � �. � . - � �.�;A '`� � � ' � � "` _ - � i r� �- 3 � �'� , ' � r � � %� � � �' i K�r �i� � � . ♦t � � j �� � - _ '. // � . S ��_ ����� 1 ,:ti I ♦ t � —�p—�� � ,�.. . , t y � � ' � � �: ,y r- s l' ��l" �+� °��• _ - - . . . - _, � 1 . '. ., 1 F+'' . r . � ,,�"- �4 "f'�'�" i. �,�� ;> .�y �y � � { r -'F= i' Y '- `4�..3 +t'�'S. �`_"�it} 4�� .�� m���j . . . _ " _ ♦��- � ( � �"i; r�"t { �►JS'�ir�, � $ ,.. -r -r f : �' � . � *�.+. �''- _ r``�._._ I� ' � , *���.c ' �.v ti � + c }* _ }-: `r ' a � �,€.s r ` M `b'1+` — ��, ,�� � .;r;� ..' � a ' � i � �� �" ` ;. �� ,��,�$� - . . . ' 1 , , N ;�, � ;.' . i ' '"` .j ' �� `r �'� �' w #` �io4+`,. �TU LAN E AVE' �°` � �i �'-i� �•�' � ..��.- �af � --� . � I � � - :� I . ��� , , „� � �A -;� � , _ � , ,.� �,�� � � ��'''����'� a�. � o ,� ; ; , � , . ::���'= ' _ - _ _,X '�� , FaRT'W'o��r� ,j�: - - _ _ , . _ � �_ � � k , -- _�:-_� ,. _ : � ___ SL 2021 Attachment E N ��� __ --_ ° �.. .: ' ,. —=;_ ' `- � i �,. : __. r— — —�F• _— — — — — -►�--� _ „ --- ,� �,f = �, ,� ,, . !► . e4 , . f /�/ � .�.,, ,� , , . � i � . �`, . - � �,i� ��Il'.� �,�f�����. ' ��ff�)����\cc,,��, � by - ;-. . , � . �:.:`�..� — .r �� 'i Y� �`yl'-Y "r`� /� ';O" i { h�'�,-. �� �I � /• i` - ���, I� ��. :i �� f � e � � t `'R � � . � �'-�-- �." � . � � `�;� � ��,� � �� �`,� t,j � , .�t ,, ♦ ���� .. ,, � . _ _ . . _��, .0 �� ,: •r�'.. . .. . .� \ M � � ��, �, �f,� � i � �i.. �i3..� ., ; .... i,.z �j. y. �� � '�a's, ` lx,� ��� � ' Q ti � ' a 1.,.�. ''�„�` 4 A ��r'!',a �H �^' n .� , � , j( . .;e; � `- .se �i. .� � ... � . �fil�� �� ] �-r ���� '� T i y l� -.ty q . � ��. `�� � , . ��� 4 ..�y µ - �rl._--. ' . �� �4,•. � 1 '� � r'� � s� �'� � fl� �'v � . '�s, � 4 ./� ` , � � � � � � .., — � � . , �� 1\ YY _ 1 � 'y� �.,X v-.% ///.►� ' .� � `7� y�'�' � � . . '=h . , � f tey"&'� *�tY � . _ / ; . � . I ' � ,"� s y�� � � e,� � �..-�. !► ~ y ! / / —� ---- . I I � � � . i*� r�3 `% j +: " PAINT PONY TR' • I , .: �� �� � y�;-, �' � �, -_--� _ --- . z t=' i� - � ► f � -. _ � � ,- � � . � � I ..�_ _� i � . ._ ---�-, s: .� � , : � _. " _ _ i � S��M � er�.' ������ .�.`� , I' .Lj.l�' , `" '_ J � ' �� ^ �.�, � ,� _ � , � " . �� � r s 1 �� � I � � f'.. �,,'i'��. 7 ' i ';� W ' ;� j';,n � �.23 +': �,a �-�i. ` � --Q' ' . 4. �� EROSION PROTECTION � `. '�"�`. �' �'•r r, O ' `` , '' � � ''+=' STUDY �;/ �" '� , ' •. � '; _ � �_ '.x; i� �. r ���vvvy` F �I i � .. . `'� . - . � 4� �. J/ y;: ' � , �� '� � :,. � � r1� �; I w�' �J � � �' � F � - { � �- s �` ' � , y* . . 4A` . �'��� :''.`' r: .� �� p �;", u. • '. �y.s�` � �+ j- _ �! � ''4 �' ,; �'' • �� �•�1' � i � �.+ �• . ,'}, �' � -`� � +ti� ,'� .�� _ •r . - . i �, . ?� � ;N, �� . �--,� � r�y�. � � � � J , , ,�,.� / `,\ , - 1 rI . s �� �,.�,�,{, • - , � -`_.,-�.-��- �^ _ -I_r�'LJLflS � � � � ` ` — c� � � �4 — . �. . .2;.: c.�'�,+.� �R � �} F, �� ti . ' �'�� . { ' � � ��. F�IY � (.� ` ��.r��' � ,�' .� ``.s �'. � .i� t� .. _. / �':��\:. ,+ ...� . �_���� r„ � �' r-.� .i � ikE. , �"�1,�. t �. , -.� ± a ` . r k�t � r . .� ,M,�'.,+Y •'�tl- d,e� =.-. $ '�•" i��. ,t�� � . {����r� �, _ ,1 y. � ',�w �+ �. ,� ' - ? Y -� , ��� ��f � !'� �ptr4 . , �yS. � . � . ^ ° i . � i5! � � (�� � I. f. f�� i' � F �,' i , � �, . . �' •yl� � _. . F. � � , .{ o J . r?�.+ '},�{�( � ` 9�, � 43 �. r �'- � � '} 'r _ . + ;�j jr�s� � A, ".a � �� �' 3" � . �� � - i�, f '+-�� Ir ' _.^4K i� . i., Y x �'�' � [ . s "' ,� �' \� ' y r � �'� , � . r: �, a �., ,,, �r. ti � _ C �� ' •r � � �`„ � � • � r � ��` � " q -�1 �� � y ,' 'r '�. j1� '�'• - - � �� � � �jtl��y�;� ♦ � '� �,� (Mi!�� '� � .,.* . {.'• ' - `�� � -- ���JJ���� � Z � ea �_yJ�� a *�S� y,{,.��v�* .g�� .1 .. 4. ••_4* , f , �`3{ ���'�. � _ � � 'Ii •� r� .�i �' y . ��' ,' �Y ,� � , ? A �� �iL �•�+��. h F� .� e 4'.� _ �. k . � . � :r . � '> > �. t �` " � �y'. . r `,�' , � � - I � � � f -� � , �� - f*�, � .� .} .�5. . .��� ' •�' �!. -�.� " i . -� � ;, �� � 1.J; .� _.tfr�[r♦ • T' j` �.�,� • �,}.. r` s � � , ST� '�ji �� e�� y� �, -r-�'• �` � f�U+: i^` � �,��y�,,'4 �:.� '' .���i �� rt+�, . 7,�! ,�y��� .�ttytg `�� ,� .' � �- i'. _; , 4 JS �,��{�-- o� �� , ��'�l'-^� r 1 � � t`y;�lr �' � ::� I pc y�• � '�a � ♦ �' — Q . �,�•�, i �i i:.. , � y^'�, �� } * . { y.�. . r'�# ,,. s� � I �. i- ` '.�etic� '`r � `a`; �ka' p � ��'p�� . d � . . �. i ,� .-, J � � �d; .l� - ' . Z �. � . �'a.�� , �i��.� , , ♦ r �I,�� �, 'T`� rr � j . .�� �� O S ' .�� . � *'� ` . . _ . ttf , 1 � 1 -�� '.�'� d �tir *� t � `I� ! ,'y��+ .. : . . � � �,' �' � +r � � : F" � - �! F . �` ', '� .s � ~ � f� A � . '�,". ;, � � `,`, � > � ' Z .� ` � v, '�s ;�� � ♦ Mi. ` � � X A r . � K{ Q a �.�,,�!. . � `� 1`Y: > � ���'�,y� � ' a �i' , 'P'F � : S� �+` �t�:, v �.- ' n �}, d � `� r "�,e ,. . ` ;� ._s . , i �-.� x� 1 - . � .Kt�'�Ii , � � t•. Clt K ,�.�,� -�' R' � _ Y � .'} � � ; _�.. t �g --.i_ . B . � k'� � /., '�`'�,� � ,�, _ ! Oa` • ��a��� ��f 3 1, � `� �.�. . � �, .. y , y�$ � �y.ti y }� 1 r _.. - \t!" ,.� r ,�'�' �\.�� � � � r � � ♦ F . "' ��j'� _.�,4 ��..F� � �A 4�=r ;,,�c' Zr � .�:5' i . � � ' , � .- - i ''.�_ .�:,. �• i a ���, 4 X l.• ., � a � � r '� ^�• ,P— ' ,�� . ������ � . ;� � � ��. ,' SL 202 Attachment E N --" i, _ - I � ,,-� � � � � ; n�nrrrr�nn i„� r ? M �'* , i , �i � � ' /�. p . , - rtr . - . r. ' � i � � ��(�JUl��y'/J, -- � � — �� � , :� - rrIYYPPI!( �!!(lI�7 > I t ` — - � '.-ii� � � � � i I � � ��� , .. �rr. �r .�",�"�'� ,� _ —. - - -- . �r % ` i' � � '�^.f( C�ClC^ !I� � '" - _ L. _ __ � i I I � i WHEELER ST I „_ �. -3`�� �--�---���-�------�-- ' .{�C4�i �� F,�� I � �- — ,�i r��'�'i f R ri f f'`i f f _��- � • --�:.--: � � Qp �.� ' - - �%� ' P��� .— �� � � - e _�._ � � = ,�!',�� � ; � �. � . , � � .��' i �� ' _�.-�'� '�: � . I � �. . - � ''._ �;,,�►� . �'� � � X "` I ' - � �i i �� �' "�' /��� ��� / 'I � � ` , . 1 �� �,, ,� . �, �� � _ _ �� _ � � . � " , i � — .' . . . _ � -- � �' �� � � , � t i - _ _ " I j • - � ^I i. ' �i�' E- ��� �i � i _ i ' _ � .� � �� � i� �� �� �. -- �_�,-'. i f � ` __ : ��� ,r` =. _ " „ � � �. i �'\, � � . _ � �. // t �— ,� � /� 'y L , , . 'I : '� / ' � �s - '_�. ' N' � \;. ���— I -- �� ��SS � � .. ��� ;i r Y _ � � �� 'i� _ �gP -' %� ' ,� � _�� : ; , '�� � `'.�P, '/ -'�� . j ' ` . J. . ! „ _ 43, '�'�`; _ , HALTOM RD_ _� ~ , ; ,� i � f ..\_ � � l � .'., `. . �((��7 1 ` // % * ' � �� l ��' \\ .: � ,�.\\ � � /� /i � i. _. _ _ _ _ _ � _ _ _ .� .�. � _ _ -►- � � �� ����� y . ' . , h% \ � — / 4 � :\ .. � � f .���rtl, I � _� . � / �' fY. � . ,�\\ t �i•�� " ` . � \ \ \ ' / ' ' ' ��/ �{ .� �. I �' ; � ^ � 1 � � `J } d� 4�' : 1 '\ \ \ �' � —� ' ` � I /' � �� �` � � . � / f � r ; ����.. �` �� �,�'. � \ \'- � ' t l � �( I` / I I, , \\�� `\ P�' .."�/�' ��_.. 1 � I J ' I � � .� i�/—�� ..1 � � . . t / .' � ' r�:. � � ��� � ,, � � I � �� �, � , i � , �,� ,- ��_. , � � y, , i,, t .�. � �� \ . : �/ -'` . � �- . � � S�„ . I s . —� —�� '�r�. �.t`S � � ' " `�- � � � 1_ �' � � � .��y� �t � � � ��� ��//' f �-� � � ��' , �' � ��*� � r � `��� al�� � � ,' ` — ! t t i � ; � � �� A; s, ? 1 � �` � . �p� , ,r i:� ,,t ( >-' j �; I F f ••� I � ��' !� �� � `�. . � I � � ':- i +�a tr�s �� � , �� �� � � ��� � , . ��; �,/�, �� /'� ��y,��,/�J'�'� . �� � - � � . ' ' /' j x L� � b � � , �LIU V �LU�� I l]JU 'Y I � {v . "' .. . . r h i � . �� , 't < � � '�. ' \ �- r i"� +- ,{M' '•i �-�` ���py �.( y1 , \ : I � .,� F � � �3 � �,� t�r ' � M ��t I . _ .��, ���. - ��'( ' ` �. ' . • � . },�- d: � �Y- .�,� 3 .��: . - . I . . . ej, .; t � �'\ '1 ,f,r � ' i '. € �• �� - - � ���:: �, � e � �:- . r.. �" , � � � 4 i � .A � Yi � 4 y {� .,} � ���¢�� �rs �*~'.�„'� �" +''.ti r e.,� '� .:�- x .' �: � ' � � <. �"' " a � * 4►'►,,,,��' Ssr. y�,,�y : 'ti,+ �" "7� ; • - - ;f- . a�- :. .� � i �) yc :n., ��-' � �. i �:�fi , - :F - � 4�: i� ' . . ,�, "r 1 � i ( fi — ' \ ,; i, � n ^ t �` : EROSION PROTECTION ; • � �, . ; �, -`: ` ' - . � STUDY 'i '��, , I � O+ .�. . ,r � - � � �. . ! ��� �f/ _ . � �\eSt�(Or . . �..'1'.,, Q�.t. .r _�.- �'� y=- ^_/i 'I/� . . . - _ `_k,`r'n \ _ . - --' � _ _ rii ,, ' /fyR , y r'--�_ i _ `., � � 'r �. - ; , �� - , . . ^ Ibe�, f �_ - ._; � _ - .p i �� �\ s r �= � ,'. i . � / .. . . � ._,� �F ' :f ' i � -� ; �; .�. . ; '�, �+� ' � , ;; '` � ti-; Tr � �� + n: _�,..`_ -., �. . � r . . �"- � , , , , i , j� ,i �z -- 1 , , � � �� i�!_Y; ti4�r�'".�'� . , r n� � �`_� !� . � . � - ,� p ' .-_. - i ' .1 .f► �� ��,s�` 1\ ... . �'� f�l �. �--- ' •� �n h}.i-r. •- - � t1 w �rt � / . _ �' . . . , . � . . . _ -. � . ,� � � s . .+ :T• : �f ..'f t i . ��i '� _ �. ��s�:11 i y���4.1� r.'tf�� �i.`�;�' /�'! � . . . - . - t ,, � ,.�' _ ,rri 1 ' i °'' `. � 1 �r t�'� .�ri . �. / - . . . �� . �'f y ? , , t�- � -�-� ;- - �, � �..'L i F ' r -. ,, / t FORT WURT� ' �-� ���� �; , r,, , , . ; . � . ,, �, � �; r � ,.�_ � , �. r � , , r � � a � /. i . �i z � �':' . � / / � i � } d rY' r �' �}�'.r 7� r � . t P'.' ' i �.. � � / _ � � � n ' . 1 � . '�`'� . � � ,�' � S, t 3'� r''� / f, SL 2021 Attachment E N '4�,��� l '� — � /y� ; � — � � �_ .,.: — �, I �l I � - _ _ � I I��� �' �. I I. � 1 �' ,. , - _ �J .. u� --_ }_� TRE_ I �' �� _ . I c� , ` ,,.�'� �. � �:. . _L •. ...... �� � ' � y ` \. �, _ � .-' -�-� i 1 i t � � �I � �17 �� � �r� ---- _ . � ` i i� i i I 1� --._�___' � � � �'� ,, �- , - , , --�. � ��5' a � i�i ��v =- �� r � � I �_,_ � � � � I' `� �— M - � � � ��,,•� :,. - _ �- `� �- , ', I � .�i i � � ' j ,-1 � i -,-��.�� ' �s�=1 � /,� � , - - � ; �;1J �. c , �/�r! �i^, �,' . ' ;_ .�f�- • � � � i L �� , 1 i ��j— _ ��i i � .� , h � . � _ � _���� ���,��I� �I I � � I.� i�l ��� � I I �� 1 t � . �.% � � � ' ' r _ ' � I - '��' t�� � � � . � I � � i �( I 1 -,' �\ r�`L � �' . , , ,r. �x� 1�,��1��� � 1{1ij�1 I ��, 1�117�1 ��� -- � `�_ r � f-' �' i"I `�'"`1�I�1J r (.iT ��� ` , �, , ::� % ,.�, — � � , , � I� �', K _ ;'` �:� , �_`�i'�- ���I—i , _i �� L I k .� �--, ��; � ; � ,, , � . � i , � r, ,� � �, �- � f ;i � � �j �1;� �;��� � � ( ;� � _ �� aJ�. _ ( i I-- _ ; � .., � � I � �I�.,. �� _ `��� �. ,(�I `��__��- � ��I�II '���.. �' � 'i i,. �..�; . �f - - � I_�1�� � .�(.T►1 i��-! i _' i ` —`�`_i'��.LLL *=. ; i ;, .y3.a „' ,,, Y � � �,i.'� � � ,I;,�� ;,� � '/ _ _� I-� _`' .i ;�] _r 1'-',,� - . � , ,' '� � � � � ' - - - - - � � y 'I�� �� ; �� �._�,� ��� 1_f � 1 '��I � �. ��� � : �' � _ " �_ ` 1�=-' l+(. ;�Z� �i 1_I i i i 't �� ;�� D�.sr- � .� � o � Ah � � � � ��' ' � - � � ^i11� I 't�i`�P��fl f�� " i -t�l p i I,: : �� i I ' ���� ��,� ���� SNOW GOOSE�WAY r—��--i��`, ;i, ;, � Jp% /� \�%� � - � = rl: _I, ,,t ���'�� �' �7; , �.l� t :t, , � �� u . �.� '' t LJ SANDHILLFCRANE'DR� i � � ` �I i :i . ���� � '��� r ��/ I � `� - - ' � �r� _ { ; �`_i , / , ,. ��� : � �, = /�; j ! ,�y �� , — � _ � \.� s , \� � — � .�--_ � �: `-�- � �' ' _ � I r I � . ; �;' ; �� . - - `� '4 �� � �_( - �' -�I ���.. � � ' � r'� �'��, �-.,. � � ' ' t ' , '' � , J � ( _ �_ �_� L FF: , .�-- .. � j . . � \ � ( � � �:•� - � / EROSION PROTECTION \ ��• � _� - �- i\��',, ' ` � � / STUDY � - �_ \: ` ry � . , `� ' ` �-�� . . �, .�;,�; 1 ��\ �F � : ;� . � � ��� - - � I . '! ,, i�„� i .�, n i / , , . ,� � t t •S I, ,'. �� � �� \ � — �/� � I � *- ' � ��� •• � � � � � i , , ��� , .�� , � all.�; _ , - = � -- Z ' , — •` — . ---� . �-- -��l� - �-- .. - . —. - i�, '� i/� ,� :' '.i; '.� — `�.. �.: �� 5 - •, � • ,y �/ �O � � pp�- e `` � -. .f �� s � t , ;� � , ' F i sr � I _ _ ; =:���'�� , �, �' -,' l ��.�0...� W I f. �� ..I� ��//� ... r � � \� _ �. . � , � . (V ,1 i�.' � _ i� � . . - � -. I W:l � I�i � j�I �' ��: - � : i � _ : �:,- �/ } � , � � . ' � � �i. � '+w' : t � . I , , . � �� �� r � �-i (_ � .� . „ . . _ .-,. . _ i �• Ij . .j' r: � - n . • •1 r' . - , � �� . � . . . . �� � �. , ' . . - Y'i . . . /� � � r , ' . • €'^" . ' x r . . / � . � �r � t - .'�,'... '�\:��.' tf' ? 1 ' � �' ''�' �.— . . � , . .. � / � -- t' ., \ ' � � F ,. x . . . / -' �� - - . . / . . __—_ . ; .� /'. West Fork�7-rinitY River .- - . , +� ''� o' � , � i �� __�:. � N �� ;j�,.; °� .' - — � �� % . � = ' �.�� I .L-� �� �> � � � :p� � _ �� � i i,� , __ _ -� r . .. ' . • - . � fi�- FoRT WQ�T� ��- = . � ' �-�, ;� r T P; : k i — � b � � �� '" -� -� b'�� i f - f^If����� - SL 2021 Attachment E N — � , '� � - � __ '� �:�•' _� i I � � �I�-�-��__ � 4 t s� ,'�� ; ' �/ ^�, „ ;,-� ��,� �-- , rRE-� --T,._...._�....,, , . ,,,�:.: - : ~� --.b. � t. ` L� • . i,� , `,� � :i � � r�1�%, � ,� ,�-� t � -- - _�_-� i, „';' ' . �-��,'y�,.�`�. ' - .; �� ��L�j:��� ��,i;I 1i �1� -�' , �; '��°", /,� j F �: � � � � �✓' � _ ���'� � L' �-1 � � � �-r. � � � �� '� � � ��— � � �, r - � , � �` - I ' ��- � r '� j. ' ' � � ' (' � �1 L1 � L ,�— .��� r "^�.'r� _ i � ''�;� ��� J� � 1 I_ I I I.�� �1i i I � I �` �• � ��(� � � - � ` '� *� "� '�`I� LLL ' �`� , ; ,. ' , ��i �� � ,`z � , � � 1 i,� L11 - ' � � , —�—� � � ��i ,p.��Q� ���— � T�.� � � ���� �;1���. � � �. ., � ra ��-1 ��% , ,—,, f ���/).-, . F J— �i_W_LJ-LLI�I� �.I �.I I =� � J._! � r�/,� .r: -� . � . � - _ �_ +_ �J�/ ` _ i�` �/,��f:-�'_ ���, �� � •_I��'-1-_�� �� �' �_���`T.�,�l�l�I ; ��,.. —= ��� rti— �F — ���ilii :�� ����— , i� { �,� I . � . �`1�II�7�Z��LI� LiiTi � �; �''_I_�`�`����_/ t l l-1 l. ;' �, , _ � � .; � v , � . i i-,�� �� -�� � ,— �•Y' Ii - �� �V• / � = 1 �s�.��� , � ��1'-7�� 1 ' F � �,i`i , . �� ; i�_�- ���� Q __ �_ I �' �--I , �( ,_-�'�•,,. % r, l _ ��1 � � �� .J� . ��� 1-�-_�I . � I ' ��1 � � - ( 1 _ r � . �/,���`� }�",—�. ' -z. �' i ' i�T�. ,_�`'��� ''_ ,�; {II�•� ' .;� , � � \_��;- f-J -, y_�� , �C __ 1 � j��� $NOW GOOSE�WAY' • ��� �;��r- i� � ~ I � '' � _ , , JO , \ �� �o - _= �� I ►"r I I I t I E f� �(1 � ►`�!-; 1-' �1� ; �_�i1 i r�,:�.NI'-������ �� , ��' �����. � \���� �'F �� � CSANDHIL.LCRANE DR E-�_��� ., , ~ � ` �'`� /�p�. \ �//' / !• I l it l`�I �� ������ �`� I�-��-��L� ��1=�-;� �z "'L � ' - �'`� � � ��� { l, � � � i_ � �, F �% . / �,' r!LL11 '.I' \\� ✓ / � - \ � -' 'I �1 _ , � � f � �1'� . I �.` ,-�+:�. . `_� . , „ � �� r� . , �� � '� 7 �`' �' ' �-` ` � �� , >, _:rl� : �'--,., - / " \ t.,\` �L� - ' / ti, . � ` �h � _ � EROSION PROTECTION J � � +`� / �f • • i STUDY t ri � � �!/ � � , ,_ ,__�= t� ,.,� � j , � � . , ,,, �� , � . ��. � - � ,�'' �' i ,�,,, �- � .-a,, �l� �. _ � � � .��4 � �`'` . . � � � � ,� i � �� � � —__�[— �� - O . T � ? � ''� -- `^� \L �, - � "� 1��� . f . 7 � ' , , i. 5* � ..��.;�/-- .. ,,. � ,. , , . - ,Cy` �i i a '� --- a �� o _ -:. ,, � � � ~ �� ''�- O. �f _Y'� pr!!'� �� ---- � : � ;�. '� . S�r . Ll.l �\Y' � + . � ti .� � 3 . Z i. . � � � .- .. _ . �; 5? , r . .., ,7 j . � ' / � �f, f' � � � �; . p ' I � , �; � �� / . . . � . . i}~ Y : �i \. . ' � - �:t .� i�/I � . • . j?,yyj�I� ' � • �' �'•` ' . ( . W � ' �! � . '' ' � "r : � � . f� � , W � -- 3 �-�' ��� ,� ' �' �. �. '�. I . , r � � . � �j� � ; • �� ,'t. n.r .t r . ` , . 1 , . _ ' - ��� �' 1 r „ � r . . • �. � ,,. I � . r" r � � i . . �r r. �� /�r ` �.;. '.t (r, , � � \� I .�*,' �' VV St F � � - - - \'+ � I ork Trinit / . ; ' ; �' Y River ,: � I� o` � � i �, � _ � � � j j N ( �i / �i' � i I .. i � ' � � �� � � �� � � . . . .. I ;.. / :�' �j �. � / . , _ - � � � �r/I� � � T t ,' I . . . _ _ .I . Ye. I I � �� I\ . . . � � _. T_ , l . � � . � , I r =� Fo T WaRx� _- - �� � �_ � _- R :l ���� �. N I i ( .f ' !' ' ' � •J �` -�.► r; ,� _r----+�- -- � - r , a - " SL 2021 Attachment E N 1 , ��� -�:, � ,t..� .,_! ��- irR'� �- � TRAMMEL_DAVIS RD - �. -: �� �4 � � PEAK FLOW BASIN #2 � -�I ` � �.�., LEVEE BANK STABILIZATION � � PEAK FLOW BASIN #1 „ � � ' walker gran�h • . � , F• . - '^�3" � � ,. ' , -�_, , �,,,t , . �, `: u •.Y.�..' , �,, ���. , r� r ��� ���{ � y T� � �{� ��: "'+�e,;,r.�• �t:- ", E , f,:�r * �, .. :�� .. , � ; �,� .���`'•�«=': , `VIL:LAGE CREEK�WATER � ��`� F' � � TREATMENT PLANT;I' ` ,F�"• {;.v � ` PROPERTY ` .:4 r� ,. .. � �. a '. � n �f '�+'.: t . a - ..,.�.s , a-�.# _� j, . } .�A . xQ . ( y� q,; S1� S 'k � J ' 4 , Rp��F�' - f• 3� r� }te}i f' �` 1J +` ���-� A t�� �._� i d '�� !'� ,� k� e� � ' ;k� L,.� ,<� s �:tj"�, „ � ,� ,k r: r� �� � t�, i t t� ,•C ..r �. f• : ��,r �� r �a(; � . ' ,', , � :�i'� � �. , 1 i !t.N<�h. K _ � i',y �� r �i- � -f:.n � � � � .. . f � . � � : _ .�,°_ .r�- �_ , �•,� �0 �T V'VO RT � �. . v � � 'rinity River ' ' �'� � � � � ��� ���� � .?,��/�_; -,,��,, r� , , � '. � ' ���. � �i� ' � ` i r r i{ r �.._ *, � f` �' � � � .; _ ^ �'Y'',r � �.':�„�.�� �'�- �_ �,,' /1 /� i. i' '. M• /C � > �- :j � / . . 1� .,si fA � �! y � } .,, � � t.- t / .j: `` � .� - ���'n � , , � j yiC �: �����` '-t� :'� � .'�� ��+�f�" � �' � '��' Y x f } }; � . �rr r e rr � rsftt t� t F `ef`�. .:ii'-. i�t �. � p ` y � i,� � �'..} �f . �Y � �.� �" . '' + 1� X � .. it,'�!����t� � ,, F V�. �tj i ti�-x . . .:t'.w'- . �,�r 1{ .�5� ; j ���', :.` .. � � � . . r ., a, � ..� . h i �a , f �� �_�_ f1�� . .iiJr lJ"�.L;� � J "�'r: J �,`� � ��-:�_�____ +�s ` � r , � m' �� ,''' � ' '�'� � ,�"�.� z �,t� , +.g ,, ` �,;. , � .� . �y �'�:< {'� �W� ' <<� � .. , � , ��.5: _ � t �� . J . �!� ' � , � � . �:-�. .�1, \ , � , • . i�, �• ., �, � . ; � �. � ; � , . �� r . ' t .��,� �; ;� •. ; f� 'rh; �p�- �'� : . �.t r ��`�,�,r,:,�F�"'t �\ ;. t ;;� .��" � _',f ' t . .-' 1� . , '�yy�}}����.�'' r� *�r r�� t,� F� ' � � SY � _ 4 ��� ,�r ! y'/ y d• �•'y ' � � i i - ct '�-,.:#J .�.. r 'j�_ � � - • . . .,c. �. . ..�.�:rj. , � �;;r y�,� r :V`�-i . �. . . _ fi fr r. t�. . , . , ''^ ,' � , � � ` � �'' � �.. .?. � f ' . . � f � �'� �- �': ' w� ' � :��� ��� � R:. � �.� ,/iC � '° „5�; , ` ,� .; f , . � �� � - r- �' " � � � ! ~ . 2.. � �O SHALLOW ( ' `� •? BANK REPAIR ' ' ��; F . �� ' • . � `�� ;,� � `%, `: ~. JY _ .. . , . • . . . �. . . •�� '. {' :.� :.- � ,� � . r � '.`� Q ;. '� �y� � � � . ., �Q, �.5:.. � ., , .y �� � .� . �' .. J , � ..��. Z W � ;; , �, _ �� , � ', � , J - m .pal' ` `;r ,�� . : q j:. ' � . ' Z'Y � , r^ � ''�' Q � w ' ' f, � ' Y � . W �', • �R Q' ` 1 (9 . � .,; - . .' " . Q ` � _.:E,I i- � .f � tr �'� ��' - m ��c tj�� ; � , � � � .� , t . „ , t w y+ : SL 202 City of Fort Worth, Mayor and DATE: 02/16/21 Texas Council Communication M&C FILE NUMBER: M&C 21-0128 LOG NAME: 603RDB901NTVCBPEAP-FNI SUBJECT (CD 3, 4, 5 and 7) Authorize Execution of an Engineering Agreement in the Amount of $1,001,447.00 with Freese and Nichols, Inc., for Design of the 3�d Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings Project, Provide for Project Costs for a Total Project Amount of $1,447,027.00, Adopt Resolution and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: Authorize execution of an Engineering Agreement with Freese and Nichols, Inc., in the amount of $1,001,447.00 for the 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings project; Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds of future debt for the 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings project; and Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the amount of $1,447,027.00 for the 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings project (City Project No. 103128) and decreasing appropriations in the Unspecified project (City Project No. UNSPEC) by the same amount. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications for the construction of 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant and Bank Protection at the Village Creek Wastewater Treatment Plant project. In addition, erosion analysis will be conducted at five locations where large water or sanitary sewer mains cross local streams to identify what needs to be done to protect these assets. Freese and Nichols, Inc., proposes to provide all the necessary design services and analysis for the project for a fee of $1,001,447.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $445,580.00 (Sewer: $384,580.00; Water: $61,000.00) is required for project management, real property acquisition, utility coordination, public outreach, and material testing. This project will have no impact on the Water Department operating budget when complete. Funding for 3rd barrel parallel sanitary sewer, bank protection, and pipeline erosion analysis is depicted below: Fund Existing Additional Project Total* Appropriations Appropriations W&S Commercial $0.00 $1,447,027.00 $1,447,027.00 Paper-Fund 56019 ProjectTotal I _ _ $0.00 $1,447,027.00 $1,447,027.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. M/WBE OFFICE: Freese and Nichols, Inc., is in compliance with the City's BDE Ordinance by committing to 12 percent SBE participation. The City's SBE goal on this project is 10 percent.. The project is located in COUNCIL DISTRICTS 3, 4,5 and 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the 3rd Main to W Fork Trunk Mains project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office b� Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Pratima Poudyal 6149 � 0 �� � m � 0 � � < n �o -o m D �a �n z � d -� w � ry