Loading...
HomeMy WebLinkAboutContract 58280CSC No. 58280 Article IV Obligations of the Engineer 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 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 subsurface investigations in connection with design and engineering work to 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) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test 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. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 2 of 15 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. Engineer'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 otherwise, 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 construction 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, 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 the 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. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 3 of 15 F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the 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 that 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 factors 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 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 no 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. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 4 of 15 I. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. Engineer acknowledges the MBE and WBE goals established for this contract and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and WBE participation goals. 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 that 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 audits 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 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 reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 5 of 15 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. 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. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or 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. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and 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. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 6 of 15 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 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 Property 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. 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. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 7 of 15 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 Indemnification The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the 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 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 of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 8 of 15 I. 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 undertaken 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. J. 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. Article VI General Legal Provisions 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 will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 9 of 15 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.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) The reasonable 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 projected termination expenses. The CITY'S approval shall 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 The ENGINEER 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 City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 10 of 15 property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. 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 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. K. Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 11 of 15 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration 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 eligibility 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 EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 12 of 15 ENGINEER acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full- time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. O. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 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 City of Fort Worth, Texas Randol Mill HROM Standard Agreement for Engineering Related Design Services CPN 104092 Revised Date: November 23, 2021 Page 13 of 15 same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B -Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D -Project Schedule Attachment E -Location Map Attachment F -Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH William Johnson Assistant City Manager Date: -------- ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: By: _____________ _ Lauren Prieur Interim Director, Transportation and Public Works Department BY: ENGINEER Halff Associates, Inc. Jacob T. Hays Public Works Team Leader Date: ------------ APPROVED AS TO FORM AND LEGALITY Form 1295 No. By: __________ _ Douglas W Black Sr. Assistant City Attorney City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services Revised Date: November 23, 2021 Page 14of 15 M&C No.: M&C Date: -------- Randol Mill HROM CPN 104092 22-0776 09/27/2022 2022-917853 Jacob T Hays (Oct 7, 2022 13:04 CDT) Oct 7, 2022 DBlack (Oct 18, 2022 18:50 CDT) William Johnson (Oct 19, 2022 11:42 CDT) Oct 19, 2022 Jannette S. Goodall (Oct 19, 2022 17:58 CDT) Jannette S. Goodall Berton F. Guidry, Jr. (Oct 7, 2022 07:58 CDT) Berton F. Guidry, Jr. FORT WORTHo `--~� ATTACHMENT "A" Scope for Enqineerinq Desiqn Related Services for Randol Mill HROM, Citv Proiect No. 104092 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The City of Fort Worth's Hazardous Road Overtopping Mitigation (HROM) Program is an ongoing effort to identify hazardous road locations due to flooding, prioritize them based on risk, and where feasible, develop solutions to make them safer. Currently, Randol Mill Rd from Mockingbird Estates to Flyaway Ln is considered a high-risk flood prone site. Therefore, the City of Fort Worth (CITY) has contracted Halff Associates, Inc. (ENGINEER) as the design consultant for the improvements of Randol Mill Rd under the HROM program. The objective of this project is to improve the safety of vehicular and pedestrian traffic traveling on Randol Mill Rd, between Mockingbird Estates and Flyaway Ln. The improvements shall be based upon the approved schematic design by Freese and Nichols, Inc. (FNI), dated April 2022. The scope of this project includes survey and engineering work to prepare plans, specifications, and estimates (PS&E). The improvements under this contract include, but not limited to, approximately 2,400 linear feet of roadway realignment, approximately 3,400 linear feet of pedestrian sidewalk, a proposed cross culvert under Williams Rd for an intermittent tributary of the West Fork Trinity River, drainage and channel improvements, water and sewer realignments and adjustments, and utility relocations. Design will be in accordance with the applicable specifications and standards of CITY, TxDOT, FEMA, and AASHTO. The CITY will provide the following information to ENGINEER for the design: 1. Project Manager (PM) to serve as the primary point of contact. 2. Data collected and prepared by FNI for the schematic design. Data shall include CADD files (AutoCAD or MicroStation), flood studies and models, reports, calculations, and contact list with CITY and franchise utility personnel. 3. Record drawings and easement documents on file with the CITY for limits of the project and adjacent surroundings. 4. Notify ENGINEER of ongoing or future development within the limits of the project and adjacent surroundings (e.g., Mockingbird Estates and parkland conversion). WORK TO BE PERFORMED The ENGINEER will provide the following services as part of this design: Task 1. Design Management Task 2. Conceptual Design (30%) Task 3. Preliminary Design (60%) Task 4. Final Design (90% and 100%) Task 5. Bid Phase Services City of Fort Worth, Texas Attachment A Release Date: 07.22.2021 Page 1 of 37 FORT WORTHo `--~� Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Permitting Task 10. Quality Control / Quality Assurance City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 2 of 37 FORT WORTHo `--~� TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team: • Lead, manage, and direct design team activities. • Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. Refer to Task 10 for further details. • Communicate internally among team members. • Task and allocate team resources. 1.2. Communications and Reporting: . Attend an official "handoff" meeting with the CITY and FNI for all necessary data collected and prepared by FNI for the schematic design to be transferred over to the ENGINEER for completion of design. Written minutes documenting discussion items during said meeting shall be prepared. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. • Attend one (1) constructability review meeting with CITY representatives, including Traffic Management, at the 60% submittal milestone. • Conduct and document monthly project update meetings with CITY Project Manager • Conduct review meetings with the CITY at the end of each design phase. • Conduct QC/QA reviews and document those activities. Refer to Task 10 for further details. • Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit monthly in the format requested by the CITY. Multi-month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly project status reports in the format provided by the Transportation and Public Works 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 in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. This PROJECT requires a Tier 3 schedule as defined in the City's Specification 00 31 15 entitled Engineer Project Schedule. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 3 of 37 FORT WORTHo `--~� • Review project risk register initially prepared by the project development team periodically with CITY PM and make recommendations to mitigate, accept, or remove risks. • Complete monthly M/WBE report form and final summary payment report form at the end of the project. • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities 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. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • It is assumed that the official "handoff" meeting will be conducted under the jump start contract. • One (1) constructability review meeting during design. • Nine (9) monthly project update meetings during design phase. • Four (4) plan review meetings (30%, 60%, 90%, and Final). • All submittals to the CITY will be quality checked prior to submission. • Project design phase is anticipated to take nine (9) months. • ROW/Easement acquisition is anticipated to take twelve (12) months. • Project construction phase is anticipated to take twelve (12) months. • Fifteen (15) monthly updates during project design phase of Project Status Reports, M/WBE forms, TPBE, Risk Register, and Project Schedule. DELIVERABLES A. Meeting summaries with action items. B. QC/QA documentation C. Baseline design schedule. D. Preliminary Project Risk Register. E. Preliminary Stakeholder Register. F. Preliminary Project Communications Plan. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 4 of 37 FORT WORTHo `--~� G. Monthly Schedule updates with narrative describing any current or anticipated schedule changes. H. Monthly Project Status Reports. I. TPBE spreadsheet updates with milestone submittals and when new cost figures are available. J. Monthly Project Risk Register updates K. Plan Submittal Checklists (See Task 10). L. Monthly invoices. M. Monthly M/WBE Report Form and Final Summary Payment Report Form. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 5 of 37 FORT WORTHo `--~� TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. Most of the conceptual design was prepared by FNI and approved by the CITY in April 2022. This includes the horizontal and vertical alignments for Randol Mill Rd, Williams Rd, Trinity Ct, a maintenance road, and two (2) access drives as well as culvert and drainage improvements based on preliminary flood studies and models for the proposed 100-year floodplain. The data collected and prepared by FNI will be provided to the ENGINEER during the official "handoff" meeting. The purpose of the conceptual design is for the ENGINEER to identify, evaluate, develop, and communicate through the defined deliverables, and recommend, if any, the modifications to the original design concept prepared by FNI that successfully addresses the design problem, and to obtain the CITY's endorsement of this concept. Conceptual design modifications are anticipated to be limited to changes required to meet the section changes discussed and documented in the March 22, 2022 "Randol Mill MTP Amendment" meeting. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection: In addition to data obtained from the CITY, ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with any planned future improvements that may influence the projects that were not obtained as part of the project development stage conducted by Freese and Nichols or transitioned during the project handoff ineeting. ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office that was not obtained as part of the project development stage conducted by Freese and Nichols or transitioned during the project handoff ineeting. It is assumed that all data was collected as part of the aforementioned project development stage and the ENGINEERs work shall be related to verification only. In the event that the ENGINEER determines during verification that data is incorrect or insufficient then the ENGINEER shall correct or supplement said data as needed as part of this task. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. It is assumed that all data was collected as part of the aforementioned project development stage and the ENGINEERs work shall be related to verification only. In the event that the ENGINEER determines during verification that data is incorrect or insufficient then the ENGINEER shall correct or supplement said data as needed as part of this task. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 6 of 37 FORT WORTHo `--~� The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re- routing plans where necessary. It is assumed that all data was collected as part of the aforementioned project development stage and the ENGINEERs work shall be related to verification only. In the event that the ENGINEER determines during verification that data is incorrect or insufficient then the ENGINEER shall correct or supplement said data as needed as part of this task. 2.2. Subsurface Utility Engineering: ENGINEER shall review and spot check all SUE data received from the project development deliverables and verify with the CITY for use in design. If the ENGINEER determines additional SUE services are required, then the CITY shall be informed and must approve before the ENGINEER can perform the work unless specifically outlined under Task 8. Scope of services for additional SUE services will be outlined under Task 8. 2.3. Utility Clearance: • ENGINEER will develop the design of CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. Where conflicts cannot be avoided, coordination of Utility Conflicts will begin at the Conceptual Design phase. • In the case of a public utility conflict, the ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. • In the case of a private Utility Conflict, the ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in a Utility Clearance Letter for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • The ENGINEER shall upload a PDF file of the approved preliminary plan set to the designated project folder in the City's document management system (BIM 360) for forwarding to all utility companies which have facilities within the limits of the project. The PDF file should be created directly from the CAD files. • PDF set of plans with the utility conflicts highlighted and a utility conflicts table. 2.4 The Conceptual Design Package shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • Quantity Summary page and each design sheet shall include a quantity take off table. • Conceptual iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 7 of 37 FORT WORTHo `--~� • PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table • Existing typical sections of the roadway to be constructed along with proposed typical sections which outline the proposed improvements. Typical sections shall include existing and proposed ROW, existing and proposed lane widths and direction arrows, existing and proposed curbs, sidewalks, and retaining walls. � Conceptual plan and profile sheets showing existing and proposed horizontal roadway alignments, existing and proposed ROW, existing and proposed sidewalks and driveways, proposed lane dimensions and lane arrows, existing drainage structures, city owned and franchise utilities, and existing roadway vertical alignments (profiles). • ENGINEER will delineate the watershed for the local storm drain system based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A conceptual drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. • Conceptual storm drain plan view sheets showing location and size of all inlets, manholes, junction boxes, culverts, and piping. Sheets shall be set up to accommodate the addition of a profile at the preliminary design stage. • Conceptual retaining wall plan views as needed. Structural design services, details, and calculations, if needed, shall be provided at a later stage. • Conceptual water plan and profile sheets. • Conceptual sanitary sewer plan and profile sheets. � Documentation of key design decisions. • Estimates of probable construction cost. • Master Thoroughfare Plan (MTP) Amendment Application with supplemental requirements for realignment of Randol Mill Rd. ENGINEER will submit application, supplement requirements, and fee to the CITY for approval. It is assumed that once the MTP Amendment Application is submitted then City staff shall manage the MTP amendment and required coordination based upon discussion at the March 22, 2022 "Randol Mill MTP Amendment" meeting. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. Flood Study (see Task 9.4 "Floodplain Services") ASSUMPTIONS All storm water calculations and design shall conform to the CITY current iSWM Criteria Manual for Site Development and Construction. • Three (3) sets of 11 "x17" size plans will be delivered for the 30% design. • PDF files created from design CAD drawings will be uploaded to the designated project folder in the City's document management system (BIM 360). City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 8 of 37 FORT WORTHo `--~� • ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Conceptual Design Package. • Four (4) special coordination meetings are assumed. • Four (4) utility coordination meetings are assumed. • It is assumed that the data collection service described under section 2.1 shall be provided as part of the jump start contract and therefore no fee has been associated with this task. DELIVERABLES 4 (�nnnor�4i i�l flo�irvn Qor�nr+ �-c�vvnv �-rcpvrz g ffin (`n� �n+ fl�+�„�a Trnffin Cr�rvinn nrr C+� ��-7�i ��Tm��rrgn�c�Klrrg-�raap D. Conceptual Drainage Checklist. E. Conceptual Design Package F. Utility Conflict Plan PDF and Utility Conflict Table G. Conceptual Flood Study Report (See Task 9.4) H. Parkland Conversion (See Task 9.8) I. Master Thoroughfare Plan Amendment (See Task 9.7) City of Fort Worth; Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 9 of 37 FORT WORTHo `--~� TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. The Preliminary Design Drawings and Specifications shall include the following: • Preliminary cover and index of sheets including project limits, area location map and beginning and end station limits. • SUE Plan sheets sealed by a licensed professional engineer registered in the State of Texas. • Utility Conflict Matrix • Quantity Summary page and each design sheet shall include a quantity take off table. • Preliminary iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction. • Traffic Control Plan including all construction signage and pavement markings which will be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument #8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Updated existing and proposed typical section sheets. • Project removal, fencing, and adjustment plan sheets. • Updated roadway plan and profile sheets displaying station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of vertical curves, grades, K values, e, and vertical clearances where required. • Jointing plans for the proposed pavement improvements • iSWM construction plans • Cross sections depicting the proposed improvements • Bearings given on all proposed centerlines, or baselines. � Station equations relating utilities to paving, when appropriate. • Overall project ROW and easement layout sheet(s). City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 10 of 37 FORT WORTHo `--~� Preliminary roadway details to include curbs, curb expansion joints, driveways, sidewalks, pavement, streetlights, traffic signals and all applicable utility details. • Preliminary striping, signing, pavement marking, and illumination layouts. ENGINEER will delineate the watershed for the local storm drain system based on contour data and field verification and document existing street, right-of-way and storm drain capacities for the subject site. A drainage area map will be drawn at maximum 1" = 200' scale from available 2-foot contour data with the contours labeled. Data source and year will be provided by the CITY. Calculations regarding street and right-of-way capacities and design discharges (5-year and 100-year frequencies) at selected critical locations will be provided. Other frequencies as required by iSWM criteria may be appropriate for outfalls and sensitive locations. Capacities of existing storm drain will be calculated and shown. All calculations shall conform to CITY criteria delineated in the CITY's current iSWM Criteria Manual for Site Development and Construction. All locations in the project area where 100-year runoff exceeds available storm drain and right-of-way capacities shall be clearly identified. The ENGINEER's responsibility includes recommendations for improvements of the existing system as deemed reasonable and consistent with CITY standards. This service shall only be applicable for local storm drain facilities. The delineation of riverine watersheds and sizing of said facilities is assumed to have been conducted by Freese and Nichols as part of their project development contract and therefore only a verification of said facilities design and not a re-design are assumed as part of this contract and more specifically task 9.4. • Inlet and storm drain hydraulic grade line calculation sheets. • Storm drain layout sheets showing location and size of all inlets, manholes, junction boxes, culverts, and piping to include storm drain profiles showing existing and proposed flow lines, flows, lengths and slopes of pipe, top of ground profile over pipe and connections to existing or proposed storm sewer systems. • ENGINEER will provide preliminary structural design services for retaining walls and headwalls inclusive of plan and profile sheets as needed. Structural plan submittals will include general notes, plans and profiles of retaining walls, and details. • Overall water line layout sheet identifying the proposed water main improvements, existing water mains in the vicinity and all water appurtenances along with pressure plan boundaries, valves and fire hydrants. • Overall water abandonment sheet inclusive of Water department coordination. • Water plan and profile sheets which show the following proposed water and/or sanitary sewer plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, manholes, existing meter numbers and sizes that are to be replaced, existing sample locations, existing fire line locations, 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. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 11 of 37 FORT WORTHo `--~� • Overall sanitary sewer layout sheet identifying the proposed water main improvements, existing water mains in the vicinity and all water appurtenances along with pressure plan boundaries, valves and fire hydrants. • Overall sanitary sewer abandonment sheet. • Sanitary sewer plan and profile sheets which show the following proposed water and/or sanitary sewer plan/profile and recommended pipe size, laterals, 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. • Documentation of key design decisions. • Estimates of probable construction cost. 3.2. Geotechnical Investigation/Pavement Design: • The ENGINEER will subcontract CMJ Engineering, Inc. (CMJ) to provide subsurface exploration, laboratory, and engineering services. CMJ shall perform soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. CMJ shall prepare a detailed geotechnical engineering study and pavement design in conformance with the current City of Fort Worth Pavement Design Standards Manual. The study shall include recommendations regarding utility trenching, retaining walls, temporary paving, shoring as needed and identify existing groundwater elevation at each boring. Design of trench safety plans, shoring plans, and other structures during construction shall remain the responsibility of the contractor. • It is assumed that the subsurface exploration (geotechnical borings) service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. 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. Stormwater Department Review Meeting: • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a team review meeting with the Stormwater Department via Teams. Engineer shall summarize meeting discussion items and submit to the CITY in writing. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 12 of 37 FORT WORTHo `--~� 3.5. Public Meeting: After the preliminary plans have been reviewed and approved by the CITY, the ENGINEER shall prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. 3.6. 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, 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 designs • Where conflicts cannot be avoided, coordination of Utility Conflicts will be identified at the Conceptual phase and begin at the Preliminary Design phase. In the case of a private Utility Conflict, the ENGINEER shall upload a set of plans in PDF format with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts in the City's document management system (BIM 360). The PDF file should be created directly from the CAD files. At each design milestone, the City PM will issue a Utility Clearance Letter to be accompanied by said plans and table to all utility companies which have facilities within the limits of the project for coordination. The ENGINEER may need to coordinate directly with the private utility provider if that provider needs to undertake design to adjust their utility's location. • ENGINEER to obtain utility As-built plans and/or do field visits to confirm relocation is complete and that the utility has been relocated in accordance with the plans and the project needs, report any discrepancies found, and provide documentation to support findings. • ENGINEER to upload all utility As-built plans in the City's document management system (BIM 360). ASSUMPTIONS • Three (3) sets of 11 "x17" size plans will be delivered for the 60% design for review coordination. • One (1) set of the Project Manual (Contract and Specifications) will be delivered for the 60% design. • The following shall be uploaded to the designated project folder in the City's document management system (BIM 360): o Single PDF file created from design CAD drawings. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 13 of 37 FORT WORTHo `--~� o The Project Manual (Contract and Specifications) o All other submitted documents and checklists • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • One (1) Public Meeting is assumed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. • A water model and/or alternatives analysis shall not be prepared for the purposes of this project. The CITY shall provide the general limits and size of the water improvements. • It is assumed that the subsurface exploration (geotechnical borings) service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. DELIVERABLES A. Preliminary Design drawings and specifications including QC/QA documentation B. Utility Conflict Coordination Package C. Geotechnical Report D. Preliminary Drainage Checklist E. Estimates of probable construction cost F. Public Meeting exhibits G. Preliminary Flood Study Report (See Task 9.4) H. Tree Mitigation and Irrigation Plans (See Task 9.5) Right of Way and Easement Documents (See Task 7.2 and 7.3) City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 14 of 37 FORT WORTHo 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: • Final draft construction plans (90%) and Project Manual shall be submitted to CITY per the approved Project Schedule. • The ENGINEER will provide a PDF set of plans with the utility conflicts highlighted and a Utility Conflicts Table of those conflicts to be included in the Utility Clearance Letter to be issued by the City PM. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Final Plans (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • Drainage Study checklist in accordance with the current iSWM Criteria Manual for Site Development and Construction. • A Quantity Summary page will be included in both the 90% and 100% design plans. Each design sheet of the plans shall also include a quantity take off table. • The ENGINEER shall submit an estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use standard CITY or TxDOT bid items, as applicable. • Afterthe 90 percent plans have been reviewed and approved bythe CITY, the ENGINEER shall prepare project exhibits, assist the project manager in preparing a presentation of the most appropriate format (most usually in Power Point), and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location, time and date. The Engineer needs to coordinate with the City's project manager to format the mailing list of all affected property owners. ASSUMPTIONS • Three (3) sets of 11 "x17" size drawings and one (1) set of the Project Manual will be delivered for the 90% Design package. • A PDF and DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in the City's document management system (BIM 360). • One (1) sets of 11 "x17" size drawings and one (1) set of specifications will be delivered for the 100% Design package. • A PDF and DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in City's document management system (BIM 360). DELIVERABLES A. 90% construction plans and specifications including QC/QA documentation. B. Utility relocation package. C. Final Drainage Checklist City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 15 of 37 FORT WORTHo `--~� D. 100% construction plans and Project Manual including QC/QA documentation. E. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's or TxDOT's standard bid items and format, as applicable F. Digital cover sheet for the signatures of authorized CITY officials. G. Public Meeting exhibits H. Final Flood Study Report (See Task 9.4) Tree Mitigation and Irrigation Plans (See Task 9.5) City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 16 of 37 FORT WORTHo `--~� TASK 5. BID PHASE SERVICES. The CITY reserves the right to bid the project either via traditional project bid to via unit price alternative delivery. 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 the City's document management system (BIM 360) for access to potential bidders. • Project Manual shall be uploaded in a single PDF file • Bid Proposal Document of the Contract documents shall be uploaded in a file format of filename extension ".xls". Unit Price Proposal documents are to be created utilizing the city's unit price tool only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, that 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 the City's document management system (BIM 360) in two formats, .pdf and .CAD files. The .pdf will consist of one file of the entire plan set. If requested by prospective bidders, the ENGINEER will sell contract documents at a reasonable price to recover reproduction and document request fulfillment cost. The CITY will not sell hard copies of the contract documents. • The ENGINEER will coordinate with the CITY PM to obtain received "Expressions of Interest" from prospective bidders and from uploaded Plan Holder Registrations in the City's document management system (BIM 360) by contractors. ENGINEER will maintain a plan holders list. 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 project's folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidder's questions and requests in the form of addenda. The ENGINEER shall upload all approved addenda onto the City's document management system (BIM 360) and email addenda to all plan holders. The ENGINEER will prepare up to two (2) addenda. • Attend the pre-bid conference in support of the CITY. Written minutes documenting discussion items during said meeting shall be prepared. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 17 of 37 FORT WORTHo `--~� • 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 Tabulation and the CFW Data Spreadsheet are to be uploaded into the project's Bid Results folder on the City's document management system (BIM 360). • Incorporate all addenda into the contract documents and issue conformed sets. After the bid opening, ENGINEER will provide five (5) full sets of plans, seven (7) half-size sets of plans, and three (3) copies of the conformed Project Manual set incorporating all approved addenda. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • Construction documents will only be made available on the City's document management system (BIM 360) for plan holders and/or given to plan viewing rooms. • Construction documents will not be printed by the CITY and made available for purchase by plan holders and/or given to plan viewing rooms. • PDF and CAD files will be uploaded to the City's document management system (BIM 360). DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed) E. CFW Data Spreadsheet City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 18 of 37 FORT WORTHo `--~� TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1. Construction Support: • The ENGINEER shall attend the pre-construction conference and document said meeting with written minutes. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend one (1) public meeting to help explain the proposed project to residents. The CITY shall select a suitable location or media and mail notices to the nearby residents and other stakeholders. • The ENGINEER shall attend monthly construction progress meetings during the duration of construction. The ENGINEER will prepare or collaborate with the CITY PM on a Construction Progress Report using the CITY's standard format and upload in the City's document management system (BIM 360). • The ENGINEER will prepare a Construction Communication Plan detailing the procedure for communicating between the Project Delivery Team members and the Contractors. • The ENGINEER will meet with concerned citizens as needed in coordination with the CITY PM. • The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in the City's document management system (BIM 360). • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, respond to Request for Information (RFI) from the contractor, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER will meet with the Project Delivery Team and Contractor on-site to review any field changes. • The ENGINEER will coordinate with other TPW divisions and other departments as necessary. • The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings • The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. Information provided by the CITY may include, but is not limited to the following: o As-Built Survey City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 19 of 37 FORT WORTHo `--~� o Red-Line Markups from the Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, in Adobe Acrobat PDF format (version 6.0 or higher) and in DWF format. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the digital files. • There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set, if required. Each PDF and DWF file 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: I. TPW file name example —"W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. 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_orgl8.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in the City's document management system (BIM 360). For information on the proper manner to submit files and to obtain a file number for the project, the ENGINEER should coordinate with the City project manager. File numbers will not be issued to a project unless the appropriate project numbers and City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 20 of 37 FORT WORTHo `--~� fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • One (1) pre-construction conference. • One (1) public meeting. • Twelve (12) monthly construction progress meetings are assumed. • Six (6) site and/or citizen visits are assumed. • One (1) final punch list walk. DELIVERABLES A. Exhibits for Public Meeting. B. Construction Communication Plan. C. Response to Contractor's Request for Information. D. Review of Change Orders. E. Review of Shop Drawings / Submittals. F. Final Punch List Items. G. Record Drawings in Digital Format. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 21 of 37 FORT WORTHo `--~� TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to right-of-way (ROW) and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Right-of-Way Research: The ENGINEER shall determine rights-of-way and easement needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. 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 prepare a ROW and Easement parcel reference map showing and designating all land interest for project. The map shall be revised as necessary throughout the land acquisition process. The documentation shall be provided in conformance with the checklists and templates available on the City's document management system (BIM 360) Project Resources folder. 7.3. Temporary Right of Entry Preparation and Submittal: • Prior to construction, the ENGINEER should coordinate with the City project manager to identify all needed Temporary Right of Entries from landowners. It is assumed that letters will only be required for land owners adjacent to construction or who are directly affected by the project and no easement is required to enter their property. The documentation shall be provided in conformance with the checklists and templates available on the City's document management system (BIM 360) Project Resources folder. ASSUMPTIONS Right-of-Way research includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the 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 records, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. • Easement and right of way document preparation shall begin within three weeks of receipt of City conceptual (30 percent) comments. • Fourteen (14) Permanent Parcels. • Four (4) Temporary Parcels. • Two (2) Permanent Parcels covering retaining wall and/or Landscape and Irrigation improvements if needed. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 22 of 37 FORT WORTHo `--~� DELIVERABLES A. Nine (9) ROW exhibits assumed with meets and bounds provided on CITY forms. B. Five (5) Drainage and/or Slope Easement exhibits assumed with meets and bounds provided on CITY forms. C. Four (4) Temporary Construction Easement exhibits assumed with meets and bounds provided on CITY forms. D. ROW and Easement Parcel Map. E. Nine (9) Temporary Right of Entry Cover Letters and Documents. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 23 of 37 FORT WORTHo `--~� TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey: ENGINEER shall review all survey data received from the Freese and Nichols deliverables and verify with the CITY for use in design. After review of the existing survey, ENGINEER shall perform additional survey, as described below, to supplement the existing survey data as needed to complete the engineering services described herein. If the ENGINEER determines additional survey services are required beyond those identified below, then the CITY shall be informed and presented with an amendment to this contract detailing the anticipated scope and fee for the additional survey services. The CITY must approve before the ENGINEER can perform the work. Scope of services for additional survey services will be outlined as follows: • It is assumed that the design and boundary survey data conducted by Freese and Nichols under the project development stage shall be utilized for the design where applicable and only spot checks shall be required to correlate additional survey to the project development survey except as described below. Only the survey services outlined below have been deemed necessary at this time. Supplemental design survey for areas outside of the existing Randol Mill right of way. It is understood that a design survey was conducted within the existing right of way and a drone survey was conducted outside of the existing right of way. The supplemental survey shall be limited to an area 50-feet beyond the proposed right of way in area's not captured by the project development design survey. Supplemental design survey services shall be performed as identified below. o ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. ENGINEER will incorporate this survey with survey data obtained as part of the project development phase, LIDAR topography, existing aerial photography, and record drawings of existing improvements to prepare a base map for design. Tree surveys will be conducted by a licensed arborist and horizontal locations captured via industry standard GPS practices, not this design survey. Elevations at tree bases shall be based upon the interpolated elevations resulting from the topographic survey conducted herein. o Supplemental boundary survey for areas outside of the existing Randol Mill right of way. It is understood that a boundary survey was conducted for properties adjacent to the existing right of way. The supplemental boundary survey shall include only areas not captured by the project development City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 24 of 37 FORT WORTHo `--~� design survey but necessary for the design activities outlined under this contract. Engineer shall perform a tree survey of all trees located within 50-feet of the proposed roadway right of way. Tree survey shall be conducted in accordance with the City's urban forestry requirements and horizontal locations captured via industry standard GPS practices. Elevations at tree bases shall be based upon the interpolated elevations resulting from the topographic survey conducted above. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. • 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: o The following information about each Control Point; a. Identified (Existing. CITY Monument #8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). o Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. o No less than two horizontal bench marks, per line or location. o Bearings given on all proposed centerlines, or baselines. o Station equations relating utilities to paving, when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal: Prior to surveying on private property, ENGINEER shall secure written permission from the property owners and/or tenant and shall provide the CITY a copy of said written permission. Should only oral permission be granted, the ENGINEER shall document the permission granted by letter to the property owner or tenant, with a copy to the CITY. If permission cannot be obtained, the CITY may assist. The documentation shall be provided in conformance with the checklists and templates available on the City's document management system resources folder. 8.3. Subsurface Utility Engineering: ENGINEER shall review all SUE data received from deliverables prepared by Freese and Nichols as part of the project development phase and verify with the CITY for use in design. After review of the existing SUE, ENGINEER shall perform additional SUE, as described below, to supplement the existing SUE data as needed to complete the engineering services described herein. If the ENGINEER determines additional SUE services are required beyond those identified below, then the CITY shall be informed City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 25 of 37 FORT WORTHo `--~� and presented with an amendment to this contract detailing the anticipated scope and fee for the additional SUE services. The CITY must approve before the ENGINEER can perform the work. Scope of services for additional SUE services shall be performed in accordance with Cl/ASCE 38-02 Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data. This standard defines the following Quality Levels: Quality 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 built" 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. Qualitv Level C(includes tasks as described for Qualitv Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 26 of 37 FORT WORTHo `--~� Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Qualitv Level B(includes tasks as described for Qualitv Level C) • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Based on an interpretation of data, mark the indications of utilities on the ground surface for subsequent survey. Utilize paint or other method acceptable for marking of lines. • Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit systems. • Resolve differences between designated utilities and utility records and surveyed appurtenances. • Recommend additional measures to resolve differences if they still exist. Recommendations may include additional or different surface geophysical methods, exploratory excavation, or upgrade to Quality Level A data. • As an alternative to the physical marking of lines, the ENGINEER may, with CITY's approval, utilize other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface geophysical data to the project's survey control. Qualitv Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. • Provide utility size and configuration. • Provide paving thickness and type, where applicable. • Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. • It is assumed that the SUE data obtained under the project development stage shall be utilized for the design. Only the SUE services outlined below have been deemed necessary at this time. • It is assumed that the SUE data obtained by Freese and Nichols under the project development stage shall be utilized for the design where applicable and only spot checks shall be required to correlate additional SUE to the project development SUE. Only the SUE services outlined below have been deemed necessary at this time. • Supplemental design SUE for areas outside of the existing Randol Mill right of way. It is understood that SUE was only conducted within the existing right of City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 27 of 37 FORT WORTHo `--~� way as part of the project development phase. The supplemental SUE shall be limited to an area 50-feet beyond the proposed right of way in area's not captured by the project development SUE. ASSUMPTIONS • Up to ten (10) Level A test holes are included. • ENGINEER will have a SUE Field Manager on-site for field crew supervision, field quality control, and coordination with on-site personnel. • If necessary, the SUE Field Manager will provide standard temporary work zone traffic control, consisting of cones and free-standing signage. Any street cuts will be coordinated with the CITY. If an engineered traffic control plan or permitting is required, the ENGINEER will notify the CITY and submit a supplement agreement for authorization prior to proceeding with additional work. • It is assumed that all right of entry document required for the project have been obtained by the City or Freese and Nichols as part of the project development phase and they shall remain in force for use under this project without renewal or modification. • It is assumed that the tree survey service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. • Tree surveys will be conducted by a licensed arborist and horizontal locations captured via industry standard GPS practices, not the design survey. Elevations at tree bases shall be based upon the interpolated elevations resulting from the topographic survey conducted herein. DELIVERABLES A. Drawing of the project layout with dimensions and coordinate list. B. SUE plan drawings sealed by a professional engineer registered in the state of Texas. City of Fort Worth; Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 28 of 37 FORT WORTHo `--~� TASK 9. PERMITTING. ENGINEER will provide permitting support for the CITY to obtain any and all agreements and/or permits normally required for a project of this size and type, as follows: 9.1 Texas Department of Licensing and Regulation (TDLR): • Identify and analyze the requirements of the Texas Architectural Barriers Act, Chapter 68 Texas Administrative Code, and become familiar with the governmental authorities having jurisdiction to approve the design of the Project. • ENGINEER is responsible for providing plans that are in compliance with TDLR requirements. • Submit construction documents to the TDLR. • Completing all TDLR forms/applications necessary. • Obtain the Notice of Substantial Compliance from the TDLR. • Request an inspection from TDLR or a TDLR locally approved Registered Accessibility Specialist no later than 30 calendar days after construction substantial completion. Advise the CITY in writing of the results of the inspection. • Responding to agency comments and requests. • All costs associated with TDLR plan review and inspections are included under this contract. 9.2 Storm Water Pollution Prevention Plan: 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. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. 9.3 Environmental Services: FNI prepared a technical memorandum, Environmental Permitting Memorandum, dated January 21, 2022, to summarize their findings of a survey they conducted in November and December of 2020 to determine permitting requirements with the United States Corps of Engineers (USACE). In the memorandum, FNI identified potential waters of the United States (WOTUS), including wetlands, within the proposed project area in accordance with Section 404 of the Clean Water Act (Section 404), as well as habitat for federally listed threatened and endangered species. Based on their findings, FNI determined this project could be constructed to meet the terms and conditions of a Nationwide Permit (NWP) 14, Linear Transportation Projects, including NWP general conditions and NWP regional conditions for the state of Texas, without requiring preparation and submittal of a pre-construction notification (PCN) to the USACE. After reviewing the memorandum, the ENGINEER concurs with FNI assessments. However, the USACE have recently published a final rule in the Federal Register (86 FR 73522) announcing the reissuance of 40 existing NWP and one new NWP. These 41 NWPs went into effect on February 25, 2022, and they will expire on City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 29 of 37 FORT WORTHo `--~� March 14, 2026. To ensure current rules and regulations are met for this project, ENGINEER will provide the additional environmental services as follows: • Review the USACE informational public notice, Public Notice for Federal Register Notice Announcing the Reissuance of the Nationwide Permits, dated January 28, 2022 for current rules and regulations for NWPs. � Provide updated memorandum to the file that the design is authorized by NWP 14, with no PCN required. Under this scope of services, a submittal of a PCN to the USACE is not included. 9.4 Floodplain Services: • Obtain the current effective hydraulic model for tributary of the West Fork Trinity River (FEMA Stream WF-1). This scope assumes the CITY will provide the effective model, and an External Data Request through the Federal Emergency Management Agency (FEMA) will not be required. • Perform hydraulic analysis for the proposed roadway/culvert configuration using the latest version of HEC-RAS. Utilize the existing conditions hydraulic model through the project area developed by FNI during the preliminary design phase and develop proposed conditions model to reflect the conceptual, 60%, 90%, and final milestones. • Execute existing and proposed conditions flood profiles for the 10-, 50-, 100-, and 500-year storm events and fully developed 100-year storm event. No new hydrology will be developed under this scope of services. FEMA effective discharges will be leveraged, and the 2012 Dunaway study will be used for the fully developed 100-year simulation for design. � Prepare proposed conditions hydraulic floodway model. • Delineate proposed conditions 100-year and 500-year floodplains and floodway mapping. • Prepare a brief Flood Study report describing the methodology and findings of the hydraulic modeling. Study report is to be updated and submitted with each design plan submittal. • Prepare CITY Flood Study Checklist and coordinate with CITY during Flood Study review process. • Prepare a Floodplain Development Permit application and submit for City review and approval. • Prepare Conditional Letter of Map Revision (CLOMR) application package with complete supporting documentation. Following the CITY's review and approval of the CLOMR application package, ENGINEER will represent the CITY and submit the CLOMR application to FEMA. o Prepare necessary MT-2 applications/certificate forms including: Form 1— Overview and Concurrence Form 2— Riverine Hydrology and Hydraulics City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 30 of 37 FORT WORTHo `--~� � Form 3 — Riverine Structures o Prepare templates for public notification, including individual property owner notification and public notice if necessary. The CITY will distribute all notifications to individual property owners and post any necessary notices. o Submit documentation of Endangered Species Act (ESA) compliance per CLOMR specific requirement. o Coordinate with the CITY and FEMA/Technical Reviewer to address comments and questions. o FEMA review fee of $6,750.00 for the CLOMR is included under this contract. Prepare post construction LOMR application package with complete supporting documentation. Following the CITY's review and approval of the LOMR application package, ENGINEER will represent the CITY and submit the LOMR application to FEMA. FEMA review fee of $8,250.00 for the LOMR is included under this contract; however, this fee is subject to change at the time of LOMR submittal. This task also includes post-construction as-built topo survey to confirm the project was constructed as planned for the LOMR submittal. ENGINEER will not begin work on the LOMR until written authorization of notice to proceed is received from the CITY. Urban Forestry Permit: • ENGINEER Department, required. shall coordinate with the CITY Urban Forestry Management submit and obtain approval of an Urban Forestry Permit when .. 9.7 • Prepare CITY Urban Forestry Plan Checklist and coordinate with CITY during the review process. Permit and inspection fees are included under this contract. • Urban Forestry Plans shall include all Tree Mitigation Planting and Irrigation plans required for the construction of the project. Plans shall be incorporated into the PS&E set and issued for bid. It is assumed that all plantings shall be contained within the Mallard Cove Park limits and constructed along with the Park improvements provided as part of Task 9.8. Grading Permit: • ENGINEER shall prepare all necessary forms and submit through Accela along with required documentation. ENGINEER shall respond and coordinate with the various CITY staff issuing comments and obtain approval of a Grading Permit. • Prepare CITY Grading Permit Application and Checklist. Application fee is included under this contract. Master Thoroughfare Plan Amendment: • ENGINEER will submit the Master Thoroughfare Plan (MTP) Amendment Application and fee to the CITY for approval as part of Conceptual Design process. It is assumed that once the MTP Amendment Application is submitted then City staff shall manage the MTP amendment and required coordination with City Parks City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 31 of 37 FORT WORTHo `--~� and Recreation (PARD) staff based upon discussion at the March 22, 2022 "Randol Mill MTP Amendment" meeting. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. 9.8 Parkland Conversion: ENGINEER will assist City staff in the coordination of the Parkland Conversion process with the PARD staff. Application fees and/or appraisals are not included under this scope of work. It is assumed that once the MTP Amendment Application is submitted then City staff shall manage the MTP amendment and required coordination with City Parks and Recreation (PARD) staff based upon discussion at the March 22, 2022 "Randol Mill MTP Amendment" meeting. It is assumed that this service shall be provided as part of the jump start contract and therefore no fee has been associated with this task. For the purposes of this scope and fee it is assumed that the value of land converted has a value on the order of $2.00 per square foot resulting in a total value of approximately $500,000.00. It is assumed that this project shall provide improvements within Mallard Cove Park on the order of this value. Based upon preliminary review of the Mallard Cove Park it is assumed that both the south and north proposed trail loops, inclusive of the northern loops' swale bridge, contained within the park master plan provided as part of the handoff can be constructed for this total value. Halff shall provide the necessary additional survey, conceptual design, preliminary design, final design, floodplain, bid phase, and construction services required for the construction of the two trail loops. ASSUMPTIONS • PermiUApplication preparation will begin after approval of the Conceptual Design. • One (1) meeting is assumed for the TDLR Project Registration, Plan Review Submittal, and Inspections. • One (1) meeting is assumed for the Floodplain Development Permit. • One (1) meeting is assumed for the CLOMR Application Package. • One (1) meeting is assumed for the LOMR Application Package. • Two (2) meetings are assumed for the Urban Forestry Permit. • Two (2) meetings are assumed for the Grading Permit. • Park improvements design services shall be limited to civil, structural, and HH related services required to construct the trail loops identified. Irrigation, landscaping, or other architectural services are not included as part of this fee. • Mallard Cove Park improvements in excess of those listed above may necessitate a change order. • Mallard Cove Park improvements shall be incorporated, bid and constructed as park of this project. DELIVERABLES City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 32 of 37 FORT WORTHo `--~� A. Copies of Permit Applications B. Copies of Approved Permits City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 33 of 37 FORT WORTHo `--~� TASK 10. QUALITY CONTROL / QUALITY ASSURANCE. ENGINEER to provide to the City a Quality Control/ Quality Assurance Plan (QC/QA Plan) outlining the ENGINEER's method of ensuring the highest levels of design and accuracy are incorporated into the calculations, plans, specifications, and estimates. ENGINEER is responsible for and shall coordinate all subconsultant activity to include quality and consistency of plans. If, at any time, during the course of reviewing a submittal of any item it becomes apparent to the CITY that the submittal contains errors, omissions, and inconsistencies, the CITY may cease its review and return the submittal to the ENGINEER immediately for appropriate action. A submittal returned to the ENGINEER for this reason may be rejected by the CITY Project Manager. 10.1. QC/QA of Survey and SUE Data: • The ENGINEER's Surveyor shall perform Quality Control/ Quality Assurance on all procedures, field surveys, data, and products prior to delivery to the CITY. The CITY may also require the ENGINEER's Surveyor to perform a Quality Assurance review of the survey and/or subsurface utility engineering (SUE) work performed by other surveyors and SUE providers. • ENGINEER's Surveyor shall certify in writing via a letter that the survey information provided has undergone a Quality Control/ Quality Assurance process. • ENGINEER's Subsurface Utility Engineering provider shall certify in writing via a letter that the SUE information provided has undergone a Quality Control/ Quality Assurance process. 10.2. QC/QA of Design Documentation: • ENGINEER shall perform a QC/QA review of all documents being submitted for review at all stages of the design including the 30%, 60%, and 90% and Final Document design review submittals. QA should be performed by an individual within the firm who is not on the design team. ENGINEER is to acknowledge that each item on the Detailed Checklist has been included by checking "done" on the checklist. If a particular checklist item is not applicable, this should be indicated by checking "N/A". If an entire checklist is not applicable, this should be indicated by checking every item on the list as "N/A" and still included with the submittal. The ENGINEER shall use the Detailed Checklist provided by CITY. A Comment Resolution Log must be used to document conflicting comments between reviewers and to highlight comments made by the CITY that the ENGINEER is not incorporating into the design documents along with the associated explanation. The ENGINEER shall use the Comment Resolution Log provided by CITY. • The documentation of a QC/QA review includes (1) a copy of the color-coded, original marked-up document (or "check print") developed during the QA checking process and/or review forms which sequentially list documents and associated comments; and (2) a QC sign-off sheet with signatures of the personnel involved City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 34 of 37 FORT WORTHo `--~� in the checking process. Mark-ups may also be documented using the Comment Resolution Log. Evidence of the QC/QA review will be required to accompany all submittals. Documentation shall include, but is not limited to, the following items: o PDF of the completed Detailed Checklists o PDF of the QC/QA check print of the calculations, plans, specifications, and estimates demonstrating that a review has been undertaken; o PDF of previous review comments (if any) and the ENGINEER's responses to those comments in the Comment Resolution Log. If any of the above information is missing, is incomplete or if any comments are not adequately addressed; the CITY may contact the ENGINEER and request the missing information. If the ENGINEER does not respond to the request within 24 hours, the CITY shall reject the submittal. No additional time will be granted to the design schedule for a returned submittal. ENGINEER shall plan to recover the lost time with future project milestones remaining unchanged. • If the ENGINEER has not adequately addressed the comments, the submittal shall be rejected and returned to the ENGINEER immediately to address the issues. ASSUMPTIONS • All submittals to the City will be Quality checked prior to submission. • A PDF of the QC/QA documentation will be uploaded to the project folder in the City's document management system (BIM360). DELIVERABLES A. QC/QA documentation City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 35 of 37 FORT WORTHo `--~� TASK 10. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Street Water Traffic Traffic Traffic Storm Storm Lights /Sewer Control Control Control Attachment "A" Water Water (Submit (Submit 30% 60% 90% Type 30% 60% All @ All @ 30% 60%) Required for all work in City ROW Street X X X X� X X X Storm Water X X X X X Water / Sewer X X X X `It incluqeq m street pro�ect City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 36 of 37 FORT WORTHo `--~� ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existinq 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. • 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. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Water quality or network modeling for proposed and/or existing water facilities. The City shall provide information pertaining to the location and size of the relocated water facilities. • Sanitary sewer sizing and or modeling. • Improvements to the Mallard Cove Park beyond those listed under section 9.8 — "Parkland Conversion". • Preparation of an operations and maintenance plan. • Appraisals or acquisition services for right of way, easements, or parkland conversions beyond those specially described above. City of Fort Worth, Texas Randol Mill HROM Attachment A CPN 104092 Release Date: 07.22.2021 Page 37 of 37 ATTACHMENT B COMPENSATION Design Services for Randol Mill HROM City Project No. 104092 Lump Sum Fee for Design & Hourly Amount for Construction Support Services I. Compensation A. The ENGINEER shall be compensated a lump sum fee of $827,897.00 plus a $72,233.00 hourly rate fee, for a not-to-exceed amount of $900,130.00, as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total not-to-exceed amount shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment — Lump Sum Fee for Design A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Method of Payment — Hourly Fee for Construction Support Services A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 1 of 4 Randol Mill HROM CPN 104092 ' ATTACHMENT B COMPENSATION Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Min. Rate Max. Rate $/hour $/hour Engineer Grade I 90.00 124.00 Engineer Grade II 124.00 160.00 Engineer Grade III 160.00 210.00 Engineer Grade IV 210.00 260.00 Engineer Grade V 260.00 350.00 Office Tech Grade I 43.00 69.00 Office Tech Grade II 70.00 87.00 Office Tech Grade III 87.00 114.00 Office Tech Grade IV 114.00 136.00 Office Tech Grade V 150.00 286.00 Administrative Grade I 31.00 76.00 Administrative Grade II 70.00 88.00 Administrative Grade III 87.00 114.00 Administrative Grade IV 116.00 146.00 Administrative Grade V 151.00 332.00 Intern 51.00 69.00 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. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department Capital Delivery Division monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 2 of 4 Randol Mill HROM CPN 104092 : , ATTACHMENT B COMPENSATION V. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant Halff Associates, Inc. Primary Consultant Proposed MBE/SBE Sub-Consultants Criado & Associates, Survey and Right of Way Inc. Documents Criado & Associates, Survey and Right of Way Inc. Document Tentative (Non- Goal) Criado & Associates, Subsurface Utility Engineering Inc. Criado & Associates, Subsurface Utility Engineering Inc. Test Holes Tentative (Non- Goal) Non-MBE/SBE Consultants CMJ Engineering, Inc. Geotechnical Engineering 5% Sub Markup TOTAL Fee Amount % $686,740.00 76.29% $158,900.00 17.65% $2,500.00 0.28% $19,840.00 2.20% $12,250.00 1.36% $9,500.00 1.06% $10,400.00 1.16% $900,130.00 100% Pro'ect Number & Name Total Fee MBE/SBE Fee MBE/SBE % Randol Mill HROM — 104092 $900,130.00 $178,740.00 19.86% City MBE/SBE Goal = 13% City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 4 Consultant Committed Goal = 13% Randol Mill HROM CPN 104092 : EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 4 of 4 Randol Mill HROM CPN 104092 � �. A R � � � � N C) .O � C N N C) .� i d N R O � � � � a` O O Y aa� N 0 .� � C `w .a 3 N a� s E � Z U fA � U m � 0 v u 'o c 9 T a a a � m N m m N N V �' �� ;o N H a; � m v Q o E a � C y « 'v 3 U � O � > = C � � C o R T '-' C � w " L C 3 c°� E fC Z � C lC Q E 0 U � � E 0 V 7 LL H a°> c�i d d d N C � 0 0 � � N � = N N y d U U V .� .� ,o a a >, � in c'n a in in 5 C d = C (0 R � R N m � C V N .- i ; 7 = U — a �, V y •Q 7 O c > _ y vr a` C = � c m y a a :? � �N a 'o J O Q U i $ d � = d d � � aao i � _ a� = O °' a � Q C d C N O d � rna a c � � '� C> y N G d Q H Y O � � C f6 � LL � N f� a N tD a� m m v d a r N r r r r r r �' �::::: � ������ N U .O > c N .� H N ca H C N Q N d � R C d L � a � d � � � m O o ¢ v = o � Z o V a m ¢ � � L ' a � U d X aEiOF�i A R � � 3 N d 01 � � � w a' N V O > C N � C) .� i � N R � 0 � V .N � � � •� a 0 0 Y a a U � 0 U 2 c d a N a 7 Z U G1 N r U t 0 d u 'o c 0 v v a v 3 N � ro s R N N U a• =v � a > w N � y U N � a � E a o c U L N ,_ 'd 3 U i O d � a c o o R T � C y d c t 3 c°� m 'o d � o U �' _ m o :' � N N � � 6) a c a o _ y s . Q .� � � X a£iO��i d a m E m N N N a a ¢ .£ d ¢ E 'kyo � V 7 LL F Z � � � = a c 2 p p ip � ' 0 � � � d U U � U � C C j. � � O U in in a in �_ C N C � � £ � N m � C d � U i Q 7 � U � a �, m N o � a o c �� v� a c � ° a a y a a� ❑ � � J £ £ O Q U i $ d £ � G1 d Q � e� aa C d � E � a a a�i � �a a c d C N� � £ Qa C O .Q '� y N 0 N � A H Y O � � c c� 0 � � N t+/ Q �ff �O � a a a a a a N ~ F F F F F � Y Y Y Y Y Y N 3 3 3 3 3 3 N V .O > C N t H N R O H C N Q � N a1 to � _ d L d a � L d 7 � �� 00 �a x� � a o U � m � ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Randol Mill HROM City Project No. 104092 No changes to the Standard Agreement City of Fort Worth; Texas Randol Mill HROM Attachment C CPN 104092 PMO Release Date: 05.19.2010 Page 1 of 1 FO�T WO I�l' H ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a"baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth, Texas Randol Mill HROM Attachment D CPN 104092 Revision Date: 07.20.2018 Page 1 of 1 RANDOL MILL HROM, CITY PROJECT N O. 104092 RANDOL MILL ROAD, ■■■ HALFF� FORT WORTH, TX ��� 0 150 �00 450 VOO ■■■ TBPELSENGINEERINGFIRM#312 4000 FOSSIL CREEK BLVD FORT WORTH. TEXAS 76137-2797 TEL(A17�847-1422 ' FAX �8171232-9784 � SCALE: 1 "=300' EXHIBIT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to City. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless City specifically approves such exclusions in vuriting. ii. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages arecovered bythe commercial generalliabilityorcommercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non-owned autos is acceptable. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requiremerits Page 1 of 3 Rev. 5.04.21 c. Workers' Compensation — Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims-made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its execution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or CFW Standard Insurance Requiremerits Page 2 of 3 Rev. 5.04.21 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein. d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. Aten (10) days' notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self-insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first-dollar basis. City, at its sole discretion, may consentto alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims- made basis, shall contain a retroactive date coincidentwith or priorto the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requiremerits Page 3 of 3 Rev. 5.04.21 Client#: 98667 HALFASSO DATE (MM/DD/YYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE s�o3�2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Rebecca Egan Greyling Ins. Brokerage/EPIC PHONE 770-670-5355 F� AIC, No, Ext : (A/C, No): 3780 Mansell Road, Suite 370 E-MAIL rebecca.e an re lin com ADDRESS: g �g Y g• Alpharetta, GA 30022 INSURER S AFFORDING COVERAGE NAIC # INSURED Halff Associates, Inc. 1201 N. Bowser Richardson, TX 75081 COVERAGES CERTIFICATE NUMBER: 22-23 �) iNsurteRa: National Union Fire Ins. Co. 19445 iNSurteR s: The Continental Insurance Company 35289 iNsuReR c: New Hampshire Ins. Co. 23841 iNSurteR �: Allied World Surplus Lines Ins 24319 INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY GL5856923 08/01/2022 08/01/202 EACH OCCURRENCE $Z�OOO�OOO CLAIMS-MADE � OCCUR PREMISES� a oNcur° nce $ 500,000 MED EXP (Any one person) $25,000 PERSONAL&ADVINJURY $Z�OOO�OOO GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4�000�000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OPAGG $4�000�000 OTHER: $ A AUTOMOBILE LIABILITY CA5717893 08/01/2022 08/01/202 COMBINED SINGLE LIMIT 2 OOO OOO Ea accident $ e e X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ $ B �( UMBRELLA LIAB X OCCUR 7034027549 08/01/2022 08/01/202 EACH OCCURRENCE $rj �00 �00 EXCESS LIAB CLAIMS-MADE AGGREGATE $rJ OOO OOO DED X RETENTION $� O�OOO $ C WORKERSCOMPENSATION WC014195843 08/01/2022 08/01/202 X PER OTH- AND EMPLOYERS' LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N E.L. EACH ACCIDENT $� �OOO�OOO OFFICER/MEMBER EXCLUDED? � N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $�,000,�0� If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $� �OOO�OOO D Professional 03113813 08/01/2022 08/01/202 Per Claim $1,000,000 Liability incl. Aggregate $2,000,000 Pollution DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: AVO 38537.001, CPN 104092; Randol Mill HROM. City of Fort Worth is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. Waiver of Subrogation in favor of Additional Insured(s) where required by written contract & allowed by law. The above referenced liability policies with the exception of workers compensation and professional liability are primary & non-contributory where required by written contract. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Clt of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas St ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102-0000 AUTHORIZED REPRESENTATIVE ,��,6! �.�,..,. O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S3371621 /M3349027 SBRU 1 SAGITTA 25.3 (2016/03) 2 of 2 #S3371621/M3349027 POLICY NUMBER: ��5s5ss23 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location s Of Covered O erations Any person or organization where required by written All Locations as required per written contract. contract provided that such contract was executed prior to the date of loss. Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 O Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: GL5856923 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location And Descri tion Of Completed O erations ny person or organization where required by written II Locations as required per written contract. contract provided that such contract was executed prior o the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 9/29/22, 4:23 PM CITY COUNCIL AGENDA Create New From This M&C DATE: g�27�2p22REFERENCE **M&C 22- LOG NAME: NO.: 0776 CODE: C TYPE: CONSENT PUBLIC HEARING: 20SWM RANDOL HROM DESIGN � SUBJECT: (CD 5) Authorize Execution of an Engineering Agreement with Halff Associates, Inc., in the Amount of $900,130.00 for Design of the Randol Mill Road Hazardous Road Overtopping Mitigation Project, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2022- 2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: FO RT �'�'0 RT I I -��- 1. Authorize execution of an engineering agreement with Halff Associates, Inc., in the amount of $900,130.00 for design of the Randol Mill Road Hazardous Road Overtopping Mitigation project (City Project No. 104092); 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Revenue Bonds 2020 Fund in the amount of $633,000.00 by increasing estimated receipts and appropriations in the Randol Mill Road Hazardous Road Overtopping Mitigation project (City Project No. 104092), decreasing estimated receipts and appropriations in the Quail Road Hazardous Road Overtopping Mitigation Project (City Project No. 103053) by the same amount; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects fund in the amount of $1,667,000.00 by increasing estimated receipts and appropriations in the Randol Mill Road Hazardous Road Overtopping Mitigation project (City Project No. 104092) and decreasing estimated receipts and appropriations in the SW Hazardous Rd Overtopping Programmable project (City Project No. P00120) by the same amount; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects fund in the amount of $15,000.00 by increasing estimated receipts and appropriations in the Randol Mill Road Hazardous Road Overtopping Mitigation project (City Project No. 104092) and decreasing estimated receipts and appropriations in the SW Hazardous Rd Overtopping Programmable project (City Project No. P00120) by the same amount; 5. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: The engineering agreement recommended by this Mayor and Council Communication (M&C) will provide for engineering and design services related to the Randol Mill Road Hazardous Road Overtopping Mitigation (HROM) project. To better protect drivers from roadway flooding, the project will mitigate the risk of hazardous road overtopping of Randol Mill Road as it crosses Stream WF-1 (a tributary to the West Fork Trinity River), approximately three-quarters of a mile east of Loop 820 and across from Mallard Cove Park. The HROM program is an ongoing effort to identify hazardous road flooding locations, prioritize them based on risk and, where feasible, develop solutions to make them safer. This program was created in response to life-threatening and fatal incidents associated with flooded roads, usually at stream crossings. In May 2018, the Transportation and Public Works Department (TPW), Stormwater Management Division (SWMD), published a Request for Qualifications (RFQ) for various engineering consulting services. Thirty-seven consultants responded to the RFQ for the project design service area with Statements of Qualifications (SOQ). An evaluation team of three City staff subject matter experts from the SW MD scored the SOQ's based on team capability and experience and firm's past performance. The City's Business Equity team also evaluated the SOQ's. A pool of twenty-two consultants was selected based upon these scores to be matched with specific projects. Based on this scoring, Halff & Associates, Inc. was selected as the most qualified consultant to perform design services for this project. In order to expedite project delivery, in May, 2020, Halff Associates, Inc. was engaged through an administrative jump start contract (City Secretary Contract No. 53956, HROM Design Jump Start 5 for $45,000.00) to participate in the project development and evaluation of potential improvement alternatives to be implemented in the final design. Halff Associates, Inc. proposes to perform design and engineering services for a fee in the amount of $900,130.00. The services provided will include designing culvert and roadway improvements for Randol Mill Road as it crosses Stream W F-1 (a tributary to the West Fork Trinity River), approximately three-quarters of a mile east of Loop 820. The engineer will also prepare plans and specifications M&C Review apps.cfwnet.org/council�ackeUmc_re�iew.asp?ID=30326&councildate=9/27/2022 1/3 9/29/22, 4:23 PM M&C Review for construction and provide services during bidding and construction. Staff considers the fee to be fair and reasonable for the scope of services proposed. Additional funds in the amount of $1,399,870.00 are requested for easement acquisition and project administration for a total appropriation of $2,300,000.00. Funding for this project was not included in the Fiscal Years (FY) 2022-2026 Stormwater Capital Improvement Program (CIP) as this site had not been identified as a feasible project. Stormwater revenue bond funds in the amount of $3,200,000.00 were previously appropriated to the Quail Road HROM project (City Project Number 103053), and a portion of these funds will be reallocated to this project since more time is required to develop the Quail Road HROM project due to complexities associated with its location. If determined to be feasible, the Quail Road project will be re-programmed in a future CIP. The action in this M&C will amend the Fiscal Year 2022 Adopted Budget as approved in connection with Ordinance 25073-09- 2021, Section 6. Capital Improvements, as listed on page(s) 27." Capital Fund Name I�Y+��7+�+��1� Project Name Appropriations 52002-Stormwater P00120-SW Capital Projects Hazardous Rd Fund Overtopping 52002-Stormwater P00120-SW Capital Projects Hazardous Rd Fund Overtopping $11,166,000.00 Authority M&C 22-0527 This M&C Budget Adjustment ($200,000.00) (1,682,000.00) The 2020 Stormwater Revenue Bond and Stormwater Capital Projects fund will fund this project. Capital Fund Name Project Name FY2022 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2022 Budget $10,966,000.00 $9,284,000.00 Revised FY2022 Budget Stormwater Rev Bonds Randol Mill Rd HROM 2020 Fund project— 104092 $0.00 This M&C $633,000.00 $633,000.00 Stormwater Capital Randol Mill Rd HROM Projects Fund project— 104092 $0.00 This M&C $1,667,000.00 $1,667,000.00 Business Equity— Halff Associates, Inc. is in compliance with the City's Business Equity Ordinance by committing to 19.00\°/o Business Equity participation on this project. The City's Business Equity goal on this project is 13\%. Funding is budgeted in the TPW Dept Highway & Streets DepartmenYs Stormwater Rev Bonds 2020 Fund within the Quail Road HROM project and in the Stormwater Capital Projects Fund within the SW Hazardous RD Overtopping programmable project for the purpose of funding the Randol Mill HROM project, as appropriated. Approval of Recommendation 4 will adjust appropriations between a programmable project and convert the Randol Mill Rd HROM project into a static capital project. This action is needed as future funding for this project is anticipated from other funding sources and the scope of this project differs from that of the current programmable project. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Quail Road HROM project within the Stormwater Rev Bonds 2020 Fund and in the SW Hazardous RD Overtopping programmable project within the Stormwater Capital Projects Fund; and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Stormwater Rev Bonds 2020 Fund and the Stormwater Capital Projects Fund for the Randol Mill Rd HROM project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Charlfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year Charlfield 2 apps.cfwnet.org/council�ackeUmc_re�iew.asp?ID=30326&councildate=9/27/2022 2/3 9/29/22, 4:23 PM Submitted for City Manager's Office by; Originating Department Head: Additional Information Contact: ATTACHMENTS M&C Review W illiam Johnson (7801) Lauren Prieur (6035) Linda Young (2485) 104092 Randol MIII HROM Comp Memo Halff Associates 8.19.22 GV.pdf (CFW Internal) 2020SWM RANDOL HROM DESIGN funds availability_pdf (CFW Internal) 2020SWM RANDOL HROM DESIGN Updated FID.xlsx (CFW Internal) Form 1295 Certificate - Randol Mill HROM.pdf (CFW Internal) ORD.APP20SWM RANDOL HROM DESIGN 52002 A022(r3).docx (Public) ORD.APP20SWM RANDOL HROM DESIGN 52002 A022(r4).docx (Public) ORD.APP20SWM RANDOL HROM DESIGN 52007 A022(r2).docx (Public) Randol Mill HROM M&C map.pdf (Public) SAMSearch.pdf (CFW Internal) apps.cfwnet.org/council�ackeUmc_re�iew.asp?ID=30326&councildate=9/27/2022 3/3