Loading...
2015-358ORDINANCE NO. 2015 -358 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING AND RIGHT -OF -WAY ACQUISITION SERVICES ASSOCIATED WITH THE CITY OF DENTON FM 2181 UTILITY RELOCATIONS PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (FILE 5973— AWARDED TO FREESE AND NICHOLS, INC. IN AN AMOUNT NOT -TO- EXCEED $1,072,977). WHEREAS, the professional services provider (the "Provider) mentioned in this ordinance is being selected as the most highly qualified on the basis of its demonstrated competence and qualifications to perform the proposed professional services; and WHEREAS, the fees under the proposed contract are fair and reasonable and are consistent with and not higher than the recommended practices and fees published by the professional associations applicable to the Provider's profession and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:. SECTION 1. The City Manager is hereby authorized to enter into a professional service contract with Freese and Nichols, Inc., to provide professional engineering services for the FM 2181 Utility Relocations Project, a copy of which is attached hereto and incorporated by reference herein. SECTION 2. The City Manager is authorized to expend funds as required by the attached contract. SECTION 3. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under File 5973 to the City Manager of the City of Denton, Texas, or his designee. SECTION 4. The findings in the preamble of this ordinance are incorporated herein by reference. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the _ day of `" Y Z , 2015. _.. ..... -11 1S l . "S M YOR ATTEST: JENNIFER WALTERS, CITY SECRETARY THE STATE OF TEXAS COUNTY OF DENTON PROFESSIONAL SERVICES AGREEMENT FOR ARCHITECT OR ENGINEER I I II' A(if0.L MI:N°I is snadc and entered irit¢a as of the day oI' Alv_,o 2015, by and between the City of Denton, Texas, a IIexas municipal corporation, with its principal office at 215 East McKinney Street, Denton, Denton County, Texas 76201, hereinafter called "Owner" or "City" and Freese and Nichols, Inc., with its corporate office at 4055 International Plaza, Suite 200, Fort Worth, Texas 76109 hereinafter called "Architecture /Engineering Professional" or "FNI," acting herein, by and through their duly authorized representatives. In consideration of the covenants and agreements herein contained, the parties hereto do mutually agree as follows: SECTION l EMPLOYMENT OF ENGINEERING PROFESSIONAL Freese and Nichols, Inc. (FNI) will provide the following civil engineering services to the City of Denton, Texas (Owner): design and engineering for the relocations of utilities along the proposed TxDOT Right -of -Way for FM2181 from Windriver Lane /Teasley to Corinth city limits (TxDOT Stations 10111 +39 to 10298 +00). This Scope of Services outlines the proposed engineering services that will be provided in connection with relocation of existing water, wastewater and force main lines along FM2181 at various locations from Windriver Lane /Teasley to Corinth city limits, as more fully described in Attachment A, Scope of Services. Other services that may be provided as additional services in support of the project are also described in Attachment A. SECTION 2 COMPENSATION The total project compensation is One Million Seventy -Two Thousand Nine Hundred and Seventy -Seven Dollars ($1,072,977). The Owner shall compensate FNI as follows: 2.1 FOR BASIC SERVICES 2.1.1 For Basic Services and related Expenses for Article I, the total compensation shall be a lump sum fee of One Hundred Ninety -two Thousand Three Hundred Ten Dollars ($192,310). Included in this lump sum fee is Five Thousand Two Hundred and Twenty Dollars ($5,220) of reimbursement expenses for mileage, printing, plotting, and binding during the project. Page 1 2.1.2 For Special Services and related Expenses for Article II, the compensations shall be the following not to exceed fees: 2.1.2.a Sub - Consultant Coordination = $44,100 (Including $933 in reimbursement expenses) 2.1.2.b Easement Exhibits = $78,485 2.1.2.c Land Acquisition Services = $682,000 2.1.2.e Geotechnical Engineering Services = $24,932 2.1.2.f Subsurface Utility Engineering Services = $51,150 2.1.3 Additional services, if any, shall be approved in writing and authorized in advance by the OWNER and shall be performed and conducted for fees that are negotiated as appropriate. Progress payments for Basic Services shall be paid monthly on the basis of the Schedule of Charges completed at the end of the month. 2.2 ADDITIONAL SERVICES 2.2.1 Compensation for Additional Services will be based on the attached schedule of charges on page CO -1. SECTION 3 ENTIRE AGREEMENT This Agreement expressly includes this three (3) page Agreement, together with the following documents which are attached hereto and are incorporated herewith for all purposes: Exhibit "A" (Scope of Services of FNI) through CO -1. 2. The City of Denton General Conditions to Agreement for Architectural or Engineering Services. If a conflict should arise between Attachment "A" and the City of Denton General Conditions to Agreement for Architectural or Engineering Services, then the City of Denton General Conditions to Agreement for Architectural or Engineering Services shall prevail. Page 2 This Agreement is signed by the parties hereto effective as of the date first above written. 011AWKIDT: i THE CITY OF DENTON, TEXAS A Texas Municipal Corporation GFOI GEC. C_IAN/IP N I1, CITY MANAGER "FNI" FREESE AND 40101 SS, A Texas C o mlration,e Page 3 ATTACHMENT A SCOPE OF SERVICES AND RESPONSIBILITIES OF OWNER FM 2181 Utility Relocations Final Design GENERAL: Freese and Nichols, Inc. (FNI or CONSULTANT) will provide the following civil engineering services to the City of Denton, Texas (OWNER): design and engineering for the relocations of utilities along the proposed TxDOT Right -of -Way for FM2181 from Windriver Lane /Teasley to Corinth city limits (TxDOT Stations 10111 +39 to 10298 +00). This Scope of Services outlines the proposed engineering services that will be provided for the final design in connection with relocation of existing water, wastewater and force main lines along FM2181 at various locations from Windriver Lane /Teasley to Corinth city limits. The consultant services are based upon Owner provided TxDOT electronic files of the proposed improvements to FM2181 and existing survey and record drawing information. All preliminary conflict identification was based on the best available record data information, but the CONSULTANT in no way warrants that additional conflicts will not be discovered due to inaccuracies in the record data or changes to the TxDOT improvements. The Scope of Services will provide relocation design and one (1) set of construction contract documents for the relocations of the following locations, along with two (2) separate set of plans for TxDOT utility permit and the TxDOT reimbursement package: a. 20 -inch Water Line: A new 20 -inch water main will be designed from approximately Windriver Lane to Robinson Road (Approx. TxDOT Sta 10112 +50 to Sta 10181 +50). This section contains an existing 20 -inch water line and sections of an existing 8 -inch water line that will be in conflict with the TxDOT roadway, storm drain, and sound wall improvements. The new 20 -inch water line will also be re- routed west and south of the development on the southwest corner of FM2181 and Windriver. The new 20 -inch water line will also cross FM2181 in three (3) locations to avoid congested areas and existing ponds adjacent to FM2181. b. 8 -inch Wastewater Line: A new 8 -inch wastewater line will be designed from approximately Sta 10119 +00 to Sta 10125 +00 and will tie into the existing wastewater line in Bent Oaks Drive. There will also be an 8 -inch wastewater crossing designed with casing pipe at Bent Oaks Drive. The existing 8 -inch wastewater line is in conflict with TxDOT paving and drainage structures. C, 12 -inch and 8 -inch Force Main Crossing: Two (2) crossings will be designed for a new 12 -inch crossing at Windriver and Teasley, and a new 8 -inch crossing at Teasley and Bent Oaks Drive. These crossings are in conflict with TxDOT improvement elevations. d. 18 -inch Water Line: A new 18 -inch water line will be designed from Robinson Road to Hickory Creek Lane (TxDOT Sta 10 181+5 0 to Sta 10222 +00). The new 18 -inch line will be replacing existing 8 -inch and 18 -inch water lines that are in conflict with TxDOT roadway and storm drain improvements. e. 12 -inch Wastewater Line: A new 12 -inch wastewater line will be designed near TxDOT Sta 10204 +50. This line will be a re -route around a proposed TxDOT headwall and box culvert crossing of FM2181. f. 24 -inch Force Main: A new 24 -inch force main line will be designed from Hickory Creek Lane to the south of Leatherwood Lane (Approximate TxDOT Sta 10223 +00 to Sta Attachment A -1 10267 +50). The existing 24 -inch force main is in direct conflict with TxDOT storm drain and roadway improvements. A portion of the new force main will be re- routed south and west around the development on the southwest corner of FM2181 and Hickory Creek Lane. The proposed force main will also have to cross FM2181 in three (3) locations to avoid congested developed areas and to connect back to the existing force main line. g. 12 -inch Water Line: A new 12 -inch water line will be designed to replace an existing section of 12 -inch water line that dead ends at approximately TxDOT Sta 10232 +00. The line will be extended to an existing line in Lighthouse Drive near TxDOT Sta 10235 +50. h. 8 -inch Water Line: A new water line will be designed on the west side of FM 2181 from TxDOT Sta 10258 +00 to Sta 10269 +00. This line is to replace the water line that provides service to properties on the west side of FM2181 at this location that will be abandoned as part of TxDOT's improvements. Two (2) crossings will be needed of FM2181 for the new 8 -inch water line to tie into the existing 12 -inch water line on the east side of FM2181. . 12 -inch Water Line: A new water line will be designed from TxDOT Sta 10273 +00 to Sta 10296 +00. The new line will replace an existing 12 -inch water line that will be in conflict with TxDOT storm drain and roadway improvements. The new water line will also cross FM 2181 to avoid existing developments adjacent to FM2181. j, 12 -inch Water Line Crossings: Ten (10) 12 -inch water line crossings will be designed to cross FM2181 with steel encasement to tie the new water lines in with existing distribution lines that were formerly tied into lines that will be abandoned with the improvements along FM2181. k. 8 -inch Wastewater Line: a new 8 -inch wastewater line will be designed near TxDOT Sta 10292 +00 to Sta 10294 +00. This line will be designed as a re -route of an existing wastewater line to avoid TxDOT storm drain improvements in conflict with the existing wastewater line. Refer to the 15- percent schematic plans for the above mentioned conflicts along FM2181 sent to the City of Denton on September 14, 2014, titled "DTN13289 15% SET 090414 ". Color -coded plans were also sent to the City of Denton for TxDOT review on September 24, 2014, titled "COLOR CODED 15% SET ". ARTICLE I BASIC SERVICES: FNI shall render the following professional services in connection with the development of the Project: TASK A: Preliminary and Final Design The CONSULTANT will schedule, prepare agenda and attend one (1) kick -off meeting with the OWNER to discuss 15- percent review plans and the reimbursable documentation. Once the 15- percent design submittal has been reviewed and discussed by all parties, the CONSULTANT will move forward and prepare a 50% design submittal that will be reflective of the project bid documents. The submittal will include construction drawings at a scale of 1 " =40" horizontal and 1 " =4" vertical, one (1) full size (22 "04 ") and four (4) half size (11"x][7) construction drawings, specifications, contract documents, bid proposal, updated schedule and updated opinion of probable construction cost. These items will be submitted to the OWNER at the 50% submittal date. In addition, the submittal will include electronic copies of the construction drawings in pdf and CAD format. Typical sheets used in the project will be. Attachment A -2 a. Cover Sheet b. General Notes C. Project layout control (2- sheets) d. Utility Conflict Plan and Profile sheets (approx. 32- sheets) e. Construction Details (approx. 6- sheets) I At the 50% design submittal the CONSULTANT will also prepare two (2) separate sets of (11 "x 17 ") drawings that will be submitted to TxDOT for their review. One set of plans will be used for the reimbursement package submittal to TxDOT and the other set will be used for the utility permitting application process for TxDOT. A formal reimbursement request will not be made to TxDOT at this time. Both sets will be sent to TxDOT for informational purposes and for their coordination efforts with other entity relocations along FM2181. 4. CONSULTANT will attend one (1) coordination meeting with TxDOT and OWNER personnel to discuss and coordinate TxDOT review and updated roadway design in relation to the City of Denton's 50% utility relocation plan. 5. CONSULTANT will also electronically distribute the 50% design submittal to the franchise utility companies with infrastructure along FM2181 for review and information. 6, Upon receipt of the OWNER's comments on the 50% submittal, one (1) review meeting will be held to discuss the review comments and recommendations based on the 50% plans. 7. Following the 50% review meeting, the CONSULTANT will continue preparing 90% documents based on review comments and design changes resulting from the 50% review meeting. The submittal will be reflective of the project bid documents and will include four (4) sets of half size (11 "x17 ") and one (1) full size (22 "04 ") construction drawings, specifications, contract documents, bid proposal, updated schedule and updated opinion of probable construction cost. In addition, the submittal will include electronic copies of the construction drawings in pdf and CAD format. 8. At the 90% design submittal the CONSULTANT will also prepare two (2) separate sets of (11 "x17") drawings that will be submitted to TxDOT for their review. One set of plans will be used for reimbursement submittal to TxDOT and the other set will be used for the utility permitting application process for TxDOT. No formal reimbursement request will be made to TxDOT at this time. 9. CONSULTANT will also electronically distribute the 90% design submittal to the franchise utility companies with infrastructure along FM2181 for review and information. 10. CONSULTANT will attend one (1) coordination meeting with TxDOT and OWNER personnel to discuss and coordinate TxDOT review and updated roadway design with relation to the City of Denton's 90% utility relocation plan. 11. Upon receipt of the OWNER's comments on the 90% submittal, one (1) review meeting will be held to discuss the review comments and recommendations based on the 90% plans. 12. Once the 90% comments have been approved by the OWNER, the CONSULTANT will prepare "Final" documents. The submittal will include four (4) sets of half size (11"x17") and one (1) full size (22 "04 ") construction drawings, specifications, contract documents, bid proposal, updated schedule and updated opinion of probable construction cost. In addition, the submittal will include electronic copies of the construction drawings in pdf and CAD format. 13. In addition, the CONSULTANT will prepare "Issued for Bid" sealed documents to be used for bid phase. Four (4) sets of half size (11 "x17") and one (1) set of full size (22 "04 ") construction drawings, specifications, contract documents, bid proposal and opinion of probably construction cost will be provided to the OWNER during the bidding process. In addition, the submittal will include electronic copies of the construction drawings in pdf and CAD format. 14. Once the "Final" comments have been approved by the OWNER, the CONSULTANT will prepare the TxDOT reimbursement package including one (1) "Final" SEALED drawings for the reimbursable package submittal to TxDOT delivered by the OWNER. The CONSULTANT will also prepare one (1) "Final" SEALED set of documents to TxDOT delivered by the ONWER that will be used for the utility authorization permit needed for construction within TxDOT right of way (different set of plans form the reimbursement package). Any additional submittals to TxDOT for the reimbursement package or the utility permit will be performed as a Special Service. Any permit or application fees will be the responsibility of the OWNER. TASK C: Bid Phase Upon completion of the design services and approval of "Final" drawings and specifications by the OWNER, the CONSULTANT will proceed with the performance of services in the bid phase as follows: Assist OWNER in securing bids. Issue a Notice to Bidders to prospective contractors and vendors listed in CONSULTANT's database of prospective bidders, and to selected plan rooms. Provide a copy of the Notice to Bidders for the OWNER to use in notifying construction news publications and publishing appropriate legal notice. The cost for advertisement in publications shall be paid by the OWNER. Final plan size to be 22" x 34" for reproducible copies to 11" x 17". 2. Provide Contract documents to be distributed for bidding purposes using website provided by the OWNER. Contract Documents will be made available for download or viewing free of charge to prospective bidders. Printed copies of the Contract Documents will be made available for purchase by bidders at the cost of reproduction. City Standard Details will be referenced in the construction plans. If specific details are required for the project, they will be included with the construction drawings. 4. Assist OWNER by responding to questions and interpreting bid documents. Prepare and issue addenda to the Bid Documents to plan holders if necessary. 5. Assist OWNER in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the Attachment A -4 information available, they appear to be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by the OWNER. Assist OWNER in the preparation of Construction Contract Documents for the construction contract. Provide ten (10) sets of Construction Contract Documents, which include information from the apparent low bidder's bid documents, legal documents, and addenda bound in the documents for execution by the OWNER and construction contractor. Distribute five (5) copies of these documents to the contractor with a notice of award that includes directions for the execution of these documents by the construction contractor. Provide the OWNER with the remaining five (5) copies of these documents for use during construction. Additional sets of documents can be provided as an additional service. In addition, provide Adobe PDF set and the AutoCAD drawing files of the final plans along with an Adobe PDF set of the final contract documents and specifications. 7, Furnish contractor five (5) copies of the drawings and specifications for construction pursuant to the General Conditions of the Construction Contract. TASK D: Construction Phase Upon completion of the bid or negotiation phase services, the CONSULTANT will proceed with the performance of construction phase services as described below. The CONSULTANT will endeavor to protect the OWNER in providing these services. However, it is understood that the CONSULTANT does not guarantee the Contractor's performance, nor is the CONSULTANT responsible for supervision of the Contractor's operation and employees. The CONSULTANT shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. The CONSULTANT shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. Detailed daily construction inspection will be performed by OWNER's personnel. Construction services provided by CONSULTANT will include the following: Assist the OWNER in conducting pre construction conference with the Contractor, review construction schedules prepared by the Contractor pursuant to the requirements of the construction contract. 2. Revise the construction drawings in accordance with the information furnished by construction contractor(s) reflecting changes in the Project made during construction. Two (2)'sets of prints of "Record Drawings" shall be provided by the CONSULTANT to the OWNER (1 bond set, 1 Mylar set). In addition, the submittal will include electronic copies of the construction drawings in pdf and CAD format. Attachment A -5 ARTICLE II SPECIAL SERVICES A. Survey, Land Acquisition, SUE, and Geotechnical Sub - Consultant Coordination - Upon agreement of the preliminary alignment the survey consultant, land acquisition consultant, SUE consultant, and geotechnical consultant will be released to gather information. CONSULTANT will coordinate and manage the survey, land acquisition, SUE and geotechnical consultants, and meet with each on regular scheduled intervals (minimum monthly meetings, or as referenced in the sub - consultant's scope of services) for progress, review, and updates. CONSULTANT will update the OWNER with the progress and be the main communicator between the OWNER and the sub - consultants. The land acquisition consultant will also have direct communication with the OWNER for negotiations and acquisition of easements. The scope of work of the survey, land acquisition, SUE, and geotechnical consultants is described in the SPECIAL SERVICES section of this Exhibit. B. Property Mapping and Easement Documents (Services to be provide under sub - agreement with Spooner and Associates) Spooner and Associates (S &A) will provide professional surveying services for the FM 2181 Utility Relocation Project. The scope of work of the land surveyor shall be to supply all supervision, technical labor, equipment, services, tools, consumables, insurance, and pay any applicable sales /use taxes, and all other things required to perform land surveying in accordance with technical requirements specified in this scope of services. Scope: Property /Right -of -Way Survey General Project details — Survey will horizontally and vertically locate visible surface features within the project area as shown on the project exhibit provided to S &A via email on 11 -3 -14. - Property corners and other pertinent property and right -of -way markers will be located along the length of the project so that a property /right -of -way base map can be produced. Proposed easement acquisitions, as designated by the project Engineer, will be prepared per City of Denton Engineering Standards. Right of Entry: The Surveyor will coordinate with the project Engineer to obtain right -of -entry (ROE) for mapping on this project. These services will be provided on the Surveyor's behalf prior to starting. Right —of -Way and Property: S &A survey will locate and tie existing right -of -way, property lines and easements, including type size, volume and page, where applicable. S &A will show lot, block, abstract number, adjacent street names and property address. City and County boundaries will be shown where applicable. Property owner and business names will be shown on the survey. TxDOT Maintained Roadways: Survey will include an alignment(s) that coincides with original Texas Department of Transportation (TxDOT) alignment stationing for those roadways within the project limits maintained by TxDOT. The Surveyor will provide an electronic PDF of Attachment A -6 TxDOT documents used to determine the original station. TxDOT monuments will be located for portions of the project located on or adjacent to TxDOT maintained facilities. Methods and Precision Basis of Control: - The existing TxDOT project control system will be used to establish horizontal and vertical values. Coordinates shall be reported with a precision of +/- 0.01 feet. Deliverables: Property /Right -of -Way Survey Base Map - CAD Format: AutoCAD Civil3D 2013 format CAD files - Base Map: An electronic base map at 1:1 scale (base unit US Survey Foot) containing pertinent topographic field data will be prepared. - Text will be oriented with North being true reading West to East. - The base map shall be in AutoCAD DWG format. - NCTCOG imagery will be used as a background in our deliverable. - PDF electronic copies of all project research used to workup the project mapping which includes but is not limited to plats, deeds, right -of -way maps and provided utility maps. - PDF copy of all field notes. - PDF copy of the survey base map is not included. Point File: A comma delimited ASCii file showing point number, northing, easting, elevation and description shall be provided for all data collected on this project. Field Sketches and Site Pictures: Applicable field sketches and site photographs depicting any special field information shall be provided in digital form. Easement Exhibits General Scope: The Surveyor will prepare metes and bounds descriptions with accompanying map exhibit for permanent and temporary instruments on an as needed basis. Deliverables - One electronic executed PDF of the complete instrument for each parcel, - Three original hard copies of the complete instrument for each parcel. Easement Exhibit Assumptions: - Instrument Format: All instruments will strictly follow controlling jurisdiction guidelines and procedures for the preparation of instrument documents. - Design changes: All changes due to re- design after the initial submittal for each phase will be invoiced back to the CONSULTANT at an hourly cost. - GRID coordinates: All exhibits will include NAD83 GRID coordinates for the point of beginning, horizontal scaling factors and basis of bearings information. - Separate exhibits: Permanent and Temporary exhibits will be separated for each instrument. - Permanent Instruments will include a full metes and bounds description with accompanying plat exhibit. - Temporary Instruments will include a limited area description with accompanying plat exhibit. Staking of ROW/Easement Corners: The Surveyor will stake the instrument corners once final documents have been approved by the owner /client. Attachment A -7 All easement corners will be monumented in the field with appropriate survey monumentation. Easement limits will be staked at a minimum of 200' intervals with 36" witness laths with the appropriate identifying marks. Project Assumptions: Property /Right -of -Way Survey Abstracting Services: This scope does not include abstracting services or title work for property, easement and right -of -way line workup. Current platting and /or deed information available at the County will be used for this project. Additional Project Footage: This scope includes property and right -of -way mapping of FM 2181 from Wind River Lane South to Primrose and the workup of approximately 70 easement instruments. If any additional footage or width beyond these values is required, additional compensation may be requested as an additional service. Construction Staking Services: This scope does not include staking of any kind for the construction of this project. Project control will not be refreshed prior to the commencement of construction. Topographic Mapping: This scope does not include topographic mapping. Only property right - of -way pertinent features will be identified in the field. C. Land Acquisition Services (Provided under subagreement by The Norfleet Group, LLC) The scope of land acquisition services includes up to forty (40) individual tracts for easement acquisition purposes. The services also include providing condemnation support for up to sixteen (16) tracts. The services include up to forty (40) three (3) hour meetings with one partner of the land acquisition firm in attendance. The detailed scope of services for land acquisition is listed below: Pre - Acquisition Services a) Hire a title company /provide in -house staff to provide preliminary ownership and easement information. (Provide agents to research preliminary ownership and easement information. Hire a title company as needed for the acquisition of properties that will be purchased in fee.) b) Work with surveyor in development of right of way maps and legal descriptions of needed property rights. c) Provide detailed right of way cost estimates on a parcel by parcel basis. d) Assist FNI in preparing and obtaining any Rights of Entry necessary for surveying, geotechnical investigations and environmental services as needed. 2. Title Services Attachment A -8 a) Research title and provide preliminary ownership information to title company. Review preliminary title commitment (Schedules A, B & C) or preliminary title search information provided by the title company for all properties. b) Secure title commitments and updates in accordance with insurance rules and requirements for parcel payment submissions for properties which will be acquired in fee simple and for ROW easements c) Secure title insurance for all parcels, insuring acceptable title in the name of the City of Denton. Cure all exceptions on Schedule C, when applicable. Written approval by the City of Denton will be required for any exceptions to coverage. d) Attend closings and provide closing services in conjunction with Title Company for all tracts. e) Record all original instruments immediately after closing at the respective County Clerk's Office. i.) Research title and provide Condemnation Title Report to legal counsel for property rights that will be acquired through Eminent Domain. (See item 6. a. Below) Initial Appraisal (Proposed: Integra Realty Resources) a) Appraiser must be approved by the City of Denton. b) Secure written permission from the owner to enter the property from which land is to be acquired. If Agent, after diligent effort, is unable to secure the necessary letter of permission from the property owner, a waiver must be obtained, in writing from the City of Denton. Maintain permission letters with appraisal reports. c) Prepare and conduct personal pre- appraisal contact with interest owner(s) for each parcel. d) Contact property owners or their designated representative to offer opportunity to accompany the appraiser on the appraiser's inspection of subject property. Maintain record of contact in file. e) Prepare draft appraisal report. "Draft" stamp to remain on appraisal until the city has reviewed and approved the appraisal and the initial offer is made. f) Finalize complete appraisal report for each parcel to be acquired utilizing a format approved by the City of Denton. These reports shall conform to the City of Denton policies and procedures along with the USPAP. g) As necessary, prepare written notification to the City of Denton of any environmental concerns within the needed right of way to be acquired which could require remediation. Attachment A -9 h) All completed appraisals will be administratively reviewed and approved by the City of Denton. i) As necessary, the appraiser will appear and or testify as an Expert Witness in eminent domain proceedings and be available for pre- hearing or pre -trial meetings as directed by the City of Denton. 4. Initial Landowner Contact a) Prepare packets to include Landowner Bill of Rights, maps and paperwork to be executed. b) Mail merge ROE letters and labels for envelopes and file folders. The agents with prepare and stuff envelopes for out of town owners or owners who have indicated that they want to receive all of their initial information via certified mail, return receipt requested. c) The agent will initiate negotiator and contact logs and attend landowner meetings for ROE documents. The agent will research additional contact information for nonresponsive landowners. Negotiation Services a) Analyze appraisal reports and confirm approved value prior to making offer for each parcel. b) Analyze preliminary title report to determine potential title problems and propose methods to cure title deficiencies. c) Prepare the initial offer letter and any other documents required or requested by the City of Denton in a form acceptable to the City of Denton. d) Contact each property owner or owner's designated representative and present the written offer in person where practical. When owners do not wish to have offers delivered in person, they will be mailed via certified mail with return receipt for documentation of delivery /receipt. Maintain follow -up contacts and secure the necessary instruments upon acceptance of the offer for the closing. e) Provide a copy of the appraisal report for the subject property exclusively to the property owner or authorized representative at the time of the offer. Maintain original signed Receipt of Appraisal. f) Respond to property owner inquiries verbally and /or in writing within two business days. g) Prepare a separate negotiator contact report for each parcel file for each contact. Attachment A -10 h) Maintain parcel files of original documentation related to the purchase of the real property or property interests /acquisition of the Easement for Right of Way. i) Present counteroffers in a form as directed by the City of Denton. Transmit any written counteroffer from property owners including supporting documentation, and Agent's recommendation with regard to the counteroffer. j) Prepare final offer letter as necessary. k) Appear and provide Expert Witness testimony when requested. 6. Condemnation Support a) Pre - Hearing Support (i) Upon receipt of a copy of the final offer, research and produce an updated "Condemnation Limited Title Report" (search parameters set by City of Denton and /or outside legal counsel). (ii) Prepare a condemnation package as directed by the City of Denton and deliver the package to the City of Denton's designee or legal counsel. (iii) Upon notification from the City of Denton request the update of appraisal. 7. Project Administration a) Maintain current status reports of all parcel and project activities and provide monthly or as requested to FNI and the City of Denton. b) Participate in project review meetings as determined by FNI and the City of Denton. c) Provide copies of all incoming and outgoing correspondence as generated if requested. d) Maintain copies of all correspondence and contacts with property owners. e) Update database with current status information and documentation. D. Geotechnical Engineering Services (Provided under subagreement by CMJ Engineering, Inc.) 1. SUBSURFACE EXPLORATION As requested, experienced drillers and technicians will evaluate subsurface conditions with a total of seventeen (17) sample borings (outside of pavement) extending to a depth of 20 feet. Attachment A -1 1 The field personnel will drill the borings using truck - mounted equipment. Cohesive and non - cohesive soil samples will be obtained using 3 -inch diameter Shelby tube samplers and 2 -inch diameter standard split -spoon samplers, respectively. A soils logger will extrude the samples in the field, check the samples for consistency with a hand penetrometer, carefully wrap them to preserve their condition, and return them to the laboratory for testing. A log of each boring will be prepared to document field activities and results. CMJ's personnel will stake the boring locations using normal taping procedures. Approximate locations of the borings will be shown on the plan of borings. Precise surveying of boring locations and elevations is not included in the cost estimate. These services may be provided as Additional Services upon request. At the completion of drilling operations, boreholes will be backfilled with drill cuttings and plugged at the surface by hand tamping. 2. LABORATORY SERVICES Considering the planned utility improvements, anticipated soil conditions and geology, laboratory tests will be required for classification purposes, and to determine strength characteristics. The following types of tests are therefore recommended: a. moisture content and soil identification b. liquid and plastic limit determinations C. unconfined compression tests on soil d. unit weight determinations The specific types and quantities of tests will be determined based on geologic conditions encountered in the borings. 3. ENGINEERING SERVICES An engineering report will be prepared to present the results of the field and laboratory data together with our analyses of the results and recommendations. We will provide two copies of the report and an electronic copy. The report will address: 1. general soil and ground water conditions 2. presence of unusual materials at boring locations 3. comments about general excavatability of on -site soils and rock Items other than those specified above, which are revealed by these studies or are necessitated by a change in project scope, may require revised field, laboratory, and engineering services. These services, if required and requested, will be performed as Additional Services. Attachment A -12 E. Subsurface Utility Engineering (Services to be provided by sub - agreement with Lamb - Star Engineering, LLQ: For this project, Subconsultant will provide QL "B" and QL "A" SUE services in the areas specified by Freese and Nichols.' QL "B" — Two - dimensional (x, y) information obtained through the application and interpretation of non - destructive surface geophysical methods. Also known as "designating" this quality level provides the horizontal position of subsurface utilities within approximately one foot. - Subconsultant will designate existing utilities, including services, along FM 2181 at 25 locations depicted on the plan sheets provided by FNI. The QL "B" will include overhead utilities. We anticipate encountering the following existing underground utilities: electric, water, gas, sanitary sewer, fiber optic and telephone. Storm drain will NOT be included. L( "A" — Also known as "locating ", this quality level provides precise three dimensional (x, y, z) information at critical locations by exposing specific utilities. Non - destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. - The QL "A" will involve excavation of test holes on utilities that are in potential conflict with the proposed work. For this proposal, we are assuming 19 QL "A" test holes based upon the plan sheets provided. SUE Subconsultant will perform all surveying that is required for collection of SUE field data. FNI will provide subconsultant with survey control and a base map /topographic file in CAD format for use in preparing the deliverables. It has been our experience in this part of North Texas that test hole excavation frequently encounters rock strata. SUE Subconsultant will do everything feasible to non - destructively expose utilities requested for test holes. However we cannot ensure that vacuum excavation will be successful on all test holes if significant rock layers are encountered. If this becomes an issue SUE subconsultant will communicate the locations with FNI immediately to discuss options. Also, for PVC lines located under pavement it may be necessary to excavate additional test holes to locate the line. Designating ating Procedures Prior to beginning field designating activities, subconsultant's field manager will review the project scope of work and available utility records. Once these initial reviews are complete, the field manager and technicians will begin designating the approximate horizontal position of known subsurface utilities within the specified project limits. A suite of geophysical equipment (electromagnetic induction, magnetic) will be used to designate metallic /conductive utilities (e.g. steel pipe, electrical cable, telephone cable). Non - metallic /non - conductive utilities will be designated using other proven methods, such as rodding, and probing. Where access is available, a sonde will be inserted into the utility line (e.g. PVC gravity sewer pipe) to provide a medium for signal transmission, which can then be designated using geophysical equipment. In instances where access is not available, (e.g. pressurized PVC water line), subconsultant Attachment A -13 personnel will attempt to designate the utility by probing. Subconsultant personnel will utilize vacuum excavation equipment outfitted with a high - pressure water lance to conduct probing. Probing will typically be conducted at 100 -foot intervals; however, the probing interval may vary depending on the specific alignment of the utility. When using probing methods to designate, subconsultant will vacuum excavate test holes periodically to provide positive visual verification that the correct utility is being probed. Due to obvious inefficiencies, probing will not be attempted in paved areas. Accurate collection and recording of designated utilities is a critical component of the SUE process. Subconsultant's field manager will produce detailed sketches depicting each utility as well as relevant surface features such as roadways, buildings, manholes, fire hydrants, utility pedestals, valves, meters, etc. Each utility will be labeled with a unique ID code. For example, if two buried electric cables exist on the project, one will be labeled E1 and the other E2. Paint and pin flags will be used to designate the utilities in the field. A labeled pin flag or paint mark will be used to mark each location where a survey shot is required. Shot points will typically be placed at 100 -foot intervals on utilities running parallel to the alignment and at 50 -foot intervals on utility crossings. The locations will be numbered sequentially for each individual utility line. For example, if there are 50 shots required on buried electric line El, the points will be numbered E1 -1 through E1 -50. Preliminary field sketches depicting the designated utilities will be prepared for use during subsequent surveying activities. These sketches will also be used to check the survey information for completeness and accuracy. Locating Procedures Subconsultant will utilize its utility designating marks and specific information provided by FNI to lay out the test hole locations. Subconsultant will attempt to place the test holes outside of paved areas wherever possible. However, some test holes may need to be placed in paved areas that may require traffic control measures to be implemented. Subconsultant will establish routine /ordinary traffic control (cones and free standing signage, etc.) wherever required as part of the standard practice. If non - routine traffic control measures are required (barricades, flag person, changeable message board, etc.), these services will be considered extra and invoiced at cost. FNI will be notified if such circumstances arise, and FNI approval will be necessary before commencement. Subconsultant will utilize non - destructive vacuum excavation equipment to excavate the test hole at the required locations. Once the utilities are located, subconsultant will record the type, size, material, depth to top and general running direction. The test hole will be assigned a unique ID number and will be marked with rebar /cap, nail /disk, or chiseled X, as appropriate. Test - hole excavations will be backfilled with appropriate material and the original surface will be restored. The backfill will be compacted in lifts by mechanical means to minimize settlement. Deliverables Subconsultant will produce an electronic SUE file depicting the type and horizontal location of the designated utilities and test holes. FNI will provide subconsultant with base Attachment A -14 map /topographic files in electronic format for use in preparing the SUE file. Subconsultant will utilize its standard SUE line styles and symbology. As a QL "B" SUE deliverable, subconsultant will produce a SUE CAD file depicting the type and horizontal location of the designated utilities. The size and material type will be provided only if the information is indicated on available record drawings. Subconsultant will utilize its standard utility line styles and symbology to produce the QL "B" deliverable. The QL "A" SUE deliverable will be a Test Hole Data Summary sheet containing the field data collected at each test hole. ARTICLE III ADDITIONAL SERVICES: Additional Services to be performed by FNI, if specifically authorized in writing by Owner, which are not included in the above - described Basic Services, are described as follows: A. Making revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously given by OWNER or 2) due to other causes not solely within the control of CONSULTANT. B. Making revisions to drawing, specifications, or other documents due to OWNER changes to the previously submitted and approved utility relocation alignments. C. Additional meetings other than specifically mentioned in the Basic Services and Special Services portion of this Agreement. D. Any additional re- submittals of the TxDOT reimbursement package(s) or utility permit package(s) after the initial submittal as stated in the Basic Services portion of this Agreement. If changes are requested to either submittal package to TxDOT, FNI will evaluate and notify the OWNER for the authorization to perform the additional work. E. Any Construction Phase services outside of the specific services stated in Task D in the Basic Services portion of this Agreement. If FNI is requested to perform additional Construction Phase services, authorization for Additional Services shall be approved prior to work being performed. F. Preparing data and reports for assistance to OWNER in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator other than those specified in the Special Services Land Acquisition Services section of this Agreement. G. Services associated with condemnations, in addition to those listed in Special Services. H. Services associated with relocations of property owners during the easement or ROW acquisition process. Attachment A -15 Furnishing the services of a Resident Project Representative to act as OWNER's on -site representative during the Construction Phase. Bulldozer or other equipment services required to achieve access to boring locations. K. Stand -by time or time in excess of one -half hour required for travel between boring locations. L. Additional laboratory services, including quantities or items other than described in Basic Services. M. Additional engineering services, including personnel time and expenses for items not specifically described in Basic Services. This may include, but is not limited to, additional meetings requested by Client or Client's other consultants, assistance to Client in dealing with regulatory agencies, preparation and engineering assistance in legal proceedings, and evaluation of alternative designs for the project or relocation of structure, following initial submittal of the geotechnical report. N. Any other required or requested services authorized by Client, other than those specifically described in Basic Services. ARTICLE IV TIME OF COMPLETION: CONSULTANT is authorized to commence work on the Project upon execution of this AGREEMENT and agrees to complete the services in accordance with the following schedule: Submit Final plans within 270 days of Notice to Proceed pending permits and approval by TxDOT. If CONSULTANT's services are delayed through no fault of CONSULTANT, CONSULTANT shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays in OWNER or regulatory reviews, delays on the flow of information to be provided to CONSULTANT, governmental approvals, etc. These delays may result in an adjustment to compensation. ARTICT.F. V RESPONSIBILITIES OF OWNER: Owner shall perform the following in a timely manner so as not to delay the services of FNI: A, Designate in writing a person to act as Owner's representative with respect to the services to be rendered under this AGREEMENT. Such person shall have contract authority to transmit instructions, receive information, interpret and define Owner's policies and decisions with respect to FNI's services for the Project. B. Provide all criteria and full information as to Owner's requirements for the Project, including project objectives and constraints, space, capacity and performance requirements, and any budgetary limitations; and furnish copies of all design and construction standards which Owner will require to be included in the plans and Contract Documents. C. Assist FNI by placing at FNI's disposal all available information pertinent to the Project including previous reports, GIS mapping and data, and any other data relative to completion of the Project. D. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by FNI, obtain advice of other consultants as Owner deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of FNI. E. Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. F. Give notice to FNI whenever OWNER observes or otherwise becomes aware of any development that affects the scope or timing of FNI's services, or any defect or nonconformance of the work of any contractor. G. Contact other departments within the City of Denton and coordinate with them to obtain record drawings of other utilities, buildings, or infrastructure as needed. H. Furnish, or direct FNI to provide, Additional Services as stipulated in Exhibit A, Article III of this AGREEMENT or other services as required. I. Bear all costs incident to compliance with the requirements of this Article IV. ARTICLE V DESIGNATED REPRESENTATIVES: FNI and Owner designate the following representatives: Owner's Designated Representative — FNI's Project Manager - FNI's Accounting Representative - Frank Payne, P.E. 901 -A Texas Street Denton, Texas 76209 Phone: 940 - 349 -8946 Fax: 940 - 349 -8951 Email: Frank.Payne @cityofdenton.com A. Scott Maughn, P.E. 2711 Haskell Avenue, Suite 3300 Dallas, Texas 75204 Phone: 214-217-2260 Fax: 214-217-2201 Email: asm c freese.com Matt Shafer 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Phone: 214-217-2238 Fax: 817-735-7492 Email: mcs(c�,freese.com Attachment A -17 ATTACHMENT CO Compensation Compensation to FNI for the Basic Services described in Attachment A shall be the lump sum of One Hundred Ninety Two Thousand Three Hundred Ten Dollars ($192,310). Compensation to FNI for Special Services in Attachment A shall be computed on the basis of the Schedule of Charges, but shall not exceed Eight Hundred Eighty Two Thousand Nine Hundred Fifty Dollars ($882,950). If FNI sees the Scope of Services changing so that Additional Services are needed, including but not limited to those services described as Additional Services in Attachment SC, FNI will notify CITY for CITY's approval before proceeding. Additional Services shall be computed based on the Schedule of Charges. Schedule of Charges: Position Min Max Professional - 1 70 119 Professional - 2 91 152 Professional - 3 97 186 Professional - 4 142 227 Professional - 5 180 250 Professional - 6 171 455 Construction Manager - 1 88 203 Construction Manager - 2 107 155 Construction Manager - 3 132 166 Construction Manager - 4 167 226 CAD Technician /Designer - 1 58 102 CAD Technician /Designer - 2 93 133 CAD Technician /Designer - 3 119 171 Corporate Project Support - 1 43 99 Corporate Project Support - 2 72 178 Corporate Project Support - 3 78 345 Intern/ Coop 36 66 Rates for In -House Services Technology Charge Bulk Printing and Reproduction $8.50 per hour Black and White $0.10 per copy Color $0.25 per copy Travel Plot - Bond $2.50 per plot Standard IRS Rates Plot - Color $5.75 per plot Plot - Other $5.00 per plot Binding $0.25 per binding OTHER DIRECT EXPENSES: Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other work required to be done by independent persons other than staff members. For Resident Representative services performed by non -FNI employees and CAD services performed In -house by non -FNI employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing the same or similar services These ranges and rates will be adjusted annually in February. 350-22015 CO -1 CITY OF DENTON GENERAL CONDITIONS TO AGREEMENT FOR ARCHITECTURAL OR ENGINEERING SERVICES ARTICLE 1. ARCHITECT OR ENGINEER'S RESPONSIBILITIES 1.1 The Architect or Engineer's services consist of those services for the Project (as defined in the agreement (die "Agreement") and proposal (the "Proposal") to which these General Conditions are attached) performed by the Architect or Engineer (hereinafter called the "Design Professional") or Design Professional's employees and consultants as enumerated in Articles 2 and 3 of these General Conditions as modified by the Agreement and Proposal (the "Services") M&CSIM I 0M 2.5.1 The Design Professional, following the Owner's approval of die Construction Documents and of the latest preliminary detailed estimate of Construction Cost, shall assist the Owner in procuring a construction contract for the Project through any procurement method that is legally applicable to the Project including without limitation, the competitive sealed bidding process Although the Owner will consider the advice of the Design Professional, the award of the construction contract is in the sole discretion of the Owner 2.6 CONSTRUCTION PRASE - ADMINISTRATION OF THE CONSTRUCTION CONTRACT KM sufficient time in the Design Professional's professional judgment to permit adequate review Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance of equipment or systems designed by the Contractor, all of which remain the responsibility of the Contractor to the extent required by the Contract Documents The Design Professional's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Design Professional, of construction means, methods, techniques, sequences or procedures The Design Professional's approval of a specific item shall not indicate approval of an assembly of which the item is a component When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the Design Professional shall be entitled to rely upon such certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents 16.13 The Design Professional shall prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by the Design Professional as provided in Subsections 3 1 1 and 3 3 3, for the Owners approval and execution in accordance with the Contract Documents, and may authorize minor changes in the work not involving an adjustment in the Contract Sum or an extension of the Contract Time which are not inconsistent with the intent ofthe Contract Documents 2.6.14 On behalf of the Owner, the Design Professional shall conduct inspections to determine die dates of Substantial Completion and Final Completion, and if requested by the Owner shall issue Certificates of Substantial and Final Completion 'the Design Professional will receive and review written guarantees and related documents required by the Contract for Construction to be assembled by the Contractor and shall issue a final certificate for Payment upon compliance with the requirements of the Contract Documents 2.6.15 The Design Professional shall interpret and provide recommendations on matters concerning performance ofthe Owner and Contractor under the requirements ofthe Contract Documents on written request ofeither the Owner or Contractor The Design Professional's response to such requests shall be made with reasonable promptness and within any time limits agreed upon 2.6.16 Interpretations and decisions of the Design Professional shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in tile fon-n of drawings When making such interpretations and initial decisions, the Design Professional shall endeavor to secure faithful performance by both Owner and Contractor, and shall not be liable for results or interpretations or decisions so rendered in good faith in accordance with all the provisions of this Agreement and in the absence of negligence. 16.17 The Design Professional shall render written decisions within a reasonable time on all claims, disputes or other matters in question between the Owner and Contractor relating to the execution or progress of the work as provided in the Contract Documents 16.18 The Design Professional (I) shall render services under the Agreement in accordance with the Degree of Care; (2) will reimburse the Owner for all damages caused by the defective designs the Design Professional prepares; and (3) by acknowledging payment by the Owner of any fees due, shall not be released from any rights the Owner may have under the Agreement or diminish any of the Design Professional's obligations thereunder 2.6.19 The Design Professional shall provide the Owner with four sets of reproducible prints showing all significant changes to the Construction Documents during the Construction phase ARTICLE 3 ADDITIONAL SERVICES OFEWIMAINU 3.3.4 Providing consultation concerning replacement of work damaged by fire or other cause during construction, and furnishing services required in connection with the replacement ol'such work 3.3.5 Providing services made necessary by the default of the Contractor, by major defects or deficiencies in the work of the Contractor, or by failure of performance of either the Owner or Contractor tinder the Contract for Construction on kJWMF4 + 3.3.7 Providing services in connection with a public hearing, arbitration proceeding or legal proceeding except where the Design Professional is party thereto 3.3.8 Providing services in addition to those required by Article 2 for preparing documents for alternate, separate or sequential bids or providing services in connection with bidding or construction prior to the completion of the Construction Documents Phase 3.4 OPTIONAL ADDITIONAL SERVICES ARTICLE 4 OWNER'S RESPONSIBILITIES 4.1 The Owner shall consult with the Design Professional regarding requirements for the Project, including (1) the Owner's objectives, (2) schedule and design constraints and criteria, including space requirements and relationships, flexibility, expendability, special equipment, systems and site requirements, as more specifically described in Subsection 2 2 1 MW NM 8.2.1.1 Expense of transportation in connection with the Project; expenses in connection with authorized out-of-town travel; long-distance W,M ARTICLE vINDEMNITY */ The Design Professional shall indemnify and save and hold harmless the Owner and its officers, agents, and employees from and against any and all liability, claims, demands, dmn losses, and expenses, including, but not limited w Court costs and reasonable attorney fees incurred by the Owner, and /oc/uu`*g, without limitation, damages for bodily and personal injury, death and property damage, resulting uom the negligent acts or omissions of the Design Professional or its officers, shareholders, agents, or employees in the performance of the Agreement oz Nothing herein shall hoconstrued to create o liability m any person who iu not o party to the Agreement, and nothing herein shall waive any orke parties' defenses, both at law or equity, to any claim, cause of action, or litigation filed by anyone not a party to the Agreement, including the defense m governmental immunity, which defenses are hereby expressly reserved ARTICLE mINSURANCE During the performance of the Services under the Agreement, Design Professional shall maintain the following insurance with an insurance company licensed or authorized to do business in the State ofTexas by the State Insurance Commission or any successor agency that has a rating with Best Rate Carriers ^tm least anA-u,above: zu/ Comprehensive General Liability injury limits ornot less than $|,0nnmm for each occurrence and not less than $2,00 0,000 m the aggregate, and with property damage limits nmmless than $|o0,o00 ter each Occurrence and not less than $zm,0o in the aggregate 10,2 Automobile Liability Insurance with bodily injury limits of not less than $500,000 for each person and not less than $500,000 for each accident, and with property damage limits vr riot less than $mo.00n for each accident 10.3 Worker's Compensation Insurance in accordance with statutory mquiremunm, and Employers' Liability Insurance with Umo= of not less than $|uo,0no for each accident including occupational disease 10.4 Deleted 10.5 The Design Professional shall furnish insurance certificates m insurance policies m the Owner evidencing insurance m compliance with this Article mo/ the time ^rmu execution vf the Agreement The General Liability and Automobile Liability insurance policies shall name the Owner usun additional insured, the Workers' Compensation policy shall contain a waiver of subrogation in favor ofthe Owner, and each policy shall contain a provision that such insurance shall not bu canceled nr modified Without thirty (3o) days' prior written notice m Owner and Design Professional In such event, the Design Professional shall, prior m the effective date ^f the change or cancellation, furnish Owner with substitute certificates of insurance meeting the requirements or this Article m ARTICLE MISCELLANEOUS PROVISIONS / The executed Agreement 2 Attachments referenced m Section aof the Agreement other than the Proposal 3 These General Provisions ����� mm