Loading...
HomeMy WebLinkAboutContract 50217 %g 10 1 CIT't�70RETARY h T mo b� � RECEIVED CITY OF FORT WORTH, TEXAS N FEB - 1 20" '' 8} CITY OFFORT wchIPTANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL CITY SECRETARY SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Kimley-Horn and Associates, authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Clear Fork Lift Station and Force Main. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation The ENGINEER's compensation shall be in the amount of $1,795,070.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services �w Revised Date:12.22.2016 OFFICIAL RECORD Page 1 of 16 CITY SECRETARY FT.WORTH,TX CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 2 of 16 (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. 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 the 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 3 of 16 of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on 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 not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 4 of 16 H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 5 of 16 reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 6 of 16 officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 7 of 16 requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of&V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both 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. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 8 of 16 required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. 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 Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 9 of 16 P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 10 of 16 The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 11 of 16 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. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation 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. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 12 of 16 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 The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) a.) This AGREEMENT may be terminated for convenience only by the City on 30 days' written notice. b.) This AGREEMENT may be terminated 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 of written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 13 of 16 termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, 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, other than liability for damage to the extent caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 14 of 16 J. 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. K. 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. Article VII Attachments, Schedules and Counterparts This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B — Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 15 of 16 BY: BY: CITY OF FORT WORTH ENGINEER f Kimley-Horn and Associates, Inc. Jesus J. Chapa ic Assistant City Manager Glenn Gary, P. E. Date: Senior Vice-President l C ' 3/•�� 'j r�11 — Date.(— Q T APPROVAL RECOMMENDED: RECOMMENDED: By: L- �� Chris Harder, P. E. Assistant Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name of Employee Title: Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY By: Douglas W. Black Senior Assistant City Attorney orm1295 No. 2017-287032 ATTEST; , , C-28545 Nlary J. Kays City Secretary r M Date: Janua 23 2018 City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 16 of 16 CITY SECRETARY FT.WORTH,TX PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor aclmowledges that in accordance with Chapter 2270 of the Texas Government Code, 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, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. Signature Senior Vice President Title 3� Date ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATIGN AND FORCE MAIN CITY PROJECT NO.:100996 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR CLEAR FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.: 100996 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. WORK TO BE PERFORMED PROJECT DESCRIPTION: The ENGINEER will assist the City in the preparation of Construction Documents for a proposed 10-20 million gallon per day(MGD)peak overflow lift station to serve the Clear Fork Sanitary Sewer Basin and be served by Sanitary Sewer Mains M-439*and M-272C. Site feasibility for the lift station will be evaluated for three sites (Fairfield Inn & Suites Property at 9505 S University Drive, Vacant Office Building Property at 9501 Merrimac Circle, and Total E&P USA, Inc. Property south of Davidson Railyard and immediately west of Rogers Road). The ENGINEER will also assist the City in the preparation of Construction Documents for an approximately 30-inch sanitary sewer force main which will convey sewage from the proposed Clear Fork Lift Station. From the selected lift station site approximately 14,000 linear feet to the discharge point on Sanitary Sewer Main M-272B at approximately STA 22+47. Task 1. Design Management Task 2. LIFT STATION— Site Feasibility and Due Diligence Task 3. LIFT STATION— Property Acquisition Task 4. LIFT STATION— Preliminary Design Task 5. LIFT STATION— Final Design Task 6. LIFT STATION—Construction Document Preparation Task 7. LIFT STATION— Bid Phase Services Task 8. LIFT STATION— Construction Phase Services Task 9. LIFT STATION— Record Drawings and Closeout Task 10. FORCE MAIN—Alignment Study Task 11. FORCE MAIN— Preliminary Design Task 12. FORCE MAIN—Final Design Task 13. FORCE MAIN—Construction Document Preparation Task 14. FORCE MAIN— Bid Phase Services Task 15. FORCE MAIN—Construction Phase Services Task 16. FORCE MAIN— Record Drawings and Closeout Task 17. Permitting Services Task 18. ROW/Easement Services Task 19. Survey and Subsurface Utility Engineering Services City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:700996 TASK 1. DESIGN MANAGEMENT. 1.1. Project Administration • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY.objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly SBE 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. • Coordinate SBE and non-SBE Subconsultants to complete the scope of services. 1.2. Data Collection • Obtain publicly available record drawings, aerials and GIS shapefiles from the City ASSUMPTIONS • 24 SBE reports will be prepared • 16 meetings with city staff • 24 monthly water department progress reports will be prepared • 24 monthly project schedule updates will be prepared City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIS=T STATION AND FORCE MAN; CITY PROJECT NO.:1009K DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. LIFT STATION—SITE FEASIBILITY AND DUE DILIGENCE. The Lift Station —Site Feasibility and Due Diligence shall be performed for the CITY per the approved Project Schedule. The purpose of the site feasibility and due diligence is for the ENGINEER to: ■ Conceptually size the lift station site, ■ Create conceptual site layouts, ■ Perform site due diligence, ■ Present(through the defined deliverables)findings to the CITY ■ Recommend the preferred site(s), and ■ Obtain the CITY's concurrence of the preferred site(s). ENGINEER will perform the Lift Station —Site Feasibility and Due Diligence as follows: 2.1. Phase I: • Conceptual Sizing of Structures including: Wetwell, Electrical Building, Generator, Odor Control Facility, Discharge Meter Vault, Yard Piping and Site Access. • Create Conceptual Site Layout Renderings for up to three (3) potential lift station sites. • Assist the City Real Properties Department with contacting property owners to explain project and gauge interest. 2.2. Phase ll: • Prepare a Lift Station—Site Feasibility Memorandum for each of up to three (3) potential lift station sites which will include the following considerations, as well as site renderings created in Phase I: • Environmental Phase I Report for each site for review by Code Compliance. • Zoning and Platting Considerations. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 33 ATTACHMENT DESIGN SERVICES FOR CLEAR.FORK LF i':TATiON AND FORCE MA!N CITY PROJECT NO.:100996 • Identify Potential Variance Requirements. • Identify Miscellaneous Site Specific Considerations including existing conditions, site access, stakeholder coordination, maintenance, etc. • Proximity of existing sanitary sewer mains to site. • Approximate Property Purchase Value. ASSUMPTIONS • 3 copies of the feasibility memorandum will be delivered, one hard copy and one electronic copy will be provided to Real Properties. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report. • ENGINEER shall prepare the meeting notes of the Lift Station—Site Feasibility Memorandum Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Property Acquisition activities without obtaining written approval by the CITY of the Lift Station — Site Feasibility Memorandum findings. DELIVERABLES A. Lift Station—Site Feasibility Memorandum B. Site Layout Conceptual Renderings TASK 3. LIFT STATION—PROPERTY ACQUISITION ASSISTANCE. The Lift Station — Property Acquisition Assistance shall be performed for the CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Assist the City Real Properties (as required), ■ Assist the City with Platting/Replatting (if required), ■ Assist the City with rezoning (if required). ENGINEER will perform the Lift Station— Property Acquisition Assistance as follows. 3.1. Property Acquisition Assistance: • Provide one (1) property boundary survey of the selected lift station site, as indicated in Task 18. • Revise the lift station site renderings prepared as part of Task 2, as required. • Assist City Real Properties Department with property owner coordination. • Provide Plat/Replat documents as indicated in Task 18 and assist with platting/replatting (if required). City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FGFK LIFT STATION AND FORCE MAIM CITY PROJECT NO.:100936 • Attend one (1) public meeting (if required). • Assist with rezoning (if required). • Prepare a rezoning application • Up to two (2) meetings with City staff to discuss proposed use • Assist the City with the preparation of public notices for the proposed change • Attend up to (1) public meeting (if required). • Up to two (2) meetings with the City to prepare for City Planning Commission and City Council Meetings DELIVERABLES A. Updated Conceptual Site Renderings (if required) TASK 4. LIFT STATION— PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY. ENGINEER will develop the preliminary design of the infrastructure as follows. 4.1. Team Coordination: • Coordination with Survey, Structural, Odor Control, Electrical, Geotechnical and SUE Subconsultants (as required). 4.2. Hydraulic Analysis: • Analysis will include Dry Weather Average, Dry Weather Peak and Wet Weather Peak flow conditions for existing (2018)and future (2030)flows, utilizing the current City of Fort Worth Wastewater Model. • Evaluate Existing (2018) and Future (2030) Flows in Current City Wastewater Model. • Verify hydraulic grade within the project area. Evaluate tailwater and headwater conditions in Current and proposed City Wastewater Model • Incorporate Proposed Lift Station and Force Main into hydraulic model • Develop preliminary system curve for proposed force main. • Size and select proposed submersible pumps • Confirm that the model indicates the future hydraulic grade line will be lowered by the proposed infrastructure improvements, assisting in the prevention of future sanitary sewer overflows. • Model Run w/Lift Station @ existing (2018) and future (2030) flows and conditions City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LFT'I ATION AND FM'E iM AiN CITY PROJECT NO.:100996 • Summarize findings for incorporation in Preliminary Engineering Report. 4.3 Development of the Preliminary Engineering Report shall include the following: • Flow Assumptions (current and future) • Model Run Results • Tailwater/Headwater Considerations • Proposed Pump Curves and System Curves • Hydraulic Operating Conditions for Low Flow and Peak Flow • Geotechnical and Structural Considerations • Lift Station Valving and Site Layout • Yard Piping sizing and layout • Site lighting considerations • Site landscaping considerations • Site layout alternatives • Diversion structure/piping alternatives • Existing junction structure modifications • Electrical building architectural features • Site electrical considerations • Lift Station control narrative • Generator sizing considerations • Electrical building considerations • Electrical building plumbing considerations • Operation and Maintenance Considerations • Odor Control Evaluation • Existing conditions will be evaluated to determine the potential impact of odor from the proposed lift station. A report will be prepared proposing recommending odor control measures to be incorporated into the lift station site. • Geotechnical Investigation • 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. 4.4. Development of Preliminary Design Drawings shall include the following: • Cover Sheet City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 33 ATTACHMENTA DESIGN SERVICES FOR CLEAR FORK LIFT STATION AND TORCE HAIN CITY PROJECT NO.:1M996 • A Proiect 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). • Overall proiect easement layout sheet(s)with property owner information. • Overall proiect water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Yard Piping Plan and Profile showing proposed force main piping on the lift station site. • Paving Plan showing proposed paving of the lift station site. • Mechanical Plan showing plan view of proposed wetwell, proposed valve vault layout and appurtenances, discharge meter vault, and associated appurtenances. • Mechanical Section showing section view of proposed wetwell, proposed valve vault layout and appurtenances, discharge meter vault, and associated appurtenances. • Diversion Piping Plan and Profile sheets which show the following: proposed sanitary sewer plan/profile and recommended pipe size, 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. • Electrical Sheets showing the electrical site plan and control schematics. • Structural Sheets showing the proposed wetwell, valve vault, meter vault and junction structures, and existing junction structure modifications. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 33 ATTACHMENT DESIGN SERVICES FOR CLEAR FORK LIFT STAT!ON AND FORCE MAIN CITY PROJECT NO.:100990 ASSUMPTIONS • 2 site visits will be conducted during the preliminary design phase. • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • 2 borings at a bore depth of 25 feet each, 1 boring at a bore depth of 35 feet, will be provided. • 2 sets of the Preliminary Engineering Report will be delivered for the Preliminary Design (60% Design). • 2 sets of 22x34 size plans, and 2 sets of 11x17 size plans will be delivered for the Preliminary Design (60%design). • 1 set of Table of Contents, Bid Proposal, and Prequalification Statement will be delivered for the Preliminary Design (60% design). • 1 sets of 22x34 size drawings (.dwf and .pdf)will be uploaded to Buzzsaw for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans and the Preliminary Engineering Report. DELIVERABLES A. Preliminary Design drawings and Preliminary Engineering Report B. Opinions of probable construction cost C. Specification Table of Contents, Bid Proposal and Prequalification Statement. D. Data Base listing names and addresses of residents and businesses affected by the project. TASK 5. LIFT STATION —FINAL DESIGN (90 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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. • Draft Final drawings (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Drawings will incorporate all City comments from the Preliminary Design Package • Drawings will be prepared in accordance with City Construction Standards City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATION ANE,FOP.CE MAIN CITY PROJECT NO.:100996 • Plans shall be submitted for a TDLR Plan Review and Inspection. • The ENGINEER shall submit a final design opinion of probable construction cost with the 90% design package. ASSUMPTIONS • The CITY's front end and technical specifications shall be modified to allow for a competitive sealed proposal. The ENGINEER shall supplement the technical specifications if needed. • 4 site visits will be conducted during the final design phase. • Estimated Final Sheet List: • Civil Plans: • Cover • Sheet Index, General Notes, Project Specific Notes • Construction Sequencing Sheet • Dimensional Control Sheet • Demolition Plan Sheet • Yard Piping Plan Sheet • Drainage Area Map • Site Grading Sheet • Paving Plan Sheet • Mechanical Plan Sheet • Mechanical Section Sheet • Diversion Piping plan and Profile Sheets (Up to 3) • Discharge Meter Vault and Details • Bypass Pumping Plan Sheet • Sewer Details (up to 4) • Paving Details • Drainage Details • Erosion Control Plan and Details • Fence and Gate Details • Odor Control Sheets: • Odor Control Site Plan • Odor Control Facility Plan Sheets • Odor Control Facility Elevation Sheets • Odor Control Connection Details • Odor Control Miscellaneous Details • Structural Sheets: • Wetwell Plan and Section • Discharge Valve Vault Plan and Section • Discharge Meter Vault Plan and Section • Diversion Structure Plan and Section (3 sheets) • Existing Junction Structure Modifications • Generator Foundation Plan and Section • Transformer Foundation Plan and Section • Odor Control Foundation Plan and Section City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 • Electrical Building Foundation Plan and Section • Structural Details (8 sheets) • Electrical Sheets: • Electrical Legend and Symbols • General Notes • Overall Site Plan • Duct Bank Sections • One-Line Diagram —Low Voltage • Low Voltage Motor Control Center Elevation • Electrical Building Floor Plan (6 sheets) • Wet Well Power, Instrumentation, and Details (3 sheets) • Pumps— Riser Diagram • MeterNalve Vault Plan • MeterNalve Vault Section and Details • Generator Details (2 sheets) • PLC Interface Diagram (2 sheets) • Schematics (4 sheets) • Standard Details (4 sheets) • Instrumentation Sheets: • Instrumentation Legends and Symbols • Overall Architecture • Overall Process Flow Diagram • Pump Station P&ID • PLC Cabinet • Instrumentation Installation Details (2 sheets) • HVAC Sheets: • Electrical Building Floor Plan— HVAC • Electrical Building Floor Plan— Plumbing • HVAC Equipment Schedules • General Construction Details - HVAC • Architectural Sheets: • Electrical Building Floor Plans (2 sheets) • Electrical Building Architectural Elevations (2 sheets) • Electrical Building Roof Plans (2 sheets) • Architectural Details (4 sheets) DELIVERABLES A. Design Drawings will be uploaded to Buzzsaw(.dwf and .pdf) B. Design Specifications will be uploaded to Buzzsaw(.pdf) C. 2 sets of 22x34 size plans, and 2 sets of 11x17 size plans will be delivered for the Final Design (90% design). D. 1 set of Project Specifications will be delivered for the Final Design (90% design). E. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATION MID FORCE MAIN CITY PROJECT NO.:100990 TASK 6. LIFT STATION—CONSTRUCTION DOCUMENT PREPARATION. Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: • Address and incorporate City comments from the 90% Final Design review. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall commence with preparation of the Lift Station Construction Documents, and provide the package 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. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. DELIVERABLES A. Signed and Sealed Bid Documents . a. 2 sets of 11x17 size drawings and 2 sets of 22x34 size drawings and 2 specifications will be delivered for the Construction Document package. b. Design Drawings will be uploaded to Buzzsaw (.dwf and .pdf) c. Design Specifications will be uploaded to Buzzsaw(.pdf) B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. C. Original cover mylar for the signatures of authorized CITY officials. TASK 7. LIFT STATION —BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 7.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LVET STATION AND FORCE MAIN CITY PROJECT NO.:100996 individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • 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 Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to 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. • 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 created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The Lift Station project will be bid only once and awarded to one contractor. 1 set of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size and 5 sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT 37 ATICIN AND FORCE MAIN CITY PROJECT NO.:100996 D. Recommendation of award E. Construction documents (conformed, if applicable) TASK 8. LIFT STATION—CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 8.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • Prepare and distribute Meeting Notes. • On-site Observation • Make up to twelve (12) site visits at intervals as directed by CITY in order to observe the progress of the work. • Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. • The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAT,FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 failure to furnish and perform its work in accordance with the Contract Documents. • Progress Meetings • Attend monthly progress meetings (up to 12). • Shop drawing, samples and other submittals Review • Review up to eighty (80) 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, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and 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. • Log all shop drawings, samples and other submittals. • Substitutions • Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. • Request for information (RFI): • Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to eight (8) RFI's. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders • Provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Final PROJECT Walk Through • Attend the "Final" PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAF FORK LIFT STATION AND FORCE fdA:N CITY PROJECT NO.:100996 • ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. ASSUMPTIONS • 8 RFI's are assumed. • 2 Change Orders are assumed DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Shop Drawings Responses E. Final Punch List items TASK 9. LIFT STATION — RECORD DRAWINGS. ENGINEER will provide the following for record drawings and project closeout: 9.1 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey O Red-Line Markups from 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: o 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK.LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 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, on mylar for record storage. 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 mylars. ASSUMPTIONS DELIVERABLES A. One copy of full size(22"x34") mylar Record Drawings will be delivered to the CITY. B. PDF and DWF Record Drawings files will be uploaded to Buzzsaw. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT ST,ATICN AND FORC`MAIN CITY PROJECT NO.:100996 TASK 10. FORCE MAIN—ALIGNMENT STUDY. The Force Main—Alignment Study shall be submitted to CITY per the approved Project Schedule. The purpose of the Force Main —Alignment Study is for the ENGINEER to ■ Study the project, ■ Identify and develop alignment alternatives for the proposed force main, ■ Present an alignment study design memorandum to the CITY ■ Obtain the CITY's concurrence of the proposed alignment. ENGINEER will develop the Force Main —Alignment Study of the infrastructure as follows: 10.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • 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. 10.2. Stakeholder Coordination • The Engineer shall coordinate with the following stakeholders regarding the proposed force main and potential impacts: • Texas Department of Transportation (TxDOT) • North Texas Tollway Authority (NTTA) • Union Pacific Railroad (UPRR) • Fort Worth Parks and Recreation Department (PARD) • Tarrant Regional Water District (TRWD) City of Fort Worth,Texas Attach m ent A PMO Release Date:08.1.2014 Page 17 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT`;TAT!ON AND FOR, E tMAIN CITY PROJECT NO.:79039E 10.3. The Alignment Study Memorandum shall include the following: • Introduction • Summary • Considerations • Master Plan Coordination • Alignment Evaluation • Advantage/Disadvantage Matrix • Cost • Surface Repair • Environmental Impact • Coordination/Permitting • Maintenance • Easements • Utility Conflicts • Methods of Construction • Constructability • Public Interest • Traffic Considerations • Business/Neighborhood Disruptions • Graphic exhibits (up to 3 alignments — 10,000 to 14,000 LF) • Material Considerations • Recommendations • Opinions of probable construction cost. ASSUMPTIONS • Up to 2 meetings with City staff to review findings will be required. • ENGINEER shall prepare the meeting minutes of the Force Main—Alignment Study meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Force Main Alignment. • 3 copies of the alignment study memorandum will be delivered, one hard copy and one electronic copy will be provided to Real Properties. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report. DELIVERABLES Force Main —Alignment Study Memorandum City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR.FCP.K LIFT STATION AND FORGE MAIN CITY PROJECT NO.:100996 TASK 11. 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. 11.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • 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). • Overall proiect easement layout sheet(s) with property owner information. • Overall proiect water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Overall water and/or sanitary sewer abandonment sheet. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • 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. 11.2. Geotechnical Investigation • 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 19 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STAT!0N AND FORCE MAIN CITY PROJECT NO.:100996 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. • Borings shall include pavement corings where proposed force main will be located in existing pavement. 11.3. 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. 11.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, 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. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS • 2 site visits will be conducted during the preliminary design phase. • 0 public meeting(s)will be conducted or attended during the preliminary design phase. • 2 borings at a bore depth of 65 feet each, and 5 borings at a bore depth of 20 feet each will be provided. • 2 sets of 22x34 size plans will be delivered for the Constructability Review. • 2 sets of 22x34 size plans and 2 sets of 11x17 size plans will be delivered for the Preliminary Design (60% design). • 1 set of Table of Contents, Bid Proposal, and Prequalification Statement will be delivered for the Preliminary Design (60% design). • 1 sets of 22x34 size drawings (.dwf and .pdf)will be uploaded to Buzzsaw for Utility Clearance. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 20 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORT.LIFT STATION AND FORCE PdAIN CITY PROJECT NO.:100AG • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings C. Storm Water Pollution Prevention Plan D. Opinions of probable construction cost E. Specification Table of Contents, Bid Proposal and Prequalification Statement. F. Data Base listing names and addresses of residents and businesses affected by the project. TASK 12. FORCE MAIN— FINAL DESIGN (90 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Drawings will incorporate all City comments from the Preliminary Design Package • Drawings will be prepared in accordance with City Construction Standards • The ENGINEER shall submit a final design opinion of probable construction cost with the 90% design package. • Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals" on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic.Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • The CITY's front end and technical specifications shall be used. The ENGINEER shall supplement the technical specifications if needed. • 4 site visits will be conducted during the final design phase. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 21 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FOF,K LIFT STATION AND FORCE HAT] CITY PROJECT NO.:100096 • 2 sets of 11x17 size drawings and 2 sets of 22x34 size drawings and 2 specifications will be delivered for the 90% Design package. • Traffic Control "Typicals"will be utilized to the extent possible. It is assumed an additional 5 project specific traffic control sheets will be developed. • Design Drawings will be uploaded to Buzzsaw (.dwf and .pdf) • Design Specifications will be uploaded to Buzzsaw (.pdf) • Estimated Final Sheet List: • Civil Plans: • Cover • Sheet Index, General Notes, Project Specific Notes • Construction Sequencing Sheet • Dimensional Control Sheet • Existing and Proposed Sewer Layouts (2 sheets) • Existing Water Layout • Existing and Proposed Easement Sheet • Bypass Pumping Plan • Proposed Sewer Plan and Profile (20 sheets) • Tree Protection Plans (2 sheets) • Park Access Plans (2 sheets) • Surface Repair • City Standard Details (3 sheets) • Project Specific Details (2 sheets) • Erosion Control Plan (2 sheets) • Erosion Control Details (2 sheets) • Traffic Control Plans (5 sheets) DELIVERABLES F. 90% construction plans and specifications (hard copies and file formats indicated above). G. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 13. FORCE MAIN— CONSTRUCTION DOCUMENT PREPARATION. Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: • Address and incorporate City comments from the 90% Final Design review. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 22 of 33 ATTACHMENT A DESIGN SERVICES FOR UEAP FOPK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall commence with preparation of the Lift Station Construction Documents, and provide the package 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. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. ASSUMPTIONS • 2 sets of 11x17 size drawings and 2 sets of 22x34 size drawings and 2 specifications will be delivered for the Construction Document package. • Design Drawings will be uploaded to Buzzsaw (.dwf and .pdf) • Design Specifications will be uploaded to Buzzsaw (pdf) DELIVERABLES A. Signed and Sealed Bid Documents. B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. C. Original cover mylar for the signatures of authorized CITY officials. TASK 14. FORCE MAIN— BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 14.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xls file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 23 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT S i AT00 AND FORCE MAIN CITY PROJECT NO.:100398 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 Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • 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 created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS • The Force Main project will be bid only once and awarded to one contractor. • 1 set of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size and 5 sets of 22x34 size drawings plans and 5 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) F. GIS Shapefiles of final force main alignment in .shp format City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 24 of 33 ATTACHMENT A DESIGN SERVICES FOR r,LE,AR FORK LIFT STATION AND FOFCE MAIN CITY PROJECT NO.:100796 TASK 15. FORCE MAIN—CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 15.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • Prepare and distribute Meeting Notes. • On-site Observation • Make up to twelve (12) site visits at intervals as directed by CITY in order to observe the progress of the work. • Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. • The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Progress Meetings City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 25 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORT:U-T STATION AND FORCE 1`4 Md CITY PROJECT NO.:100996 • Attend monthly progress meetings (up to 12), and visit the site for observation at that time. • Shop drawing, samples and other submittals Review • Review up to thirty (30) 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, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and 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. • Log all shop drawings, samples and other submittals. • Substitutions • Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. • Request for information (RFI): • Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to eight(8) RFI's. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders • Provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Final PROJECT Walk Through • Attend the "Final" PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 26 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAP FORK LI=T STATION AND FOPt':E M.4iN CITY PROJECT NO.:IM996 shall not have the authority or responsibility to stop the work of any Contractor. ASSUMPTIONS • 8 RFI's are assumed. • 2 Change Orders are assumed DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for.Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items TASK 16. FORCE MAIN— RECORD DRAWINGS. ENGINEER will provide the following for record drawings and project closeout: 16.1 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey O Red-Line Markups from 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: o 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. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 27 of 33 ATTACHMENT A DESIGN SERVICES FOR 'LEAP,FORK LIFT STATION AND FORCE MA N CITY PROJECT NO.:10099E • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. 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 mylars. ASSUMPTIONS • One copy of full size (22"x34") mylars will be delivered to the CITY. DELIVERABLES A. Record Drawings on Mylar B. PDF and DWF Record Drawings files will be uploaded to Buzzsaw. C. GIS shapefiles will be provided to the City in .shp format. D. Approved Pipe Shop Drawings. TASK 17. PERMITTING SERVICES 17.1 TXDOT • Prepare one (1)permit for utilities accommodation within TxDOT ROW in accordance with the TXDOT requirements. 17.2 NTTA • Prepare one (1) permit for utilities accommodation within NTTA ROW in accordance with the NTTA requirements. 17.3 Union Pacific Railroad (UPRR) and Fort Worth &Western Railroad (FWWR) • Coordinate up to two (2) railroad crossings. • Obtain Railroad crossing requirements. • Submit one (1) plan sheet to each railroad owner for each proposed utility crossing. • Plan sheets will be formatted per the AREMA guidelines. • Proposed utilities crossing railroads will be designed in accordance with the railroad owner and AREMA guidelines. • The ENGINEER will attend one (1) coordination meeting with the CITY PROJECT Manager and or a Representative from each Railroad. • The ENGINEER will make one (1) visit to each proposed utility crossing with the CITY Project Manager and or a Representative from the Railroad to convey the design intent. 17.4 Trinity Regional Water District (TRWD) and U.S. Army Corp of Engineers (USACE) • Prepare one (1) submittal to TRWD/USACE consisting of the following: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 28 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIFT STATION ANO FORCE NIAIN CITY PROJECT NO.:10099E • One (1) copy of 90 percent CITY PROJECT submittal to TRWD for review and comment. • Review and respond to one set of comments. 17.5 Park Land Conversion • The ENGINEER will prepare and submit[one (1)] City of Fort Worth Park's Department Conversion Application including the following: • One (1) aerial exhibit indicating existing easements, tree save/removal areas, construction staging and storage areas, landscape areas, fences, signs, access points and all alternate alignment options. Proposed pipeline should be labeled with pipe size, linear footage of pipe, width of easement and boring/open cut locations. • One (1) CD including snapshot size color photographs of the existing conditions of the park property. • Explanation of use for any park road or property identifying duration and frequency of anticipated use as well as types of vehicles that will require access. Necessary signage plans and anticipated disruptions to traffic will also need to be submitted. • Proposed preservation, security, environmental protection and restoration plans for all staging and storage areas. • Letter of Request for Conversion • Letter of Permission to Survey • 8.5" x 11" Survey Exhibit for Park Board • Legal Description, Copy of Deed and Copy of Plat/Abstract Stake proposed alignment, permanent boring locations and temporary workspaces for final approval. 17.6 The Engineer shall meet with the following stakeholders (as required) regarding the proposed force main and potential impacts: • Texas Department of Transportation (TxDOT) • North Texas Tollway Authority (NTTA) • Union Pacific Railroad (UPRR) • Fort Worth Parks and Recreation Department(PARD) • Tarrant Regional Water District (TRWD) 17.7 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 City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 29 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FCRK LIFT ST4TI10N AND FORCE MAIN CITY PROJECT NO.:10099E Development and Construction which will be incorporated into the SWPPP by the contractor. DELIVERABLES • One pdf copy of applicable permits. • 1 copy of 90 percent CITY PROJECT submittal to TRWD. TASK 18. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 18.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way, easements 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. 18.2. Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Up to 10 Permanent Easement documents will be necessary. • Up to 10 Temporary Construction Easement documents will be necessary. • Up to 1 Property Boundary Survey documents will be necessary. • Up to 1 Plat/Replat documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. City of Fort Worth,Texas Attachm ent A PMO Release Date:08.1.2014 Page 30 of 33 ATTACHMENT A DESIGN SERVICES FOR BLEAR FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 DELIVERABLES A. Property Boundary and Easement exhibits and meets and bounds provided on CITY forms. B. Plat/Replat documents matching City standards requirements. TASK 19. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 19.1. Design Survey • 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, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), 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. • The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; 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). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving, when appropriate. 19.2 Subsurface Utility Engineering (SUE): City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 31 of 33 ATTACHMENT A DESIGN SERVICES FOR CLEAR FORK LIGTSTATICN AND FORCE MAIN CITY PROJECT NO.:100996 • The SUE shall be performed in accordance with CI/ASCE 38-02. • Four different levels of SUE are identified. The following is a description of each level of SUE used on this project. o Level D o Level C • Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. o Level B • Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. • Approximately 1,000 feet of a variety of existing utilities is identified for Level B location. o Level A • Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: o Excavate up to 10 test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. o Obtain x,y and Z information at each test hole. ASSUMPTIONS • Topographic survey at intersections will include no more than 100 ft. in each direction. DELIVERABLES A. Test Hole Summary Sheet. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 32 of 33 ATTACHMENT A DESIGN SERVICES FOR 'LEAF,FORK LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100996 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of-entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of- way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 33 of 33 ATTACHMENT B COMPENSATION Design Services for CLEAR FORK LIFT STATION AND FORCE MAIN City Project No. 100996 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Senior Professional 1 $240 - $265 Senior Professional II $180 - $250 Professional $160 - $210 Analyst $115 - $175 Senior Technical Support $115-$190 Technical Support $70 - $100 Support Staff $75 - $115 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. 4.6% will be added to each invoice to cover certain other internal office cost expenses as to these tasks, such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. 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. Direct reimbursable expenses such as express delivery services, fees, travel, and other direct expenses will be billed at 1.10 times the cost. ATTACHMENT B COMPENSATION iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. II1. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Lift Station Force Main Total Fee % Responsibility Fee Fee Prime Consultant Kimley-Horn and Civil Design, Bidding $710,650 $458,720 $1,169,370 65.2% Associates, Inc. and Construction Phase Services Proposed MBE/SBE Sub-Consultants Gupta &Associates, Electrical Engineering $114,100 $ - $114,100 6.4% Inc. Jaster-Quintanilla Structural Design $125,000 $ - $125,000 7.0% Dallas, LLP Non-MBE/SBE Consultants V&A Consulting Odor Control Design $47,600 $ - $47,600 2.7% Engineers, Inc. and Analysis GSR Andrade Architectural Design $43,400 $ - $43,400 2.4% Architects, Inc. Services Accessology Too, TDLR Inspection $2,000 $ - $2,000 0.1% LLC Services Gorrondona & Survey, Easement and $33,800 $92,500 $126,300 7.0% Associates, Inc. Platting Services W&M Environmental Environmental $7,800 $ - $7,800 0.4% Group, LLC Investigation Services The Rios Group, Inc. Subsurface Utility $7,800 $30,000 $37,800 2.1% Engineering Bennett Trenchless Trenchless Engineering $ - $79,700 $79,700 4.4% Engineers CMJ Engineering, Inc. Geotechnical $7,000 $24,000 $31,000 1.7% Engineering Flow Science, Inc. Surge Analysis $ - $11,000 $11,000 0.6% TOTAL $1,099,150 695 920 $1,795,070 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE % Clear Fork Lift Station and $1,795,070 $239,100 13.3% Force Main City MBE/SBE Goal = 10% Consultant Committed Goal = 13.3 % ; ] } 2 § \ § J/ 2 a(L / \ � \ � � � f ! _ \ CL 0 o q U) ) k o k - © ® c C: § z / ) 4 & § o@ § w J a & < / {� @ _ - \ \ § 2 S : ] j 77 97 , � { § ) & 0 r \ m - R / j § pR o ) � rE < ` - ¢ o } \ ) f k k .. k ) f < / < . / \ } ( ) } ) / LL \ Cr � 7 \ J E E ® { a. k� F L a § 2 ° � a 1, } \ § ( \ ( / 4) / JELCD § a ) z & sdl / 0 � / / \ k (/ / \ /(( \\/ M au 0 u o > (L S « & kkk 22 ; 2 ! / CL U-1 \\ o ° 3 k ) a � & % - ( k0 ) ! 2 ; a IL m 333 | « > E � k LL � £ 00 LL J � :cr = k Q0 kU) c� 3 b § k u k \ m � | w - ! 7 2m § e < - § @ § $ oee : : / , s ; 5 ; K %\ E ■ ® � ) ! 2% a �\� k . ) t /-)j) E )) \E 4 � B/�az o G) XIA / il / 1 3 r �IE �I; 1 ��� € �I IL IN_ I: � ; � � ��' 3 i �� P � s k $ � � �! k� !� �(! ,kflu #|! ' Fi i i i I'i I i I \ \ Fl I III I I I F I I§ e2§;8882;/B2Ba82■&§F2§_, £ ----- -5z ° - «§ £2 ]2�p28 � §7� iGf (-1) 11 k ILLLU �62� � - �2o�. � � 22 §002 ®®w LL { ! a ,,,N,N„ ] ] £ o a !})k §;2�\ %k§ e ;��.G� :e •, k) «72!]32® .§\� za!!$\ ¥ J%5! k£` !; �k) eo�lke2e{`!�§` f! ° - !! k� f� 8 §�§�§\\(}22; ){j };2;a2-;§;22;; ,kf m2! � s p@as; � - - ,.■;�; £ � zk �jm � \ §2�gk k miwp '/ 2 b?b [a3 o��au § ¢3D 0)± w_o£= � 0= •2� - >i�� | L R ! I ° ! . I ` ■ � f CL \ § 2! ,, §)!«i k�) § -!t!! /k \-§#k\� \iti{ §�j�3��;!!t2 / - §\!) ,!ls, ! §,wale #!,« L) lit J�72 \;j j m� ' \</( r tov � rl" m d a u� n o E dE 0 U 3 wSS ooa....SSSOSSw_nSSwaISMS, p N m m m O a m m m mH O R Y F NNHN�N MqM �' O1p N q N f p C � Y O f V W C t O m u E A O_ 6 1p 0! d LL O o. vo c Y W o � m o c 1? vy u a a Z N 111 m m A « N O O S M Nal S S p S M N N S N N S 0 C -' G 111N000 O a?? N NN NMM .C� A U G O F' Z 41 U v0.vo morn e r y a m C E C mt'm da+? o = oRu�;g X _ mN NNN m NNNm arY V N W Q W o= N J d f N j u = m a m d 9 w U o Y Q a V O < f00 N NN u o Y Y Q C a� i azi c � O N Y N N N u u EEcy mco^y E E K mcg! 13 to o pa aEm _ Umum Of y r LL E E o m rn Y Y W¢a m W Na>mLLaW Nd1f/70.a Y f0 N m m x v N ~>y Y t J m 3mm`x Z LL L ._m� X N M Y N N p 0 Cl N U Q IT ( Kk } }`}`} ` ,2C!!■2; ®;;;2�`;2;;; In 222 LU ZL jr k)! cd ri i i i ri ct / ) ri i i i ri i i i i . . . M I . ( � Sa§RciIni kRNNR2 I W ��� � j`j� k§§§�}§{ ®�;22�-;ka&■ £ a kk �}/ F- ri §mtkf oma ; k [[� cm= 0= •2� ri �!i � | Rk {°{ f ` , a m - �,-�,��� ,�_��,,,,��� $ ! 3 u ; klo \_ E f; �( ! . -_ a�# - } ;!-!! r.k § )k� k�§ lz \ a65#`%kk) ,m kr7J! «);! » !!fMat �|l�!m;■ �.| 722 !E ow § •! _ �f CIL - sa§§ee§aa&aaG■■2aeasaG■§k�m2m22&R;;q@S;ga { §2& # ■J2&#;- ` a;°;#&;a■;;;;;;;&#a■;;Q;;#a;;;;;;;&;;§°s;2° 29 .|; �£a \ \ ` 2§■§#S§■§■■2##§2§22@§22§g§#§A2g°g■F®®m■r2§2 £ �o \ ko}m ak�) �\ ■ o�maf § woo.= e o= -ems Tl I' ) k k o ; �{ ! §/j - ]kef3 EE2 tea\]/\ �) 2t! ® k{k �`_PR— /$ !2k§lkkk} \)\ ft;k !T 2| {{\� J !! = iE . ! k2 k� - SGa;GEaa@as888asaaE«■m/2#/§@a 2;kk§U;2&2!2#h#« #&;2 Ask A�i \ ) \\ cs ea)a2aaes@eep@emG@§§®§®2■(�#F§ea \, ` 41 z4, 2 .0 ■ )/d �55�aQ k =o_ -0 (a•-- �®% u� o= � §J�_ | » k k LL ) k k u 7 / IT.TITI] TI e!)kk ` |!K w ](k So R§\,\{6 kf\ l-kf§ k-!))�f_�u=za%»-e!�!l!]V �a ;e]tSf !/ § ),ao{ : 2 22F- | !k !{!re } : : /)i/ ) !! CL 0 Ilk k##2#§a§§#a#2)272 !|; w£a .!f \ § , • k ) } k` 3 22!29°a§Iq■�@#§2#©■©9- • ;;,® ;■. w k )z ° ,0: ® 7&&2§ k 3 ��p2d ■ §2� (ff o�mae k �wLL�o.� � 0= •5� - LU )F- { ] ! I o � . ƒ ' \ - l co ® k° u ./o eR! = e£7 |o■| /\k�)$)k�kj ka) In � !! = 2\ ! k� )! . 'dcj lu �! k ( � j} cl ` }} °2]§eea8g§aaea T-li 22p}2§Pe§a; £ ) )§ )§ k �oaee f .� . _� 2 � rwp ° d B�� tkf o■�ao § KED =®§ ��o£§ � o= sv� - " rrn i 2§° ob) j J 2 ! £ ° ! ƒ IT I I I I 1 1]]] 1 1111111 f - § - 7; 'E , - ■r§ \§!_ - - _- -k #§@ w § ��! k �)ktj) )(= �§ �t \)#k k !!°?` 7)km, LU )§�ao ; - M \ )§5) �f �mok \ \\\{\\/\ }} kUS $�)§ kk7§ §R§V�\\.(............. �§§� 12�211 WIWI[[-1 1-1. ¥�2, )§2§ £ tu /\{ ; 14 ; !! � ! 22 R }} � ;G]2esS222a28a§;/eag/■§© ° £ ) tz e� '13 CI 3 ,W c0 ®�5bkf m£��a . 9 ri §§§mak 4 All oz § ( - _ | � k k FITFI nl, I I ILL°{ I ,_ ` m� ) A 2 ] 3 o ; � 2§ \®! , )t2) #k)Q 6 'd : : i c : ; })#§ \ e f §§)}\;;\j\\j§\��}\\}\�§§[§§§§§[(J§}(\�}\��� ` -- ---- -------- s22°a222a2a;a;;2;]a ){! --®®-- . :kf k�( \ ) ®®F®@§�Rkk##2■]..R/®p■Fp®@R�#kf�@2aea c �! £ k kk12}�( �)\ �] � aaw) co �cowtkf ` �0■�a8 k $ � cm �3�22£� _ —200 >k LL ) k LIU u | k! T „�_��! T --- ---- -- !! T TIT I \l I ) m \ ; ,£ §e2 :2 \~ -- - -�}k)% )§ #roam \]2§!§\ 7)k)§k)]§)k�)k 206 {tjkk))/ 0 § 2222 V722 & 1 P?l I I I I I § I I Lt I I I 1 11 \§ § e s o N U d d U «C d � no E dF 0 U i 0 0000a0000 o0000o a o000 000 0 0 O O O G H O 0 0 O N M 0 0 0 0 6 N N O N O N O N K 00 G d 0 hY ONl� bm ON QOM d N O N N N y N N N N N H N N N 1� O O ON 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O0 0 0 N H N N N N N M Y m S M N N N N N H N N H N H b q N S N N �Y p u dU Hw x w O o x H > � d dead nw �Y LL d p CMI Or Y N�� r b W p 0 0 0 � m O t00 O s z to H ri i i iw m N T 000000p0000 0000 0T0000000 cto O M N N c A V G G f d Z N > o WO GILT w � aa �p a maw._Uco �omu�•m v � XW� cin a � W n-.O O)= rl N aN mN momm ma e� v O= m_I d �' `N•- aOY, JryLL a" mNO.mm V V mm V V N msf `a {p a m N � W U � v E a O m C d� a N vv my A 6 U C d` N Y N N m C t O > C N 4. Ed w v � ❑ U' YIN c c�'Nd� � v N num m l ❑ °Z`uu��°��'WEd"°; � - - = o - =tea K o t c o i> n+U NilUO O.J a111m RF-d NU' F m fA p = "UH J c_ a` 3mmE u temp a ~ U¢H LL _§t§m2«;m2mm###7;■)22(\§§§g��#R�`##c4 c4 N14 $ .!f ■i! ( a \ � m ) 2 \ §gym§§§!K§ §742§®®@4��]@■ §, £ 2 Zko}7 I ° § [ 0 ■ e'0 C t:.3 k $3� &®' LLJ TITIm —■3�#� \k §o0 2 ,w-„ V-�. ] ! £ u i { ft |{k! 2 « ){)_ §! #|s !2/ � ;§•®`;=e!§,,;,;##! ! mf _ 9�! - l;� __ » )!Q \a2 )\\\\\\A!\#\�/\))§{!\ 7::=$`t - !�2/ � § § § § § § § # n 0 0 N � ni" c E c a U a b C 6 0O O¢ U 000000 000000 00000a o0H O a o o o o o o ao 00000 H 0 0 0 0 S Om O O O O O O M N O N O S O N N O O N O N O N O M H m N m N v g Y n D• _ N y A y A� a 0 V{ _ y N y n f� O A M y F O 0 0 0 0 H g N H H h H H N R o 0 O O OH h N O H N N MSIS O O N O b O So —C i0 1•i N N N c n o f x U LLI _ o o. O� 01 IN I I I I I ir m c a � d LL G N O A C I yp N v 0_ C rri N O C o Z y ri W y y O 1. .O O N S O S O O S O O S N O O H N H S O M S N N S S W S M S O S N N O N G NYAQ _ MCIN W Icy n'.^ Yb N y A A SNA Y tONM NY«t9MNN MQ MN NN nj �rj�y �p {•j C p NNNN N N M N M yN » p N m U N Z d y aoLO� a0°� 0 2 .- ccQ to mc,W cc na f-IA la mem W W O LM(Y U NIn Q Q Q N N ir m M m O O d J a. w IT .. _ JF LL U o N N yONN 4]yN W--- NO N N Q t7 <00 S M {+l m L O N a m d � W U u m Q o. NNtp•- QQtlIyN N N N M O M m M Q m m C N N N N o. c L a m � mm�"• fl co -o m° vN c co m o.n£i4 U a N w m w m o E :: US ~ .DUON'" vm 3Oam v€Omc nm m co_v"a'�a .�DoonmO ¢ciE°1a rami o'a 2 HOZ w ° - a- mW 3 K m y Q m c m m m m$o o a` pK a y 0 m m o.m".. m m m.m.9 F t 0 0 0 m o O m n n F r J c U Q Ha`U¢a..w `' aw A. a d U N d w w G . miE g m y` n��0 Y oma LLL u d'