Loading...
HomeMy WebLinkAboutContract 38334CITY SECRETAr CONTRACT NO _ CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Freese & Nichols, Inc. (the "ENGINEER"), for a PROJECT generally described as: North and South Holly Water Treatment Plant Upgrade — Ozonation Facilities Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is 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 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 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, including interest. In the event of STANDARD ENGINEERING AGREEMENT (REV 10/06/05) 0 3 -1 7- 0 9 A 0 8: 10 I N Page 1 of 31 suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Amendments to Article IV, if any, are included in Attachment C. 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. The standard of care applicable to the ENG(NEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigationsI 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 2 of 31 The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, 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. (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 healthor 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 of the work on the PROJECT. If, for any reason, the ENGINEER should make an on -site observation(s), on the basis of such on -site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 3 of 31 (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. 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. 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. STANDARD ENGINEERING AGREEtViENT (REV 10/06/05) Page 4 of 31 In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. 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. (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) 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 three (3) 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 subcon- sultant 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. (1) Insurance coverage and limits: ENGINEER shall provide to the City certificates) of insurance documenting policies of the following coverage at minimum limits that are to be in effect STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 5 of 31 prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned when said vehicle is used in the course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional liability shall be written on a claims -made basis and 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) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 6 of 31 (b) Certificate(s) of insurance shall specified in this agreement are documented thereon. document that insurance coverage provided under applicable policies (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PR®JECT. (h) 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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing. (j) For all lines of coverage underwritten on a claims -made basis, other than Professional Liability, the retroactive date shall be 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) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 7 of 31 required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (I) Sub .consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. 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. (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 ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should h b "^ of t the time this have been I avJai c v� a� 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 STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 8 of 31 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. Amendments to Article V, if any, are included in Attachment C. ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. 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. 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. 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 in Attachment A. The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 9 of 31 timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. (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. The CITY agrees to include in all construction contracts the provisions of Article W.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 10 of 31 (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. 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. 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 Amendments to Article VI, if any, are included in Attachment C. ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. �. 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 STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 11 of 31 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. 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. r (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. 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 does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.l 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 storage containers, microfilm, 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 the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. 0 VOW The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. {n 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 12 of 31 (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. 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. �lurisdiction 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. (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 13 of 31 to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorneys fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. 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.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all Clty 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. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 14 of 31 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B — Compensation and Schedule Attachment C — (Not Used) Executed this the day of i , 2009. ATTEST: City Secretary Contract Authori zatiox date APPROVED AS TO FORM AND LEGALITY Amy J. Assista T: City�Attorney Kelp J. 'Sh'�iver "_:Contract Administrator STANDARD ENGINEERING AGREEMENT (REV 10/06/D5) Page 15 of 31 CITY OF FORT WORTH Fernando Costa Assistant City Manager APPROVAL RECOMMENDED S. Frank Crumb, Director Water Department ENGINEER By: Robert F. Pence, P.E., Presid BCEEent and CEO General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed water facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. The Engineer shall conduct test borings, and other subsurface investigations, that may be needed in order to perform the design. The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. Attachment A Page A-1 Copies of the original plans shall be provided on reproducible mylar, or as otherwise approved by the Water Department and 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; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. The Engineer shall determine the rights -of -way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights -of -way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Water Department in obtaining rights -of -way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms. The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City copies of the field data upon request. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility lines or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the work, and shall submit such evaluation in writing to the City as part of this phase of the project. The Engineer shall furnish ten (10) copies of the preliminary design report, based in part on approved technical memoranda, which shall include layouts, schematics, process diagrams, easement and permit needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. The Engineer shall submit ten (10) copies of the 60% preliminary construction plans and technical specifications for review by the City. Engineer shall include an updated cost estimate with this submittal. Attachment A Page A-2 • • • - • • 1' •10 •.. The Engineer shall submit ten (10) copies of the 90% preliminary construction plans and technical specifications for review by the City. Engineer shall include an updated cost estimate with this submittal. The Engineer shall prepare forty (40) copies of the final construction plans and contract specifications to be used for in obtaining bids, awarding contracts, and constructing the project. The approved plans and contract specifications. Final construction plans and specifications shall be submitted to the TCEQ and the TWDB for their approval. Upon the completion of the bidding process, Engineer shall prepare conformed plans and specifications, incorporating addenda prepared during bidding phase. At the time of completion of the final construction plants, the Engineer shall provide a final detailed opinion of probably cost for the project, to be used as the formal Engineer's estimate during the bidding phase. 15) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the uiuuir iy uuuumems, and assist ti ie owner ini UtiLer i m iii iy a ie quain iUauui iti ai iu acceptability of prospective constructors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 16) Prebid Conference The Engineer shall attend the prebid conference, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. The Engineer shall assist in the tabulation and review of all bids received 'for the construction of the project and shall make a recommendation of award to the City, The Engineer shall attend the preconstruction conference. attachment A Page A-3 The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field. The Engineer shall visit the project site at appropriate intervals as construction proceeds to observe and report on the progress and the quality of the executed work. The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 24) Recort! Drawings The Engineer shall prepare record drawings from information submitted by the contractor. Attachment A Page A-4 O AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF !: AND FREESE AND NICHOLS, • ^; NGINEERING SERVICES FOR DESIGN OF THE NORTH AND SOUTH HOLLY WATER TREATMENT PLANT UPGRADE � OZONATION FACILITIES This agreement describes the services to be provided by FNE as the Engineer. The scope of services is presented as basic services and additional services. The basic services cover the elements required for the project that are authorized by the execution of the contract. The additional services are the elements that could be required and are identified in the contract but are not authorized until FNI is given additional written approval by the City. The Attachment A General Scope of Services Items 1 through 24 are deleted. I I IL7 Selal Ul I UGJIa IueS U IG Sel VII,eS 1 I GG.7G aI lU I Vwl iv10, �nt�. vv�u i✓i vv�u�. uo vu.�iv vv� v ivvv. Phase 1 —Engineering Design Services Task 100 —Preliminary Engineering Task 101 —Preliminary Design Memoranda Technical Memoranda (TM) will be prepared for each separate element of proposed work to present conons, design assumptions, summary calculations, design alternatives and recommendations. A total of ten TM are planned, including a combined document for the ozonation facilities. TM typically will also include preliminary drawings for review by City staff. Five copies of each TM will be provided to the City and the documents will be posted electronically on a secure project website. The City will provide timely review of the documents and provide written comments or verbal comments at a progress meeting to be documented by the Engineer. Following the receipt of comments, the Engineer will provide a revised TM for the City's record and confirmation. Engineer will maintain a complete set of TM for documentation of the project. Task 102 —Regulatory Coordination Engineer will advise the City of external regulatory approval required for construction of the project and will assist the City in obtaining such approval. Specifically, the Engineer Exhibit A-1 Page 1 will submit the final plans and specifications to the Texas Commission on Environmental Quality for authorization to construct the project and for alternative disinfection approval. The Engineer will also contact the Tarrant Regional Water District (TRWD) and the U.S. Army Corps of Engineers (USACE) for approval of proposed construction identified to have potential impact to the flood control levee at the North Holly site. Identified construction consists of the North Holly ozone contactor and the improvements to the Raw Water Meter Vault Number 1. Engineer will provide exhibits to TRWD and USACE to document the relationship of the proposed improvements and the levee, and will attend up to five meetings to discuss impacts, potential mitigation and required construction techniques, testing and documentation. Task 201 —Project Management Engineer will prepare a project management plan containing the project scope, schedule, budget, roles of team members and communication plan. The plan will be reviewed at the project kickoff meeting. Engineer will coordinate the efforts of the team and communicate project status to the City at least monthly, including a monthly meeting with the City's project manager to update the schedule, progress of project, and potential obstacles or changes required. Task 202 —Kickoff Meeting Engineer will conduct initial design phase kickoff meeting with the City at the Holly WTP to introduce project team members, establish protocol and lines of communication, gather available documents pertinent to the project and discuss the project scope and schedule. FNI team members present will include the project manager, project engineers and lead structural and electrical engineers. Lead engineers for each of the major subconsultants will also be present. Task 203 —Progress Meetings Engineer will conduct ten monthly progress meetings during the design phase with City staff to discuss design issues, project schedule, regulatory and other issues. Additional design review workshops will be conducted at the 60% and 90% completion stages. Six additional meetings are anticipated, to be scheduled as necessary to address specific areas of the project. Task 204 —Quality Assurance/Quality Control Engineer will conduct a formal milestone Cuafity Control (QC) Review at the 60% and 90% completion stages. QC reviewers will be senior members of Engineer's staff who have not had other significant involvement in the project. Exhibit A-1 Page 2 Task 205 — Constructability Review FNI will perform a constructability review concurrently with each OC review stage. The constructability review will be performed by senior members of FNI's construction services group. Task 206 —Opinion of Probable Construction Cost FNI will prepare an opinion of probable construction cost for the project based upon the 30% design documents and will update this estimate based on the 60% documents, the 90% documents and final sealed documents. Task 207 —Building Permit Assistance FNI will assist the City in inter -department coordination to facilitate obtaining Fort Worth building permit. Anticipated assistance will include meetings with the Development Department at approximately 30%, 60% and 90% completion stages, one meeting with the Fire Department, and a meeting with the Water Department backflow group. A total of five meetings are anticipated. FNI will also prepare required schematics and exhibits for Building Permit application, including submittal checklist and building envelope reports. FNI will also submit required drawings for accessibility review in accordance with the Texas Department of Licensing and Review. Task 220 —Bidding Document Preparation Prepare complete contract documents (plans and specifications) for use in bidding and constructing the work in a single contract. Construction documents will include City of Fort Worth General Conditions, with remaining documents based on FNI standard documents, modified as required for compatibility. In addition to contract legal requirements, provide general and technical specifications, contract drawings and standard details. Ozone generation equipment and related equipment is planned for pre -selection through a separate procurement, as described in Task 305. Provide ten sets of review documents for City review at 60% and 90% project completion. Task 221 —Ozone Generator Building A centralized ozone generation facility is proposed for the North and South Holly plants, to be located south of the North Holly High Service Pump Station. The building will be adapted from the previous North Holly Phase 2 Improvements design as necessary to accommodate ozone requirements for both plants and current available generation equipment. The maintenance shop from the previous building design is to be omitted. Design revisions will also include review of the foundation recommendations and updating the design to the current building code in effect when this agreement is authorized. Exhibit A-1 Page 3 Task 222 — Liquid Oxygen Storage Facility Liquid oxygen storage and vaporizer facility will serve the entire Holly complex. Vulnerability and reliability considerations may require increased protection, relocation and additional storage compared to the previous Phase 2 design. Vaporizers will be modified from previous design to ambient type for consistency with other City installations and current design practice. Task 223 —North Holly Ozone Contactors Ozone contactors were previously designed for the North Holly plant, but will require re- evaluation for the proposed 94 MGD hydraulic capacity and compliance with TRWD levee protection measures during construction. Design review will also consider whether changes are required to meet the current design code. Task 224 —North Holly Ozone Contactor Area Piping and Sitework Sitework related to the ozone facilities includes demolition of the old mixing basins, Sedimentation Basin No. 2 and basement piping in the Chemical Building. New ozonated water piping will connect from the contactors to the rapid mix. Task 225 —South Holly Ozone Contactors Ozone contactors are proposed at the approximate location of the existing Carbon '�^a"'I''r' and ctnrnna fanility Tinin narallel n7nne rnntnrtnrG will he nrnvicled. A neW ���� I Iy may., y . r�. .. geotechnical investigation will be conducted in the vicinity of the existing Carbon Building for the structural design of the contactor. Task 226 —South Holly Ozone Contactor Area Piping and Sitework Raw water piping modifications will be required to integrate the ozone contactors and accommodate a future plant capacity of 120 MGD at South Holly. Demolition of the Carbon receiving and storage facility is proposed to facilitate placement of the new contactors. Task 231 —South Holly Filter Renovations The proposed renovation work includes raising the wall between the filter and influent channelI installing new backwash troughs at a higher elevation, and replacing the media to provide a depth similar to filters at the City's other facilities. Preliminary design will include recommended system for media retention compatible with operation of the filters in a biologically active mode. Task 232 —South Holly Filter Backwash Pump Station New backwash pumps will provide non -chlorinated backwash supply to the backwash storage tank and allow more frequent backwashes. These will be located west of the transfer pump station. Exhibit A-1 Page 4 Task 241 — North Holly Raw Water Meter vault No. 1 The flow meter and control valve on Raw Water Pipeline No. 1 will be replaced, and the vault will be replaced or renovated in a manner to limit disturbance of the flood control levee. Major reconstruction of the levee is not contemplated. Task 242 —North Holly Filter Hydraulic Improvements Modifications are proposed to the settled water channel between Sedimentation Basin 5 and the filter influent channel and widening of a portion of the filter influent channel to increase the hydraulic capacity to 94 MGD. Task 243 —North Holly Sedimentation Basin Sludge Pump Station An east sludge pump station is proposed to draw sludge from Sedimentation Basins 6 & 7 and relieve the existing sludge withdrawal system. The pump station will be similar to the existing west sludge pump station. Task 244 —North Holly Backwash Reclamation Pump Station Expansion Increased return capacity is proposed for the Backwash Clarifiers to allow more frequent filter wash cycles. Improvements will include a parallel pipeline and increased pumping capacity. Task 301 —Bidding Document Distribution Engineer will reproduce and distribute contract documents to prospective bidders and vendors and maintain a log of distribution. FNI will provide 75 sets %J half-size drawings and specifications for distribution. Task 302 —Pre-Bid Conference and Addenda Engineer will attend apre-bid conference and answer, by written addenda, contractors' and suppliers' functional and technical questions during the bidding phase. Task 303 —Bid Opening and Recommendations Engineer will attend bid opening, review bids, and assist with recommendations for contract award. Task 304 —Conformed Drawings FNI will assist City in the preparation of Construction Contract Documents for construction contract. Provide ten (10) sets of Construction Contract Documents which include information from the apparent low bidder's bid documents, legal documents, and addenda bound in the documents for execution by the City and construction contractor. Exhibit A-1 Page 5 These documents shall also include the incorporation of addenda items into the Contract Documents through modification of the electronic files and reprinting of the plans and specifications inclusive of the incorporated changes. Distribute five (5) copies of these documents to the contractor with a notice of award that includes directions for the execution of these documents by the construction contractor. Provide City with the remaining five (5) copies of these documents for use during construction. Provide two full-size sets of drawings for use on the project site. Additional sets of documents can be provided as an additional service. Task 305 —Ozone Equipment Preselection Engineer will prepare layout drawings, specifications and contract documents for pre- selection of the ozone generation equipment and related equipment. Engineer will conduct two additional meetings with the City to determine appropriate cost factors and non -cost considerations for evaluation of ozone equipment supply pre -selection. FNI will provide 20 sets of ozone equipment pre -selection documents for distribution. Engineer will attend pre -selection bid opening, evaluate the information provided by the equipment vendors and recommend action by the City. Task 306 —Ozone Equipment Shop Drawing Review Engineer will review shop drawing submittals provided by the pre -selected ozone generation equipment manufacturer for general conformance with the contract documents and will consider the information provided in development of the final design documents for the C0nstr uction project. Foiiowing review of the submittals, Engineer Atill conduct one meeting with representatives of the manufacturer and the City to clarify the design intent, scope of supply and other details. Engineer will assist the City by preparation of the following documents in support of the City's State Revolving Fund loan from the Texas Water Development Board. General coordination of the loan will be by City staff and is not included in the Engineer's Basic Services. Task 501 —Engineering Feasibility Report FNI will prepare an Engineering Feasibility Report for submission to the Texas Water Development Board to support the City's Drinking Water State Revolving Fund loan which will be used to finance the project. The report will utilize information developed in the Condition Assessment Report and the project technical memoranda. The City will make pertinent data available in support of the preparation of the report, which will be prepared in accordance with TWDB requirements. Task 502 —Environmental Information Document FNI will prepare an Environmental Information Document (EID) to support the City's Drinking Water State Revolving Fund loan. The EID will be astand-alone, self- contained document, describing the project in sufficient detail to allow for review without reference to the engineering study or other documents. The EID format will follow the Exhibit A-1 Page 6 guidelines developed by the TWDB. Specific tasks will include conducting a site visit, coordination with government agencies, preparation of the draft and final DID, holding a public hearing and determining required documentation for archeological and cultural resources protection. Conducting a field archeological investigation will be considered an additional service. Task 503 —Ozone Operation Manual FNI will prepare an operations guidance manual for the ozone system. This manual will supplement the operation and maintenance manuals provided by the manufacturers of the ozonation equipment by providing guidance on the overall strategy of the ozonation process. The manual will address the process objectives, disinfection strategy, regulatory requirements and limitations and optimization techniques. FNI will provide five copies of the draft manual prior to startup of the ozonation system. Following City review, FNI will provide ten copies of the final manual. Additional services are those services not included in the basic services which may be provided by Freese and Nichols if so authorized by the City of Fort Worth. A. Field surveying required for the preparation of designs and drawings. Ft. Field layouts �r the fl:Cnlsh!ng pf ��n�trii�tinn line and grade, C. GIS mapping services or assistance with these services. D. Making property, boundary and right of way surveys, preparation of easement and deed descriptions, including title search and examination of deed records. E. Providing services to investigate existing conditions or facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by OWNER. F. Providing renderings, model, and mock-ups requested by the OWNER. G. Making revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously. given by OWNER or 2) due to other causes not solely within the control of FNI. H. Providing consultation concerning the replacement of any Work damaged by fire or other cause during the construction, and providing services as may be required in connection with the replacement of such Work. Investigations involving consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material Exhibit A-1 Page 7 audits or inventories required for certification of force account construction performed by OWNER. J. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications, except as described in the Basic Services. K. Providing shop, mill, field or laboratory inspection of materials and equipment. Observe factory tests of equipment at any site remote to the project or observing tests required as a result of equipment failing the initial test. L. Conducting pilot plant studies or tests. M. Preparing Operation and Maintenance Manuals or conducting operator training, except as described in the Basic Services. N. Preparing data and reports for assistance to OWNER in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. O. Furnishing the services of a Resident Project Representative to act as OWNER's on site representative during the Construction Phase. The Resident Project Representative will act as directed by FNI in order to provide more extensive rnnrngnntatlnn nt thg Prnje�t Qite rr1i iring the (nnstr� ictinn Phase, Thrnugh more extensive on site observations of the work in progress and field checks of materials and equipment by the Resident Project Representative and assistants, FNI shall endeavor to provide further protection for OWNER against defects and deficiencies in the work. Furnishing the services of a Resident Project Representative is subject to the provisions of Article 1, D and Attachment RPR. OWNER provides personnel to support. the activities of the Resident Project Representative who is FNI or FNI's agent or employee, the duties, responsibilities, and limitations of authority of such personnel will be set forth in an Attachment attached to and made a part of this AGREEMENT before the services of such personnel are begun. It is understood and agreed that such personnel will work under the direction of and be responsible to the Resident Project Representative. OWNER agrees that whenever FNI informs him in writing that any such personnel provided by the OWNER are, in his opinion, incompetent, unfaithful or disorderly, such personnel shall be replaced. O. Furnishing Special Inspections required under chapter 17 of the International Building Code. These Special Inspections are often continuous, requiring an inspector dedicated to inspection of the individual work item, and they are in additional to General Representation and Resident Representation services noted elsewhere in the contract. These continuous inspection services can be provided by FNI as an Additional Service. Exhibit P,-1 Page 8 R. Assisting OWNER in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). S. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. T. Assisting OWNER in the defense or prosecution of gation in connection with or in addition to those services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this AGREEMENT. U. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other assistance required to address environmental issues, except as indicated in the Basic Services. V. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. W. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this agreement. X, �erilrec rennirerl to recnl�ie biri nrntectc nr to rebid tha nrniartc fnr anv reacnn, Y. Visits to the site in excess of the number of trips included in Article I for periodic site visits, coordination meetings, or contract completion activities. Z. Any services required as a result of default of the contractors) or the failure, for any reason, of the contractors) to complete the work within the contract time. AA. Providing services after the completion of the construction phase not specifically listed in Article I. BB. Providing basic or additional services on an accelerated time schedule. The scope of this service include cost for overtime wages of employees and consultants, inefficiencies in work sequence and plotting or reproduction costs directly attributable to an accelerated time schedule directed by the OWNER. C. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. DD. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. EE. Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. Exhibit A-1 Page 9 FF. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for services attached to this professional services agreement. GG. Provide follow-up professional services during Contractor's warranty period. Exhibit A-1 Page 10 l 1 a 1 TO AGREEMENT FOR R ENGINEERING BETWEEN THE CITY OF FORT WORTH ..•a AND FREESE AND NICHOLS, INC. FOR ORTH AND SOUTH HOLLY WA1 ) d 4& 1 ,... OZONATION COMPENSATION MAXIMUMCOST PLUS MULTIPLIER WITH A. Basic Services: Compensation to ENGINEER for the Basic Services in Attachment A shall be at a cost plus with a maximum fee of $2,590,825, as set forth in Exhibit 13-1. If ENGINEER sees the Scope of Services changing so that additional services are needed, including but not limited to those services described as Additional Services in Article 1 of Attachment A, ENGINEER will notify CITY for CITY's approval before proceeding. Additional Services shall be computed based on the Schedule of Charges. Direct Expenses Actual Cost Times Multiplier of 1.10 Other direct expenses shall include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Fort Worth and other miscellaneous expenses directly related to the work, including costs of laboratory analysis and testing. Other work required to be done by independent consultants other than staff members will be billed at cost times a multiplier of 1.05. For CAD services performed In-house by non -ENGINEER employees where ENGINEER provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This markup approximates the cost to ENGINEER if an ENGINEER employee was performing the same or similar services. B. Schedule of Charges for Additional Services: Staff Member Salary Cost Times Multiplier of 2.2059 Salary Cost is defined as the cost of payroll of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for the time directly chargeable to the project, plus social security contributions, unemployment compensation insurance, retirement benefits, medical and insurance benefits, longevity payments, sick leave, vacation and holiday pay applicable thereto. Attachment B Page 1 Other Direct Expenses Actual Cost Times Multiplier of 1.10 Other direct expenses shall include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Fort Worth and other miscellaneous expenses directly related to the work, including costs of laboratory analysis and testing. Other work required to be done by independent consultants other than staff members will be billed at cost times a multiplier of 1.05. For CAD services performed In-house by non -ENGINEER employees where ENGINEER provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This markup approximates the cost to ENGINEER if an ENGINEER employee was performing the same or similar services. Rates for In-house Services C®rroputer $10.00 per hour Bond Special Attachment B Page 2 $ 2.50 per plot $ 5.00 per plot M COIOr $0.50 per copy M 966 i Frees aced NiChOES Exhibit B4 City of Fort Worth - North and South HoHy Water Treatment Plant Upgrade - Ozonation Facilities 11/2612DOB Page 1 of 4 AIWBE% ESTIMATE Total Traditional Services: S Total Non -Traditional Services: S Total Basic Engineering Services: S Total Special Engineering Services: S TOTAL S Phase 0001 - Engineering Design Services Task 100 - Preliminary Engineering 101 Preliminary Design Memoranda 102 Regulatory Coordination Miscellaneous Expenses (computer, mileage, printing, phones, etc Task 200 Final Design - Administration 201 Project Management 202 Project Kickoff Meeting 203 Progress Meetings 204 Quality Assurance/Quality Control 205 Constractability Reviews (60% and 90%) 206 Opinion of Probable Construction Cost (60%, 90%) 207 Building Permit Assistance Miscellaneous Expenses (computer, mileage, printing, phones, etc Task 200 Final Design - Ozone Facilities 220 Bidding Document Preparation 221 Ozone Generator Building 222 Liquid Oxygen Storage Facility 223 North Holly Ozone Contactors 224 North Holly Ozone Contactor Area Piping and Sitework 225 South Holly Ozone Contactors 226 South Holly Ozone Contactor Area Piping and Sitework Miscellaneous Expenses (computer_ mileage. printing_ phones. etc 200 Final Design - South Holly Improvements 231 South Holly Filter Renovations 232 South Holly Filter Backwash Pump Station Miscellaneous Expenses (comnuter. mileage 200 Final Design - North Holly Improvements 241 North Holly Raw Water Meter Vault No. 1 242 North Holly Filter Hydraulic Improvements 243 North Holly Sedimentation Basin Sludge Pump Station 244 North Holly Backwash Reclamation Pump Station Expo Miscellaneous Expenses (computer, mileage, printing, Task 300 Bid Phase Services 301 Bidding Document Distribution 302 Pre -Bid Conference and Addenda 303 Bid Opening and Recommendations 304 Conformed Drawings 305 Ozone Equipment Pre -selection 306 Ozone Equipment Shop Drawing Review Miscellaneous Expenses (comnuter. miles iF'AVY, 2.342,550 248,275 2,590,825 L590,825 SUB TOTAL SUB TOTAL SUB TOTAL SUB TOTAL SUB TOTAL SUB TOTAL Phase 0001 Total 1 1 J: 8 2 8 12 1 1 317 1 1 1 ;C 1 1 1 ;1; 1 1 '.:' 1 1; 0 38 OPCC: S33,8009000 Design Phase % Traditional Services = 6.05% Ad & Award % Traditional Services = 0.88% Total % Non -Traditional Services = 0.73% Total Project % of Construction = 7.67% Project vlanagei 24 24 48 160 4 64 96 40 10 28 402 28 56 16 12 14 40 32 198 30 32 62 16 36 24 12 88 0 I6 8 32 4 60 858 Project ;ngineers Design Engineers Designer/ CARD Tech Senior Struct. E 76 60 0 52 0 22 I2 I 128 60 122 12 254 0 0 8 4 0 108 40 16 24 0 0 40 24 0 0 0 40 56 0 12 I I 422 100 56 48 130 192 186 12 54 24 84 1 10 20 0 8 42 28 28 72 50 74 140 112 112 32 204 156 60 662 562 552 54 162 40 42 4 108 80 96 6 270 1-20 138 10 60 56 40 8 68 44 78 32 76 40 22 4 52 64 12 256 204 152 44 24 24 24 72 40 20 4 12 0 0 8 12 32 16 6.931/6 Only Traditional Services FREESE AND NICHOLS Structural Engineer Electrical Engineer Geotech Engineer Project Architect Proj Support Staff Senior Const Repres. 44 24 16 12 64 20 8 16 12 0 108 20 32 32 8 I 4 4 24 24 12 12 12 48 4 32 14 26 8 24 48 96 88 20 25 8 16 I 28 108 26 63 124 208 18 40 120 32 64 388 1 120 202 0 0 428 120 20 40 I 60 0 0 0 0 40 32 32 104 1 0 1 0 1 0 1 0 is 8 1 12 68 20 4 8 24 24 4 148 1 80 56 4 12 0 0 20 220 17886 11126 976 172 418 108 134 531 496 IN 16 60 12 16 28 20 24 12 4 60 12 8 40 4 64 452 Subtotal F&N Labor $34.393 S35,634 $0 $71.179 $4.305 $62.358 $49,293 S35.006 $26.499 $14.584 S7,058 $14,779 S29,665 S74,692 S62.841 S43,786 S51.258 $33.209 S48.556 $29.745 $19,171 1307681 $16.564 $6.351 $23.15( 87,721 150209014 Fm Eresse vnel WahoEs Exhibit B4 City of Fort Worth - North and South HoHy Water Treatment Plant Upgrade - Qzonation Facilities 'f 'I /26/2DD8 Page 1 of 4 1V1WSE% ESTIMATE Total Traditional Services: S Total Non -Traditional Services: S Total Basic Engineering Services: $ Total Special Engineering Services: $ TOT-i S Phase 0001 - Engineering Design Services Task 100 - Preliminary Engineering 101 Preliminary Design Memoranda 102 Regulatory Coordination Miscellaneous Expenses (computer, mileage. printing, phones. 200 Final Design -.Administration 201 Project Management 202 Project Kickoff Meeting 203 Progress Meetings 204 Quality Assurance/Quality Control 205 Constructability Reviews (60% and 90%) 206 Opinion of Probable Construction Cost (60%, 90% 207 Building Permit Assistance Miscellaneous Expenses (comnuter_ mileage_ nrinti 200 Final Design -Ozone Facilities 220 Bidding Document Preparation 221 Ozone Generator Building 222 Liquid Oxygen Storage Facility 223 North Holly Ozone Contactors 224 North Holly Ozone Contactor Area Piping and Sitework 225 South Holly Ozone Contactors 226 South Holly Ozone Contactor Area Piping and Sitework Miscellaneous Expenses (computer_ mileage, printing, p Task 200 Final Design -South Holly Improvements 231 South Holly Filter Renovations 232 South Holly Filter Backwash Pump Station Miscellaneous Expenses (computer, mileage, printing, phones, etc 200 Final Design -North Holly [mpravements 241 North Holly Raw Water Meter Vault No. 1 242 North Holly Filter Hydraulic Improvements 243 North Holly Sedimentation Basin Sludge Pump Station 244 North Holly Backwash Reclamation Pump Station Expansion Miscellaneous Expenses (computer, mileage, printing, phones, etc Task 300 Bid Phase Services 301 Bidding Document Distribution 302 Pre -Bid Conference and Addenda 303 Bid Opening and Recommendations 304 Conformed Drawings 305 Ozone Equipment Pre -selection 306 Ozone Equipment Shop Drawing Review Miscellaneous Expenses (comnuter, mile 18.I % 2,342,550 248,275 2,5909825 24590,825 SI1B TOTAL SITB TOTAL SUB TOTAL SUB TOTAL SUB TOTAL SUB TOTAL Phase 0001 Total Princ 1 1; 12 f 0 0 0 0 0 0 0 0 0 0 0 0 0 OPCC: $33,8007000 Design Phase % Traditional Services = 6.05% Ad & Award % Traditional Services = 0.88% Total % Non -Traditional Services = 0.73% Total Project % of Construction = 7.67% Project �Ianagej 24 24 48 160 4 64 96 40 10 28 402 28 56 16 12 14 40 32 198 30 32 62 I6 36 24 12 88 0 I6 8 32 4 60 858 Project ;ngineers Design Engineers Designer/ CADD Tech Senior Struct E 76 60 0 52 0 22 12 128 60 22 12 254 0 0 8 4 0 108 40 16 24 0 0 40 24 0 0 0 40 56 0 12 422 100 56 48 130 192 186 12 54 24 84 10 20 0 8 42 28 28 72 50 74 140 112 112 32 204 156 60 662 562 552 54 162 40 42 4 108 80 96 6 270 120 138 10 60 56 40 8 68 44 78 32 76 40 22 4 52 64 12 256 204 152 44 24 24 24 72 40 20 4 12 0 0 8 12 32 16 693% Only Traditional Services FREESE AND NICHOLS Structural Engineer Electrical Engineer Geotech Engineer Project Architect Proj Support Staff Senior Const Repres. Subtotal F&N Labor 44 24 16 $34393 12 64 20 8 16 $35,634 $0 12 0 108 20 32 32 705027 8 $71,179 4 4 $4.305 24 24 12 12 12 48 S62.358 4 32 14 26 8 24 $49,293 48 96 $35.006 88 20 526.499 25 8 16 $14.584 28 108 26 63 1 124 208 2639224 18 40 1 I20 1 $92.002 64 1 � 388 120 202 0 0 428 20 40 60 0 0 0 40 32 32 104 j 0 I 0 I 0 148 � 80 56 4 12 0 0 20 1,886 1,126 976 172 4IS 108 134 531 $92.280 rM Exhibit B-1 City of Fort Worth - North and South Holly Water Treatment Plant Upgrade - Ozonation Facilities 11/26/2D08 Page 3 of 4 MWBE% ESTIMATE 18.1% Total Traditional Services: S 2,342,550 Total Non -Traditional Services: S 248,275 Total Basic Engineering Senices: S 2,590,825 Total Special Engineering Services: S - TOTAL $ 1.590.825 Subconsuitants SUBTOTALS Phase OOO] -Engineering Design Services Inventhre Drilling Soils Non -Traditional Traditional Total ODC Carollo Gupta CPYI Concepts Subcont. Laboratory Alpha -Graphics Semites Services Fee Task 100 - Preliminary Engineering 101 Preliminary Design Memoranda $135.160 S21,500 $1.600 S200.566 $200.566 102 Regulatory Coordination $35.634 $35,634 Miscellaneous Expenses (computer, mileage, pTinting, phones. etc) $3.500 $3.850 $3.850 SUB TOTAL 3,500 135,160 21,500 11600 0 0 0 0 0 240,050 240,050 Task 200 Final Design - Administration 201 Project Management $57,980 S17.500 $4,400 $155.053 $155,053 202 Project Kickoff Meeting $4,305 $4305 203 Progress Meeting $34,070 $16.900 $1.900 $117,766 $117,766 204 Quality Assurance/QualityControl KIM $12.500 $70,944 $70,944 205 Constructability Rc)iews (60% and 90%) $35.006 $3506 206 Opinion of Probable Construction Cost (60%, 90%) $157400 S9.200 $2,900 $55.3 74 $55.374 207 Building Permit Assistance $14584 $14,584 Miscellaneous Expenses (computer, mileage_ printing, phones, etc) $6.500 $14.000 $21.850 $21,850 SUB TOTAL 6,500 115,570 569000 91200 0 0 0 14,000 0 4747883 474,983 Task 200 Final Design - Ozone Facilities 220 Bidding Document Preparation $74,640 $98,560 S2,700 $2544 $279.368 $279.368 221 Ozone Generator Building $5.000 $150,160 $5.400 S? 880 $264.142 $264,142 222 Liquid Oxygen Storage Facility S77,610 S1,800 $0 S90,439 $9M39 223 North Holly Ozone Contactors $44.380 $4500 $1536 $67.715 $675715 224 North Holly Ozone Contactor Area Piping and Sitework $2,600 $M200 $3,072 $46.331 $46,331 225 South Holly Ozone Contactors $160,140 $41,400 S9:600 $6,700 $1.350 $304.842 $304,842 226 South Holly Ozone Contactor Area Piping and Sitework $2.770 $16,300 $5,376 $88510 $88,510 Miscellaneous Expenses (computer, mileage, rioting, phones, etc) S24,000 $26,400 $26400 SUB TOTAL 291000 512,300 151,660 29,200 25,008 69700 1,350 0 0 11167,747 191677747 Task 200 Final Design - South Ho11V Improvements 231 South Holly Filter Renovations S2,496 $46.406 $46,406 232 South Holly Filter Backwash Pump Station $36.720 $2.880 $92.838 $92_ 838 Miscellaneous Ex enses (computer, mileage, printing, pbones, etc) $0 $0 SUB TOTAL 0 0 36,720 0 5,376 0 0 0 0 139,244 139,244 Task 200 Final Design - North Holly Improvements 241 North Holly Raw Water Meter Vault No. 1 $16.560 $2.112 $52,815 $52,815 242 North Holly Filter Hydraulic Improvements I $2A96 $51.177 $51,177 243 North Holly Sedimentation Basin Sludge Pump Station $18,540 $3,360 $52,740 $52,740 244 North Holly Backwash Reclamation Pump Station Expansion $4.720 $2.112 $26.344 S26.344 Miscellaneous Expenses (computer, mileage, printing, phones, etc) $0 $0 SUB TOTAL. 0 0 39,820 0 109080 0 0 0 0 1833076 183,076 Task 300 Bid Phase Services 301 Bidding Document Distribution $16.564 $16.564 302 Pre -Bid Conference and Addenda $26,820 $20,000 $1,200 $82.955 95 ,95 $82 5 303 Bid Opening and Recommendations $6,882 S6,882 304 Conformed $9,000 $1501 $0 $15,801 305 Ozone Equipment Pre -selection $73.500 $2.500 $103,156 $0 $103,156 306 Ozone Equipment Shop Drawing Review $33,800 $377525 SO $37,525 Miscellaneous Expenses (computer, mileage, printing, phones, etc) $9.000 $25,000 $5,000 $31,150 $36,150 SUB TOTAL 91000 134,120 295000 11200 0 0 0 1 279500 161,482 137,550 299,032 Phase 0001 Total 487000 8975150 3341700 417200 405464 65700 1,350 41,500 1615482 21342,550 2,5043031 Geese r nd f\ §CFSGtS Exhibit B4 City of Fort Worth - North and South Holly Water Treatment Plant Upgrade - Ozonation Facilities 11 /26/2008 Page 4 of 4 Phase 0002 - State Revolving Fund Loan Assistance �T Inventive Drilling Soils Non -Traditional Traditional Total dDC Carollo Gupta CPYI Concepts Subcont. Laboratory Alpha-uraphics Services Services Fee Task 500 - SRF Documents 501 Engineering Feasibility Report $27,858 $0 $27,858 502 Environmental Information Document $2,000 $L000 $34,925 $0 $34925 503 Ozone Operation Manual $500 $16.311 $0 $16,311 Miscellaneous Ex enses (computer, mileage, Tinting, phones, etc) $7,000 $7,700 $0 $7,700 SUB TOTAL 7,000 0 0 0 2,000 0 0 1500 869794 0 86,794 Phase 0002 Total 7,000 0 0 0 2,000 0 0 1,500 869794 0 865794 $55,000 $897,150 $334,700 $41,200 2.12% 34.63% 12.92% 1.59% MWBE Commitment = 19.00% MWBE Estimated Totals = 18.1 % $42,464 $6,700 $1,350 $43,000 1.64% 0.26% 0.05% 1.66% $248,275 $2,342,550 $2,590,825 I A to v co FA Sd F+ M 07 P Cn O wm l0 W rnLn Ki r 0 o O r- rr oK 0 0 ,r ro x no 0 rs rr H O 5C $ r cr O m o Ft m p cr .7 CD 0 w rr m rt U m ro w ri 0 m rl cr x a o �y m wmm N m m z v � z 1 m v m cz m z im 1 <I m D y Z 0 0 p _ z co Cwj m X w 1 14 � 0 ' 22 ODzm � 0 ro m m r �m I 1 W OS O a A m IT m n��Jm He z o 5 mM Om m m o y z o O n D Z O D O M m�p� p 0] W m .0 -I O z m r0 < r (7 3 'I c Ci in m C r D 0 t= fee -I I 0 W �c> zi n D c D 0 0 c r< m r< �D;um m eee m Z D X m m [7Zm� m N O. 0 r3 O Cn lee O c r m O r G) n m z r m 1 m m o �-I�O ~ N ca Z { D O D C m r �)m-ZIZ WeeO C -r co ❑ m �- o m Z rn D z_ (n ZCfi F' F" •�� �" -ci 0 0 -i < 0. m z c m�-1c ee r w p 0 O Cn -1 m X C m 0 r-i tr r'• z r D D � z 0 r x D ❑D �_D�Z N r o r m �0Om -Di rr v�i Fn 0 >_ �m�r O � (D r Z m O A X O T O —I x `*000 z CO m x FC-m Cl) o <ozo x 00 =WOE �m c D mmz< N � m o N N tree m-o�oo n D < zr-Om c m p 3 m) m Cl) m m (n 00 0 (n D In < z m CC)0mm mm0o 0 3 O m 2 2 Dpmm m z 0=;z m m ' ° Dmox �zco a < r �" 0 m cn-� m (nZD O W m co 1 www mho 0 m z -=O Feel o Omm D -n < rem0 U m m -4 �Om z m0 C] m Eq r m m m D m DO D �-0 �W �m m0 m G� T K m m n n 0 D c� c mX 00 .O m0 X m m m A D W w n 0 -12 -i 0 O O O z X O m 0 m= ry He o o � X= Om o m- m P O F m� m o m cn x-1� m �n Dm m O O 0 �, m< -< 0 z c 0 m o= O m �vfn7� 0 0 zr zr x eo D C) 2 Wm D D = Cn D = m m` 0? 0 m -0i r D 0 r �1 m n c) D m z o o vo m (_n (� p m w O. o D { < O x o m Om— m m m �m m n m Xz m m -0 � < cn -I z n n GD7 0 n c) - m n m r Q z m 0 m DT�O < o m D o �_ m m? m Zy> 0 D D < -- m r C a m m= m0 G) c0i z c) 9 Omo 1 to to t» rn to vi <» rn to to to t» in to t» en <n to t» to to p < �Ntn m� zmx o Cn � 00 0o -I Ocn - %O �) z W O o o Co 0 _SG) O C o ry z O � 0 ri F+- to m C m r{ � O cr rr Cn m z m `r v c $ m H m o R+ $ W o 0 0 He to m [� i R o m O ccr p W a®I 0 z w rr rr o w o (D w o M m O r cr a p m m w m F+ F' M Ea 0 O H O l0 R7 C7 N He F, 0 rr rn w m OD N � w n N i C o — ^mn �m m O F-' v o mnoo I 0 H o r z z z z z x x �ozm m m rnv�CD m o t m D ;)m ci Z 0 Z M rr m MEMI =vmmi aMEME n C tj O m n con n � mC �mrrr v�;u FA Z 00 M . cn n wn on-niOm m „rr Om;v v mmmcn M z vcnmD 03zc m O < 0�Di a m =>Zm - ic X D Z=O m rpm 0 O 0 OZ Ny mmm-n me, cn��� mZM �v rv0� � �0mz » , � 0 , � n ) 2 . \ 2 / ƒ e § CD CDE \ ® 7 2 )/ o a/ i a CD < R CDcD CD = n S d / & / k a / CD\ § / \ e — c / ) ( _� \ E _ < a CD \CD ) \ E k 0 & > E / 0 S $ > \ cn ) § § 4 R 2 C 9 /> 7 E 7 (n/@ cc CDa° e g g &=a \0 ®3 = o < _ E 2 CL 0 \ CDR 7 / k ° v CD J \ — \CD/ 0 CD\\ / 9 & \ ) / f =e_ 0 CCL D /\ // Z \ CD Ek ® _ = c — J 0 \ \ / \ CD C2. 0 0 co ° - e OM % G ) C CD k$ / _ __ (D0 ® \n cn CD 0 CD_� q S \ _ _ ® g 7 E ¢ k g E/ a k o = s (n @ . / \\ �0 > = g f = D 0 CD $ / CD CD 2 \ . = CD D N H n zc O O He O0 rr (D 1444 rr 0 CD cr H O x w m � PV r 0 Ul W n O O = CD � 0 x� G cr co � O n O r m 0 rr H H K] H x (--' R N i. � .Hi IMP a x m O 00 OD N to coN � t7 'L1 ro `� w w r a rr N O rr 0 D C) = i v _� -Di o D p (Ar'i y n m r o N y m m= 0 m m z -4 m o O O m j O = O i ao rew m m pmi D z = = O m -i m m Z O T y D D Z mew0 y O -+ o D c < m m t) o r = D O z y m r y Q F o c z ww < z m m z o a o z o r (- n O z m Z m m o m > m D ` r o n O b Z � � 0 O m v rm m H D o 0 mew an r D m A c w O O m o O � m _( o o moi = •D-1 y O D m _ D O y m O m o ev Z � y x � M 00 Z r z Z o rz n m 1 m m lb w 0) � zA m�D-1 $ H Pin X M O co OD m� yp O��M w w (D rr- x m� Te< k zo O 1-1 rr rr r --i -3o0 o OX'U m O- m� Om O C �� � z Dm x x m L7 X x x D 0 x 0 U)�pO D 1 W Pa.� a° �N' �Q �� my z z DDCO o PH 1 g b• H•a He O m� yn � o O y D z 2 y D D M r= O m • w H-cr rr m� m O O z 3 0 D p Ozm� m <<c r3 M o n c < Z mmma 0 < 0 cr H He He r- y a m 5,0 m e c c D rmew mo m O y n rD- 1 -i m law 0 m mz p c p c r m j m(=Zwe rOt rr p p -1 O� mT -Z-i - W D y x mewr - I H••C a a xD Cy O z C r- O D A m w H N I o O Z -+ D O m m m rzn r O D_�Z Z Cl) j H cn m z < z r m mewr m p O o o o m AC D y D r -I Cn -( c c _( < D -i 1_ m 5� pro d r z � c � C r -o r- `mom > 0 w< Cc�� O rr m 0 m 0 mox o m D ❑ - -i -1 O -( - o m K Z R+ O D J <» W � Cn j m He H N M lxn O O --i M z 0 m rn a (D N (D 0 c O D mewi DC Dr Cl) R r 0) W_ y < m y rr �". p O w< < O *MZM �000 O m o o m O _W _r O H re rr x � m O �om m m n bd r m DmOr m M m MG0O 5 W N m m m (D W 0 m $ x qqG � > w< n0` Xn0 P] x q < S rr 2 tel ro o m 0 o mm�m �� v 0 p h He a z to OD , J O m C7 tWTI C� M 0 H• lA IP W H H r z rOm b H H z W (D Allow (D z m (7 o --i7 O (D m m C cGCi)DC HW M m 0U)00 y Z W O O He V o °z -C;�O 0) cr o °Wow He` W 3 Gomm ,< Z: ;a H• a cr m o cr A He Z r m Cn DmGC � vp He tj rw��_��7 rr a 4 v -Di- (nZ�M rr P O (D n o 0 a0 0 0 3m F1 D � � � � y p r N N N N cT Cnzz o n v w w W W m �� cco M rr m z � rr O (D He O< o 0 o O ame< m* o W M rr Cl)mew co co W m m - D cer mew (D He m o xM p y O cr D� OOmm O m n mj a p H H H Hr >U),n n H o 0 Cl 0 3v r-m0 H- rn He rr � � �I N N N N `�M � •C W car W w w w W o- S�-i v� mj E xa rr o 0 0 o �Om H- N to to to W O H rr a z Him reme �=0 m m m x D m DO D �-a �m (v m0 -u 0 -o K Tom CY a s r r ,p D c -{ C .T7 m0 O min (D He PA G� O -i2 -+ �O �O �� z O m={ a s G o y- = O� O 0 m� o m y m ADS X.4'U (P (D H• Cl) O0 m O O O 0M 0, �,< < =� c W O O=M H-M rr m m =;o G� O z� Z a� a- o- aZ N m O D Z mm� D D <y D O r2 r m -� m Z vz O -� r D (n O r' Cn N COHe y D r—i —i C <D < -G a '-'y y D r y O O O m m 0 D m 2 0 z --o =mac O w mpg �Oo p rnw T me x y > < < z O O D o om� Om- K m G 'm ap)FI O D m0 y z D D 0Zz ZxZ m Z O 0 m wo O -o �Mo co _lo N H < m m 0 `c DSO m o 3 jom ZO> rr O m r r O D D D m -I m o m 0 p m z { .,., r -Dj m a m �= coi C � 3 Omo He Cl -� Z�z Z 0 s fl s en v e v va n ss n f» Fn v v e» E» v <n n �' 0 D O 0 0 H H H H H H N N H W W F' (D G o o o o -1 W H p 0 Cl Cl o 0 N a o 0 o O Cl o O o 0 CD Oo zm� w (D o 0 0 0 0 0 o O O o O N (/� m rr rr ri G O O o o o % 0 0 -I H• x O O O 0 0 0 o O N cr o O o 0 0 0 0 Mc> p O O o O O o 0 0 0 o mz N o o CGo 002 '7 0 2 U Gi o 0 o n z CO o � � z n H• rn (D C I rr n A �-' H (ND v N :4 W He n P� O N 0 0 0 He (A m car o N m rr W A w Ho m � o w n o N N O x (ODwe YO m w m H H H m O H O t0 N H- H a cr M a a m 11' Ou N /_ to w n U7 I o �m cooH ao N O I coFj ` O CD r z z z z z Z x M M C D O= c rOz -irl- — m o co D m �m�c�i Z H x x ''AA r• y n D S Z .'0 V+ p cr rr M m-1v=! C rn rn rr w a a < OD k v_ Z-I �1 a Z mmTm H- m mn gym_ m n w n 0��� ^ H p ri O MC7 cn `+ G `D H z M oeq M z in mn o��v a0o mmmxi Ocn�D mo rr 0 (DWZC� =O � a ro Z DtjX rr OZ=O r_vmm 0 Z n� O Z to m men� m _ x m O n cl)'4-.I."9 ( 3 mZM� Got rvO..j �0ammi m0 ;l I . § k \ / 0 a § /° = E c ® 7 2 \ n CD / i « _ < z \ . _S 2 n G � 2 / CD � a / f \:3 / \ _ — c _ \ k ) _� \ / <1 \ \) \ CD / § 0 & > \ 7 / 7 g E > \ \ § § NR 2 ® 9 / > \ AAAA%� 7 \ _ 2 / CD a \k ®\ = a < cn CD_ E 2 \BCD 0 0 CD / ° Q » n / \ k \ \ \ (D \ ) / M n�7_ =9 o a a B= o_ CCL D q \\ \/ Z \CD 3 / k ® 0 \ \ ƒ � / / l o « = m a 3 \ C 0 � 2 ] _ \ / ® § \� �� » — E o = _ c n — o n _ \ / _� A . k g 0 _ _ ® G ] \ E $ 0 § � i /\ � \ CIA § ® d / e / CIAom ° % / \CD AAAAft co � 7 § . = Ex m C z v 0 m z mmi N N O O w w cn 0 N Cn O O 07 (Q (D o'n v ° v 0 o � CD rn am 0 CD cn cD CD CD (On mol 9 a) m 10 a)o �0 O CD =*; C� (D TI � c v O a v CD N m cD 0 c CD Q 0 v .0 v z mmi (D a < CD v� �, �� 0 =0 Q CD to �u. CAD C~ o n 3 O< v v m c ' 0 v C CD a -n0i�0 vo�(no� -'oCCmo o0 to cD°0 �cn 3 Q o N (D (0 co°�cnO(a O muCD3 ,+ c 0 o _ m D- `� m� omo oo� v����o �30�0 (a NJ �Z)� o a o m o� ° �' Q-'�� ca �m �' BCD o ci �m v o z O z ° (n 3 cv 0 0 n^ c O aim m N O� a Q 3- cD �cn o Q a� Q Q Q'v ° Q 3� N �Zy �o �0� 0��cc0nn �� D�Q�� � ��v —aO o O a-+. ° cn O p o_� `<(nZ v�QQ°C� CDoOaOCD(a �5m C CAD CD o O. N -Q 0 Om N C7 (D' n n n CD =To CD _y mo (D -'z(o CD CD 0 n m3 �v� °��OOco 3vN�CDc°� 30 � Q- 0 O O O CD N O— a (D m W CD O -I 0 0 CD CD ("0 3�'Q 0 Q moG73�v o 0 o CD CD 0 = 3 cD Q-o �•p� m �C� c -� mM ° -"° =mac :3v Z) 0 =rCD o 0 0 0 .0)< �O 3 33 N 0 �N a C) Z. =y CD— C CD Q 3 CD c N CD . t (7 N in 3 �. O a — CD -t O � `GC mmlO O n cn � � �.(n -I 7 O 3Q<N Z° 0 CD Q CD cnc�u ° 0 3 Th30 av v � �"�° 20 o Q o CA S3 Q00 CD �(D 0°CD03�'CD �� mo N 0 2 r« C 0 -�CD O MO O v 0� O O O `< � Cn E< N a -' .O 5 v O_O� CD(CD cn O cn O (am_�o Q (n �x 0 CD N C C� Z) CD ° C O O D1 C v O v -iN �* Nam CO O D CD CD mm, 02, 0CD v o r;=3 v o x cQn o X Q 3 z`� o Q 3 CD v o 0 �3 ao CD m� 3 Q m cn cD 0°`0CD�o .�Q �.`m m Q v -�Q v Qo m 3cn ca Q-FD0 O��Qsy oC�DO(na O om 3 a �h 0 - m 0 ° L 0 `� O 0 D ° (D O O (D < (� 0�(n Q�cnCD(Q �Q ���Q o cD�n °��� 0 �3Q-°(DQ vD o� OD v 3 � (D o 00 �.a CD ((n � 0 cn CD a O CD N (n a o i y �c,aivD rL a ® a -j am C izZZ� �' Q (7 8 o Ct) Cff) ' g" Z v p -I n Z Z Its' m '� O cn I� fl a !0 Cl) 0 Z In L X ®h t® I® D rook T .10 ® N0 � ID �N°°� N 0 rr sa CD Z� Z:Z M N-�i A O I� _ C: c cCD 0 Mal TI TI cml � v a o a o CID CC) v o � v 0