Loading...
HomeMy WebLinkAboutContract 58276 CSC No. 58276 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Brown and Gay Engineers, Inc. dba BGE, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Richardson Slough Modification and 20-inch Force Main — Project No. 103514. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to. $361,230.00 as set forth in Attachment B. Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Engineer shall provide monthly invoices to City. 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. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Engineer of said payment shall release City from ail claims or liabilities under this Agreement for anything related to, performea, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article Ili Term Time is of the essence. Unless otherwise terminated pursuant to Article Vl. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. City of Fort Wort}1.Toxas [Richardson si OFFICIAL RECORD Standard Agreem ant for Eng the aIn9 Related Design Services CITY SECRETARY Revised Date'November 23,2021 Page 1 of 15 FT. WORTH,TX Article IV Obligations of the Engineer A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto, B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing under the same or similar circurnstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder_ The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may eccurthat could affect the total PROJECT cast and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. Cilyd Fori Werlh.TaXas RichardsQn Srough 20-Inch SS Farce Main] 5landard Agminment for Engineadrky Related Design Services [103514] Revised❑ate:November 23,2021 Page 2 or 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in _pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site represerltatives 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 abligatians, 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 cr 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 orto determine, in general,, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the contract documents, nor shall anything in the contract documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. if the ENGINEER makes on-site observation(s) of a deviation from the contract documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required l,n the contract documents. City of Fort Wo&,Tom IRichardson Slough 204nclhSS Force Main] Standaris Agrearmnl for 5nglneedng Related Design Services [10N14] kevised Date:November 23,2021 Rage 3 of 15 F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competRive 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 low or for what purpose the construction contractor has used the moneys paid, that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are no other matters at issue between the CITY and the constructor contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed, The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. Gly of Fort Worth,Texas [M nardwn Slough 20•lnch SS Farce Maln] Sland ard Agreement for Engineering Related Deslgn Servlve8 [1036141 Reuised Dais:Novemder 23.2421 Page 4 of 15 I. Business Equity Participation City has goals for the full and equitable participation of minority business andlor women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. Engineer acknowledges the MBE and VVBE goals established forthis contract and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and U1WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination} of this Agreement and debarment from participating in City contracts for a {period of time of net 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 subcansultant 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 subcansultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subcansultant 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 subcansultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of hard copies at the rate published in the Texas Administrative Code in Cily dfotl Worth.Texas [Rk hareson Sbough 20-Inch SS Force Ma In] Slandard Agreement for Engineering Related Design Services [10$614] Revised Date;November 23,2021 Page 5 of 15 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting properly 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 FNGINEER 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. Q. Permitting Authorities - Design Changes If permitting authorities require design changes so as to complywith 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. Gliy of Fort Worth,Texas [Rk-niardsan Slough 20-InCh SS Farce MaiMj Standard Agreement for Engineering Related Dasign Services [103514] Revised Date:November 23,2021 Page 6 0115 P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. G_ Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids, permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. City d Fort Wofih.Texas ;Rv�har¢son Slough 20-inch SS Farce Main] Slendord Agreement rot rngineering Related DraignServices [103514] Revised Dale:November 23.2021 Page 7 ut 15 F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEEIR had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification The CITY agrees to include in all construction} contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the construction site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. City of Fart Worth.Texas [Ricigardson Slough Ddnch Ss Force Wnl Standard Agreement for Fnginaering Regaled Design Services [1D3514[ Revised Dale:November 23,2021 Page 8 of 15 I. Litigation Assistance The Scope of Services does not inolude 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 wiil be negotiated between the porkies. J. Changes The CITY may make or approve changes within the general Scope of Servioes in this AGREEMENT. If such changes affect the ENGINEER's cast 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 V1 General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall awn the final designs, drawings, specifications and documents. C. Force Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable far any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fad Worth.Texas [Richardson Slough 20-Inch SS Force Main] Standard Agreement for engineering belated Design Services [103514] Rsvl$ed dale:November 23,2021 Page9CAIs D. Termination (1) This AGRLLMLNT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b) by either the CITY or the ENGi!NEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such *nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows* a.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or otherforms of ENGINEER'S work product; b.) The reasonable time requirements for the LNGINI`LR'S personnei to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an 'itemized statement of all projected termination expenses. The CITY'S approval shall be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cast of the ENGINEER's personnel and subcontractors, and EINGINEER's compensation will be made. F. Indemnification The ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual *wily of Fprt worth,T*-s fRichardson Slough 20-Inch 55 Force Main] Standard Agreemeni for EngimOng Relaled Design Services [1035111 Revised Date-NowmW 23,2021 Page 10 Q1 15 property infringement, or failure to pay a subcontractor or supplier.CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held forany 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., V1.D., VI.F., I.H., and VI.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. K. Contract OonstructionlNo Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. Clay of fore Warlh,Texas [Rlchardson Slough Wrich U Fo*oo Main] Standard Agreement for Engineering Related aaaign Services (10351A] Revised Data:November 23,2021 Page 11 of 15 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and er-nployMerlt eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $ 100,000 or more, the City is prohibited frorn entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: ( 1) does not boycott Israel, and �2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2274 of the City 4f Fort WorUt,7aXas [Richardson Slough 20-Inch 58 Force Wn[ Standard Agmmment for Engineering Relnied Dasign Services [1030141 Revised Date:tfovember 23,2021 Raga 12 of 15 Texas Government Code-(as added by Acts 2021, 87th Leg., R,S., S.B, 13, § 2), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a compare (with 10 or more full- time employees) unless the contract contains a written vertication from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not Boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 0. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S., S.E. 19, § 1), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it- (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a Firearm entity or firearm trade association. The terms "discriminate,,, 'firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.3., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties_ This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. City of Fort Worth.Texas [Richardson Slough W-Inch U Force Main] Standard Agreement for Engineering Related assign Services [1 03514] Ravised bale,November 23.2021 Page 13 of 15 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 Q - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements City of Fort Wort],TeNm [W&ardgon Slough 20•Inch SS Force Meinj 51a n¢ard Agreement for Engineering Rnk ed Design Services j103514] Revised Date:November 23,2021 Page 14 of iS Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF TORT WORTH ENGINEER Brown and Gay Engineers, Inc- dba bAAA,&andjgjf BGE, Inc. Dana Burghdoff( 18,20 1832 CDT) r� Dana Surghdoff Assistant City Manager ---- Carl J. Krogness, P- E. t7ate- Oct 18, 2�22 Director of Public Works Date:�`� 4Z ATTEST. ° a �dt A ette 5.Goodall[Oct 19,2022 08• OYi ►u .00 Jannette S- Goodall p"o o9�a City Secretary ¢v o=� Q� oaoE000 000 c ¢aa r 5 APPROVAL RECOMMENDED: n L xa44 By:Christopher Hard (Oct 13,2i122 09M CD 1) r Chris Harder, P. E= Director, Water Department APPROVED AS TO FORM AND LEGALITY Form 1295 No. 2022-88827.6 gy:ogt.r7atla.zozzte:2670T) M&C No.: 22-0594 Douglas W. Black Sr. Assistant City Attorney M&C Date: 08/0912022 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 SC,Cft Taylor PE Scott Taylor, P.E.- Sen or Professional Engineer City of Fort aloft 7exaa ,Ridwrdsm SI"h"-kxh 53 Face N,� Sfartdsrd Ap*wm rt for En9knoenAg R*Wmd D&wrA Ser*es RuWmd Date-Num,bar 23.2021 Pape$Sof 1S OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX ATTACHMENT A OFSIG N SERVICES K OR RICHARDS014 S f OUCH MODIFICATION AND 20-INCH FORCE MAIN CITY PROJECT ND.:IM14 ATTACHMENT A Scone for Engineering Design Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR RICHARDSON SLOUGH LIFT STATION MODIFICATION AND 20-INCH FORCE MAIN CITY PROJECT NO,: 103514 The scope set forth herein defines the work to be performed by the ENGINE-FR in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be perfvrrned and address the needs of the Project. The scope of the project includes the design of a 24-inch force main to parallel an existing 16-inch force main, Improvements We to include connection to the existing Richardson Slough Lift Station including the addition of valves and appurtenances to improve operations of the lift station and force main. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task g_ Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists TASK t. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively, + coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team Lead, manage and direct design team activities ■ Ensure quality control is practiced in performance of the work 4 Communicate internally among team members CRy of Fort Warm,Tem s Attachment A PMO Release Dale:08.1.2014 Page 1 of 18 ATTACENLENT A as6N SERWIGES FUR RICHARDSONSI.OUGH MODIFICAMN AND 20•IN04 FORCE MAIN CITY PROJECT AO.:103514 • Task and allocate team resources 1.2. Communications and Deporting 4 Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensrire economical and functional designs that meet CITY requirements Conduct review meetings with the CITY at the and of each design phase (4 meetings) • Prepare invoices and submit monthly in the format requested by the CITY. Prepare and submit monthly progress reports n 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 ❑ to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. + Complete Monthly MI BE 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 • 1Nith 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. Pb 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_ ASSUMPTION 5 a 15 MUVBE reports will be prepared 4 4 meetings with city staff • 15 monthly water department progress reports will be prepared 15 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress [&parts D. Baseline design schedule City of Ford Worth,Texas Atlacli meet A pmb♦}ewase Dale:06 1.2014 PagE 2 O1 I ATTACHMENrA 0MGH SERIES FOR RICKAROWMSLVUGH MODIVEA710H AM)20-INCH FOME NAIN GITYPRWLC7 NO.;1a3514 E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule charges F. Monthly M NBE Report Form and Final Summary Payment Report Form G. Plan Submittal Checklists (See Task 9) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The purpose of the conceptual design is for the ENGINEER to ■ Establish the project concepts and design criteria. • Study the project, • Verify the proposed force main alignment can be constructed within existing easements, • Evaluate existing lift station operations, • Confirm future Lift Station operational needs, - Recommend the alternatives that successfuily addresses the design problem, and • Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2,1_ Data Collection ■ In addition to data obtained from the CITY, ENGINEER will research 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 `fax Assessor's office. • The data collection efforts will also include conducting initial coordination rneetings with affected property owners and businesses as necessary. ■ Obtain operational information for the Richardson Slough Lift Station and force main including site visits to lift station to observe frequency of backwash operations. • 0btain existing flow information for the system upstream of Lift Station. • Obtain Master Plan design flows. • Obtain any previous evaluations/design calculations for the existing Lift Station. 2.2. Richardson Slough Force Main and Lift Station Preliminary Engineering Report 2.2.1 ENGINEER will evaluate Lift Station and Force Main Operation 0 Review CITY provided ftow projections for the List Station city or Fora Wc0h,1'exdS Attachmeni A PMO Release Date:DEL11014 Page 3of18 ATTACHMENTA DESIGN SERVICES FOR RICHARDSON SLDUGH MODIFICATION AND MINCH FORCE MAIM CITY PROJECT NO.:103514 4 Review the exiting force main hydraulics • Review lift station pumping capacity and force mains stem h droulics for single and dual force main, including valve arrangement for yard piping. 2. .2 ENGINEER will develop 20-inch force main conceptual alignment and profile (roll plats) and conceptual operations Verify existing easement limits and location of the existing 16-inch force main. This will he achieved by performing the topographic survey upon Notice to Proceed. • Review constructability of the proposed 20-inch force main within the existing easement • Develop preliminary profile For the 20-inch force main * Evaluate conceptual 20-0ch force main hydraulics including dual force main system hydraulics 2.2.3 ENGINEER will develop Conceptual Plan for Lift Station Improvements • Develop Conceptual existing and proposed site plans • develop Conceptual mechanical plan and section 2.2.4 ENGINEER will prepare conceptual plans for potential access routes for heavy equipment 2.2.5 ENGINEER will prepare conceptual plans for bypass pumping or flow diversion 2,2.6 ENGINEER will prepare conceptual opinion of probable construction cast 2.2.7 ENGINEER will complete PER. The PER shall include conclusive recommendations in accordance with the Project objectives and scope. The appendices shall include the decision logs in addition to other design documents. ASSUMPTIONS • 3 copies of the Preliminary Engineering Report. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11 x17—size fold outs bound in the report 2 sets of plan and profile roll plots will be delivered for the Conceptual Design (30% design). • ENGINEER small prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERA13LES CRY of Furl WWh.Tema A%chment A PMQ Release Date:08.1.2014 Page 4 of 18 I ATTACHM ENT A USlIGN SI RVICES FOR RICAARDSON S[GUM MODIFICA7108 AND 20,1NC4 FORCE MAIM CITY PROJECT NO.-W3516 A. Conceptual Design Package including PER and Conceptual Roll Plots TASK 3. PRELIMINARY DESIGN (80 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of 'Preliminary Design Drawings and Specifications shall include the following; • Cover Sheet a Index of Drawings. Legend and Abbreviation Sheet ■ General Construction Notes Sheet Project Specific Sanitary Sewer Pipeline Construction Notes • Bypass Pumping PianlFlow Diversion. Sequencing and Notes e 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 foilowing information shall be indicated for each Con troll Paint= Identified (existing City Monument#8901. PI{ Nail, 518" Iran 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). 0 Overall nroiect easement layout sheets] with property owner information. • Overall project 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, purrap stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvemenVexisting sewer mains and all sewer appurtenances in the vicinity. O Flan and_profile sheets which show the following; proposed sanitary sewer planlprofile and recommended pipe size, 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. ■ Coordinates on ail 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 planlprofile sheet—two or more. Oty or Torl Worth,Texas AttaChrnertt A PI590 Release Late:O5.1.2014 Page 5 of 18 ATTACHMENT A DESIGN SERVICES FOR RICHARDSON SLOUGH MODIFIGAYION AND 2sINCH FORGE MAIN CfrY P ROJECT NO.,10351 A • Baaring.s_given on all proposed centerlines, or basallnes. • Station cc uaticns relating utilities to paving, when appropriate. * The ENGINEER shall make provisions for reconnecting all identifiable wastewater service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility Easement. When the existing alignment of a water and sanitary sewer main or lateral is changed, provisions will be made in the final plans andlor specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service Timis to the relocated main. • Lift Station Site Plans. Provide existing lift station site plan. Provide site plan with proposed improvements, • Lift Station Mechanical Drawings: Provide mechanical plan and section sheets for the proposed force main connection, valves and appurtenances. * Structural Design; Provide structural design for two (2) proposed Lift Station wall structure penetrations_ Provide structural details for supports for additional valves. vaults and appurtenances. • Detail Sheets The ENGINEER will prepare standard and special detail sheets for that are not already included in the CITY's specifications_ Threw may include connection details between various parts of the project, tunneling details, boring and jacking details, french less details, and details unique to the construction of the project. • Stormwater pollution Prevention Plans 3.2. Geotechnical Investigation 0 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 conditicns for preparing bids and a Trench Safety Plan, 3.3. Constructability Review Prior to the E0 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 frorn the field visit and submit this information to the CITY in writing. 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Warks 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 City or Furl WWh,Texas Attachment A PMO Relaosa❑ate=Q&1.2014 Page(J of 18 ATfAC HMENT A DESIGN SERVICES FOR RICHARDSON SLOUGH NODIFIGATIDN AND 20•INCH FORCE MAIN CRY PROJECT NO_:tDa.W (current and future} that have an impact or influence on the project. E:NGINF=ER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potentlal future utilities in designs. * The ENGINEER shall upload individual DVVF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The DF files should be created directly from the CAD files as opposed to PDF files. 3.5. Traffic Control Plan 6 ❑eveIop a traffic control plan utilizing standard traffic reroute conficgurations posted as "Typicals° on the CITY's BIM 360 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 Stake of Texas. ASSUMPTIONS • _2_ borings of an average bore depth of_20—feet each will be provided. * Traffic Control "Typicals" will be utilized to the extent possible_ It is assumed an additional _5_project specific traffic control sheets will be developed for 6 • _ sets of_full size plans will be delivered for the Constructability Review. _3 sets of_full size plans will be delivered for the Preliminary Design (60% design), • _3_sets of specifications will be delivered for the Preliminary Design (60% design). • Electronic drawings will be delivered for Utility Clearance_ DWF files created from design CAD drawings will be uploaded to the designated project folder in BIM 360, • The CITY's front end and technical specifications will be used. The ENGINEER small supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities witho(A written approval by the CITY of the Preliminary [Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Utility Clearance drawings City of Fort Worlh,Texas Attachment A Phlb Release Date:05_1.20'14 Page 7 Of 18 AITACHINIENT A DESIGN SERVICES FOR HICHARDSON S LOUGH MOVIFICA1108 AHD 2(h INC H`0 RCE MAIN C IT Y PROJ ACT NO.,10351 d C, Traffic Control plan D. Storm Water Pollution Prevention Plan E. Opinions of probable Construction cost F Data Base listing names and addresses of residents and businesses affected by the project. TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • 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 isvvm Construction Plan according to the current CITY rSINM 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. • Pollowing a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGIh FER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cast with both the 90% and 100% design palckage& This estimate shall use ONLY standard CITY bid iterns. ASSUMPTIONS 0 _5_sets of_half_ size drawings and_5_sets of_fuIl size drawings and ^5 specifications will be delivered for the 9D% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in el[V 360. • 5 sets of—full_ size drawings and _5_specifications will be delivered for the 100% design package. A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in BIM 369. (Engineer to provide estimated final sheet list (coverlindex, general notes, control point location, easement layout, SUE plan sheets, no_ of plan/profiles, specia$ detail sheets. etc,)) DELIVERABLES. City of Fan Worth,Texas Atlachment A PMO Release Dale:09.1.2014 Page a Of I$ ATTAG HMENT A DESIGN SERVICES FOR RICHARQ$ON SLOUGH M401RCATION AND 21dNCH FORCE MAID CITY PROJECT NO-103514 A. 90% construction plans and specificatlons. - - B. 100% construction plans and specifications. C. Detailed opini❑ns of probable construction costs including summaries of hid items and quantities using the CITY's standard bid items and format_ p. Original cover rnylar for the signatures of authorized CITY officials. TASKS. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support The ENGINEER shall upload all. plans and contract documents onto BIM 360 for access t❑ potential bidders. • Contract documents shall be uploaded in a .xls file. • Unit Price Proposal documents are to be created utilizing CFVV Bidtools only arld cornbIned in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheets) in the workbook detail and automatically summarize the totals from the inserted Unit Price proposal document worksheets, • Plan Sets are to be uploaded t❑ BIM 360 in two formats, .pdf and _dwrf files. The .pdf will consist of one file of the entire plan set, The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. The ENGINEER shall sell contract documents and maintain a plan holders list on BIM 360 from documents sold and from Contractor's upl❑aded Plan Holder Registrations in I31M 360. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a Iag of all significant bidders questions and requests and the response thereto. The lag shall be housed and maintained in the project's BIM 360 f❑lder 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 BIM 360 and mail addenda to all plan holders. • Assist the CITY in determining the qualifications and acceptability of pr❑spective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the I*NGINPPR 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. City al Fort Woft.Texas ,4liachment A PMG Release Data:08.1-2014 Page 9 of 18 ATTAC HNIENT A DESIGN SERVICES FOR RKHARDSON SLOUGH MODIFICATION AND 24dNCH FORCE MAIN CITY PROJECT NO,!1C3514 + Tabulate and review a l I bids received for the construction project, assist tha CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFVV Data Spreadsheet created utilizing CFVV Bidtools only are to be uploaded into the proiect's Sid Results folder on 131M 360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in bath Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPVV plan set and a separate PDF and OVVF file for the Water plan set. Each PDF and L)VVF file shall be created from the original CAD drawing tiles and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet~of a plan set will not be accepted. PDF and DVVF files shall conform to naming conventions as follows; Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in 131 M 360 2} In addition to the PDF and DVVF files, the ENGINEER shall submit each plan sheet os an individual DVVG file with all reference files integrated into the sheet. If the plans were prepares! in DGN format, they shall be converted to DUVG prior to upicading. The naming convention to be used for the DVVG files shall be as follows. ASSUMPTIONS * The project will be bid only once and awarded to one contractor. * 10 sets of construction documents will be sold to and made available on BINI 360 for plan holders and/or given to plan viewing rooms. _ 14 sets of half size and _9_ sets of_fulj_ size drawings plans and . specifications (conformed, if applicable) will be delivered to the CITY. * PDF, DWF and DWG files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C_ CFVV Data SpreadshacA i D. Recommendation of award E. Construction documents (conformed. if applicable) 'ASK 6. CONSTRUCTION PHASE SERVICES. city of Fort Wroth,Texas Attaeftent A PMO Rerease Cate:0U.201q Page 14 of 18 ATTACH MENT A DESIGN SERVICES FOR RIC NAR DSON SLOUGB MODIFICATION AHif 204-1CH FORCE MAIN CITY PROJECT NO.,iG351d ENGINEER will support the construction phase of the project as follows. 61 Construction Support The ENGINEER shall attend the preconstructEon conference. After the pre-construction conference, the ENGINEER shall provide protect 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. + The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • Shop Drawing Review, Review Shop Drawings, Create Submittal Log, Track Changes Until Approval Respond to RFI Change Order Review a The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list 6.2 Record Drawings dP 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 a Copies of Approved Change Orders n Approved Substitutions 0 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 an 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 or Eori Worth,Texas AtaachMen t A PM4 Releg]M TJate:08.1.2014 Page Vi of 16 ATTACHMENT A DESIGN SERVICES FOR RICHARIMON SLOUGH MODIFICATION ANO XINCH FORCE MAIN CITY PRO JECT NO:10351 d assumes no liability for undocumented changes and certifies only that the docuwented changes are accurately depicted on these drawings. • The INGINEER 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. blot all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.4 or higher) format and DVVF format. There shall be one (1) PDF file and one (1) DWF file for the TPVV plan set and a separate POF and DWF file for the Water plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and QWF files for each sheet of a ratan set will not be accepted. PDF and DVVF files shall conform to naming conventions as follows; Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in BIM 360. ASSUMPTIONS + _5_ Shop Drawing Review are assumed, « 5 RPI's are assumed. ' —2. - - Change Orders are assumed • one copy of full size (22"x34") mylars will be delivered to the CITY. 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 F. Record Drawings on Mylar TASK 1, ROWlEASEMENT SERVICES. ENGINEER will support and perform activities related to FLOW ard land as outlined below, per soaping direction and guidance from the CITY's Project Manager. 7-1. 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, oily of Fort WOM Texas A0.achmenl A PM0 Release DOW W 1,2414 Page 12 or 18 ATTAC;KMENi A DESIGN SERVICES FOR RIC14ARDSON SLOUGH MODIFICATION A4020•INCH FORCEMAIN CITY PROJECT NO.1035V 7.2. Right-of-WayfEasernent 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 13IM 360 site. ASSUMPTIONS • _fi_ Easements or right-of-way documents will be necessary. Right-of-Way research and mapping includes review of propertylright-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_ DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVI0ES, ENGINEER will provide survey support as follows. 8.1. 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 far 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. Spat elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. a The minimum SEirvey 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: City flI Fort Worth,Texas Aiiachm7eni A WO Release Wile:03.1.2014 Page 13 118 A1TAC HMENT A DESIGN SERhftCES FOR RICHARDSON SLOUGH MODIFICATION AND 21-INCH FORCE MAIN CIn PROJECT NO.:103514 a. Identified (Existing. CITY Monument#8901, PIK !Vail, 5f8" Iron Food) 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 Bide 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. 8.2. Temporary Right of Entry Preparation and Submittal o Prior to entering property, the FNCINEE.R shall prepare and submit Temporary Fight of Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site_ 8.3. Subsurface Utility Fnglneering Provide specific cantact information for each utility expected to be crossed or affected by the project and; Provide Subsurface Utility Engineering (SUE) to Quality Level C as described below for the fall length of the pipeline alignment. The SUE shall be performed in accordance with CIIASCE 38-02. Quality Level D (0 V) • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections, etc.), I help identify utility owners that may have facilities within the project limits or that may be affected by the project. • Collect applicable records (e.g.. utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc_) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records; duplicate or conflicting information, need for clarification Quality Level C .(QL`C"} Uy of Fort Wo+th,Texas Attachment A PRAo Release Date:06.1.2014 Page 14 of 10 ATTACHMENT A DESIGN SERVICES FOR HICIWDSON SLDUGH MDIDIFICATIbN hAD 20.1NCH FORCE MAiN CITYPAUB CTNO..10W4 • Includes tasks as described for Quality Level D. Identify from survey visible above-ground features of subsurface utilities such as valves, hydrants, meters, manhole covers and others Quality Level B (QL "BR) • Quality Level B, also known as designating, provides the horizontal position of subsurface utilities within approximately one foot. a Obtain two-dimensional (x,y) information through the application and interpretation of non-destructive surface geophysicali methods. 4 In addition to the Level C and B, provide Subsurface Utility Engineering (SUE) to Quality Level A as described below for up to 10 locations. Ouality Level A (OL UK) • Quality Level A, also known as locating, provides precise horizontal and vertical posIt1on1rig of utilities within approximately 0.05 feet. • Obtain three-dimensional (x,y,z) utility Information utilizing non-destructive vacuum excavation equipment to expose utilities at critical points which are then tied dawn by surveying, ASSUMPTIONS * Topographic survey along the length of the proposed alignment as instructed here: a) Right-of-way to right-of-way along public roads b) Strip I OD foot wide centered on the proposed alignment • Topographic survey at intersection will include no more than 100 ft. in each direction. • Level B SUE to be utilized to locate the existing gas and communication lines crossing the existing and proposed force mains. Level B will also be utilized to 10C2te the existing gas pipelines running parallel to the exi;sting�proposed force mains. Level A SUE will be utilized to determine the location of the existing farce main. Level A will also be utilized to determine the location (x,y,z) of all gas line crossings of the proposed farce main. DELIVERABLES A. Copies of survey data generated or obtained which may include: City al Fart Wonh,Texas AnaOrneM A PlAC Release Date:00.1.201 1 Page 15 of le I ATTACHMENT A RESIGN SERVICES FOR RICHMSON S LOUGH MOOIMATIOH AND MINCH FORCE*MA CI rY PROJECT NO.:$03514 a) Deeds, plats, easements b) Field notes C) P ctures d) Point files e) As-builts and/or Maps f) 81 I/One Call tickets and all correspondence with utility locaters 8, Drawing ❑f the project layout with cnntrol point list. Drawing files shall include breaklines and exported xml file of the surface generated . C. SUE Plans D. SUE Level A testhole reports E. Temporary Right of Entry Letters TASK 9. PERMITTING 9.1 The ENGINEER will assist the CITY in obtaining necessary permits and assessments as determined to be needed for the PROJECT_ ENGINEER shall work to meet their requirements, as part of the design scope. If extra or additional permitting services are required including and in additian to those listed below, additional compensation may be requested as a SPECIAL SERVICE. 9.2 The ENGINEER shall provide permits or written permission to crass all franchise or privately owned utilities. 9.3 The ENGINEER shall contact local, state and federal agencies to determine applicable rules and regulations and permitting requirements which apply to the PROJECT and furnish the CITY with engineering data necessary for the CITY's' submission of applications for routine permits required by the agencies. Anticipated permits could include: w Storm Water Pollution Prevention Plan — Construction contractor will prepare the SWPPP_ If services from ENGINEER are required, additional compensation may be requested as SPECIAL SERVICE. 0 Railroad and Utility crossing permits— Prepare permits for Railroad and/or other Utility for pipeline crossings and encroachments. TASK 10. PLAN SUBMITTAL CHECKLISTS city of Fort Worth,Texas AllaChmani A FMC)Release Dale:08.12014 Pogo lu 011a ATTACHMENT A DESIGN SERVICES FOR RICH AROSOH SLOUGH MODIFICATION AND2aINCH FORCE MAIN oln PWMECT No.:103514 Engineer shall complete and submit Plan Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffi Traffic Sheet Water Control Control Control Attachment"A" Signal❑ Engineeringing Troth Storm Storm Lights r5ewer Traffic 60% 90% Type (5ubrnit All Water Waller (Sularrit (Submit 3Q°!4 60% All @ All� (Submil ) 0 All 09 ) 30% �°��) ��� Required for all work in City i R0VV Street Storm Water Water r$ewer X x X k ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agreo 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 b-e agreed upon in writing by both parties before the services are performed_ These additional services include the following: • Negotiation of easements or property acquisiticin including temporary right-of- entries. • Services related to development of the CITY's project financing andlnr budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspectian services Air site y1 if dub FAFHMir, Ph@ge W • Design phase public meetings 4 Performance of materials testing or specialty testing services. i Services necessary due to the default of the Contractor, • Services related to damages caused by fire, flood, earthquake or other acts of God. City of Fon Worth,Texas Aflachment A PMO Release Date:OaA.2u14 Page 1T or is ATTACHMENT DESIGN SERVICES FOR RICHARDSON SLOUGH MODIFICATION AND 24-INCH FORCE MAIN CITY PROJECT NO.--10351 d • Services related to warranty claims, enforcement and inspection after final completion. + S cP PA-1-2+�6 +n 1 m1++Inn f+zr (ice vrcv��rs�kiir Gf • 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-oUentries. ¢ Services to support, prepare, document, bring, deferid, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. Performance of miscellaneous and supplemental services related to the project as requested by the CITY- ■ Lift Station electrical design. i CNy of Fors Worth.Texas Attar lmant A POD Release Bate:Ob.1_2014 Pap]18 0118 ATTACHIVIF�NT B COMPENSATION Design Services for RICHARDSON SLOUGH LIFT STATION MODIFICATION AND 20-INCH FORCE MAIN City Project No. 103514 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $361,230.m as summarized in Exhibit B-'I Engineer Invoice and Section Ill— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section 11 - Method of Payment_ $I. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and subrnitted by the ENGINEER in the format and including content as presented in Exhibit B-I, Progress Reports as required in item Ill. of this Attachment Q, and Schedule as required in Attachment D to this Agreement, B_ The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fart Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. Ili. 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. City or Fort VVbdh.Texas Alt@Khmanf P PM Official Release Date;6.09.2012 page 1 ar 3 I �-1 I ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees I Firm Primary Responsibility Fee Amount —°!4 Prime Consultant I BGE, Inc. $297,Q2O.U0 82.2% Proposed MBEISBE Sub-Consultants Alliance Geotechrlical Geotechnical Testing $6,160.00 1,7% Group Laboratories or Services Gorrondona & Survey and Mapping (except $313,1)5Q.00 10.5% Associates, ft. Geophysical) Services Lina T_ Ramey and Engineering Services I SUE $20,400 5.5°10 Associates, Inc. Non-MBEISBE Consultants I _ T TOTAL $ 361,230.00 100% �roject dumber& Name Total Fee MbEISBE Fee M13EISBE �� a - $ 36 230.04... $ 210,00 17.8 % City MBEISBE Goal - 1.0% Consultant Committed Goal = 17.8% City of Fort Wash.Texas Atta.hmenl6 PMOOflcial Release Dale:8,09.2012 Page 2 of 3 B-2 EXHIBIT "13-1" ENGINEER INVOICE {Supplement to Attachment B} Insert iequifed invoice forrnat following this page, including negotiated total budget and allocations of budgets across work types and work phases. City ad Fart Mdo ,Texas Allachmenl 6 PM40fficial Relr:ase Date.8.09.2012 Page 3 of B-3 22 ■ ■ 2 I m 22 o Q oluT ■ | ! s ! # ¥ § }§ 77 ( � } \ la la \ W FF72E § z § E -- m § k3p lb 2 } \ ƒ E ■ � § \ � E % � \ im 0 o » \ \ _ 7 � ( k Q ; & 7 m ej z / # / K D \ \ I \ $ g { on - � .. % } \ ƒ 7 ƒ J ( A ; ! kk ¢ - } 7 § - 7 � I � ƒ �� § E g , . � , © _ 7 i § ƒ � \ � (\ � / 2 LJ 7I 9 = § � , @ E ƒ I I I ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Richardson Slough Modification and 20-inch Force Main City Project No. 103514 NONE I City of Pon word,.Texas Atlarhment C PMO Rafaam Oele'05.19 2010 Papa I of I at O so- m i -�I m w• r, w w e v tie Ly Po p 7 ik 7• '.1 6 "' {{p [�k �' � N o o m On' i6 b n b c�' a � ac =d e ' v m T d w C} 4.a n �• P . O '� 8 in is Q g n m 3 ro ro m +� to t h a a c _0 � O c N N 3 X d ♦ = o i m 4 ati y 7 N N w f.a w w 4 w w Q F+ o-•� o` �+ �+ ,- r r+ O b g u v+ as N M C3 O 4 G Y 9 M ON S+ n G GN n 1+r in F+ u in n n a d ' a 4. V1 o O m 0. w G� Q. n 4 CL gR� m a a w p. a a a W a a o. B .N a M O le al Q 4 O 4 4 4 9 4 4 4 4 � LPJ 0- ra A � � cn ►+ f+ � � � w F i..,, Gd � w � � � � � � � •- '} y A A iJ F! ww- P ? IY 4- n w iu w W W w h+ ! N y .1 - m o 16 O a 4 O z m +p O O � � C C C G L G � 7 C ti G 4 7 7 � 7 Y �' 7 � 7 =5 3 li 4i1 N 'rr � 4P N •+ � N � m � Fes+ W 11 T+ to T E' h Y h h A C A P b N IV fJ AY N N N W w . n m W w N rn 4 4P LL til T T "s i3 3 r V T Q O N N lu LJ pNp w W � t 1�t1�1 �Y ATTACHMENT E MELI' AVE t'fr lllV Sam 1 MF 3 3• -a;� +� 'S, T � � �i • � S.I ' y 1 •.,s PROPOSE 20 INCH ' = �, io FORCE MAIM L } At14 o R YAI•t �.i{ 8 iI 'f. ��14'•-+~ ,i4,` 41 L {� l RICHARDSON SLOUGH ' LIFT STATIONS + _a LU :. fo;lg ._ ;.,• yam/ r f .« OT WART M' •�n!!e ATTACHMENT 'T" CERTIFICATE OF INSURANCE Richardson Slough Modification and 20-inch Farce Main City Project No. 103514 CI Ly Of Fort worth,TB%as Attzthment F City of Fort Worth, Texas Mayor and council Communication DATE: Tuesday, August 9, 2022 REFERENCE NO.: "M&C 22-0594 LOG NAME: 60RSLSANDS5FM-BGE SUBJECT: (CD 6)Authorize Execution cf an Engineering Agreement with BGE, Inc. in the Amount of$361,230.00 for the Richardson Slough Lift Station Modifications and 20-inch Sanitary Sewer Force Main Project and Adopt Appropriation Ordinances to Effect a Portion of}Haters Contribution to the Fiscal Years 2022-2026 Capita Improvement Program RECOMMENDATION: ft is recommended that the City Council: 1.Authorize execution of an engineering agreement with BGE, Inc., in the amount of$361,2:30,00, for the Richardson Slough Lift Station Modiification (R Slough) 20-inch Sanitary Sewer Force Main project; 2.Adopt the attached appropriation ordinance increasing receipts and appropriations in the Sewer Impact Fee Fund ir: the amount of$556,310.00, from available funds, for the purpose of transferring funds from the WaterlWastewater Wholesale Impact Fees and Waterwastewater Retail Impact Fee projects (City Project Nos. B20004 and B20005) to the R Slough 20-inch Sanitary Sewer Force Main project (City Project No, 103514); and 3.Adopt the attached appropriation ordinance increasing receipts and appropriations in the Sewer Impact Fee Fund in the amount of$556,310.00 transferred from within the Sewer Impact Fee Fund to the R Slough 20-inch Sanitary Sewer Force Main project (City Project No_ 103514)to effect a portion of Water's Contribution to the Fiscal Years 2022-2026 Capital Improvement Program. DtSG.U$.SIPN: This Mayor and Council Communication (M&C) is to authorize the preparation of plans and specifications for construction of Richardson Slough LA Station Modification and 20-inch Sanitary Sewer Force Main project. The proposed scope of servioes include design for the addition of valves and appurtenances to the lift station and the design of a 20-inch force main that will run paraIlei to an existing 16 inch force main.The 20-inch force main will be connected to the lift station. The proposed improvernents will provide additional capacity for future demand in the area served by the lift station, BGE, Inc., proposes to provide the necessary services for a fee not to exceed $361,230.00, Staff considers the prupused fee to be fair and reasonable for the scope of services proposed. in addition to the contract amount, $195,030.00 is required for real property acquisitions, project management and material testing. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identifiedr and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2022-2026 Capital Improvement Program, as follows: UORSN_,SANDSUM-BGE Capital Budget Revised �f=Y2022 C I P Change i Fund Project Name Authority TY2022 Name Appropriations (Increase/ Budget Decrease) 57003 103514— R Sewer Slough 20in SS $0.001 This M&C $556,31 t7.00 $556,310.00 Impact Fee Force Niain -- 1 Appropriations for the Richardson Slough Lift Station Modification and 20-inch Sanitary Sewer Force Main project are as depicted balow: Fund Existing Additional — Project Appropriations Appropriations Total* SeweF Impact Frye 31 U0 —_Fund 57003 $0•fl0 $56,310..-�$558, Project -rotal $0.00� $556,310.00 $b56,310.U0 *Numbers rounded fur presentation purposes. Business Equity: BGE, Inc. is in compliance with the City's Business Equity Ordinance by committing to 18 pe roe nt Business Equity on this project. The City's Business Equity g a a I on this project is 10 percent, The project is located in COUNCIL DISTRICT 6, FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the V+YWW Wholasaie Impact Fees and UUIININ Retain Irnpact Fees projects within the Sewer Impact Fee Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances,funds will be available in the Sewer Impact Fee Fund for the R Slough 20in SS Force Main project to support the approval of the above mecvmmendatlons and execution of an engineering agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): T _ r"�_ Departrnerrt 6coun Project Program ctivi budget Reference# mounn � Id ID Year (Chertfield FROM _ Fund,Departrnent�cc6unt rP oject Program ctfvity Budget Reference# mount ID. In Year Chadfleld 2 CERTIFICATIONS: Submitted far GRy Man goes Office y; ❑ana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Scott Taylor (7240) ATTACHMENTS 1.6QRSLSANDSSFlA--BGE 1295.pdf (CFw Internal) 2.6,0RSLSAN0SSFM-BGE Compliance Memo. (CFW Internal) 3.6UF2SLSANDBSFM-BCa.E_EE2Table (1NCF 05 20.22) m (CFW Internal) 4. 50IRSILSAINUSSEM-13GE funds availabil y pA (Public) 5, 0R N S FM-BGE MAP.pdf (Public} 6, 60RSLSANOSSF1V1-BGE PBS CPN J03514,pdf (Pubklc) 7, 60R5LSANDS31FM-13G.ESAM.pdf (CF+N Internal) S. 60R5LSA QSSFM-BGE 57003 A022(L? 9. 6GRSLSANDS6FNI-BGE 57003 A022(r3).docx (Public) I I I 0 y24 h3 r� H Ln r w Ln Ln in Ln In in CA in v Ln in to LJ1 m Sh Ln V y tiJ -J w V V V +l +l V V %4 V O G C a 0 a C a a a .0u O O 0 0 4 O Q 4 4 4 0 0 fl O 0 4 d O d 0 0 0 0 0 0 4A w W W Ur w w W cu w w W W w w W w w w if1 r +� 4P v v o a v o Co v a o 0 o s Q o V x1 V rl y ! Ili V V V V Ilili V V V 4 Q 0 Q U 0 4 4 w G O O C. a 0 0 Cl CD. O w � w 40, a o fl o v C 4r In {p to to w -4 W Ln cn u'I A LD m m ir+ �" Ln IQ A to W 8 &.A w F-� W F" W 40 O O W W — A N la r+ w �•+ w h+ L,1 L" 0 w V+ a r+ o F+ C? G 4 4 O 3 --1 O V 4 w o w r w o o u+ r to r to a a o 0 0 O Ln F-� F-+ o d 0 0 0 C �"� G Y N r N L-+ G G Q 4 �--' � F� VLF W cn cn W Gy 4y Lu � W w w W w w 1N w LAP w 0 0 0 0 o Q. Lh in Ln LA to tp in [fY Lm V � Q � 6 � C3 Y r r r r r w F' iJy ly O 4 A A � A A # A A A Ln Lf7 l � � 4 C4 W O O Q O O w w w N w w w w i w w W 0 4 is 11 µ 11 N Fps l li O O O G O G � C 4 C7 G `C ;. 10 10 \D 10 In \D Ib LD Lp i,C i6 S6 to !ff iD to M14 N N N A3 m m in m to x w iD U} O O O N N W.Y0 � in to to to to 1a to to LD iL tG tO 4D W LC tQ N ry n] na s IA Ln Ln'[h {h • LJ� inn inn vi inn iA 1A t!f tr1 th iA W {h {i� iA ih w w o o v F+ i.f1 µ Ft O5 Z31 O 41 01 �5 4 G � r O a a 0 O QQ N w N N w W r.r h] 4 ¢¢ O O CO. C G C iAf [$f7 Y-` � Q1 F-� F-L A cn G1 O O Q p 4 4 4 4 N QO O O F+F hpp7 Pp5 L7pp0 O o O G O G C Qp pp O O ED 0 � a a C 0 0 4 0 0 a (D a 4 � e � 0 4 a S D Z M q p = 7� 7 C 7 CL a ff 4 @ [1 n ry O w w 4 -4 0 Cl a V V CD C3 w w 0 0 to v, w ur 0 w ur u+ 4 4, O O w w Lb � Lo Lp m to m m Mcc Gti 0 0 c c 4 4 � 4 r r m v a a IA � 4 IA t 41al rt O