HomeMy WebLinkAboutContract 62824CSC No. 62824
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 mun icipality
("CITY"), and Stream Water Group, Inc., authorized to do business in Texas,
(11 ENGINEER11 ), for a PROJECT generally described as: Water and Sanitary Sewer
Replacement Contract 2023, WSM-Z-Project No. 105811.
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 ENGINEER1s compensation shall be in the amount up to $798,443.00 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.
Engi neer 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 all claims or
liabilities under this Agreement for anything related to, performed, 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 Ill
Term
Time is of the essence. Unless otherwise terminated pursuant to Article VI. 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 Worth, Texas Standard Agreement for Engineering Related Design Services Revised Dale: 12-08-2023
Page 1 ol 15
W&SS Repl Contract WSM-2
105811
Ar�icle IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional enginee�ing
representative under this Agreement, providing professional engineering
consuftafion and advice ar�d furnishing customary services incidental thereto.
B. Sfandard of Care
The ENGINEER shall perForm ifs services:
(1) with fhe professional skill and care ordinarily provided by competent
engineers practicing under the same or similar circumsfances and
professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a compet�nt engineer.
C. Designation of Engineer's Personne{
(1) The ENGlNEER and CITY shall agree up�n the
designation of the ENGINEER's "Project Manager" prior to starting woric on
contract.
(2) ENGINEER shall inform CITY in writi�g of a proposed
change fa fheir designated project manager pr�or to rnaking fhe change or
immediately upon receiving notificafion that the designated project manager
is separafing �mployment with the ENGINEER.
{3) ENGINEER shall provide resumes to the CITY of the
praposed repiacement project manager(s), who sriall ha�e similar
qualifications and experience as the outgoing person, for review and
approval.
D. SubsUrface In�estigations
{1) The ENGINEER shall ad�ise the CITY with regard to fhe necessity for
subcontract work such as special surveys, tests, test barings, or ofher
subsurFace in�estigations in connection with design and engineeri�g
work to be perFormed hereunder. The ENGINEER shail also advise the
CITY concerning the results of same. Such surveys, tesfs, and
investigafions s�all be furnished by the CITY, unless otherwise
specif�e� in Attachment A.
Clry of Fort Worlh, Texas W&SS Repl Coniracl WSM-Z
Slandard Agreemani for Englneering Relaled Design Servlces 1 bSei 1
Revised �ate: 12-08-2023
Page 2 of 15
(2) In soils, foundation, groundwater, a�d other subsurFace in�estigations,
the actual characteristics may �ary significan�ly between successive
test points and sample intervals and at locations other than where
observations, explorafion, and in�estigations ha�e been made.
Because of the inherent uncertainties in subsurface e�al�afions,
changed or unanticipate� underground conditions may occur that could
affect the totaf PROJECT cost andlor execution. These conditions a�d
cos�lexecutian effects are not the responsibility of the ENGINEER.
E. Preparation of Engineering Drawings
Tl�e ENGINEER will �ro�ide fo the CITY the original drawings of all plans in
ink on re�roducible mylar sheets and electronic files in .pdf format, or as
ot�erwise appro�ed by CITY, which shall become the property of the CITY.
CITY may use suc� drawings ir� any manner it desires; provided, however,
that the ENGlNEER shall not be liable for the use of such drawings for any
project other than the PROJECT described herein.
F. Engineer's Personnel at ConstrUction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representati�es ar otherwise, do nof make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY andlor the CITY's construction contractors or other entities, and do not
relieve the construction contractors or any other entity of their obligafions,
duties, and responsibilities, including, but not limited to, ajl construction
methods, means, technic}ues, sequences, and procedures necessary for
coorc4inating and completing all portions of the cons#rucfion work in
accordance with the contract documents and any health or safeiy precautions
required by such construction woric. The ENGINEER and its personnel have
no authority to exercise any control o�er any construction contractor or ofher
entity or their employees in connection with their work or any heaith or safety
precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGfNEER or its personnel shall ha�e no obligation or
responsibility to visit the const�uction site to become familiar wEth the progress
or c}uality of t�e completed work on the PROJECT or to defermine, in general,
if fhe work on fhe PROJECT is being performed in a manner indicating that
the PROJECT, when completed, will be in accordance with the contract
c4ocuments, nor s�afl anything in the contract documents or this
AGREEMENT between CITY and ENGINEER be constr�ed as requiring
ENGiNEER to make exhaustive or continuous on-site inspections to disco�er
latent defects i� fhe work or otherwise c}�eck the quality or quantify of the work
on the PROJECT. If the ENGINEER makes on-site observation{s} of a
Cily of Forl Worth, Texas W&SS Repl Contracl WSi4A-Z
Siandard Agreemenl Tor �ngineering Related �esign Services 105811
Revlsed paie: 12-08-2023
Page 3 of 15
de�iation from the contract documenfs, the ENGINEER s�all inform the CITY.
(3) When professional certification of perFormance or characteristics of materials,
systems of equipment is reasonably required to perForm the services set for�h
in the Scope of Serv�ces, the ENGINEER shall be entitled to �ely upon such
certi#ication to establish maferials, systems or equipmenf and perFormance
criteria to be required in the confracf documents.
G. Opinions of Probabie Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available infarmation 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 labar and materials; unlcnown or latent
conditions of existing equipment or structu�es that may affect operation�
or maintenance costs; competikive bidding procedures and market
conditions; time or quality of performance f�y third parties; quality, type,
management, or rlirection of aperafing personnel; and other economic
and operatianal factors that may materially affeci the ultimate PROJECT
cost or schedule. Theretore, the ENGINEER makes no warranty that
the C�TY's actual PROJECT costs, financial aspects, economic
feasibility, or schedules will not �ary from the ENGINEER's opinions,
analyses, projections, or estimates.
H, Construcfion Progress Payments
Recommendations by the ENGfNEER to the CITY far �eriodic construction
progress payments to the construction contractor will be based on fhe
ENGINEER's knowledge, informatian, a�ci belief from selective sampling and
observation thaf the wark has progressed to fhe point indicated. S�ch
recommendations do not represent that conkinuous or detailed examinations
haWe been made by the ENGINEER to ascertain that the construction
contractor 4�as completed the work in exact accardance wifh the contract
documents; tha# the firtal work will be acceptable in afl respects; that the
ENGINEER has made an examination to ascertain how or for whaf purpase
the construction contractor �as Used the moneys paid; that fitle to any of the
work, ma#erials, or eauipment has passed to the CITY free and clear of liens,
c�aims, security interests, or encumbrances; or that there are �o other matters
at issue between the CITY and the construction contractor that affect the
amount that snould be paid.
City of Fort Worth, Texas W855 Repf Conlract WSM-Z
Standard Agreement for Englneering Relaled Oesign Services 105811
Re�lsed Date: 12-0$-2023
Page k of 15
I. Record Drawings
Record drawings, if required, wi{I be prepared, in part, on the basis of
information compiled a�d furnished by others, and may not always represent
the exact location, type of �arious components, or exacf manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for any
errors or omissions in #he information from others that is incorporated into the
record t4rawings.
J. Business Equity Participation
City has goals for the full and equitable participatian of minority business
andlor wamen business enterprises in C�ty contracts greater than
$10d,000. In accordance with the City's Business Equity Ordinance No.
25165-10-2D21 (as cadified in Chapter 20, Article X of the City's Code of
Ordinances, as am�n�ed, and any rele�ant policy or guidance documenfs),
Engineer acknowledges the MBE and WBE goals established for this
Agreement and its executian of this Agreement is Engineer's written
commifinent fo meet #he �rescribed MBE and WBE participation goals. Any
misrepresentation of facts (other than a negligent misrepresentation) andlor
the commission of fraud by the Engineer may result in the termination of this
Agreement and debarment from participating in City confracts for a period of
time of not less than three (3) years.
K. Right to Audit
(1} ENGINEER agrees that the C1TY shall, until the expiration of five (5) years
after final payment under this contract, ha�e access to and the righf fo
examine and phatocopy any directly pertinent boaks, documents, papers and
records of fhe ENGiNEER invol�ing transactions relating to this cor�tract.
ENGINEER agrees thaf the CITY shall ha�e access during normal working
ho�trs to all n�cessary ENGINEER facilities and shall be pro�ided adequate
and appropriate work space i� order to conduct audits in com}�liance with the
provisions of ih�s sec#ian. The CITY shall give ENGiNEER reasonable
advance notice af intended audifs.
(2) ENGINEER furt�er agrees to include in all ifs subconsulta�t agreements
hereunder a pra�ision to the effect that the subconsulta�t agrees that the CITY
shall, u�til the ex�iration of five (5) years after final payment under fhe
subconfrac�, have access to and the right to examine and phatocopy any
directly per�inent books, docurnen�s, �ape�s and recorcls of such
subconsultant, involving transactions to the subcantract, and further, that the
C1TY shall have access during normal woricing hours to all subconsultant
faciEities, and shall be provided adequafe and appropriate work space, in order
to conduct audits in compliance with the pro�isions of this article together with
Ciiy of Fort Worth, Texas W&SS Repl Conlract WSM-Z
5tandard Agreemenl for �ngineering Relaled Oesign Services 1058i 1
Revlsed �ate: 12-08-2023
Page 5 of 15
subsectior� (3) hereaf. CITY shall gi�e subcansultant reasonable ad�ance
nofice of intended audits.
(3) ENGINEER and subconsulfant agree to re{�raduce such documents as may
be requested by the C1TY. The CITY agrees to reimburse ENGINEER for the
cost of hard copies at fhe rate published in the Texas Administrati�e Code in
effect as of the time copying is performed.
L. INSURANCE
Engineer shall not comrnence work under th�s Agreement until if has
obtained ai� insurance required under Atfachment F and Cify has appro�ed
such insurat�ce.
M. Ir�dependent Consulfant
The ENGINEER agrees to perform all services as an independent consulfant
and not as a subcontractor, agenf, or employee of th� CITY. The doctrine
of respondeat superror shall not apply.
N. Disclosure
The ENGINEER acknowledges to the CITY fhat it has made #ull disclasure in
writin� of any existing confl�cts of interesf or potential conflicts of inferest,
including personal financEal interest, direct or indirect, in property abuiting the
proposed PROJECT and business relatianships with abutting property cities.
The ENG�NEER furthe� acknowledges fhat it will make disclosure in writing of
any canflicts af interest that de�elop subsequent to the signing of this contract
and prior to fjnal payment under the contract.
O. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances it� any form are encounfered or
suspecfed, the ENGINEER will stop its ow� work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos ar other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remed�ation activities of the PROJECT.
P. Permitting Au#horities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria andlor current engineering practice standards which the
ENGINEER s�ould ha�e been aware of at the time this Agreement was
�xecuted, tne ENGINEER shall re�ise plans and specifications, as required,
Cily of Forl Worth, Texas W&SS Repl Conlract WSM-Z
Slandard Agreement Tor Englneering Relaled �esign Services 105811
Revlsed Date: 12-08-2023
Page B oF 15
at its own cost and expense. However, if design changes are required due fo
the changes in the permitting authorities' published design criteria andlor
practice standarcls criteria which are published after fhe date of this
Agreement which the ENGINEER could not ha�e been reasonably aware of,
the ENGINEER s�all notify the CITY of such changes and an adjustment in
compensation wiA be made through an amendment to this AGREEMENT.
Q. Schedule
ENGINEER shall manage the PROJECT in accardance with the schedule
de�eloped per Attachment D fa 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 facilikies 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 componenfs of the CITY's facilities as may be required in connection
with the ENGf NEER's se�-vices. The C1TY wili be responsible for all acts of the
CITY's personnel.
C. Ad�ertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obfain,
arrange, and pay for all advertisements for bids; permits and licenses requirec4
by local, state, or federal authorities; and fand, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction,
D. Timely Re�iew
The C1TY will examine the ENGINEER's studies, reparts, sketches, drawings,
specifications, proposals, and other documents; obta�n ad�ice of an attorney,
insurance counselor, accountant, auditor, bond and financial ad�isors, and
other consu{tants as the CITY deems ap�ropriate, and render in writing
clecisions required by the CITY in a fimely manner in accordance wEth the
praject schedule prepared in accordance with Attachment D.
Cily oF For1 Worlh, Texas W8S5 Repl Contract WSM-Z
Standard Agreement for Engineering Related Deslgn 5ervices 105871
Revised �ate: 72-DB-2423
Page 7 of 15
E. Prompt Notice
The C{TY will give �rompt written notice to the ENGINEER whenever CITY
observes or becomes aware of any de�elopment that affects the scope or
fiming of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1} CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, freatment, sforage, or disposition of such
materials. {n consideration af the associated risks that may give rise to
claims by thirc! parties or em{�loyees of Cify, City hereby releases
ENGINEER from any ciamage or liability related to the presence of such
materiais.
(2) The retease required above shall nat ap�ly in the event the discharge,
release or escape of hazardous substances, contaminants, or asbesfos is
a result of ENGINEER's negligence or if ENG{NEER brings such
hazardous substance, confiaminant or asbestos onto the project.
G. Contractor Indemnification
The C1TY agrees to include �n a�l construction contracts t�e pro�isions of
Ar�icle IV.E. regarding tne ENGINEER's Personnel at the construction site,
and provisians pro�iding for contractor indemnification of fhe CITY and the
ENGINEER for contractor's negligence.
H. Co�tractor Claims and Third-Party Beneficiaries
('f ) The CITY agrees to include the following clause in all contracts wifh
canstruction contractors and ec{uipment or materials suppliers:
"Contractors, subcontractors and equipme�f and materials
supp{iers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising ouf of,
in connection wifh, or resuiting from the engineering services
performed. Only the C1TY will be t�e beneficiary of any
undertaking by the ENGINEER."
(2) This AGREEMENT gi�es no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries.
City oF Fort Wodh, Texas W&SS Repf Contract WSM-Z
Slandard Agreemenl for Englneering Related Deslgn Services 1 D5811
Revlse8 Date: 12-08•2023
Page B af 15
(3) The CITY will i�clude in each agreeme�t it enfers into with any other enfity or
person regarding the PROJECT a provision that such entity or person shall
have no fhird-party b�neficiary rights under this Agreement.
(4) Nofhing contained in this Section H. shall be construed as a wai�er af any
right the CITY has fo bring a claim against ENGINEER.
I. L�tigafion Assistance
The Scope of Servic�s does not include costs of fhe ENGINEER for required
or requested assistance to suppor�, prepare, document, bring, defend, or
assist in lifigation undertaken or defended by the CITY. In fhe e�ent C1TY
requests such services of the ENGINEER, this AGREEMENT shaA be
amended or a separate agreement wilj be negotiated between fhe �arties.
�{. Changes
The CITY may make or appro�e changes within the general Scop� of
Services in this AGREEMENT. If such cnanges affect the ENGINEER's cost
of or time required for perfarmance of the services, an equitable adjustmenf
will f�e made through an amendment to this AGREEMENT with appro�riate
CfTY app�oval.
Article V{
General Legal Pro��sions
A. Authorization to Proceed
ENGINEER shall be a�thorized to proceed with this AGREEMENT upon
receipt of a written Not�ce to Proceed from the CITY.
B, Reuse of Project Documen�.s
All designs, drawings, specifications, documents, and other work products of
the ENGINEER, whet�er in hard copy or in electronic form, are instruments
of service for this PROJECT, whether the PROJECT is completed or not.
Reuse, change, ar alteration by the CITY or by others acting through or on
behalf of the CITY of any such �nstruments of service wifhou# the written
permission of the ENGINEER will be at the C1TY's sole risk. The CITY shall
own the fina[ des�gns, drawings, specifications and documents.
Clly of Fort Wor1h, Texas W&SS Rep1 ContraGt WS�II-Z
Standard Agreement for Engineering Related Deslgn Services 105817
Revised Date: 12-08-2023
Page 8 of 15
C. Force Ma�eure
C1TY and ENGINEER shall exercise their best efforts to meet their
respective duties and obligations as set forth in this Agreeme�t, but shall
not be held liahle for any delay or omission �n performance d�e 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,
epidemicslpandemics, wars, riots, material or labor restrictions by any
governmenfal authority andlar any other simifar causes.
D. Termination
(1) This AGREEMENT may be terminated
a.) by the City for its con�en�ence upon 30 days' wri�te� natice to
ENGINEER.
b.) �y eifher fhe CITY ar the ENGINEER for cause if either party fails
substantially ta perform through no fault of the other and the
r�onperforming party does not commence co�rection of such
nonperFormance wifhin 5 days' written notice or thereafter fails to
diligently camplete the correcfion.
(2) If this AGREEMENT is terminated for the convenience of the Ciky, the
ENGiNEER will be {�aid for termination expenses as follaws;
a.) Reasonable cost of reproduction or elect�'onic storage of part�ai or
comp[ete studies, plans, specifications or otherforms of ENGINEER'S
work product;
b.) The reasonable time requirernents for th� ENGINEER'S personnel fa
document the work underway at the time of the C1TY'S termination for
conv�nience so that the work effort is suitable for long time storage.
(3) Prior to proceeding wi#h termination services, #he ENGINEER will
submit to the CITY an itemized statement of all projected termination
expenses, The CITY'S appro�al shafl be obtained in writing prior to
proceeding with termination services.
E. Suspension, Delay, or Interrupt�on to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER for
the con��nience of the CITY. In fhe event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
City of Fori Worth, Texas W&SS Repl Conlrac! WSM-Z
Slandard Agreement for �ngineering Relaled Oesign Servlces 105811
Fievised Dale: 72-OB-2023
Page i 0 ot 15
commitment and cost of fhe ENGINEER's personnef and subcontractors, and
ENGINEER's compensatiar� will be made.
F. Indemnification
The ENGINEER shall indemnify or hold harmless the CITY against
liabiliiy for any damage committed by the ENGINEER or ENGfNEER's
agent, consultant under contract, or another entity o�er which the
ENGINEER exercises control to the extent fhat the damage is caused by
or resulting from an act of negligence, intentional tort, intellectUal
property �nfringement, or failure to pay a subcontractor or supplier. CITY
is entiffed to reco�er its reasonable attorney's fees in propo�tion to fhe
ENGINEER's {iab�lity.
G. Assignment
ENGINEER sha�l nof assign all or any part of this AGREEMENT without the
prior written consent of CITY.
H. Jurisdiction
The law of the State of Texas shalE �overn #he �alidity of this AGREEMENT,
its interpretation at�c! perFormance, ar�d any other claims related to it. The
venue for any litigation related to fhis AGREEMENT shall be Tarranf County,
Texas.
I. Severability and Survi�al
If any of fhe pro�isions contained �n this AGREEMENT are held for any reason
to be invalid, il�egal, or une�forceable in a�y respect, such invalidity, illegality,
or unenforceability will �ot affect any other provision, and this AGREEMENT
shall be construed as if suc� in�afid, illegal, or unenforceable provision had
ne�er been con#ained herein. Arkic�es V.F., VI.B., VI.D., VI.F., VI.H., and VI.I.
shall survi�e termination of this AGREEMENT for any cause.
J. Obserrre 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
cam�ly with all orders, laws ordinances and regulations which may exist or
may be enactec! later by govern�ng bodies having jurisdiction or author�ty for
such enactment. Na plea of misunderstanding or ignorance thereof shall be
considered. ENGINEER agrees to defend, irtdemnify and hold harmless
CITY and all of its officers, agents and employees from and against all
City oi Fort Worlh, Texas W&SS Repl Conlract W5M-Z
5tandard Agreemenl for Eng�neering Refated �esign 5enrlces 10581 i
Revlsed Date: 12-08-2U23
Page 11 of 15
claims or liability arising out of the vio{ation of any such order, law,
ordinanc�, or regulation, whether it be by itself or ifs employees.
K. Contract ConstrucfionlNo Waiver
The parties acknowledge that each Party and, if it so chooses, its counsei,
ha�e reviewed anci revised Ag�eemenf a�d that th� normal rule of contract
consfruction, to the effect that ar�y ambiguities are to be resolved against
fhe d�afting party, musf not be employed in the interpretation of Agreement
or any amendments or exhibits hereto.
Tl�e failure of CITY or ENGINEER to insist upon the performance of any
term or provision of this Agreement or to exercise any r�ght granfed herein
shall not constitufe a wai�er of CITY's o�' ENGINEER's respective right to
insist upon appropriate performance or to assert any such right on any
future occasion.
L. lmmigration Nationafity Act
ENGINEER shall verify t�e identity and employment eligibi�ity of its
employees who perForm work under this Agreement, inclucling complefing
the Employment Eligibiiity Verification Form (!-9). Upon request by CITY,
ENGINEER shall pro�ide CITY with capies of all 1�9 forms and supporting
eligibility documentation for each em�loyee who pe�Forms wark under this
Agreeme�f. ENGINEER shall adhere to all �ederal and 5tate laws as well
as esfablish appropriate procedures and contro�s so thaf no services will be
performed by any ENGINEER employee who is not legally eligible ta
perForm such services. ENGfNEER SHALL INDEMNIFY CITY AND HOLD
CITY HARMLESS FROM ANY PENALT{ES, LfABIL�TIES, OR LOSSES
DUE TO VIOLATIONS �F TH15 PARAGRAPH BY ENGINEER,
ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. CITY, upon written natice to ENGINEER, shall ha�e the right
to immediateiy terminate this Agreement #or violations of this provision by
ENGINEER.
M. Prohibition On Contracts W�th Companies Boycotting Israel
ENGINEER unless a sole proprietor, acknow�edges that in accordance with
Chapter 2271 of the Texas Government Cade, if ENGINEER nas 10 or
more fu11 time-employees a�d fhe coniract value is $100,000 or more, the
City is prohibited from entering into a contract with a company for goads or
se�vices unless the contract confains a written verification from the
company that it: (1) does not �oycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "baycott Israel" and "cQmpany"
City of Fort Worth, Texas W&SS Repl Contraci WSM-Z
Standard Agreement tor �nglneering Related Deslgn Services 1058i 1
Revlsed Date: 12-OS-2023
Page 12 oF 15
shall ha�e the meanings ascribed to those terms in Section 8D8.OD1 of the
Texas Governme�f Code. By signing this contract, ENGINEER certifies
that ENGINEER'S signafure pror►ides wr�tten verification to fhe City
that if Chapter 227'I, Texas Go�ernment Code applies, ENGINEER: {'�)
does not boycott Israel; and (2) wiil not boycott lsrael during the term
f�l
�
of ti�e contract.
Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2276 of the
Texas Go�ernment Code, the CITY is prohibited from entering into a
contract for goods or services that has a �alue of $100,000 or more, which
wil� be paid wholly ar partiy fram public funds of the Cify, with a company
(wifh 10 or more full-fime employees) unless the contract contains a writfien
verification fram the company that it: (1) does not boycott energy
companies; and (2) will not boycatt energy companies during the term af
the contract. The ferms "boycott energy company" and "company" ha�e the
meaning ascribed to those terms by Chapter 2276 of the Texas Go�ernment
Code. To the extent that Chapter 2276 of the Governmenf Code is
a�aplicable to thEs Agreement, by signing this Agreemenf, ENGINEER
certifies thaf ENGINEER's signature provides written verificafion to
the CITY that ENGINEER; (1) does not boycott energy com�anies; and
�2} will nof boycot� energy companies during the term of this
Agreement.
Prohibition on Discriminat+on Against Firearm and Ammunition
I nd ustries
ENG�NEER acknowledges that except as othe�-wise provided by Chapter
2274 of the Texas Government Code, the CITY is prohibited f�om entering
into a contract for goods or services that has a value of $100,000 or more
which wil� be paid wholly or partly from public funds of the City, with a
com}�any (with 10 or more f�ll-fime employees) uniess the contract contains
a written �erification from the company fhat it: {1) does not have a practice,
policy, guidance, or directi�e that discriminates against a firearm entity or
firearm trade association; and (2) wi11 not discriminate during the ferm of the
contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm tracie association" have t�e
meani�g ascribed to those terms by Chapte� 2274 of the Texas Ga�ernmenf
Code. To the extent ti�at Chapter 2274 of the Gor►ernment Code is
applicable to this Agreement, by signing this Agreement, ENGINEER
certifies that ENGINEER's signature pro�ides written r►erification to the
C{TY that ENGINEER: [1) does not ha�e a practice, policy, guidance, or
directive thaf discriminafes against a f�rearm en#ity or firearm trade
association; and �2) wiil not discriminate against a f�rearm entity or
Cily of Fort War1h, Tezas W&SS Repl Contracl WSM-Z
Standard Agreemeni for Engineering Related Des'sgn Services 105811
Revised Dale: 12-OB-2023
Page 13 oT 15
firearm trade association during fhe term of this Agreement.
This AGREEMENT, inclucling its attachrnents 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 ar� original, but all such counterparts shall tagether constitute but one and the
same instrument.
The following attachments and sched�ales are �ereby made a part of this AGREEMENT:
Attachment A- Scope of Services
Attachment B - Compensation
Attachment C- Amenc4ments fo Standard Agreemenf for Engineering Servic�s
Attachment D - P�-oject Schedule
Attachment E - Location Map
Aftachment F — Insurance Requirements
City o! Fod WoRh, Texas W&SS Repl Contracl WSM-Z
Standard Agreement for Engineering Related besign Services 105811
Revised Dale: 12-49-2023
Page 14 of 15
2/17/2025
ATTACHMENTA
�ESIGM SERVICES FOR
WATER AN� SANRARY SEWER HEPLACEMENTS COiJTRACT 2023, WSMZ
CITY pROJ�CT R0.;105811
ATTACHMENT A
Sco e for En ineerin Desi n Related Services for Water andlor Sanitar Sewer
Improvements
DESIGN SERVICES FOR
WATER AND SANlTARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Z.
CITY PRO.fECT N0.:105811
The scope set farth herein defines the work to be performed by the ENGINEER in
completing the project. Both khe CITY and ENGINEER harre attempted to clearly define the
work to be perFormed and address the needs af the P�oject.
WORK TO BE P�RF'ORMED
Task 1.
Task 2,
Taslc 3.
Task 4.
Task 5.
Task 6.
Task 7.
Task 8.
Task 9.
Design Management
Conceptual Design
Prelirninary Design
Final Design
Bid Phase Services
Construction Phase Services
ROWl�asemenf Ser�ices
Surrrey and Subsurface Utility Engineering 5ervices
Plan Submittal Checklists
TASK 9. DESIGN MANAGEMENT'.
ENGINEER shali ensure efficient and effective use of ENGINEER's and CITY's time and
resou rces.
ENGIN�ER shall manage change,
■ communicate efFectively,
■ coordinate internaliy and externaHy as needed, and
■ proactively address issues with the CITY's Project Manager and others as
necessary to make progress on the work.
9.1. Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Comm�anicate inte�nally among team members
• Task and allocate team resources
1.2. Communicatians and Reportin�
City ol Fort Worlh, Texas
ANechmenl A
PMO Releesa Data: 07,23,2012
Pege 1 oi 77
ATTACHMENTA
OESIGN SERVICES FOft
WATER AHD SAHITARY SEWER REPLACEMENTS COMRACT 2023, WSM-Z.
CITY PR�JECT N0.:1058H
• Attend a pre-design �roject kicicofflchartering ineeting with CITY staff to confirm and
clarify sco�e, understand CITY objectives, and ensure economical and functianal
designs #hat meet CITY req�irements �
� Conduct review tneetings with fhe CITY at the end of eacfi� design phase
� Prepare invoices and submit manthly in ti�e format requested by the CITY.
• Prepare and submit manthly progress reports in fhe format provided by the Water
Department.
• Pre�are and submit base{ine Project Schedule initially, and Praject Sched�le updates
with a schedule narrative monthly, as required in Attachment D to this Standard
Agreement and according to fhe City of Fort Worth's Schedule Guida�ce Document.
• Complete Monthiy MNVBE Report Form and Final Summary Payment RepoEt Form at
the end of the projecf
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and pro�ide and obtain i�farmation needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate wifh permitting authorities such that their regulatary requirements are
apprapriatsly reflecked in the designs. ENGfN�.ER shall work with rsgulatory
aut�arities to abkain appro�al of the designs, and make changes necessary to meet
their requirements, as part of the design scope.
• Personnel and Vehicle ldentification: When conducting site visits fo the project
location, the ENGINEER or any of its sub-consultants shall carry readily visible
info�mation identifying the name of the company and the company represer�tative.
ASSUMPTIONS
• 1� MWBE re�orks wi11 be �repared
• 4 meetings with city stafF
• 15 mor+thly water department progress reports will be prepared
• 15 monthly project schedule updates will be prepared
DELIV�RABLES
A. Meeting summaries with actEon items
B. Monthly invoices
C. Monthly progress reparts
D. Baseline design sc�edule
E. Monfhly schedule updates with schedule narrati�e describing any current or
anticipated schedule changes
F. Mon#hly MIWBE Report Form and Final Summary Payrnent R�port Form
Cily of Fart Wodh, Texas
Atiachme M A
PMO Release Dale: 08.1.2D19
Pega 2 of 17
ATTACHMENT A
DESIGH SERVICES FOR
WATER AND $ANfiARY SEVYER AEPLACEMENTS CONTRACT 2Q23, WSM�Z
CIiY PROJECT N0,:105811
G. Plan Submittal Checklists (See Task 9)
TASK 2. CONCEPTUAL DESIGN (30 PERC�NTj.
The Concepfual Design shall be submitted to CITY per the appra�ed Project Schedule.
The pu�pose of the concepfual design is for the ENGIN��R ta
■ Study the project,
■ Identify and develop alternatives that enhance the system,
� Present (through the defined deliverables) these alternatives to the CITY
■ Recommend the alternatives that successfully addresses the design problem, and
R Obtain the CITY's endorsement of this concept.
ENGIN�ER will dev�lop the conceptual ciesign of the infrastructure as #oAows.
2.1. Data Collection
• In addition to data obtained from the CITY, ENGIN�ER will research proposed
improrrements in conjunction with any other }�lanned futu�e imQrovernents fhat
may influence the project.
• The ENGINEER will also identify and seek to obtain data for existing candikions
that may impact the project including but not limited ta; utilities, agencies (7xDOT
and railroads), City Master Plans, and prope�ty ownership as available from the
Tax Assessor's office.
• 7he data colleckion effarts wil� also include conducting special coordination
meetings with affected property owners and businesses as necessary to de�elop
sewer re-routing plans.
• The ENGINEER shall visit the project site and abtain the meter numbers and sizes
on all existing meters to be replaced on t�e project and shall identiiy existing
sample stations and fire line locations.
2.2. Geotechnicallnvestigafions
� ENGINEER shall ad�ise the CITY of test borings and other subsurface
investigations that may ba needed for the project. If the CITY determines that
suc� borings or in�estigations are �eeded, then the ENGINEER shall work wikh
the CITY and CiTY's geotechnical consultant to ciraw u[� specifications for such
testing program. The cost of such testing will be paid for by the CI7Y.
2.3. F'ire Line Reconnection
2.4. The Conceptual Desig� Package shall include the foflowing:
• Co�er Sheek
• Graphic exhibits and written summary of aliernative design concepts considered,
strengths and weaknesses of each, and the rationale for selecting the
recommended design concept.
City of Fod Wor�h, TBxes
AHachmeni A
PMO Release Date: 06.7,2074
Page 3 of 17
ATTACHNIENT A
nE51GN SERVICES fOR
WATER AND SANiTARY 3EWER REPLACEMENTS CONTRACT 2023, WSM,Z,
CITY PROJECT H0.:105811
• Praposed phasing of any water and sanitary sewer work that is included in this
project dacumented in bokh the praject schedule and narrative form.
• Documentation of key design decisions.
• Estimates of probable construcfion cosk.
ASSUMPTIONS
• 0 Geotechnical borings are expected for this praject.
• 1 PDF, an electranic copy of the cance�tual design package {30% design) wiA be
uploaded in the project folder. Q copies of the conceptual design package (30%
design} wi11 be delivered. Report shaH be letter sized and comb- i�aund with a
clea� �lastic cover. Drawin�s wi11 be size fold outs bound in the report
• DWF files created from design CAD drawings will be uploaded fa the designated
p�oject folder in Buzzsaw or e-builder.
• ENGINEER shafl prepare the meeting minutes of the Concept Review meeting
and re�ise the repo�t if needed.
• ENGIN�ER shall not proceed with Preliminary Design activities wikhout abtaining
written approval by the CfTY of the Conceptual Design Package.
DELIVERABLES
A. Electronic PDF Copy of Conceptual Design Package
TASK 3. PRELIM[NARY DESIGN (60 �ERCENTj.
Preliminary plans a�d s�ecifications shall be submitted ta CI7Y per th� appro�ed Project
Schedule.
�NGINE�R will develop the prelirninary design of the infrastructure as follows.
3.1. Develapment of Preliminary Design Drawings and Speci#ications shall include the
following:
• Cover Sheek
A Proiect Cantral Sheet, showing all Control Points, used or set while gathering
data. Generally on a scale of not less than 1:4Q0. The following information shall
be indicated far each Control Point: Identified (existing City Monument #8941, PK
Nail, 518" lran Rod); X, Y and Z Coordinates, in an identified coordinate system,
and a referred bearing base, Z coordinate on City Datum only; descripiive location
(i.e. set in the centerline of the inlet in the South curb line of North Side Dfive at t�e
East end of radius at the Soukheast corner of North Side �ri�e and North Main
Street).
• Overall ro'ect ease�nent la out sheef s with property owner infarmation.
Gity of Fod Worth, Texas
Attechment A
PMO Release �ale: 08.1.2D1A
Page 4 oF 17
ATTACHMENT A
DESIGN SERVICES FOR
WATER ANU SANRARY SEWER REPLACEMENTS CQNTitACT 2023, WSMd.
CITY ?ROJECT RO.: 705611
Overali proleck water ancflor sanitary sewer lavaut sheets. Tfi�e water layaut sheet
shall identify the proposed water main impravementl existing water mains in khe
vicinity and all water appurtenances along with pressure plane baundaries, water
tanks, pump stations, valves, and fire hydrants. The sewer layaut sheet shall
identify the proposed sewe� main impro�ementlexisting sewer mains and aH
sewer appurtenances in the �icinity.
• Overall water andlor sanitary sewer abandonment sheet.
• Coordinates on all P.C.'s, P.T.'s, P.I.'s, manhales, �al�es, mainline fitkings, etc.,
i� the same coordinate system as the Control Paints.
• Bench marks per 1,000 ft a� pianlprofile sneet —two or more.
• Bearinps given on all proposed centerlines, or baselines.
• Station equations �elating utilities to pa�ing, when appra{�riate.
• Plan and profife sheets which show ti�e following: proposec� water andlor sanitary
sewer plartlprofile ancE recommended pipe size, fire hydrants, water service lines
and meter boxes, gate �alves, isolation valves, manholes, existing meter
numbers and sizes that are to be replaced, exisfing sample locations, exisfing fire
line locations, existing utilities and ukility easements, and all pertinent information
needed to construct the p�oject. Le�a1 descripiion (Lot Nos., Black Nos., and
Addition Names) along with property awnership shall be pro�ided on the plan
view.
The ENGINEER shall make pro�isions for reconnecting alf identifiable water andlor
wastewater service lines which connect di�ectly to any main being �eplaced,
including replacement of existing service lines within City right-af-way or utility
easement. When the existing alignment of a water and sanitary sewer main of
lateral is changed, pro�isions w�ll be made in the final plans andlor specifications
by the ENGINEER to relaca#e all service lines which are cannected to the existing
main and connect said service iines to fhe relocafed main.
The following sha11 be applicable at all locakions where it is necessary to relocake or
reroute the existing private sanikary sewer service fine due to the abandonment or
reafi�nment of the existing public sanitary sewer lateral or main: The CITY shall
furnish the ENGINEER with a sample format of haw the sewer service line
reroutelrelocation should be designed a�d submitted for consfruction. During
design sunrey, if a rod can be inse�ted through the cleanaut to the bottom of the
service line, the ENGINE�R wilj obkain the flaw line ele�ation and design the
service line prior ta aclvertising the project far bid. If the serrrice flow line
information cannot be obtained during design sur�ey, fhe ENGINEER shall delay
the design of the sewer service line until afker a Quality Lev�l A Subsurface Utility
Engineering (SUE inr�estigation has been performed). The Level A SUE will be
performed; (1) by the ENGINEER if included in ii�e fee proposal; or (2) by the CITY
prior to bidt�ing if the CITY determines that it is needed for safisfactory completion
of the design; or (3) by the Contractor after the project has t�een bid, by means of a
t�id item to that effect. �n all options, the �NGINEER shall propase appropriate de-
hole locatians in the project and callect flow line elevation and other applicable
City oE Fo�t Wor1h, Texas
AflachmeM A
PMO Release Date; 06.1.2014
Page b of i 7
ATTACHMEN7 A
UESIGN SERVICES FOR
WATER AHD $ANITARY SEINFR REPLACEMENT8 COHTRACT 2023, W3M-Z.
CIN PROJECT HD.:105811
information of the sewer service line. The ENGINEER shal� use this information ta
pro�ide the design far the sanitary sewer ser�ice line to be rerouted or relocated.
• Pra�ide map showing locatian of new manhole construction at the end of existing
sewer segments, 90 degree bends, or tee con�ections. Site survey or specific
design plans for manhole canstruction is not i�cfuded as part of the scope. The
contract documenks shall specify that it is the Cantractor's responsif�ility to
coordinate ukility facation, etc. manhole construction.
The ENGIN�ER w911 prepare sta�dard anti special detail sheets for water line
installation and sewer rehabilitation or replace�nent thak are nat already included in
the D-section af the C1TY's specifications. These may included connection details
befween �ariaus parts of the project, tunneling defaits, boring and jacking details,
waterline relacations, dekails unique to the construction of the project, trenchless
cietails, and special service lakeral reconr�ections.
3.2. Geotechnical ln�estigatian (No�e assumed)
Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions wi11 be
made. In addition to the abo�e inveskigations, barings and appropriate field and
laboratory a�alysis will be rnade at reasonable intervals along khe project
alignrnent for the Contrackor's use in determining soil conditions for preparing
bids and a T�ench Safety Plan.
3.3. G1onst�uctability Review
• Prior to the 60 percent re�iew meeting with the CiTY, the ENGINEER shall
schedule and atkend a project site �isit with the CITY Prajec� Manager anci
Consfructian personnel to walk the project. The ENGINEER shall summarize the
C1TY's comments from the field visit and submit this information to the CITY in
writing.
3,4. Utility Ciearance
The ENGINEER wi11 consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY depa�tments, public utilities,
private utilities, private utilities and governmenk agencies to determine the
appraxirnate location of abo�e and underground utilities, and other facifikies
(currenk and fuiure) that have an impact or influence on the projec#. ENGINEER
will design CITY facilities to avoid or minimize canflicts with existing utilities, and
where known and passible consider patential future utilities in designs.
� The ENGINEER shall upload indivicival DWF files for eac� plan sheet of the
appro�ed preliminary plan set ta the designated praject folder in Buzzsaw for
fonnrarding to all utility companies which have facilities within the limits of the
project. The DWF files should be created directly from the CAD files as opposed
to PDF files.
3.5. Traffic Control Plan (None required)
City of Fod Worih, Texes
AHachment A
PMO Release Dale: 08.7.2014
Pege 6 oE 77
ATTACHMENT A
UESIGN SERVICES FOR
WATER AND SANTTARY $EWER REPLACEMENTS CONTRACT 2fl23, WSM�Z.
CITY PROJECi N0.:105811
• Develop a traffic control plan utilizing standard traffic reroute configurations
posted as "Typicals" on the CfTY's Buzzsaw website. The typicals need not be
sealed indi�idually, if included in the sealed contract docume�fs.
• Develop supplemental traffic confral c�rawings as needed for review and approval
by the Traffic Division of the Transportation and Public Works Department.
These drawings shall be sea�ed by a professional engineer regis#ered in the
State of Texas.
ASSUMPT�ONS
• 1 public meeting(s) will be conduck�d or attended during the preliminary
design phase.
• 0 borings at an a�erage bore depth of _0 feet each will be pfovided.
• Traffic Control "Typicals" will be utilized to the exient possible. It is assumed an
addifional _Q_project specific traff�c cantral sheets will be de�eloped far
• 0 sets of 0 size plans will b� delivered far the Constructability
Re�iew.
• 0 sets of 0 size plans will be delivered for the Preliminary Design
{60% desi�n). The electror�ic PDF 11 "X 17" size {�lans wiil be deiivered far the
Preliminary Design (60% design).
•_0 sets of specificatio�s will be delive�ed for the Preliminary Design (60%
design). The electronic PDF sets of s�ecificakions will be deli�ered for the
Preliminary Design (6Q% design)
• DWF files created from design CAD drawings wiA be uploaded #a the designated
project folder in Buzzsaw.
• The CITY's front end and technical specifications wi11 be used. The ENGINEER
shall supplement the technical specifications if needed.
• �0 sets of _0 size drawings will be deli�ered fo� Utility Clearance,
• ENGINEER shall not praceed with Final Design activities wikhout wriften approval
by the CITY af the Preliminary Design plans.
DELIVERABLES
A. Electronic PDF copy of Preliminary Design drawings and specifications
B. Utility Clearance drawings (Electronic PDF' copy)
C. Estimates of probab�e construction cost (Electronic PDF copy}
D. Data Bas� listing names and addresses of residents and businesses affected by
the prajeck.
City ol Fort Worih, Texas
AflachmeM A
PMQ Release �ate: OB.1.2014
Pege 7 of 17
ATTACHMENT A
�E51GN 5ERVICES FOR
WATER AHD 5ANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM�Z�
CIiY FRWECi k0.:165819
TASK 4. FINAL DESIGN (94 PERCENT} AND FINAL CONSTRUCTION DOCUMENTS
[100 PERCENT}.
Upon appro�al of the Preiimi�ary plans, ENGINEER will prepare consiruction p{ans as
follows:
For projects that disturb an area greater than ane (1) acre, the Contracfor will be
responsible for preparing anci submitting the Storm Water Pollution Prevention Plan
(SWPPP) with appro}�riate regulatory agencies. The Engineer will p�epare the iSWM
Construction Plan acco�ding to the current CITY iSWM Criferra Manual for Srte
Developmenf and Consfruction which will be incorporated into the SWPPP hy the
contractor.
• Draft �inal plans (90%) and specifications shall be submitted to CITY per the approved
Praject Schedule.
• Folfowing a 90% constructian plan review meeting with the C1TY, the ENGINEER shall
submit Construction Documents {100%) to t�e CITY per the appro�ed Project Schedule.
Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in
State of Texas.
• The ENGINEER shaA submit a final design estimate of probable construction cost with
both fhe 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSLIMPTIONS
• 0 sets of size drawings a�d sets of size drawings ar�d
specifications will be defivered for the SO% Design package.
+ A DWF file for the SO% Design will be createci frorn design CAD drawings and will be
uploaded to the project �older in Buzzsaw.
• 0 sets of size drawings and specifications will be deli�ered for
the 100% Design pacicage. The electronic PDF sets of specifications will be delivered for
khe 90°/a Preliminary Design
• A DWF f�fe for the 100% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
•[Engineer to pro�ide estimaked final sheet I�st (coverlindex, general nokes, contro[ point
locatio�, easernent layouk, SUE pian sheets, no. of planlprofiles, special cietail sh�ets,
etc.}]
DELIVERABL.ES
A. 90% construction plans and specifications. (Electronic PDF capy)
B. 104% const�uckion plans and specifications. (Electronic PDF copy)
Cily of Forl Worth, Texas
Aitechmenl A
PMO Release Daie: 08.'[.2014
Page 8 of 17
ATTACIiMEN7 A
�ESIGN SERYICES FOR
WATEfi AND SANITARY SEWER REPLACEMENTS CONTRACT 2023, WSM-Z.
CITY PROJECT N0.:105811
C. Detailed estimates of �robable canstruction costs including summaries of bid items and
c�uantikies using the CITY's standard bid items and format. (Electronic PDF copy)
D. Original cover mylar for the signatures of authorized CITY afficials,
TASK 5. BID PHASE SERVICES,
ENGINEER will support the bid pnase of the project as follows.
5.1. Bid Support
• The �NGIN�ER shall uplaad all plans and contract documents onko Buzzsaw for
access io potenfial bidders.
• Contract dacuments shall be uploaded in a.xis file.
Unit Price Proposal dacuments are #o be creaied utilizing CFW Bidkools only
and combined in a specified spreadsheet workbook, Bid Proposal Worksheet
Template, and will be populated and configured so that all pages are
complete and the Summary Worksheet(s) in the worlcboo�C detail and
automatically summarize the tota�s from the inserted Unit Price Proposal
document worksheeks.
• Plan Seks are to be uplaaded ta Buzzsaw in two formats, .pdf and .dwf files.
7he .pdf will consist of one fife of the eniire plan set. The .dwf wiil consist of
individual files, one far each plan sheet, and will be numbereci and named in
a manner similar to that of the plan set index.
• 7he ENGINEER shaH sell contract documents and maintain a plan holders list an
Buzzsaw from documents sold and frorn Contractor's uploaded Plan Holder
Registrations in 8uzzsaw.
The ENGIN�ER will develop and implement �rocedu�es for recei�ing and
answering bidders' questions and requests for additional informatian. The
proceciures shall include a log of all significant bidders quesfions and requests
and the response thereto. The log shall be housed and maintained in the
project's Buzzsaw folder kitled Request for Information. T�e ENGINEER will
pro�ide #echnical interpretafion of the contract bid documents and will prepare
�roposeci responses to al! bidders questions and requests, in the form of
addenda, The ENGINEER shall uplaad all appro�ed addenda anto Buzzsaw and
mail addanda to a{I plan holders.
• Attend tne prebid conference in support of the CITY.
• AssEst khe CITY in determin�ng the qualifications anc� acceptability of prospective
conkractors, subconfractors, and suppliers.
• When substitution prior to award of contracts is allowed in the contract
documents, the �NGINEER will ad�ise the CITY as to the acceptability af
alternate mate�ials and equipmenk propased by bidders.
• Attend the bid opening in support of the CITY.
City of Foh Wor1h, Taxas
Attachment A
PMO Release pate: 08.1.2014
Page 9 oT 17
ATTACHMEHTA
OESIGN SERVICES FaR
WATER AN� SANITARY SEWER R@PLACEMENTS CONTRACT 2025, WSM�Z.
CY7Y PROJECT N0.:105819
• Tabulate and review al1 bids �eceived for the construcfion project, assist the CITY
in evaluating bids, and recommend award af the conkract. A copy of #he Bid
Tabulakian and fhe CFW Data Spreadsheei created utiiizing CFW Bidtools anly
are to be t�ploaded into the project's Bid Results falder on Buzzsaw.
• lncarporate all addenda into the cantract �acurnenks and issue canfarmed seks.
5.2 Final Design Drawings
1) Final Design Drawings shall be submitted i� both Adobe Acrobat PDF forrnat
(�ersion 6.0 or higher) format and DWF format. There shall be one (1) PDF file
and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for
the Water plan set. Each PDF and DWF file shall be created from the original
CAD drawing files and shali contain all associated sheets of ti�e particular plan
set. Sin ular PDF and DWF files for each sheet of a lan set will not be
accepted. PD� and DWF files shall co�form to �aming conventions as follows:
I, TPW file name example —"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org" designating the file is
af ar� original plan set, "�47" shall be the total number of sheets in this file.
Example: W 0053_org3.pd� and K-0320�org5.�df
ll. Water and Sewer file name exarnple —"X-35667_orgS6.pdf" where "X-
35G67" is the assigned file number obtained from the CITY, "�org"
designating the fike is of an original plan set, "36" shall be the tatal number
of sheets ir� this file.
Example: X-12755 arg18.pdf
Both PDF and DWF files shall be uploaded to the project's Final Drawing foider in
Buzzsaw.
2) In addition to khe PDF ancf DWF files, the ENG{NEER sha11 submit each plan s�eef
as an inciividual DWG file with all reference files integrated into the sheet. If the
plans were prepareci in DGN farmat, they shall be con�erted to DWG prior to
uploading. The naming co�vention to be used for the DWG files shall be as
follows:
I. TPW fles shall use the W number as for PD� and DWF files, but shall
include the sheet number in the name —"W-1956_SHTO'f.dwg", "W-
1956_SHT02.dwg", etc.
City of Fo�t Worlh, Texas
Aftachment A
PMO Release Dale: 08.7.2414
Yage 10 of 17
ATfACHMENT A
DESIGH SERVICES FOR
WATER AND SANVTARY SEWER REPLAC£MEHTS CONTRACT 2023, W3M,Z.
CITY PROJECT N0.:105Bii
I1. Water and Sewer fiile names shall use the X n�mber as for PDF and
DWF files, but sha11 include the sheet number in the name —"X-
12155�SHT01.dwg", "X-12755_SH702.dwg", etc.
For information an the proper manner ko submit files and to obtain a file number for
t�e project, contact the Department of Transpor�afion and Public Works Vault at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless fhe appropriate project nurnbers and fund codes have been assigned and
are in the Department of Transportation and Public Works database.
ASSUMPTIONS
• The project will be bid only once and awarc�ed to one contractor.
• 4 sets of constructio� documents will be sold to and made a�ailable on
Buzzsaw for plan �olders andlor gi�en to plan �iewing rooms.
• 8 sets of full size and 8 sets af 'f'f"X17" size drawings plans and 8 specifications
(conformed, if a�plicable) wil! be deli�ered ta the CITY.
• PDF, DWF and DWG files will be uplaaded to Buzzsaw or e-builder.
D�LIVERABLES
A. Addenda
B. Bid tabulations
C. CFW Data Spreadsheet
D. Recommencfation of award
E. Construction documenis {canformed, if applicable)
TASK 6. CONSTRUCTION QHASE SERVICES.
ENGINEER will suppart the canstruction phase of the project as foflows.
6.1 Construction Support
• 7he ENGINEER shall attend the preconstruction conference.
• After the pre-construction conference, the ENGINEER shall pro�ide project
exhibiks and attend public meeti�g to help explain the proposed project to
residents. The CITY shall select a suitable location and maif t�e in�itation letters
to the affected customers.
• The ENGINE�R shall �isit the project site at requested inter�als as constructian
proceeds to obser�e and report on progress. �
• As requested by the C1TY, the ENGINEER shall pro�ide necessary interpretations
and clarificakions af contract documen#s, review change orders, and make
recommendations as to the acceptability of the work.
Cily of Fori Worlh, Texes
Attachmen� A
Pi�AO Release Dale: 48.1.20i4
pege 1i of 17
ATFACHMENi A
�ESIGN SERVICES FOR
1MATER ANO SANRARY SEWER REPLAC@MENTS CONTRACT 2Q23, WSM-Z.
CITY PfiOJECT N0.;105811
The ENGIN�ER shall attend the "Final" �roject walk through and assisf with preparation of
final punch list
6.2 Record Drawings
• The ENGINEER shall prepare Recard D�awings f�om i�formation pro�ided by
the CITY depicting any changes made to ti�e Final Drawings during construction.
The fo1lawing information shall be pravided by k�e CITY:
o As-Built Sur�ey
o Red-Line Ma�kups from Contracfor
o Red-Line Markups from Ciky Ins�ector
o Copies of Appro�ed Change Orders
o Appro�ed Substitutions
The ENGINEER shall mociify the Final Drawings electronically and shall place a
stamp on the plans indicating that k�ey represent Record Drawings of the praject
as constructed, The stamp shall be signed and dated by the ENGIN�ER and
sF�all be placed an each plan sheet, whether the�e are any revisions on the sheet
or not. Each sheet shall clearly indicate aA changes w�ich appfy to fhat sheet by
clouding and nurnbering, or other sui#able means.
• The following disclaimer shaA be included with the Recard Draw�ng stamp:
o These Record Drawings were prepared using infarmation pravided by
others and represent the as constructed canditions to the extent that
documented changes were pro�ided for recarding. The ENGINEER
assumes no liabilify for undocumented ct�anges and certifies only that the
documented changes are accurately depicted on khese drawings.
• The ENGINEER shall su�mit a set ofi sealed Final Drawings, madified anc!
stamped as Record Drawings, on mylar for record storage. The ENGINEER rnay
keep capies af the i�formation pro�ided by the CITY for their files, but all ariginal
red-lined drawings shalf be returned fo the CITY with ti�e myla�s.
2) Record Drawings shall also be submitted in both Adobe Acrobat PDF formak
(�ersion 6.0 or higher) format and DWF format. There shall be ane (�) f'�F file
anci one ('f) DW� file for the TPW plan set and a separate PDF and DW� file for
the Water plan set. Each PDF and DW� file shall contain all associated sheets
of the particular plan set. Sinqular PDF and DWF files far each sheet of a
plan set wi11 not be accepted. PDF anc{ DWF files shall canform to naming
conventions as folfows:
I. TPW file name example —"W-'1956_rec47.pdf" where "W-1956" is the
assigned file number obtained fram the CITY, "_rec" designating the file is
af a record drawing plan set, "47" shali be the total number of sheets in this
file.
Ctry of Fort Worth, Texas
Attachment A
PMO Refease Rate: 08.1.2014
?age 12 oT 17
ATfACHNiENT A
DESIGN SERVICES F'OR
WATER Ak0 SANITARV 3EW�R REPLACEM@NTS COHTRACT 2423, WSM-Z.
CIiY PRWECT N0.;195811
Example: W�0053_rec3.pdf and K-0320_org5.pdf
fl. Water and Sewer file name example —"X-35667�rec36,pdf" where "X-
36667" is the assigned file number obtained from the CITY, "_rec"
designating th� file is of a record drawing plan set, "36" sha11 be the total
number of sheets in this file.
Example: X-12755_rec18.pdf
Both PDF and DWF files shall be uploaded to the project's Record Drawings folder
in Buzzsaw.
ASSUMP710NS
• 2 RFI's are assumed.
• 0 Change Orders are assumed
• One copy of full size (22"x34") mylars wili be delivered to the CITY.
DEL�VERABLES
A. Pu�1ic meeting exhibits
B. Response to Confractor's Request for Information
D. Review of shop drawings
E. Final Punch List iterns
F. Record Drawings an Mylar
TASK 7. ROWI�ASEMENT SERVICES.
�NGINEER wil! suppork a�d perform activities related to ROW and land as autlined below,
per scopi�g direction and guidance from the CITY's Project Manager.
7.1. Right-of-Way Research
• The ENGINE�R shall determine righfs-of-way, easements needs fof construction of the
�roject. Required temporary a�d permanent easements will be identified based on a�ailable
information and recommendations wil! be macie for appro�al by the CITY.
7.2. Right-of-WaylEasement Preparation and Sui�mittal.
• The �NGINEER shall prepare documenks to be used to obtain right-of-way and
permane�t andlor tempofary easements required ta construct the irnprovements.
• The ENGINEER shail submit the �ight-of-way andlar easement documents to CITY PM
for real prop�rty acquisition
Cily of Fork Worih, Texas
ARachment A
PMO Release Date: 08.1.2014
Page 13 of t7
ATfACHMENTA
�ESIGH SERYICES FOR
WATER AND SAiJITARY SE4YER REPLACEMENTS CONTRACT 2023, WSM�Z.
CITY PROJECT N0.:105891
• The documentation shall be pro�ideci in conformance with the checkli5ts anci templates
a�ailable on the CITY's Buzzsaw site.
7.3. Temparary Right of Entry Preparation and Submittal
• Priar to construction, the ENGINEER shall prepare and submit Temporary Right of �ntry
documents for lanc�awners to CITY PM far real property acquisition. It ks assumed that letters
will only be required for fand owners adjacent ta temporary construction easements ar who
are directly affected by the projeck and no easement is required to e�ter their property.
� The documentation shall be pro�ided in conformance with the checklists and templates
available on the CITY's Buzzsaw site.
ASSUMPTIONS
� 1 Easemenfs or right-of-way documenis will be necessary.
• 0 Temporary right-of-entry documents will be necessary.
+ Right-of-Way research and mapping includes re�iew of praperiy/right-of�way records
based an 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.). lt does not include effort for chain of title resea�ch, parent track research,
additional research for easements not included in the TAD, right-af-way takings, easement
�acations and abandonments, right-of-way vacakions, and street closu�es.
DELNERABLES
A. Easernent exhibits and meefs and bouncis pfo�ided on CITY forms.
B. Temporary Right of Entry Letters (None Assumed)
TASK 8. SURVEY AND SUBSURFACE UTlLITY ENGINEERING SERViCES.
ENGINEER will pro�ide survey support as follaws.
8.1. Design Survey
• ENGINEER wiN perform field surveys to collect horizontal a�d vertical ele�atio�s and
other informafion needed by ENGINEER in design and preparation of {�lans for the project.
Information gathered during the su�vey shall include topographic data, ele�ations of all
sanitary and adjacent storm sewers, rimlinvert ele�ations, location of buried utilities,
structures, krees (measure caliper, identify o�erall canopy, and have qualified arborist
identify species af trees), and other features rele�ant to the final plan sheets. Exis#ing
drainage at intersections will be verified by field surveys. Spot elevations will be shawn an
intersection layauts with cross slope to fit intersecting grade lines.
• The minimum survey informatio� to be pro�ided on the plans shall include the follawing:
Cily of Fod Wodh, Texas
Attachment A
PMO Release Date; 08.1,2014
Page 14 oE 77
ATTACHMEH7 A
UESIGN SERVICES FOR
WATER AN� SANITARY SEW�R REPLACEMENTS COblTRACS 2023, WSMd.
CITY PROJECT ND.:105891
- A Project Control Sheet, showing ALL Control Poi�is, used o� set while gathering data.
Generaliy on a scale of not less than 1:40a:
- The following information about each Confrol Paint;
a. Identified (Existing. CITY Mor�ument #B901, PK Nail, 518" Iron Rod)
b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing
base. Z coordinate an CITY Datum only.
c. Descriptive Location (Ex. Set in the centerline of the in[et in the South curb line of
North 5ide Dri�e at the East enci of radius at the 5outheast corner of North Side Drive and
North Ma�n 5treet}.
- Coordina#es on al1 P.C.'s, P.T.'s, P.I.'s, Manholes, Val�es, etc., in the same coordinate
system, as the Control.
-- No less than two horizontal bench mar[cs, per line or location.
- 8earings given on all proposed cenkerlines, or baselines.
- Station equations relating utilities to paving, when ap�rapriate,
8.2. Tem�orary Right of Entry Preparation and Submittal
+ Prior to entering property, the ENGINEER shall pre�are and submit Temporary Right of
Entry for landowners to CITY PM.
� The documentation s�all be pra�ided in conformance with the checklists and ternplates
available on the CITY's Buzzsaw site.
ASSUMPTIONS
• Topographic survey at intersection will include no more than 2D ft. in eac� direction,
DELIVERABLES
A. Capies of field survey data and nates signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimensions and coordinafe lis#.
TASK 9. PLAN SUBMITTAL CHECKLISTS
Engineer shall complete and submit Plan 5ubmitkal Checklists in accordance with the
following table:
PLAN SUBMITTAL CH�CKL{ST REQUIREM�NTS
City of Fort Wort�, Texas
Atlechmanl A
PMO Release Oeie: OB.i.2014
Page 15 of 17
A7TACHMENT A
�ESiGN SERVICES FOR
WATER AND $ANITARY SEWER REPLACEMENTS CONTIiACT 2023, WSM�Z.
C1TY PROJECT N0,:105819
Trafiic Traffic Tra�c
5treet Waier Conirol Contral Conlrol
Traffic Storm Storm Lighis 1Sewer Traific 30% 60°h 90°%
Ailachment "A" SlgnaV Engineering
Water Waler (5ubmil (Submit
Type (5u6mit All 34% 64% All � q�� � (Submlt All
� 3D%) 30% 64%) � 60��D� Requlred for all work in Ciiy
ROW
Streel X X X X X* X X X X
Siprm Water X X X X X
Water ! Sewer X X X X
*If included in street p�oject
ASSUMPTIONS
On�y Water and Sewer design included
DELIVERABLES
A. Wafer and Sewer design
:
ADD1TlONAI. SERVICES NOT INCLUD�D IN THE EXISTING SCOPE OF SERVICES
Additional Serrrices not included in the existin Sco e of Services — CITY and
ENGINEER agree that the following services are beyand the Scope of Services described in
the tasks above. Howe�er, ENGINEER can pro�ide these services, if needed, upan the
CfTY's written request. Any additianal amounts paid to the ENGINEER as a result af any
material change to the Scope o� the Project shall be a�reed upon in writing by both parties
before the ser��ces are �erformed. These additional services include fhe folfawin�:
Negotiation of easemenks or property acquisition including temporary right-of-
entries.
Services related to development of the CI7Y's project financing andlor budget.
Clty of Fort Worth, Texas
AHechment A
PMO Release Dale: 06,7,201A
Page 16 0(17
ATTACHMENTA
DES�GN S£RYICE5 FOR
WATER AHD 3ANiTARY SEWER REPLACEMENTS CONTRACT 2023, WSMd.
CITY?ROJECT N4.;105819
• Services relat�d to disputes over pre-qualificatio�, bid protests, bid rejectian and
re-bidding of the contracf fo� consiruction.
• Construct�on management and inspeckion services
• Periodic site vis�ts during constructian phase
• Design phase public meetings
• Performance of materials testing or specialty testing serrrices.
• Services necessary due to the default of the Cantractor.
+ Services related ta damages caused by fire, flood, earthqUake or other acts of
God.
• Services related ta warranty claims, enforcement and inspeckion after final
completion.
Services related to subm�t�ing for permits (ie.TxDOT, railroad, etc...)
Services refated to 5ubsurface Utiiity Engineering L.evels A, B, C or D
Ser�ices related to Survey Construction Staking
• Ser�ices related to acquiring real property includin� but not iimited to easements,
right-of-way, andlor temporary right-of-entries.
• Services to support, prepare, dacurnent, br�ng, defend, or assist in fitigation
undertaken or defended by fhe CITY.
• Construc#ion Shop drawing review, samples and other submittals submitted by the
contracfor.
. Performance of miscellaneous and supplemental services related to fhe p�o�ect as
requested by the CITY.
City of Fori Worlh, Texas
ANachment A
PMO Release Date; 08.1,201A
Page 17 of 17
ATTACHMENT B
COMPENSATION
Design Services for
WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2D23, W5M-Z
City Project No. 105811
Lump Sum Project
I. Compensation
A. The ENGINEER shall be compensated a total lu�np sum fee of $798,443.00 as
summarized in Exhibit B-� — Engineer Invoice and 5eckion IV — Summary of Tatal
Project �ees. The total lump sum fee shall be considered full compensation for
the ser�ices described in Attachment A, including alllabor materials, supplies, anci
equipment necessary to deliver the services.
B. The �NGINEER shall be paid monthly paymenis as described in Section II -
Method of Payment.
Method of Payment
A. Parkial payment shall be made ko the ENGINEER rnonthly upon City's appro�al of
an invoice prepared and submitied by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item III. of
this Affachment B, and Schedule as requirec� in Attachment D to this Agreement.
B. The estimated current physical percent complete as required on the in�oice shaA
be calculated from the progress schedule as required in Aitachment D to this
Standard Agreement and according to the current version of the City of Fork
Worth's Schedule Guidance Document.
C. The cumulatirre sum of such monthly partial fee payments shall not exceed the
tatal current project budget including all appro�ed Amendments.
D. �ach in�oice shafl be �erified as to its accuracy and compliance with the isrms of
this Agreement by an officer of the �NGINEER.
111. Progress Reports
A. The �NGINEER shall prepare and subrnit to the designated representative of the
[Water De�artment] monthly progress reports and schedules in the format required
by the City.
City of Fort Worth, Texas
Atlachmenl B
Revised Dale: 121912022
Page 1 ai 3
�
ATTACHMENT B
COMPENSATION
IV. 5ummary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Stream Water Group, Inc. O�erall Project & Engineering
Design, Spec
Proposed MWBE Sub-Consultants
Stream Water Group, Overall Project & Engineering
Inc. Design, 5pec
Garcia Land Data, Inc. Survey and Easement
Documents
Non-MWBE Consultants
IVIA
TOTA�
Fee Amount %
$642,243.00 80.44%
$642,243.00 80.44%
$456,200.00 99.56%
$798,443.04 100%
Pro`ect Number & Name Total Fee MWBE Fee MWBE %
WATER AND SANITARY SEWER $798,443.00 $798,443.00 � 00%
REPLACEMENTS CONTRACT 2023,
WSM-Z. CPN 105841
City MWBE Goal = 12.62%
Ciiy of Fort Worlh, Texas
Attachment B
Revised Date: 12l9I2022
Page 2 of 3
Consultant Committed Goal = 100 %
�
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B}
Insert required in�oice format following this page, incVuding negotiated tatal budget and
allocations of budgets ac�oss worlc types and work phases.
City of Forl Worih, Texas
Attachment B
Revised Date: 12l9I2022
Yage 3 of 3
B-3
0
m
w
�
�
E
E
3
N
a �
`o �
c Z
� �
C �
o W
U
t g
� d
� W
� �
m �
0. w
�
W
�
}
�
�
Z
a
��
V Q
•' Z
C Q
N �
QI � r
,� � �
O
V/
O � �
U p
O O a
� � �
� � f�
�
2
�
�
dp,
6
N
Q�
�
�
7
�'
�
U
m
�
8
L
•o
a
�
�
0
�,
�
n
¢
c
m
�
q
m'
�
�
u
k'
b9
��
��
�a
o�
w �m
" `m
'� v_
E ,P
� �
°>. �
G H
m CQ
� %%
�
c
a
Q
c9
�
�
�
Q�
1�
Z
'J9
c
ro
a
E
O
U
a e
Q�
- d a
�
a O F �
E
G1
�
�
U
0.
�
�
c
N
�
d Y d � � ,i+
N � � 0 Q d
� � � cdi u �
• u
aca.i,�2 ��°a
� 3 �a m m
u>u►av�u�5
C
Q1
a
�
m
�
�
o C
� �
u
L
� �
a
�
d
o'
�
�
m
U
�O
�
C
�
L
H
H
lE
0
�
�
m
:e �-
0 9
� 4
O 9
� p
a �� �
e �
9 �
6 0
p q 6
W
d G i �
� � N yy
N `� � 9
�' - D
r E d
� - � e
o a — x $
G � S m
w o .� - #
�� �� B��o
n U � E ��
� 4 � P T
ma a s=�
a LU v'i u. � ti
�
�
w
�
W
�
�
�
a
�
¢ __ ��
a � � ��
V 0 m �`- -
e0 Z E a� :.�'�
�! � Y e: "':::
� o G: �
— OC `o. m"°`�. ..=
W w = `�
c>Q�;� `, �
��� � s:
�r��`;
Q� r `! '
�
C � � d
O ikp EE
�o
•y U a Q, z m
w O�Q �' m �
a ` m
O O $of]�'a
� 0-U }s�Ua
u
0
'e
�
�
�
�
E
tc
Z
7.
C
�
�
O
C)
� �
O
� �
ti
4
� �
u 5 .
N B
7 � Q '
� W �
� N �
� �
� m � LL
� m � & �
���m �
�
b N
9 c y
a � N
_ � Q r' �
ii
a��� aa
�
a
E
N
� � �
u
� u`. f°-
a i d m ti m
t=�o� o
m m m �u u $
.acy,C � �
in�'navrw 5
c m �
G C �
'Aa�
a �
a
�m
� u
k �
u' °
� T
u ?
y o
c a
r, �
vr a
c �
� Q
a N
� •-
«� c
J � E
U a
C y o
m
�
E � �
m 0 Q G
�
�4
C
d
b '
C �
E 4
Q
G
m
E a
v E
c �
E �
m � S
m
�
�
Q �
0
.�
a
N
E
N
�+ o
N
a �,
'r
C
m
0.
N
GI
a
� �
a
�
�
d
��
w
�
�
N
t
�
N
�
�
S
N
a �
0
O
r �
�
e�
a �r
m �u
� m
tq
P L
gw
$ -
a a
� p 0
4
a � � f
C y y
a � � m
� a
' � � a
'd C
o a wF
v� ;
m � u 'g O �y
� � � � �
�3 � w��
� ;„
o Q- ; _ �
a` W m u i u°
�
�
W`C
J
w
N
r
¢
�
�� �
U 0 �
�O Z m
� � Q
y w E
�r�
¢^�
•� � � N
� �
N U
m m
O � q E �
' �d
=o
W Gi � � u vi
'� •--, a ,c u� L
0 o d,`ori�';
O. a CU $LLi�a
�
�
�
�
m
�
m
�
m
z
�
Q.
E
0
V
Y �
�v' ~
r �p
IL p
0
E � d
u � H
'e � �
N
� g �
�
���n e
V.
��m� �
� �q $ 'a
`m � w m w
�
� ..
v m
9 N
a � N
m�h,� �a
�
ul
�
�
4fe
# +' �
� m E o
u �u�F,
a 'c � ro m m
� �, O O p
m� � m m m
m � u u
n a�.� � o
a
N U! 0. V1 Vi 5
m
�m
•� V o
c o�'
.� � �
� m
K m
� m
� u
� �
U -
v �,
v N
�O �
0
� m
v, a
�
m �
� o.
a�
9
� C
p � �
� � �
U
d P' o
���
� E � �
$t a
c
m C
V�
mE �
Q
�
E �
a E
L �
� Z
�'!
m C o
E 7 m
� � �
a
0
a
.�
u
O
E
� �
A o
0�. ;
�
�
a
N
m
a�
� �
�'
m
�
0
�
�
N
I-'
�
�
H
ATTACHMENT "C"
CHANGES AND AMENDMENTS T� STANDARD AGREEMENT
Design Services for
WATER AND SAN�TARY SEWER
REPLAC�MENTS CONTRACT 2023, WSM-Z.
CPN 105811
None
Cily o( Fod Worih, Texas
Atlachment C
PMO Release Dale: 05.19.2010
Page I of 1
a
� 21
� Q�
� LL O `
� z ��►
N �
_......._.._._...--�- ,a —
�
`ci � I ~
O �N �]
V �'i
� ¢ a a a a �
�i a ��� �
� � • �►
U �
g' ' �
a� °1
� � � � I I '� ',
� a
- � � o a a'�e;;e �;e �!�'a� � � �a� �o a� a l� � �;o la� �� a. ia ,o
p o o lo o.o o�o �lo o-o :o 0 0 lo o io �o o��a�o e o a
U7 — �n vaI�n iniu� �n�, �n in u� ui��nl��n �n��n u� �n m�n
y� N NIN LV,NIL'HII �V N SV N N�V.N�I�`lV � NI
� ti ��� �,� c� ��V �iv �'� � �i�Eo m a� �a u�_n i�
� �{s'� Q t� � c`I.Ic�',c`l.;a�ic.7 +n��ll� �I���-ro (�1. � �,� aia l['1.'e�i �{N
E�i ;ia m cic•c•c 7>> aiyial� � � T' m,o 0
'� a �i�y,iLL LL?lL � t �L F G�; L3�LL� r�i �� c�i d f'���
li .�y � � f' i . ��i� H� iH,F �� F FI��LL ii� i
iQ sa
aw� ;; '
cn E ;
}� ��n tn �n Kf _�n I u�' �n � u� � va �n I�n' iri irf I in u� . �rs v� ua .
�a � N N!N N�!�V N�l N�i��� �;N N Ni� ��V�N;�1
�� v� v Nao m � Ec�e n�ni' �m ml�io � I� el�n�
� �� a a a a,a a�a ��Iti��� W WI �� a��,a al
�'C C�C'CI'G 7�,��1'� C 3�C�iC'- C I
N �y �y, LL l.L LL L ll.L l.L LL L�LL LL LLltl� G a;'G C G 01: 6f l
FI�� IH��. ��H:�" LL � �.�,1=i
NQ ��
�i _ . � ,', , i i i I �I i
(l� y� (!l yl N y� N N Vl NI N��N T (/1�� //il?+ y-, VI'� NI
� C Y� 7. �+�+ � J� T.� T}� i+}.. f0 TTN[10 T T
O 10 i0 •ul �++: lO 1tl� �I N IV � IE� 10�� l0 16 D"O 10 iill
� � � 'P �:� b�'c] 'o v V v.'o 'o �p�v �-v i �:vi
� ol0 4;4 �yy oio u] � o:4i o:ti'�o 0:1[l 1D:�[')
� o �"' � scn v a I ; .ni,ca : ,n,M
E
� � '� �
� I '
� ���. � �' . � : �
, o, ,
� ��' �:
� '-� ��
� i
C i ,., i � I�I a�.� ; I
� ' � � � ��'.�� '�`�i
w i . �_ �c �'�. E L � �
O � ! �I ~ � �� �i�. �I : �!I
� 'o ��'�.��o ;Ei
o I �'. �� -����
, '° m�, Ho,'� w �e-a'�' , ; o!
i i ' �. k E,c;ua' :c��°'���" � :o
' �c � o'�C ;� bv oJ i�n�
���i �j �.��oj �!, � 'ai� p.
I � �o:��''vl ��
QI �'a rn� QQi��.a
-�...a�v�p �I �,m:��¢gy�
` �'I oi �i�pisel o�'. oi �� 2
rn' hi�U a '
. c€ pl y o- 3�i � UIC] �j!U
N -� W� �-- Z ci o�i p� ;ti
� cl�; � �-i rn.w io', �3 � a�i
Z rn �l¢�u'� �, o�o�N. �:a�c'n u�'C
� � O. . .U- ',
F o ' , ;
TI i
❑ r- N� M I� i 1!l I 1� � 1� � W Ol � O� T� N
V �
'-1 N
�f-�1 �i��"ojb y-
; cl �r a, r-� � "a+.
.o��_Ni�i� a
m;'O!� �:a�aEUi.
cl m �i � � d cy;
OI � CI F 01I•W
Oli• �p �I �Il�t� C7,,
AQ U,�3 � �I ��
; ��F'i�.U.3dj��
�I Qv. E'�I �Iv �:
EI � o: �i �il o �
�Ia U (A KIU d
a! ' '
� If I`r!r �°° I�' Ir�i �
M
M
i
�T��,������,o
0 0 o i o���. o a o,� o
�n <nlln �n-�n �n u� vi
N N NjN-N [Y N
�����'iv`s �= � ���`n
'��
e B
a o
6
' f' � E
� F �
E 3 i
� m � �
I • o
�
y 3
�
�o le lo; g � � a
�,Ni� � � � � `
�V �Q N N 5
I�''�. c w� a��, �;`m.�n �n�A ti N '�m� � 6f�N{e. �'a0ia0 ���'O �I�- &
�`� i— �—�r�F ���� � F ao�c�.',� � �� � rl� �;v T�i��,� F�,�`
���� ��, : . iF � 7; .�'� � N �','O F -
� �',.,_ I �.-� � i � � I '.,'l� ,
, , �
'�� � �. I �, ' , . . � �, : U : ♦
t0�m�[o ta�tn m�f0 +Cfi 'lul 1� 7nlil{�'1e� �a �,W �'�P�[D f0 ,[�-,►� 1� 1�; a
��i� �I N N�'�N N Ni NIN N�V I�I� N fV � N+ �� �
�r�-� �'+i� �� u'i ie-� v'S in ,�Im'mio`i,�`'1��i°D � o�m m� a e
�iJ��im o�:c� �`+ � N� IN�� Ni i i im m'N�i� iv � g
� v, � a�.� a���� �� m m� a�m M m� a� _—.��� :-�
0 3: m a� a; ai� �•� �: clt m` a>> v .cE �. �:. g m
�F IF-:F 1- H�iF:? yllL LLkIL LL LL C`.LL LL- Gi 7����', W 17 f-��.,.�I 7.�. �? �
. LL�, -LL:� �-�i ,C L F.I�'��. � e
I - : � Fli .,F� @ i o 'eq
NI �+ y}-. E - N N Uli �n Iq N NII V� N..� N' T 1I1 ' T v+f Vl� ✓+' b}i `�.
-oi'9,@ ���. S. }. TT T Ty y+i6 ?+ lO }` TT Tf6 16-
ivla �vl�jb�b o?.ti a�v',b y v�..p.,n �,v�� v F�v'_v 4I�:
O 4"l��i] Oli'rJ�4�'O O:p l[] lli �� 1[1; r ti.0��- O p O:O �[�
�.N�NIt-� '�,0� .�[]��. o; IDIM 'N,
: � ', � ��� � � N �
,
,
�. a E
} '��� e��;
} 'y � . . . � F � F
d $
� ,4 � , 20 : o � Y' E �
� : c N � � '. � o � � g
� � � o � -
�o � b c� u'S
�`���cl � ' �'.t� � : €
m �a
a
�y �v = `u o ��, . � , : � j , }g o: I �i
� ',,.� �I U, E. ' �� , � IYa� I�
�� �� a o o; '- i �LA'"' � , �i p�,. �V,., : •
O� �I� i� $ ��- clo �- � v U w . G�
rn:
nI � �jl �: �- d� � � lij � W i E�'�� � ,
?l��:S3 d C - � N O 6I O�',�n. �-'
_�[%- miN U� a m: t M� _�i G i`k_ fl
� � E'U m � b� �; � '� 7. �
�k�'i o d w ol `� o � � �''m °1` m � �
�� o N Q—Im €yi K� d -o
g'�-V �i EI �$'i� ,a�, .w. E', mlUl� w -V � �-� aEi p: g%� ;
°'a- � alU����� m ,abi',, a�. o' c � � a - ol °1 �: m rn� c
i W�. a i E cA ��'. o I� O'., N -`� � j a_� Q
a c�yii �I ��i� m �� V� u�� d �. �� NI� ai �I c3�
L�: ��,c m '�: W id. c o� � o�" ��;�ii �I �� - I n+'u.
� �° a � U miU i c oi 'a_ i
; o a o v+ � , Z: �,�, �� m mi � � �� o���a i � i� �
�; �
mi e, Q._ a ao � a'� m E OC � E; g�j 'o U 2' �: � p
�:• o� �c �q a i E a�i �a a'�I v � rn m. �
�I ¢3i c� a � �ii �€- aci! a er'S �; ���' 3�iai C� �' � S'nlro `�i�i� c a: �'�.
o.aC 5¢ LL w a�,-'`—'i,� r' 4.wia��n rn��i7'i,�r�s�° �I1� �,w o�oc. �
� �, O.. I l!J �, �� , p � 00 �: Q U�i Q '. U' � t�f
,c�! a`
; ;� ���lE ��
� vl�n�m r� m�rn o �iv�m v in �n r��m rnlo "i ���nj�e r� co: �
J IN IN N N N;N m(n m IM m m 19 �17119 P1 I V[tt V tt IR;a V: 8 q
,I
O
�
e
l� „-__
'�z,� ",���Y�� h:;"_ ..: ��y"�. ..aw�r„4a;..- y _ _ , l�; ,
t�� 1 f�►'�. � - ';`cr'. � � �
�>�.,..� _ J� •~ - � : � . .
'� ��_ , y ��" y� �S I�
�' �1�T� I' _ J •�� J • � � - ��
: .i �
� i ' Y'�� �,:� y� � � n. !
��'; � �! � �sU�' ��y,, ��l k��', {s� �� � � �i�,.�r
� f I�F'3r k -f �; ��".�� �5� ;� }Mre� � �' � � ��`
�i I� +r �i .�„.; I� y�,b,K►�
��'� � � ���i c� o--�� �� ,i� �
. � ��y ��ry� �I�■`.. ��� 3. �r� �J ' *� 4 �� �
�'"
i '�� �,Yl� ��'!'� Y'M.1 I�,.`� IC�r �i� I� j �.Y ).
'�� I:l��I ��� � � ?� ] � Y: . 1
li M�E �� [Lti I� - � ,� ,� �7' _�;� � ,
'Y�,; � �c I+ � �. �.�5 l J" b •' T f • � ���(r' +'y�� .Ir
���:T �¢ iR.-i �e'iq Y�f: � I� �-lu V��.�-' F '��
��I � 1,�. ;� �� , � I�R � 4Fi7d N_ �i� • � h,�F� ,� -
��� � i�� �� I Y� '�;!�'� �R� ,��q� �
I Ft� '��";; Y �i�$3+� +-,�. �,. { �
. � �� � � R� `�'� ,'� � "'�`�' �'.� t � �: � : � f�
+: L�+" a�i t�=8 f� �� . . �,��1�; ` �: , �, �� �'a7 .
� � �.; �
.� ���N � {�y � .��'�5 �;t�1, ���" ��'� ��' ;' ;
�J/�� � ��l�1 �1 t . �`�� �; , 'fs . ���d�� :;,� ^< _ y
`�l �~ ���j j�`�i � "! � � . � }�fF � � ��"� .rd d�4�'�; -�� � , k')
In ' `� i'vY ��� �y�: • �1� : � - � '.
�� � i: Il� � E1AU z� t � ¢ �4,�� �x � �' '�t� a , �! '
� ��� � � � � �. � S f ,+
r��// :, �
l� ry� N` �9 � . �' ,c�-
�O �� � {�;� . l� �4 �i � +1.�9' i i
� 4' � , '�
�V �N �j � � ��'� ;��� b�g, � � .. `� � ���`� � �:,, s s .
.�M '� "
�;.� _
u �urQ _ e �„` �, �
1 /1� .
�1 ��~ �y .� �l ��11 � �i� i�l�l� ����7 �l'y ��`F�� ��� � . ,�F��r �.s;+..' �.� � '�
+ 5 �" �Vf �4.,�`����`.�. » '
��' �- � � )� s.� � ,�i�_�"��„ ,� �.� r �
_�� �
' � � jj��.
; �.,
r�� J �ti , ���� �a
,, ,a� ;, '�
1�a4�
'�- iYie���' ':�Y;�.�;" �
S�� i- _ � �� .
� 4 �..
L4���'�2 �' �� 1'�� � �
���f -' - � ��
�a8:.s-pr., � �
k$ �, " , ,� i��� # _ 5 ��� � ' �4��'�s
�� � � �I�✓. l 1 '
� R �'.�, .:� �' `,� .
_�'�� '''
�� � ��_
�::
�� �` � �,
�� - �
�r�y ' : �� +da" � �;� ,�
, �, - � � ' ' ` ,� � � �,,,,;
*, �- �
�i����� al + 1'il ��'y• � �.
� �, '� � ; .F � k
, �. _-� '
� �. �;, r
��.. �r s+ �4�' ` � � j f � �a
��������j� ; ', 1 -
. +�`j f , , f�'i t a.
�:� - � ��'r� �� `'� _ 'arll �q
r�� . 4
� ������.�� _ �� '� ':, i�
� � �
� � � ��. �
� h �.
��'- ,�� n�E � ��, ��,a�i,�'
� � ` � �
��� � ��� �� � �E� .� �
y. . ' �r� �''' �'` � ,�y� �
��°`.��-=�' _�.lw�Fr ';�•., �S�IL�� sI 'S�� . ,e _ .w� _
�'� . � ;
i � �� --�� ,
3 � � . .
5' ;I ' =�� �� � `� `y�� '
�-'�i'.:7:i� � :.k�}' .I•` � �- r'�i-i+. _ � , i •
� k i ^,' i i 1 I' � .
_ 4 ' '�i.: R�. I. '�i?, � v '
, --- - � 'S
��� � .S^ ���i!� ' -�� � •
�' ;
. s� ,�'� ' '�'�� . Il ' • 1 �^..
- . _ � � �' � - -.t�i�,
' �. ,�� i �
�t�,�`� �' � �� r�� �' �,: �,��, �:
� � ,
-��� - _ -� - _ �..- - �a� � _
��'i ��' � ...,... - ��:Y�'" �:�
�:� � .. _ .�'y, _ , -.
�q� �"�� .
�- "'�. � ��_. � : ��Fx=.� �-a+. . � T '" �.-�.
. _ —_ � �- .���� .. i
�� � � `^` t---_���r if � . � ��t� y��r �
� , � !''�;. _ � � � �t �� y � ,
�= �� -- - - �"'+'�+na,.:rY �ryyr..1'.-, .YY ' . �
r s�, � CJ'� .
J � :.,* �. ,�+� iR ;. • •
1��.-. ���� R��� �I'i� �K�� w v.-��n'ur � lei _ �
^�^� �4i! j. _ � r' �� � ��
�r j. ��i�.� s ��� ��r�3 ' • ' ' �� t , " �r3�_ .
r ,; �'I , . . r� d' ���L�LI��ye� �hr ]� . . i".. ''��. . :
� � �t� I�.. -� � _ � �T } �„� .. - R Ita�1 � �f.i����1�,. � �� ' 1 �
� �; 'h�� � �� 4�rJ . y � ���ly� `.� �
� . ��- ��__.,.. �� �P^' _ l: .I ��f._ ��
, � .a� l , �. { r . ! «+ i. t � �.� •5.
�y - �� i �' � � 0 1 B � � r,,,. i r- . �
'��' ���'f": �v�'' '�' ` ;�� � ''� ;�"`
�, '1 � _ �j'',�� F`� � .K= �'�e" �i ; - �' �' �
� ` ` �;� �' � � ;+� y1,
�
�= -' �� - - - ��.� � � 'T�i'� �� " 4 �� „� � �„y�.> _�.� '� --
� �, � �� �
����r %�� � ��iY� ��si`.• �-., `�� �� iSiA���ll. �� ' i : r' � . . i��- i.
' a_ 1 �r � r . �� ; �k,,,y _- �•a
ZI � � ', * i yj � � l��i _. '� I � 1'',I t�,� , .
,�_. * a �� -� � -' ��'� a '� Li y�S ' �t'ib ' 1 , . � y � � � S � -
-1 a 446 �d� . � � � i �i , 5 , '".-"' .( s' . i) .~�� S '� � � �f-1 � �
�.'�; r E :i �' � - •. • .r�' � � q ��,� ��I� i ..�;�a� V�•,, .{ ` iF � ��
� r i ; f �• h.w �' r -Ly `
- : l� --- i 'g+�� � p ti �i••
'�., ,1 � 1ti � t��lr' b� � � `fi� � � � � �r�j� tr �' 1. 7�,.
r � � �` _ , �..a.. ,sr � A . � ! '� 1' + ' ` �
4a�s � •.� t' ' ,; , ' , � ; ,�,
r � �,,a,� . � � ' �; ' -
�� M1 ��.' , �, . r �+.i 5�,� ^ ,
�•i' �y� i �{ ti. � s � ,�'� � -
ai' 1'_� �'°?. '9 �i� ��ii'.i' +�I;•` Y w�iF' ` _ � � ,� i..
� ��
. L i 1�! �d �� .� +� : r-. s?! _.
��� ' , -,�.d '4'- '� f E� .�m .�f. �2,.;_+�}�� 4eS� �.,
^�-3µ��1' 1 4 �� �� J� ��I 0.� �• � � y ��� �4. .1'� �; ��/,
'� ���ri-' �'jAY�7�9�ry ��. � .�
� � ""� r � �j ' � r i. i � i r .A "�
�- �+� . 1 , i I��'� � L� . ' � I �-"* e ^ r..�
�'�,i�'�'i j��c'���'.�,',:�� 55- -i� ��t,i'{i @�I,•.� � ��-�F� �-����� f"�Y �5�� � 1 - _-
'� �-��!-� �� I "� �' s 9' � Ai•�� � �`� �'
y ;:-.
. ,i , r ■ ,;.
�, �1-�as _ �� �+, v �•� • ~ ti� J� '' f �� .�,:� ,iil
3���� 4 ���,' V�' .�, r �; � � . � � �{�, � ,� �� � °
- A ; - � . ��; _�= - . `ti = ' � a '�v�, �, . � ° r
._ . .', �;'�
, �
�� 1
•�}Fi..tiR �`G�i.a �.. S i' l
}� "�., ,. .. � �k
�,"�',�,,�'� f � ��� � -, `� �*; i � � � � �,�� h �:� ,� �,�r.
�
� � r �` '+ r� �y � '�}�1dr�' �s�j � f i,., , � � � i. i � 1'f '
'ra,y;a` ,�..•j�, _ ., . _4 ��," ,r� �:,�1 ��.*��.b� kr ''''ei S �����. �1�,4'-'�`.i ��
�' �a� ��:. +��• �-��, ��n
— � � � � r
� 1+� � �' � � , Y , � ' .. � . I S � r [ V � � 3 � � I � y — r ' ..
i. _ � . � � 3 k'' r �� �II �
[�i'� ,����'V U� ��- ",�i��C, ��, ,.�:*� i .��.� �� :;
� . , }�`,ey.,! . �- ;i 4 � ; �
}� -:_- re .�'. '� i � i�.i.. r � . _ ! f J,�-'�ra .r' ca' �', j1.� Q� ' � �
�� , � �e� .�, � �� �V ''iTj�.. � ��{�� ,g �.'�t� I . � �.."a.��. . � � , . � i.� �'! � -
)� �} . R 1..Jh+�S� _ t r . . 71 „
7„ -�,.,.__s: - � +� � � T � . �� . - ��� . l:.rrt, -�.
�" _ .. . r , I � . .,.}' . . ���
� �l ���� ��i��i � ' � � ^'�i��� � '� s �'�- ����
+ � { ; �,i i ' � -. � �► a �l�+�y �
�P �y i ���. L . ' 1� � ��� ' -�0. � � , � �'r{� ai�
, 1 �+ ,�„ ! � I,� �� ' `-r A'�-w� F'r { ,:f '� i�� s Y {�1� ;� '`��" 5 � �.., _� �'�
� *' C'+� w. � �
� ;q„�, , r, �•I�� _{� I f _J l�� ��/R� �as „ ,� i�;� �' ,; _"��y ..
� ��, � 1.�.� � s r �' 'h r ' ,.���E � ;1�; ' 1 ; � � � (,', � . � _ F -
_ ; i;,�,. ' �. • .q� � , •� � � i .
i 1 �" `' �' � ' � /;.s S ��.ti ti.�,_ . � r , i� ,} �
'V 4 E'{� � # f, .�� � �F F - �.'� _ ��.�� +� ��-�i � �
� t' ' � . 1 i.�',� t-. ;`1��'_��,.�� . �Flill
/�r�� � {I ��� !� � - � �' y �5]} �,
�'..�F�`y� (� ' .� A ,�� I.•� y . .�k-�. M�-,�f���� �ir1��' �t��� _
��
"" �3lr :' f;) �� A�,� A j�
-j �� ' Af #
, � ,�► .i - 7� hl�' �_ �L�..� _ 1��. � T ��r-a ��
- .�,. �� � �, . _ --• � �c �v' �*_ ,1 �. ,` f �- �� j ,� , V,* -+.�,��F+ �.a�
•� �7� !� . �.,� ` � �I �'; ai�.i�. � , � _
� �� � C_- , , � ��� , ���.
1 -- -� h
�-� , � .� �. � .. , , ,
���� _ ��� '�`� w � �:��..,�,��. - Y = _� �.���� °�. ��
, ' • �:! I � ��'c".r�."'..+r..._. y u c . � �e� . - _� `-`.' �as � {` �iN 7 . � . : ' .,� � �.- -
�i�h �y.-- . �.� v� �
` � — � ,y.,;'� � � �
JL � �'f ` '-' �. '•, `ti„ �
� I i.,;, +s �, � � �
-- _� � � � � � �g $k
{ ?". `�- ' � ' '° �a -_,-� ' ' �' $ �� ��
.� � �J 1� ' i � 44
F ` .� � �� V � i I i i 4�0
�.. �.1'�.: 'I l I h_i e U
. `
:a . .. . _ �.- N,1L1:� / t ,
y�` ; � 1 p
`'in'za _ .. � ' . . '
�° _� � L "li7 !�%��t' tl � � 'd
.
. - i
�n A
ti:
�� �u�' �. ' �
�r- ,
�m � � " _ - �. . .
�� ; � _��
���'�= � ��tb�}�rya7dh�' - � _ �� �"^=� oKFWAY t
�
� rr.
� � -
;'�
�
Ai � '7�1..-_. �
r ' �
. — I .......__....,.�..
- �r-
_ �
' -. :. � . ,��," � -`�,.=� � -
� . ... �� � .'.
' W�i��
, ''� �' fr_,y __- ,:�
� '
,. ����
_� � � ,R �'�
� �, �� � �
�.: �5,���I �` Io°
�-,�: � �'��.�
I` � i`m" :;:
��� �� ��� � E .r-.
- , � ,� J-1 � 1`i�� ,� �
_�� 'n4y s,i`�i":.�i `��(� �:.di :I
� I;i� h.
� � � 1 q �"44 �
. :S ,�°� .. E�nq
� `�,f _ .wa.' �� � . � �
� I��'� li�
„ � �i
� �y �� �,, r yl.'.' ��i _ �7
� .�--�.'e � � �� � � �: _�
� �'�'� 4R._ 1'�.��adl�� ��
"i f..��,m��, a���'��0!�i ,u
�
p�CArUR AV� _ �„i
� ^ �i : �----� + I' � .�t '
�aV02f71V�lN?1 �1S3M1N�fOMN1!!O� -
1 ..l� , � � �_�
�
a � �
; :, . � �
. , �-� �,.�. r
�a � r • .:.�
�.. ,�,� r -
�.1 � -�� . �' - �.
��:' .�+ • � � �.� � � ��-'.
� � ,,,�: ,-,-
h .'4 ,
,,,,;
1 ' �'�, ; � ��� '�,.
� ���z - , l'� ' . '��
��a'S ,�� `l�' !,j
�1
T � e J
b,� i
, +. _ �.
��v.• 1'� -
��'�� -��� .,��
�� �,# .�_� �, � � � _ , r
,� � � _ y--�
�f,T� � _' :•� '� � � . �--.�
�.� w n f.. � ri ,�.
..� '�v I„ � �A._�:;,
� ��� .
�� t .�1
�� � � �� -
P. � 'S
• y� �q
�}i �; _J11 li � * • �"'�
�,��: �'' f , �
K': � � _
� � �=� �
��`� � � ���. _��
.�,,� ��. �� � � �
. �,. r:�; � ��� -
. .�-� -
:
�'�
��
������
� ,
i'
''' �
.i,;:
�,
�i p �-.
- .�,�'��
: .' : ti`j��� ;
��� �
�� � K.- i�
��
��
.
�_ '-._
��� � V �' ` • ,�e1y� � 4 � �
�. ,
a b.,.� ��r�°'"��. a ��
�I4; i� _:� :� � k
'� ,�r� � �: � �..� � �� -
�-� , , � ,, ' �:.as �
� �MfST;����!� � I��I� �ry r�.-���i ��iiC� �'.
n , " ri�F �� �;��' ; '��1'�:��; � � r!'���i��-� ,�'_
� t` � ('. . ���_���-�`� �r .i; ��� ����. �^!"�?. , '+�-`�5�.
�. a�, . :� ` � j. r • � r , 1 � 4�' i.�Mi 1 "�i �- '�"y",
�" - �-bK� !� _ n � � i �� � � ,�+
� �� r �� -^ ' i ' . �crti r ,� i .,,4
- ti � ,
r'�' �.��' Ila �--�
'-i-�`�` •it:.,.
1 ! 'i
Y`: •
�1
TT4,� _� - � ' 4 - .,'
� ��, � � � '_� � �
, r ���� � � �
� ��,� y � , � � ; .
;i_ '�� �� E—� � �:n ,�^ " a-
'� w. • C v �
���� . f*��� �� . � � I 5�' �fi:a.�..l� -r_ . � . ��..as �-�.
1! "_' �JfJ � +��i ��la��l��,� �S �� , ' `� �I � "� *�y�
�{RJ 1 � v�, i f�i4u -_�r � 6F �� 9 F ;.�' '�'!
��. �5 a f �"'." � . k`�'�S i ��4� �S'+ �,� - ��a� F .�� �� •, � � � ..y i.. � .� ' S �s. !. tt a t.. 1, ^�c' ':...
�_ t �,' 1 - �-4 _� r '��� _ �'�S'�. `., � ;:7 Is.�, �v ����{{ �i �}.
f /. � �' .��'�� � � �. �. . �� ._.k
���. _ � 7_ �i �., _ � i `;v�i: � �TM,"*.,. .�„,� -,
f � — � - f '., �. ..'^^�
d" rn,
.1 y . ",k . t � � � � � k I� �- f �.. � 'il f`'
� L�.. �,. `�,�� .\� ''�� � ',�. },ti� `�'T,. S.' � ' '+. � �-��X�-'' -
��+FIiL r '�'is� �l . , . ., � r i � r
aj�^ `.+ '.{� ' '�, ",���I p ,r�; ����''w1r,� �,' i i ' 'I
� ` n '�1 1 • �� - .�,k -� � '°� Y F-�' . , �- ..,; � ��'' � � '.f.
� � � � l r �, �' �' ;3 �' - -� 4' .
��I ., .N��,'�� �� I@� x�.4��L�, t-�1j',�.� xw.� Ib� y � i1+Mr ,�� 4 e..
�,�A�y� J .+.'+ � - .i � - � �d� ,� �L � .
�� �i..�y�F��y _• 7 ��� �'. � T ��t�'� t�`� � ��.�,F1y � ��i+ ..�f 'j`� e
fr "iC l�. �
' �a ^m.R � . '1 7�y � � IB� � . -
,1 �.I�� T N `� � � r' ��;�I i�� �1�� �'�;'� . ir �'���yF i . R
�C�q a�_ � !� ',�-1. ���� f�'�,�P�i'/}i P �a�.Y►��� < � '�, ��" , �
� ` � � — � I + � "� - � �� � � �T��� �
I i i i I � �s
�ti4 i , ;' w r _,:� , l I�����.{f� �`��V. K-�� 1 � J i
1 '.-�. i �� � � 7� I� � � � ��4,`,R � _=�:t�.
{���f'•i �J � �� I +1. -�7� ��. e _ , � K �: if � , ' � �ri. �� r , � SK'
s �� , ' ,x� � �.
��.�y �� �j � � �'
Lt��! � � � J - � � ��� �� Af�ry;� �f�� r � � � � -7��',; � ��}_ _P�..
r ' `#R , �f
��. � k � '�. .� i
i �'._ — ' .i . . I ���. ��al '��,�� . �:gl�- � .i4 �, �-e -;
i _• + ,
�� 'll �� ^ � � .�'1�'i� � r �#' �1'� y-��' r ~�+,y.
t � _ �. .4k � ,��f' .'�ir �'
� � . r � .
� 1''� � '�,� ' 4 ��f �,�� � �'��� �ir �i ' '� i ',� �;y ' .��.� i� � y 1 � RI
n r � '
r. .'�C � .5� - .Y .�� I. '!� y �� . ..! , �'i.�� � '.
I � ��� ��� ��.�I _�h��•! � w'�5� .y�;`�� '"k �.+11�� "�1� ��1��.. � � ��, _�� ,''��J.)C ���� ` � �
� '..� a � • � v .�� I . f , } _ c� k r r -� _ b,`V.� ��f61
h�� f -`1�i1 ;_ S�' F � y �.. � S 1'. �$r
�. l — � � . .t . i��. � � ���� � : v � � � ��� �'i(
!�� .1� !, -��;. i ��� ,. .-{i''�• ,� �,�. � {µ... i�7 f �,`�`'\r, -Y , I ,�
R � I': I3 �' -��{ �
� � - �,�� 1`� l-.�.�s� ••� � r ` - i � ''•„�S
, �` � s � �s� � � �, � -F� �. �'y� � ; v r � ,a��� ;; " �� �'
� , � � �� � � ti �-.
, 7 '� , � . ���,. �tf5l � � � ,
, , , , + � � � y- ,,a��
���� ` i � r; • ' � � � ",, i �� � � � � } ,
'� r�i 1 d�,��'� " �,-qt 9�� °I !b i �� ��- ,'i� � 1 1 �+� ��,�`Ji , ` }
�• -; �--��_� � L"
. � �4 ` � .l,� � vrs�:7!7fGi3 ' i � k. � � a . 'r� f� ,,�� �4 p-�ti�:i!ijl7�[..��i
� , , '� rscs:*tia,:� � � � P �'r.� �tS I r''`T r •` � i '�] ���,� i
o . y �., � � 11 ` • ��� l}
` � � ; •
..-i h.. � 4 ��� � .. !f ! .`� � � ', ��� •�+�r'I y�'* f����Rs`\L��,y�
, •.� `f' �. e�.•.�. �
�iR .��•'; ��4 ' �� ,��i"� 1'4�Yi �f�*- �� ��efd�.��i
r � �.r - �!*�'., r � _s:�!' _ �
. ''.-1, , _'i_y-� ` � ,l��i �'� . � �rv�� � - -
� � '�,x 'p��: ;�� I. �_ � - � - 5,
�I �� # �' i
-��'���a� �k ��:,.mm`��� �- � t '
. • ...,..o.� .,�_��� _...��.- � e ��• �� � � ��''
�
rT T �
���
�x -fi'�� �
�:�,..�.,�l.
ti . �Q� � �
�� H.� 5
,�I�ly4ii,�q� :�t.
,_ ..�'��
ATTACHMENT "F"
CERTIFICATE O� 1NSURANCE
Water and Sanitary Sewer
Replacements Confract 2023, WSM-Z
City Project No. 105811
Clty oF Fort Worth, Texas
Attachment F
�oRo� CERTIFfCATE OF LIABILITY INSURANCE
DATE �MMI��IYYYY)
1/28/2025
THIS CERTIFICATE kS ISSUED AS A MATTER 0� INFORMATIOtJ ONLY AiJD CONFERS NO RIGHTS UPON THE C�Ei71FICATE FiOLDER. THl5
CERTIFICASE DO�S NOT AFFIRMATIVELY OR NEGATiVELY AMENiI, EXTEND OR AL7ER THE COVERAGE A��'ORDED BY THE POLICIES
B�LOW, THIS CERTIFICRTE OF INSURANCE DOES NQT CONS7ITUT� A CONTRACT BEIWEEN THE ISSUING 1NSLIRER(Sj, AUTHORIZEU
R�PRESENTATIVE OR PRODUCER, ANp THE CERTIFICATE HOLD�R.
IMPORTANT: if the certiflcate holder is an AD�ITIONAL INSUR�p, the pollcy(ies) must have ADDITiONA[. INSl1RED provlslons or be endorsed.
1f SUBROGATIQN IS WAIVED, subject to the terms and condhions of 1he pollcy, certain pollcfes may requlre an endorsement, A statement on
ihls certiticate does not confer rights io ihe certtficate holder in Ileu of such endarsement(s},
PR�UUCER
Higginbotham Insurance Agency, Inc.
15660 N. Dailas Parkway, Suite 700
Dallas TX 75248
Kristen Allen
xi�: 682-354-5278
KAIlen@higginbotham.ca m
INSURERjSj AFFOR�ING (
� : RLI insurance Company
a : Asoen American Insurance
817-347-6981
INSUREO
Stream Water Group Inc.
92�}1 LYNDON B JOFiNSON FWY
STE 2'i4
Dallas 7X 75243-3444
NAIC !1
13056
4346D
COVERAGES CERTIFICATE NUNfBER:9D76033D1 REVISIdN NUMB�R:
7HIS 1S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TNE INSURED NAMED ABOVE FOR THE POLICY PERIOd
INdICA7ED. NOTWITHSTAN�ING ANY REQUIR�MENT, TERM OR CONDITIOtd Of ANY CONTRACT OR OSHER �OCUMENT WITH RESP�CT TO WHICH THIS
CERTIFICAT� MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TH� POLICIES Q�SCRIBED HERElh1 IS SUBJECT TO ALL SHE TERMS,
EXCLUSIONS ANb CONDITIONS OF SUCH POLICIES. LIMITS SNOWN MAY HAVE BEEN RE�UCED BY PAID CLAI8/iS.
IN9R AD�L 5 B P01.1CY �FF POLICY FJCP LIMITS
LTR �PEOFINSURANC� POL[CYHUMBER MMID� MMlDh
A X CONSMERCIALGENERAL LIABlLI7Y PSB0401903 12112l2024 12l12l2025 E,qCH OCCURREHCE $1,00O,OOD
CLAIMS-MAPE � DCCUR PR�M SES�Ea occunence 5 1,OOD,000
ME� EXP (Any one personj $10,000
PERSONAL 8 A�V IIJJl1RV $1,000,000
GEN'LAGGREGATELIMITAPPLIESPE#�: GENERALAGGREGATE §2,DOO,O�D
pOLICY � jEa � LOC - AROOUC7S-COMPfOYAGG $2,000,000
OTHER: S
A AUTOMOBILELIABIL.ITY PSBOODi903 12l1212R24 72112l202$ �MBINEOSINGLELIMIT $1,OD0,000
Ee ecddenl
ANY AUTO BO�ILY INJURY {Per person} $
OWNEO SCHE�ULED gO�ILY INJURY (Per exldenl) $
AUTOS ONLY AUTQS
HIRE� NONAWiJED PROPERTY OAMAOE $
X AUTOS ONLY X AU705 QNLY Per accldenk
$
A UNSBRELLALIAB X OCCUR PSE0002A97 12J12J202A 'i21'f212D25 FJyCHOCCURRENCE $2,OOa,060
X EXCESS I.IAB CLAIMS-MAPE AGGR�GRTE $ 2,000,00�
�ED RETENTION $ $
q WORI(ERSCOMPENSASIOk P5INOOUi70'i 12l1212024 12112l2025 x STATUTE X ERH 52BBeioW'
ANU EMYLOYER5' LIA9ILITY Y 1 N
N3YP�OPRIETOWPARTNERlEXECUTNE � N � A E.L. ERCH ACCIDENi $ 1,000,000
OFFlGER1MEMBEREXCLU�ED7 E.L.OISEASE-EREMPL6YEE $1,006,000
(Mandalory [n NH)
Ify es, dascdba under
OESCRIPTION RF OPERATIONS balow E.L. �ISEASE- POLICY LIMIT $ i,000,000
B ProfesslanelLla6iliry AAAE100�1108 12172l2D24 12f12l2Q25 PerAggregale $2,000,000
Per Claim $2,000,000
DeductibleperClelm $5,000
�ESCRiPTION OF OPERA710NS ! LOCATIONS 1 VEHICLES (ACORU 101, Addltlonei Remarks Schadule, may ba altached if more space Is requlredj
Workers Compensation inclu8es oiher slates EXCEPT: Np, OH, WA, WY
The General Liability and Aulomoblle Liabiliiy policies include a blanket automatic addilional insured endorsement Ihat provides additlo�al insured sialus lo the
cerlificale hotder only when there is a wrillen contract belween the named insured and ihe cerlificale holder that requires such stalus.
The General Llability, Autornobile Liability and Warkers' Compensat[on policies Include a b[anket aulomatic waive� of subrogatlon endorsemenl Ihal provides
thls feaiure to ihe cerliflcate holder anly when there is a wriilen contract belween ihe named insured and ihe cerllficale holder Ihat requires such provisfon.
See Allached...
CERTIFICAT� HOLD�E� CANCELLA710N
City of Fort Worth
'f 00 (ort Worth Trai1
Fort Worlh TX 76102
ACORD 25 (2016l03}
SHOUL� AIVY 0� 7HE A90VE QESCRIBEO POLICIES BE CANCELLEU BEFORE
THE EXPIRAT[ON DATE 7HEREOF, NOT�CE WILL BE DELIVERED IN
ACCORUANCE WITH THE POLICY PROVISIONS.
Al1THORIZEPR RESENTATNE
•
1
OO 1988-2015 ACORD CORPORATIdN. All rights reserved.
The AGORU name and logo are registered marks of ACOR�
AGENCY Cl15TOMER ID: S7REWAT-Oi
LOC #:
,4coRo�
��
AGENCY
Fiigginbotham Insurance Agency, Inc.
POLICY NUMBER
CARRIER
ADDITIONAL REMARKS SCHEDULE
MAIC CObE
NAME� INSl1REP
Siream Water Group, Inc.
9241 LYNDON B JOHN50N FWY
STE 214
�allas TX 75243-3444
EFFEGTN@ �ATE:
Page 1 of 1
ACORD 101 (2008f01) 02008 ACORD CDRPORATION. All r�ghts reserved.
The ACORD name and lago are registered marks of ACORD
Cify of Fort Worfh, Texas
Mayor and Council Communication
DATE: Tues�ay, January 28, 2025 R��ERENC� NO.. **M&C 25-0067
LOG NAME: 60WSSC23WSMZ-STREAMW
SUBJECT:
(CD 2) Authorize Execution of an Engineering Agreement with Stream Water Group, 1nc, in the Amouni of
$798,443.00 for the Water and Sanitary Sewer Repiacement Contract 2023, W5M-Z Project and Adopt
Appropriation Ordinance to Effect a Portion of Water's Cor�tribution to Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execukion of an enginaering agreement with Stream Water Group, Inc., in the amount of
$798,443.00, for Water anci Sanitary Sewer Replacernent Contract 2fl23 WSM-Z �roject; and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Vllater and Sewer Capital Projects Fund in the amount of $1,17�,243,00, transferred from available
PayGo funds withEn the Water an� Sewe� Fund, for fhe purpose o# fund�ng the Water and Sanitary
Sewer Replacement Contract 2023 VVSM-Z project (City Project Nv. 105811) to effect a porkion of
Water's Contribution to Fiscal Years 2025-2�29 Capital Improvement Program.
DfSCUSSION.
This Maya�' and Counci! Communication (M&C) is to authorize execution of an engineering agreement
with Stream Water Group, lnc., in fhe amount of $798,�443.00 for Water and Sanitary Sewer Replacement
Contract 2023, WSM-Z project far the preparation of plans and speci�cations for sanitary sewer and water
main replacements on the fallowing streets and easemenfs:
Street From To Scope of
Work
NE 28rh Street l,H. 35 Decatur �aterlSewer
Avenue
Guenther NE 28th Sfreet South 390 Sewer
Avenue feet
Guenther Brennan Avenue North 135 Sewer
A�enue #eet
Easement
betwee� Schadt NE 28th Street E. Loraine Sewer
Street and Street
Webber Street
North 'f ,025 Water
Webber Street NE 28th Street feet
Easement
between NE 28th Street E. Loraine 5ewer
Webber S#reet Street
and l.ulu Street
Guenther Glendale Avenue Brennan W�terlSewer
A��nue A�enue
Glendale Guenther WaterlSewer
A�enue NE 28kh Street Avenue
Easement
between
Glendale Ohio Street Irian Avenue Sewer
Avenue and
Hutchinson
Street
Ohio Street Gfendale Avenue East 220 feet Sewer
Easem�nt
befween South 750
Hutchinson lrion Aver�ue feet then Sewer
Street and West 169 feet
Malone Street
Easement
befween Malone Irion Avenue South 350 Sewer
Street and Hale feet
Avenue
Malone Street Irion Avenue Hale A�enue Wa#er
Easement
between South 34Q
Hutch�nson NE 28�h Street feet Sewer
Streat and Hale
Avenue
Hale A�enue NE 28th Street Irion Avenue Water
Easement 140 feet north and 'f 15
between Hale feet east of the Mafone Norkh 3a0 Sewer
A�e�ue and StreetlHale Avenue feet
Moore Avenue intersection
Grover Avenue Oxford A�enue Irion Aventae WaterlSewer
Deen Road Oxford Avenue NE 28t�` Water
Stree#
Sterling Street Chester A�enue Salisbury �aferlSewer
Avenue
Chester A�enue Oxford Avenue St�rling 11VaterlSewer
Street
Salisbury Sterli�g Streei Hu#chinson WaterlSewer
Avenue Street
Easement
between Hutchinson
Salisbury Sterling Street Street Sewer
Avenue and
Irion A�enue
Irion Way Sterling Stre�t Grover Water
A�enue
Easement
between Irion Sterling Street Grover Sewer
Way and Avenue
Warwick Aver�ue
Warwick Avenue S�erling Street Grover Wa���,
A�enue
Easement
between
Warwick Avenue Sterling Street INest 770 feef Sewer
and Dundee
A�enue
Dundee Avenue Sterling Street Grover Water
A�enue
Oxford Avenue Sterling Street Grover Water
Avenue
Easeme�f
between Oxford Sker�ing Street West 490 fe�t Sewer
Avenu� and
Chester Avenue
130 feet west of the
Easement west Chester North 145 Sewer
of Sterling Street AvenuelSterling Street feet
I�tersection
1n addition to the cantract amount of $376,$00,00 {Water: $213,000.00; Sewer $163,800.00) is requirec{
for project management, real property acquisition, utility coordination, and materia{ kesking. This �roject will
ha�e no impact on the Water D�partment's operating bud�et when completeci. The sewer component af
the project is part of the Water Department's Sanikary Sewer �ve�flow Initiative Prograrn.
It is the practice af tne Water Department to appropriate iks CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C wi{I appropriate funds in su�port of khe Water's
portion of the City of Fort Wo�th's Fisca{ Years 2025-2029 Capital Improvement Program, as follows:
60W5SC23WSMZ-STREAMW
Capital Revised
Project FY2025 CIP Budget
Fund Name Appropriations Authorify Adjustmenf �Y2025
Name Budget
W&S 105811
Capital - W&SS
Prajects Rep�' $OAO This M&C $�,�75,2�43.00 $1,175,243.00
— Fund Cantract
56002 2�23
WSM-Z
Funding is budgefed in the Transfer to WaterlSewer account of the Water and Sewer operating budget for
the purpose of funding the W&SS Repl Contract 2023 WSM-Z project within the Water & Sewer Capital
Projects Fund.
FY2025 — Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Original
Adopted
PayGo
FY2025
Amended
PayGo
�inciudes any
cour�cil
actions
YTD PayGo
Appro�ed
forlMo�ed to
Capitai Projects
This M&C
FY2025
Remaining
PayGo
Ba[ance
subsequent to
budget
adoptionl
,597,771.00��$92,597,771.00��($26,539,026.00)��($1,175,243.00} j�$64,883,5a2.
Note; There may �e other pending actions or recently approved� actions that are not reflected in the table
ciue to timing.
Appropriaiions for Water and Sanitary Sewer Replacement Canfract 2023 WSM-Z �roject are as depicted
below:
Fund Existing Additional pro�ect Total*
Appropriations Appropriations
W&S Capital
Projects Fu nd $0.00 $'I ,175,243.00 $1,175,243.00
56002
Project Total $O.dO $1,175,243.00 $1,�i75,243.00
*Numbers rounded for presentation purposes.
Business Equify: The Business Equity Division placed a 12.62 percent business equity goal on this
solicitationlcontract. 5tream Water Group, Inc., will be exceeding the goal at 1 DO percent as a Business
Equity Prime and self-perf'orming the scope of the services, meeting the City's Busin�ss Equity Ordinance.
Any changes in subcantractors will 6e reviewed by the Busi�ess Equity Division.
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMA710N 1 CERTIFECATION;
The Director of Finance certi�es tha# funds a�-e currently availak�le in the Watar & Sewer Fund, and upon
appraval of the above recammendations anci adaption o� the attached appropriation ordinance, funds wil[
be a�ailable in the W&S Capital Projects Fund for the W&SS Repl Contract 2023 WSM-Z project to
support the approval of fF�e abo�e recommendatians and execution of the engineering agreement. Prior to
any expenditure being incurreci, the Water Department Y�as the responsibility of verifying the availability of
funds.
FUND IDENTIFIERS (F{Ds),:
TO
Fund Department ' cc
ID
FROM
Fund Department cc
lD
n Project Progra
1D
n Project Progra
ID
Budget
Year
Reference
Char�field
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additiona[ Information Contact:
Budget
Year
William Johnson (5806}
Chris Harcier (5420)
Dena Johnson (7866)
Reference #
'Chartfield 2',
ATTACHMENTS
'�, 24-105811 (Waker and Sanitary Sewer RepEacements Contact 2023 WSM-Z)CM-NS,�f (CFw
Internal)
2. 60WSSC23WSMZ-STREAMW funds a�ailability,pdf (cFw Internal)
3. 60WSSC23WSMZ-STREAMW- FID Table (WCF 12.02.24).xlsx (CFW Internal)
�; 60WSSC23WSMZ-STREAMW.pdf (Public)
5. Form 1295 Certificate 101284291-signed.pdf (CFW Inlernal)
6. ORD.APP 6DWSSC23WSMZ-STREAMW 56002 A025(r2) {2).docx (Public)
7, PBS CPN 105811.pdf (CFw Internal)
8. SAM.gov search Stream Waker Group,pdf (CFW Iniernal)
�
.0
�
�
�
�
�� `
/�
�
�
U
�
�
a
0
b
0
0
O
�
U1
n
�n
�
Q� QN I I N I N
rl H H H
r-1 �--I r-I r-1
� � W �
1!1 u'1 �'1 �/'1
O O O O
r-1 c-I .--I H
O 4
� �
Q1 Q1
V �
O O O O
0 0 0 0
lA I �il I I Vl �f1
00���
o �
0 0
o �
� �
al �
� n
� �°
_,. �
O] 01
d] O]
67 01
O �
�
C C C � �
C D O O O C U
O C � .++ '++ ++ +� O O
{, •�..� 10 � 1/� VI Vl �VI }.� .4
Vl L l0 �"� Y V1 �� �j �j �� lO
O v C 7� � 6 ii CS' O' C E
� �' � �� � a¢¢a�u
+� `o o a o
ro � Q V� +v +� �+ N+� w
vl O�i U.4 A �� d N w aCi V �
u`y ,u L° �- � m '-' ��� E E �
.-. Y J J UI Y �...� •
� C � — — C
�� o'� o o � U w w w w��
a u 7 v� vi
0 0 0 o a o 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O O O O Nl O �'i O O O O O
O O� O 00 N O O O O O�� O
� O O 00 1� OO CO O O O O O O
N d- l0 Kl 00 d' Lfl r-1 N O O tl'1 l!1 N'
0o tn �o v� rn ni rn im m � ry tn tn t�
� � � � � � � � �
m rn rn m rn rn rn m m rn m m rn m m
O1 O1 O1 0l �l dl dl O] Q1 61 01 Q1 Q1 Ol U1
al Ol O1 O1 U1 Q1 U1 O1 Q1 41 �1 Ol Ol Ql 67
Ul Ol Ol �l Ol Ol Ol 01 Ql Ul Ol Ql O1 Ol U1
O O O O O v v O O O O O O O O Z
m m m m r� 00 00 m m m� v v w I�
n n n n r n n n n r� � n n r� n�
� � � � � � � � a � � � � � �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0�
�--1 e-i .--I r-I �--I ri r-I .--I r-I .--1 H H N�-i .--I r-I r-1 .--I
r-i �--1 �-i rl e--! rl ri .--i r-I c-I .--I r-I .--f c-I rl H H ri
00 00 00 W W o0 00 00 �O DO �D OQ 00 00 00 00 W 00
lf1 Lfl � ' u] �1 �/1 �11 ul �1] 1�1 lI1 u'1 l!Y lA lA �/l t!1 �.I� lf1
O O O O O O O O O O O b O O O O Q O
.--I e-I � .--I ri .--I c-I �--1 .--I .-i c-1 H r-� H r-� �--I �--t �--1 .--1
H ri .--i r-I .--I e-1 N p O O O r-I ri O O r-I O O O O
O O O O d O d O u] O �'1 Q O O �i O O c-1 lfl O
O O O O O H H ul M ul fY] d s--� u'1 4 s--� �11 O[Y] O
l0 l0 lD �p tO O O O O O O lD O O O O O O 4 Q
�/'1 u'1 l!1 Vl �fl .--I Lfl f'�l .--I M rl ll'I .--1 M H rl M'�Y .--I W
rn m rn rn m.� �n m m m� m.� m n� m n m o
Vl � iIl � V vl �/} u'1 Vl ul u'1 � V] �f1 Ifl 1f1 l!1 lfl lfl N
O O O O O O O O O O O O O O O O O O O
N nl N(�'1 M Nl M M n'1 n'1 c'rl n'1 ['�] C+1 m m M v*1 M
o� o� a rf �� tM �l v a v v� v� v v
m o m o 0 0 0 0 0 0 0 o d o 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
�n �n n n �o m io io in �o in � n� n n n n n
O O O d � � O 4 O O O O O O O O O O O O
MI�� I�I�
.��a�rnr�i
N N N f�! N N N N N c�1 N N N N N N
0 0 0 o a o 0 0 0 0 0 o a o 0 0
0 0 0 0 o a o 0 0 0 0 0 0 0 0 0
io �o �o �o �o �o io � io �n �n cn � �n �n �n
ui u� ui �n �n ui �n �n ui �n in �n +n u� in u�
NINInfI.�INININInrINI�INININININ