Loading...
HomeMy WebLinkAboutContract 33629 CITY SECRETAR �0 CONTRACT NO. STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § THIS AGREEMENT is made and entered by and between the City of Fort Worth, Texas, a municipal corporation situated in Tarrant,Denton, and Wise Counties,Texas,hereinafter called the "City", acting herein by and through Marc Ott, its duly authorized Assistant City Manager, and GRW Engineers, Inc., hereinafter called the "Architect", acting herein by and through Charles A. Willis, AIA, its duly authorized representative, for the purpose of developing the programming and budget for a Helicopter Hangar for the Police Department's Air Support Division at Meacham Airport. WITNESSETH: That for and in consideration of the mutual covenants and agreements herein contained,City and Architect do hereby covenant and agree as follows: SECTION I SERVICES OF THE ARCHITECT 1.1 The City hereby contracts with Architect as an independent contractor, and the Architect hereby agrees to perform, within the professional standards normally accepted in the State of Texas, professional services in connection with the following general scope of work: Develop the programming and budget for a Helicopter Hangar for the Police Department's Air Support Division at Meacham Airport on 4201 North Main Street in Fort Worth, Texas ("Project"). The scope of services is described more fully in Attachment"A"of this Agreement. SECTION II PERSONNEL 1. The following personnel will be assigned to this Project: 1.1. City of Fort Worth 1.1.1.Project Manager: Alfonso Meza,Registered Architect 1.2. Architect 1.2.1.Principal in Charge: Charles A.Willis,AIA,NCARB 1.2.2.Project Coordinator: Brian A.Glass,AIA,NCARB 2. Neither party may change key personnel without the prior written agreement of the other party. SECTION III CHARACTER OF ARCHITECT'S SERVICES 1. Architect shall consult with the City to clarify and define City's requirements relative to the Project and review available data. 2. Architect agrees to commit the personnel to each Project as necessary in order to complete the assignment in an expeditious manner. 3. The Architect shall advise City as to the necessity of City's providing or obtaining additional services and data from others required in connection with the Project at City's cost and expense(which services and data Architect is not to provide hereunder but on which Architect may rely in performing services hereunder),and act as City's representative in connection with any such services of others. 4. The Architect shall pay for the printing of contract documents required for prograe submittals and presentations as a part of the reimbursable allowance. � ' 1 '�,,1A\I Econ (1V NIC11RAIY Pagel ORIGINAL 06-15-06 P03 : 20 IN 06-14-06 A09:42 IN 5. The Architect shall perform the programming services as outlined in GRW, Inc. letter dated June 2, 2006 which is attached hereto as Attachment"A"and made a part of this Agreement. 6. If at any time in the course of the design,the City expands the scope of services,or the Architect believes the City has requested services that are beyond the scope of this Agreement,the Architect shall submit a proposal for additional fees and a written agreement shall be reached on said proposal prior to the Architect proceeding with the work considered to be beyond the scope of this Agreement. Architect shall not perform any additional services without a written agreement with City. Any services provided prior to reaching an agreement on additional fees will be non-compensable. SECTION IV SPECIAL SERVICES OF ARCHITECT 1. If authorized in writing by City,Architect shall furnish or obtain from others special services necessary to complete the Project. These special services are not included as part of the Basic Services outlined in SECTION I- SERVICES OF THE ARCHITECT and Attachment"A." These special services will be paid for by City as indicated in Section V. SECTION V COMPENSATION TO ARCHITECT 1. The total compensation for all of the assignments to be performed by Architect to complete the Project as described in CHARACTER AND EXTENT of ARCHITECT'S SERVICES and Attachment "A" hereof shall be$19,612.00,hereinafter referred to as the"total fee." 2. Architect shall be paid the following percentages of the total fee at the following stages of the project: 1.1. Submission of Programming and Budget 80% 1.2. Final acceptance of the Submittal by the City 100% 1.3. Reimbursement of allowable expenses shall have prior approval of the City. Allowable expenses include: 1.3.1.Printing Costs 1.3.2.Enhanced CAD drawings for public and City meetings. 1.3.3.Long distance phone calls 1.3.4.Postage and courier expenses 1.3.5. Other costs with prior approval of the City. SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS.....NOT APPLICABLE SECTION VII METHOD OF PAYMENT 1. The Architect shall be paid not more frequently than once per month on the basis of statements prepared from the books and records of account of the Architect, such statements to be verified as to accuracy and compliance with the terms of this Agreement by an officer of the Architect. Payment according to statements will be subject to certification by the Director, Transportation and Public Works Department or his duly authorized representative that such work has been performed. 2. The above charges are on the basis of prompt payment of bills rendered and continuous progress of the work on the Project until completion. If City fails to make any payment required herein for services and reimbursable expenses within sixty days after approval of Architect's statement thereof, Architect may, after giving seven days written notice to City, suspend services under this Agreement until �'20� Page 2 �v�tl U �5l�I�S1511�nI�SU Architect has been paid in full all amounts due for services actually performed and reimbursable expenses incurred. SECTION VIII PROCEDURES FOR PROVIDING DESIGN SERVICES 1. Programming and Budget Phase: 1.1. The Architect shall visit the site and make himself familiar with the scope of the Project. 2. All documents and other work products of the Architect,whether in hard copy or in electronic form,are instruments of service for this Project, whether the Project is completed or not. Reuse, change, or alteration by the City or by others acting through or on behalf of the City of any such instruments of service without the written permission of the Architect will be at the City's sole risk. The City shall own the final documents. Transfer of ownership of the contract documents does not constitute sale of the documents SECTION IX CITY RESPONSIBILITIES 1. Provide criteria and information as to City's requirements and designate a person with authority to act on City's behalf on all matters concerning the Project. 2. Assist Architect in obtaining existing studies, reports and other available data and services of others pertinent to the Project and in obtaining additional reports and data as required. 3. Upon reasonable notice arrange for access to and make all provisions for Architect to enter upon public and private property as may be required for Architect to perform services hereunder. 4. Designate in writing qualified persons who will act as City's representatives with respect to the Project for the purposes of transmitting instructions, receiving information, interpreting and defining City's policies and decisions with respect to Architect's services. 5. Review all reports, recommendations and other documents and provide written decisions pertaining thereto within a reasonable time. 6. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by Architect, obtain advice of an attorney, insurance counselor and other architects as it deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of Architect. SECTION X TERMINATION 1. The City may terminate this Agreement at any time for convenience or for any cause by notice in writing to the Architect. Upon receipt of such notice, the Architect shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. 2. If the City terminates this Agreement under the foregoing paragraph, the City shall pay the Architect for services performed in accordance herewith prior to such termination, less such payments having been previously made. Such payment shall be based upon the work completed up to the date of termination of the Agreement in accordance with the method of compensation prescribed in Sections V and VI hereof. Architect shall also be compensated for all termination-related expenses such as meeting attendance, document reproduction, transfer of records, etc. Provided, however, Architect shall not be entitled to any compensation that exceeds the total fee to be paid hereunder at the applicable phase as stated in Section V. Page 3 �7 3. Upon early termination or conclusion of this Agreement, the Architect shall provide the City reproducible copies of all completed or partially completed engineering documents prepared under this Agreement that shall become the property of the City and may be used by the City in any manner it desires. The Architect shall not be liable for the use of such materials for any project other than the project described in this Agreement. SECTION XI INDEMNITY AND INSURANCE 1. Approval by the City of contract documents shall not constitute or be deemed to be a release of the responsibility and liability of the Architect, its officers, agents, employees and subconsultants, for the accuracy and competency of the services performed under this Agreement, including but not limited to surveys, location of subsurface investigations, designs, working drawings and specifications and other Engineering documents. 2. Such approval shall not be deemed to be an assumption of such responsibility and liability by the City for any negligent act, error or omission in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications and other Engineering documents by the Architect, its officers, agents, employees and subconsultants, it being the intent of the parties that approval by the City signifies the Citys approval of only the general design concept of the improvements to be constructed. 3. In this connection the Architect shall indemnify and hold the City and all its officers, agents, servants and employees harmless from any loss,damage,liability or expenses,on account of damage to property and injuries, including death,to all persons, including but not limited to officers, agents, or employees of the Architect or subconsultant, and all other persons performing any part of the work and improvements, which may arise out of any negligent act, error or omission in the performance of the Architect's professional services or in the preparation of designs, working drawings, specifications and other documents. 4. The Architect shall defend at its own expense any suits or other proceedings brought against the City, its officers, agents, servants and employees, or any of them on account thereof, and shall pay all expenses and satisfy all judgments which may be incurred by or rendered against them arising out or the indemnification; provided and except, however, that this indemnification provision shall not be construed as requiring the Architect to indemnify or hold the City or any of its officers,agents, servants or employees harmless from any loss, damages, liability or expense, on account of damage to property or injuries to person caused by defects or deficiencies in design criteria and information provided to Architect by City, or any deviation in construction from Architect's designs, working drawings, specifications or other documents. 5. Without limiting the above indemnity, Architect shall maintain a policy of comprehensive general liability insurance coverage with carriers acceptable to City in at least the following amounts: Commercial General Liability $1,000,000 Per Occurrence $2,000,000 Aggregate Limit Workers Compensation Coverage A: Statutory limits Coverage B: Employers Liability Insurance $100,000 Each Accident/Each Occurrence $100,000 Disease—per each employee $500,000 Bodily Injury/Disease—Policy Limit Automobile Liability $1,000,000 each accident on a combined single basis DR Page 4 OR $250,000 Property Damage $500,000 Bodily Injury per person per occurrence Professional Liability Insurance (Errors and Omissions) $1,000,000 Per occurrence $2,000,000 Project aggregate 6. Architect shall furnish City a Certificate of Insurance in at least the above amounts. Certificate shall contain a provision that such insurance cannot be canceled without 30 days prior written notice to City. The City reserves the right to revise insurance requirements specified in this Agreement to the best interests of the City. 7. General Insurance Requirements 7.1. Commercial General Liability coverage shall be endorsed to name the City an Additional Insured thereon. The term"City" shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 7.2. Certificate(s) of insurance shall document that insurance coverage specified are provided under applicable policies documented thereon. 7.3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 7.4. A minimum of forty-five days notice of cancellation, non-renewal or material change in coverage shall be provided to the City. A ten days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Architect's insurance policies. Notice shall be sent to the Facilities Manager, Transportation and Public Works Department, 1000 Throckmorton, Fort Worth,TX 76102. 7.5. The City shall not be responsible for the direct payment of any insurance premiums required by this Agreement. It is understood that insurance cost is an allowable component of the Architect's general overhead. 7.6. The City reserves the right to revise insurance requirements specified in this Agreement according to the best interests of the City. 7.7. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 7.8. Deductible limits,or self-insured retentions,affecting insurance required herein may be acceptable to the City at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7.9. The City shall be entitled, upon its request and without incurring expense, to review the Architect's insurance policies including endorsements thereto and, at the City's discretion, the Architect may be required to provide proof of insurance premium payments. 7.10.All insurance, except for the Professional Liability insurance policy, shall be written on an occurrence basis. 7.11.The Professional Liability Policy shall be written on a"claims made"and shall be in effect for the duration of this Agreement and for 12 months following Architect's issuance of the Certificate of Substantial Completion. The Architect's current insurer shall list the City as a certificate holder for a period of ten years following the issuance of the Certificate of Substantial Completion by the Page s CITY Y MI CRE qg�,�}I(/U Architect. The City shall be notified at least 30 days prior to cancellation or substantial change in coverage. 8. The City shall require its General Contractor to include the Architect as an additional insured on its general liability insurance. SECTION XII HAZARDOUS MATERIALS 1. City acknowledges Architect will perform part of the work at City's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that Architect had no prior role in the generation,treatment, storage,or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, the City hereby releases the Architect from any damage or liability related to the presence of such materials. 2. The release required above shall not apply in the event the discharge, release, or escape of hazardous substances, contaminants, or asbestos containing materials is a result of Architect's negligence or if Architect brings such hazardous substance, contaminant, or asbestos containing materials onto the project site. SECTION XIII RIGHT TO AUDIT 1. Architect agrees that the City shall,until the expiration of three(3)years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of the Architect involving transactions relating to this Agreement. Architect agrees that the City shall have access during normal working hours to all necessary Architect facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Architect reasonable advance notice of intended audits. 2. Architect further agrees to include in all its subcontracts hereunder a provision to the effect that the subconsultant agrees that the City shall,until the expiration of three(3)years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subconsultant facilities,and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subconsultant reasonable advance notice of intended audits. 3. Architect and subconsultants agree to photocopy such project-related documents as may be requested by the City. The City agrees to reimburse Architect and subconsultant for the costs of copies at the rate published in the Texas Administrative Code. SECTION XIV SUCCESSORS AND ASSIGNS 1. The City and the Architect each bind themselves, their successors and assigns,to the other party to this Agreement and to the successors and assigns of each other party in respect to all covenants of this Agreement. SECTION XV ASSIGNMENT 1. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of the other party, and any attempted assignment, sublease or transfer of all or any part hereof without such prior written consent shall be void. Page 6 vU0 UCUQ?,iiU:q SECTION XVI INDEPENDENT ARCHITECT 1. Architect shall perform all work and services hereunder as an independent Architect, and not as an officer, agent, servant or employee of the City. Architect shall have exclusive control of, and the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and subconsultants. Nothing herein shall be construed as creating a partnership or joint venture between the City and the Architect, its officers, agents, employees and subconsultants, and doctrine of respondent superior has no application as between the City and the Architect. SECTION XVII M/WBE GOALS.....NOT APPLICABLE SECTION XVIII OBSERVE AND COMPLY 1. Architect shall at all times observe and comply with all Federal and State laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws,ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Architect agrees to defend, indemnify and hold harmless City and all its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law,ordinance,or regulation,whether it be by itself or its employees. SECTION XIX MISCELLANEOUS 1. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas—Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. 2. The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. 3. This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner,be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. IN TESTIMONY THEREOF,the City of Fort Worth has caused this instrument to be signed in triplicate in its name and on its behalf, by its City Manager and attested by its City Secretary, with the Corporate Seal- affixed; and the Architect has also properly executed this instrument in triplicate copies, each of which is deemed an original. Pagel EK EXECUTED IN THE CITY OF FORT WORTH,TEXAS,THIS 4th day of` A.D.,2006. —L GRW ENGINEERS,INC. APPRO D: By: By: Charles A.Willis,AIA,NCARB Marc tt Vice President Assist t City Ma er APPROVAL RECOMMENDED: RECORDED: Gf5 By: — By: Robert Goode,Director Marty Hendrix Transportation and Public Works Department City Secretary NO M&C REQUIRED APPROVED ASTO AND LEG A T IIT By: r r �' Date: Amy J.Ramsey Assistant City Attorney The Texas Board of Architectural Examiners,8213 Shoal Creek Boulevard,Suite 107,Austin,Texas,78758,telephone(512)305- 9000,has jurisdiction over individuals licensed under the Architects'Registration Law,Texas Civil Statutes,Article 249a. Page 1161 Corporate Drive West Engineering Cincinnati, OH Suite 170 Architecture Indianapolis,IN Arlington,TX 76006 Planning Knoxville,TN Tel 817/543-1100 Lexington,KY ` Louisville,KY GRW, Inc. Nashville,TN June 2, 2006 p(� Mr. Dalto rayama, AIA Arc ' ctural Services Manager City of Fort Worth 319 West 10th Street Fort Worth, Texas 76102-4616 Dear Mr. Murayama, Pursuant to our conversation in your offices earlier this week, I am pleased to provide you with this letter proposal to undertake the programming phase of design services for the Fort Worth Police Department and Helicopter Hangar Facility at Meacham International Airport. During our meeting, you also indicated that the City is also interested in receiving a similar proposal for programming the area surrounding the existing airport terminal building as a possible development site for a City services center, air museum, airpark or other related activities. We will undertake preparation of that proposal later and will discuss it with you further at the appropriate time. This proposal incorporates our proposed methodology and approach for the development a detailed building program for the project. The project is potentially somewhat complex in that it may involve other police department activities and functions in addition to helicopter operations and maintenance. Therefore, I wish to stress that we are flexible in our approach to this assignment and are prepared to explore creative options to finding the best solution to meet the City's immediate and long-term needs. The attached scope of work is based upon our understanding of the goals and objectives of the City and upon our understanding of the City's proposed approach to the design of the project. The program is the point of departure for detailed design development and the preparation of construction documents — but, more importantly, it is the defining document which will give the project size, shape, scope, direction and architectural character. I have also enclosed a fee proposal for the programming effort, shown in Task 1.3. 1 hope this form of proposal is adequate for your purposes. We visualize an exciting and challenging project and look forward to beginning work at the earliest possible time. In the meantime, if you have available a proposed professional services contract that we can review, I would appreciate receiving it as soon as possible. Please contact me if you have any questions or comments concerning this proposal or if you require any changes. Sincerely, Charles Willis, NCARB, AIA v, � � L R.E C 02"D Vice President 01117 ��7 SII? yc ., 55''771IU IOQI o4 J U iq,il.iC�UUI' YI�1'/ e I o a`. FORT WORTH POLICE DEPARTMENT—AIR SUPPORT DIVISION HELICOPTER HANGAR FACILITY MECHAM INTERNATIONAL AIRPORT TASK 1.0 — PROJECT PROGRAM/SCHEMATIC DESIGN Project Program - We will prepare a detailed project program which identifies current and future hangar requirements, and for any associated or attached structures. The program will define functional requirements in terms of square footage and other characteristics that will influence project design, construction costs and maintenance. Building materials and equipment recommendations will be included in the project program. The project program will also present the functional and physical relationships of uses and spaces, and will incorporate any special or unique features that the City wishes to be in the building. 1.1 Data Collection We will develop the basic programming information through the collection of data from all appropriate sources, including the Police Department, Air Support Division, Department of Aviation, FAA and others as required. We will prepare questionnaires (to be approved by your office and Aviation) and will conduct at least two workshop/visioning meetings. The input from the users and affiliated interests will be compiled, analyzed and formulated for specific application to the design process. A comparative analysis of certain building features or systems will be prepared if appropriate; such systems could be structural systems, mechanical equipment, fire protection, exterior and interior finishes, etc. Based upon the data collected a preliminary functional analysis will be prepared, and an affinity matrix developed which will objectively show the relationships between functions and activities. Emphasis will be placed upon clearly delineating the required functions and facilities from those that are desired; amenities will be identified and evaluated in terms of value added, life-cycle issues and city policies. 1.2 Project Program Development Specifically, the program will address the following major components of the project: • Functional Requirements - the necessary activities to be accommodated and the relationship between them will -be defined. Utility and service requirements, including electrical, water, sewer and gas requirements will be defined. • Siting Constraints Analysis - helicopter operational requirements, helicopter parking, drainage or other issues, which may affect the way the building is positioned on the site, will be analyzed. The helicopter parking apron (size, configuration, and efficiency) and landing area will be of special concern, and the apron layout and functional arrangement will be a primary Page 1 Task 1.0 Propos - 2 0 CITY MC1 1"Ry determinant in siting the hangar. Security, special functional requirements, such as van or large vehicle parking or shelters, access and staff parking will also be addressed. Overflight of neighborhoods during helicopter arrivals and departures to the site will be analyzed for possible conflicts. • Building Size—scale, square footage, height limitations, etc. • Square Footage Requirements by Function — using the output of Task 1.1, an analysis will be prepared of current and possible future needs, based upon the anticipated uses of the hangar, and for other Fort Worth Police Department requirements beyond the helicopter operational and maintenance activities. • Schematic Designs — based upon the size and space requirements, site constraints and the input received in Task 1.1, we will prepare at least two schematic designs, and will present them to the City for review and comment in a workshop setting. • Structural and Fabrication Requirements — it will be important to carefully analyze options for building structural systems and for hangar doors. Building orientation, wind exposure and loads, heating and cooling, fire protection and other key construction elements will be considered in the program. Foundation and hangar door design will be of principle interest, as will the requirements for specialized maintenance equipment such as overhead cranes, etc. • Mechanical, Electrical, Plumbing Requirements — the project functional and operational parameters will be used to evaluate and recommend building mechanical, electrical and plumbing requirements. Specializing equipment for communications and information technology will be included as a principle area of interest in the program. • Architectural Design Character — best materials for the area, architectural appropriateness, appearance, maintenance, etc, will be studied and recommendations made for consideration by the City, City representatives including flight crews and flight department-management and others who may have a role in programming hangar requirements. • Cost Analysis and Budget — availability of materials, cost effectiveness of certain construction techniques, etc, will be analyzed and presented in the program. Alternatives to permit evaluation of potential cost savings will also be prepared. A preliminary budget for the project will be prepared and presented for review and comment in a workshop setting. • Recommended Schedule — preparation of construction documents, bidding and constructing the project will be prepared. The schematic design(s) developed in Task 1.0 will be used for Site Analysis/Geotechnical Investigations in Task 2.0, and Design Development in Task 3.0. Page 2 Task 1.0 P oftryvJu e;f09-K b 1.3 Fee Proposal and Schedule We proposed to undertake Task 1.0 for a not-to-exceed fee of $19,612 based upon our estimate of professional services required to complete the work assumed in this proposal, as shown below. ARCHITECTURAL FEES TASK 1.0 City of Fort Worth Police Helicopter Hangar Design Project Program/Schematic Design MANPOWER CLASSIFICATION HOURLY RATE MH AMT Principal $140.00 30 $4,200.00 Senior Architect $92.00 45 $4,140.00 Architect $85.00 40 $3,400.00 Structural Designer/Engineer $92.00 24 $2,208.00 MEP Engineer $90.00 24 $2,160.00 Technician $60.00 44 $2,640.00 Clerical $48.00 18 $864.00 Geotechnical 0 Topographic Surveys 0 TOTAL 225 $19,612.00 Schedule —We estimate that eight weeks will be required to complete Task 1.0, assuming not major delays in data collection or due to extended reviews. 0� 9(;1 6AIL 0C Page 3 Task 1.0 Propo al-opffN _ Aly