Loading...
HomeMy WebLinkAboutContract 30900 i CITY SECRETARY CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Malcolm Pirnie Inc., (the "ENGINEER"), for a PROJECT generally described as: Village Creek Interceptor Pilot Study. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY gecauwof such suspension of AL ORIGIN services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. -2- E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or -3- r maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to -4- r examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subcon- sultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. -5- . r Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. -6- (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. Q) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) 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 ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed , PROJECT and business relationships with abutting property cities. The I ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's -8- personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. -9- G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-parry beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such -10- services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: -11- a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. -12- H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either parry within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be -13- construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Executed this the H-fh day of Oc+be, , 2004- (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) -14- ATTEST: ClT OF FORT W07TH [�A Ajg�04� Marry Hendrix Ma O City Secretary Assistant City Manager APPROVED AS TO FORM C L� AND LEGALITY Contract Authori ation _ffij Date Assistant Attorney ATTEST: ENGIN R: Malcolm Pirnie Inc. By: Robert McCollum, P.E. Vice President APPROVAL RECOMMENDED: By. S. Frank Crumb, P.E. Acting Water Director -15- ATTACHMENT A TO CONTRACT FOR ENGINEERING SERVICES OWNER: City of Fort Worth, Texas —Water Department ENGINEER: Malcolm Pirnie Inc. SUBCONSULTANT: SONEX PROJECT: Village Creek Interceptor Pilot Study - SONEX Inspection and Manhole Rehabilitation of Main 280 and Main 338 1. INTERCEPTOR INSPECTION PILOT SCOPE OF SERVICES 1.1. ENGINEER will provide through a SUBCONSULTANT a Sonic Caliper TM inspection system, a trained operating crew, analyst, and the necessary support facilities to measure the vertical dimension (structure) and or effect of corrosion above the waterline, and debris in the invert of selected wastewater pipelines as summarized in Section 3 and shown in Exhibits A-1 through A-5.. The equipment used will include, but not be limited to, the Sonic Caliper TM and Mechanical Caliper, built buy SUBCONSULTANT, which meet or exceed specifications listed in paragraph 1.5, the sonar transport float or skids and cable draw works to transport the caliper tools through the pipeline and the necessary support vehicles. 1.2. SUBCONSULTANT will provide the necessary computer hardware and software to analyze and present the inspection data in a form easily understood for engineering applications. 1.3. ENGINEER & SUBCONSULTANT will inspect the selected wastewater or other lines defined in section 3, using the above-described equipment. The purpose of the inspection will be to identify the effects of deflection, corrosion or other structural condition along the walls (crown) including below the water line where stipulated, and the amount of debris or other conditions in the bottom of the pipeline. 1.4. ENGINEER & SUBCONSULTANT will record, analyze and present collected data in accordance with paragraph 1.6. 1.5. SUBCONSULTANT equipment to be used for the inspection of selected pipeline will meet or exceed the following specifications. Mechanical Caliper, depth, structure One Sensor, + - 0.25' Depth Transducer, corrosion, structure (air) One 120 KHz rotating sonic transducer. A-1 July 12, 2004 Transducer, debris, structure (water) One 200 KHz rotating sonic transducer or mechanical tracer arm. Radial Resolution Air---0.15 inches, Water---0.10 inches. Radial Accuracy Plus-or-minus 0.25 inches, plus motion turbulence. Lateral Position Accuracy Plus-or-minus 0.25 inches. Liner Position Accuracy One foot, plus-or-minus 0.5% of measured distance. Minimum Sampling Interval One set of samples for each two feet of pipe mapped: fifty radial distances for each sample set. Sonar Transport Pontoon raft, or Centralizer or Skids, includes cables. Cable Draw Works Electric, with >5,280 feet of armored- steel signal cable and electric footage encoder. Data Storage (in field) Optical and or, Magnetic Storage Media. Real time display (in field) Cross-section on monitor. 1.6. Inspection data will include; plotted profiles of the inspected pipeline with the as-built crown and invert shown, the measured top center crown position and the measured top-of-debris plotted. A printed summary of the inspection data showing the average and maximum values of corrosion and debris volumes by run length reaches and for the entire project, and a final report will be delivered to the client upon completion of inspection. The report will include examples of specific cases, and notation of any unusual findings or condition including those that might affect the accuracy of the inspection data. A CD that contains all of the analyzed inspection data will be delivered. SUBCONSULTANT software is included that allow the data to be displayed in cross sectional and profile views. 1.7. Informal progress reports may be verbally provided during the inspection program, including when unusual conditions are identified. 1.8. Appropriate traffic control and site access to be implemented during investigation will be provided by OWNER. 2. RESPONSIBILITY OF THE OWNER 2.1. Access to available system maps, construction plans, flow data, any videotapes, and or previous inspection data for the pipeline to be inspected. A-2 July 12, 2004 2.2. Information on known problems within the pipeline to be examined so that proper field procedures can be used, and necessary precautions can be taken during the inspection process. 2.3. Physical and legal access to manholes needed for access to the pipeline to be inspected. Open any sealed, vented or other non standard manholes, and reinstall and or reseal them as necessary after the inspection is complete. Locate and expose such manholes as are not visible, not accessible, or are partially or completely covered. Provide access suitable for a two-wheel-drive vehicle to approach manhole or junction structure within 2 feet of each location needed for access inspection. 2.4. Equipment and trained personnel to attempt recovery of the SUBCONSULTANT equipment if it is trapped in the pipeline during normal inspection operation, by reason other than negligence on the part of ENGINEER or SUBCONSULTANT. 2.5. One person to act as liaison between the OWNER and ENGINEER or SUBCONSULTANT for the technical implementation of the inspection program. 2.6. Provisions or any traffic control necessary or required by OWNER. Site investigations described in Attachment A-1 did not identify requirements for any traffic control devices or efforts. 2.7. Any and all necessary licenses, permits, or permissions to complete the inspection including local covenants or work restrictions. 2.8. Pipe cleaning is not necessary unless sections of pipeline are blocked so that it is impossible to string a pull line from manhole-to-manhole, or to pull the Sonic Caliper TM tool from manhole-to-manhole. In that event, OWNER may be required to open or clean the line. 3. DESCRIPTION OF THE INTERCEPTOR INSPECTION SEGMENTS The pipeline to be inspected consists of approximately 20,655 linear feet of the Fort Worth Village Creek Wastewater Treatment Plant Interceptor System described in the following Table. Detailed descriptions of the field and access conditions are included in Attachment A-1. TABLE 3-1 INTERCEPTOR SEGMENTS FOR SONEX INSPECTION General Location Upstream Downstream Segment Interceptor Manhole Manhole Length Size Riverside WWTP & East First Street Crossing (Figure 1) M280 508+00 482+00 2,600 90" M338 1 528+06 1 502+02 2,604 90" Handley Ederville Road & Mosier Court Crossing (Figure 2) M280 002+60 261+00 3,160 96" LVLTVV A-3 July 12, 2004 M338 312+31 280+72 3,159 84" IH 820 Crossing (Figure 3) M280 248+00 241+52 648 96" M338 267+85 261+20 665 84" Precinct Line Road Crossing (Figure 4) M280 121+00 108+00 1,300 96" M338 141+05 128+06 1,299 96" Near VCWWTP (Figure 5) M280 100+91 74+71 2,620 96" M338 81+00 55+00 2,600 96" TOTAL 20,655 3.1. Access to the pipeline is through manholes or equalization boxes. 24 inches in diameter or larger, located over the centerline of the pipeline. 3.2. Depth of burial, from ground surface to crown, ranges from ground surface to approximately 10 feet in height. Raised manholes range from 3-feet to 10- feet above ground surface. 3.3. Maximum distance from manhole-to-manhole is less than 3,200 feet. 3.4. Flow in the pipeline ranges from slow to swift, and levels vary throughout the system. Typical flow levels will be lower at night. 3.5. A description of the pipeline access to be examined is included as Attachment A-1. 4. INTERCEPTOR INSPECTION PERFORMANCE 4.1. Intrinsic to pipeline construction and operating environment, are field conditions that may limit or interfere with the ability to provide measurement data. Some of these may be, but not limited to, surface access, manhole construction, manhole chamber construction, chamber to pipeline interface, vertical, and or horizontal lay of the pipeline, blind bends, obstructions, debris, lateral connections, flow levels and velocity, transported materials, flow monitors, electrical interference, cables, or other structures or conditions. ENGINEER and SUBCONSULTANT will use reasonable and prudent means within the limits of cost(s) described, to overcome issues that impede the inspection objectives on a reasonable best efforts basis. Inability to overcome these impediments will not be cause for termination of work or invalidation of unaffected data. ENGINEER and SUBCONSULTANT will disclose any condition that is known to have an adverse impact on data quality. 4.2. Temporary delays on start of work, or interim delays, shall not be cause for termination of contract. ENGINEER or SUBCONSULTANT will provide written notification of any schedule departures. A-4 July 12, 2004 4.3. Where progress is delayed or halted beyond ENGINEER's and/or SUBCONSULTANTS control by such causes as, but not limited to; weather, access, traffic, flow, blockage, others labor; such will not be cause for contract termination. 5. INTERCEPTOR MANHOLE TOP & DAMAGED MANHOLE REHABILITATION SCOPE OF SERVICES (SERVICES TO BE PROVIDED FOLLOWING FINAL NEGOTIATIONS, AMENDMENT AND NOTICE TO PROCEED) 5.1 Design and specify the replacement and repair of the corroded manhole lids and manhole ventilation for interceptor M-280 and M-338 from the abandoned Riverside treatment plant to the Village Creek treatment plant. Approximately 90 manholes have experienced severe corrosion and require replacement of the lids and an upgrade/replacement of the vents. The manhole lid and vents that will be rehabilitated under are: M-280 M-338 16+70 29+00 41+00 55+00 36+74 48+88 60+62 74+71 65+59 67+00 81+00 95+00 86+87 100+91 115+06 128+06 108+00 121+00 134+00 147+00 141+05 154+01 166+96 179+95 160+00 180+50 193+50 207+00 197+28 200+42 213+45 226+69 220+33 232+32 241+52 248+00 240+01 251+88 261+20 267+85 261+00 276+40 287+81 --300+00 280+72 296+17 307+59 312+31 131+00 314+96 328+00 342+00 -320+00 332+65 334+69 347+71 354+00 369+00 381+50 396+25 361+63 373+00 387+64 401+09 409+00 417+64 421+50 433+97 415+62 426+26 437+24 465+61 448+36 460+00 -490+00 482+00 468+23 479+26 469+44 502+02 495+00 508+00 519+50 534+20 515+01 528+06 540+17 554+44 5.2 The following four interceptor manholes were identified as having existing damage that is need of immediate repair. Engineer will design and specify the rehabilitation of these manholes to repair the existing damage identified below. Manhole Existing Manhole Damage M280/193+50 Significant structural crack in MH wall M280/354+00 2' x 0.5' section of concrete detaching from below MH rim M388/261+20 Significant infiltration and inflow in MH wall M338-401+09 3' x 2' section of concrete detaching from MH wall A-5 July 12, 2004 5.3 ENGINEER will prepare plans, details, sections, specifications and bid documents for the Manhole rehabilitation and repair as identified in 5.1 and 5.2. 5.4 Preliminary Engineering Plan Design 1. Prepare 60% Preliminary Design Drawings of Manhole Rehabilitation. 2. Provide five sets of half-sized plans to Owner for Review. 3. Meet with Owner and obtain Owner's comments on the preliminary plans. 5.5 Final Engineering Plan Design 1. Prepare 90% Final Design Drawings of Manhole Structure Rehabilitation. 2. Provide five sets of 90% half-sized plan to Owner for review. 3. Meet with Owner and obtain Owner's comments on the 90% plans. 4. Incorporate Owner's final review comments and prepare 100% plans for bidding. 5. Provide five sets of final full size plans to Owner. 5.6 Specifications and Contract Documents 1. Prepare draft technical specifications for selection of private construction contractors on a competitive bid basis. 2. Prepare draft construction sequencing plan. 3. Obtain updated front-end documents from Owner for use in specifications and contract documents. 4. Prepare Bidding Requirements, Bid Forms, Contract Forms, and Conditions of Contract for the contract documents, preliminary Invitation to Bid forms and specifications for all construction work. 5. Compile general conditions and contracting documents for bid. 6. Provide five sets of draft specifications and contract documents to Owner for review. 7. Meet with Owner and obtain Owner's comments on the specifications and contract documents. Resolve Owner comments and questions. 8. Incorporate Owner's final review comments and prepare final specifications and Contract Documents. 9. Provide five sets of final specifications and contract documents. 5.7 Quality Control 1. Prepare QC plan for Engineering design reviews. 2. Assign QC reviewers and QC review periods. 3. Implement QC plan. 5.8 Design Surveys 1. No field or site surveys are anticipated. 2. No easements, right of entry, permits or any land rights are anticipated. 5.9 Opinions of Probable Construction Cost 1. Prepare an opinion of probable construction cost for the proposed work covered by the contract documents at the 60% and 90%design phase. A-6 July 12, 2004 2. Provide a final opinion of probable construction cost for the proposed work covered by the contract documents. 5.10 Permits Acquisition 1. Assist Owner in acquiring a City of Fort Worth Building Permit if necessary 2. No other permits, public hearings, or public presentations are anticipated or included. 5.11 Bid Phase Services A. One bid letting for construction will be provided under this contract. B. Coordinate bid letting date, time, and place with Owner, and prepare Final Invitation to Bid. C. Assist and advise Owner in placing the advertisements of the Invitation to Bid. Owner will provide necessary advertisements. D. Provide and distribute sets of construction contract documents to contractor, suppliers and others interested in the project as requested. Engineer will charge for the printing and distributing the bid documents. E. Create and distribute electronic pdf copies of the plans and specifications on CD. Engineer will charge for preparing and distributing the CDs. F. Maintain a plan holders list. G. Provide five (5) sets of construction contract documents to local plan rooms (Fort Worth and Dallas Dodge Plan Rooms, AGC, DFW Minority Business Council and Texas Contractors). H. Provide two sets of plans and specifications to Owner for onsite Contractor review. I. Conduct, at a date and time selected by Owner and if required by the owner, a pre-bid conference to: - Instruct prospective bidders and suppliers as to the types of information required by the contract documents and the format in which bids should be presented. - Review special project requirements and contract documents in general. - Receive requests for interpretations that will be issued by addendum. - Prepare minutes of the conference and issue by addendum. J. Interpret construction contract documents. Prepare and issue addenda to the construction contract documents when required. K. Assist Owner during bid openings. Answer questions during bid openings, make preliminary tabulation of bids, and review bids for completeness. L. Review and evaluate the qualifications of the apparent successful bidders and the proposed major or specialty subcontractors. The review and evaluation A-7 N;i�,Lr July 1%208 include such factors as work completed, equipment that is available for the work, financial resources, technical experience, and responses from references. M. Prepare and distribute formal bid tabulation sheets, evaluate bids, and make written recommendations to Owner concerning contract awards. N. Prepare and provide ten copies of conform to bid plans and specifications for use by Owner, Contractor and Construction Inspector(s). Engineer may charge for additional conform to bid plans and specifications. 5.12 Construction Phase Services By performing these services, Engineer shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences, or procedures of construction. Engineer shall not have authority or responsibility for safety precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes, or orders applicable to the Contractor furnishing and performing the work. Specific services to be performed by Engineer are as follows: A. Attend a pre-construction meeting. B. Provide answers to requests for information from General Contractor and Owner staff for clarification where plans and specifications are not clear or as related to possible conflicts between plans and specifications within seven (7) calendar days. C. Provide revised specifications and/or plans as required. This shall be provided within fifteen (15) calendar days when design revisions are due to lack of clarity or omission from the contract documents. D. Review and provide recommendations on General Contractor requests for changed or alternate construction methods within twenty-one (21) calendar days. E. Review and make recommendations on General Contractor change order proposals. F. Conduct site visits as necessary, at least once per month, to determine general construction conformance with contract documents. One of the site visits will include the monthly progress meeting with the Contractor. G. Provide up to five reports to OWNER regarding acceptability of work as per contract plans and specifications. H. Evaluate and make recommendations regarding factory and/or field test data of key equipment. I. Assist in construction walk through and punch list preparation. A-8 - July 12, 2004 J. Assist in final walkthrough to confirm completion of construction and punch list. K. Revise contract plans and specifications to show all addenda, change orders, and significant changes made during advertisement and construction. L. Provide mylar copy of conform to construction drawings. M. Provide electronic copies of the final revised plans compatible with the City CAD software. N. Provide "pdf" electronic copy of plans and specifications. O. The Engineer shall receive, from the Construction Contractor, and review the operation and maintenance manuals on each equipment item as required by the Contract between the Owner and the Construction Contractor. The Engineer will notify the Construction Contractor of any incomplete items or omissions and work with the Construction Contractor until a complete and correct set of operation and maintenance manuals have been assembled. 5.13 Resident Services During Construction No construction resident inspection services are included. Engineer can provide resident inspection or part-time inspection and construction management services if requested by the Owner. A-9 July 12, 2004 ATTACHMENT A-1 TO CONTRACT FOR ENGINEERING SERVICES OWNER: City of Fort Worth, Texas —Water Department ENGINEER: Malcolm Pirnie Inc. SUBCONSULTANT: SONEX PROJECT: Village Creek Interceptor Pilot Study - SONEX Inspection and Manhole Rehabilitation of Main 280 and Main 338 DESCRIPTION OF THE INTERCEPTOR INSPECTION SEGMENTS The pipeline to be inspected consists of approximately 20,655 linear feet of the Fort Worth Village Creek Wastewater Treatment Plant Interceptor System described in the following Table. INTERCEPTOR SEGMENTS FOR SONEX INSPECTION General Location Upstream Downstream Segment Interceptor Manhole Manhole Length Size A. Riverside WWTP & East First Street Crossing (Figure 1) M280 508+00 482+00 2,600 90" M338 528+06 502+02 2,604 90" B. Handley Ederville Road & Mosier Court Crossing (Figure 2) M280 292+60261+00 3,1-6-0---F- 96" M338 312+31 280+72 3,159 84" C. IH 820 Crossing (Figure 3) M280 248+00 241+52 648 96" M338 267+85 261+20 665 84" D. Precinct Line Road Crossing (Figure 4) M280 121+00 108+00 1,300 96" M338 141+05 128+06 1,299 96" E. Near VCWWTP (Figure 5) M280 100+91 74+71 2,620 96" M338 81+00 55+00 2,600 96" TOTAL 20,655 Al-1 A. Riverside WWTP & East First Street Crossing (Figure 1) Upstream Manholes M280/508+00 and M338B/528+06 are accessible through a locked gate and gravel roadway. The area around Manhole M338B/28+06 may require some clearing that will be provided by the OWNER. Both manholes are raised and have a removable vent or grate. Al-2 { Downstream Manholes M280/428+00 and M338/502+02 are assessable through a locked gate and dirt roadway. Each manhole can be accessed but may require some clearing that will be provided by the OWNER. Both manholes are raised. JIVI Al-3 B. Handley Ederville Road & Mosier Court Crossing (Figure 2) Upstream Equalization Box M280/292+60 and M338B/312+31 are accessible through an open concrete parking lot and grass field. The equalization box is at grade and has some sand deposits above the aluminum access plates that include lifting eye bolts. The small amount of soil atop the equalization box will be removed by the OWNER. r • is Al-4 � y E: I Downstream Manholes M280/261+00 and M338/280+72 are located adjacent to a concrete parking lot along Mosier Valley Court. The manholes are approximately 2-feet above grade and very assessable from the roadway or parking lot. A1-5 C. IH 820 Crossing (Figure 3) The upstream manholes M280\248+00 and M338\267+85 are located on a soil berm that includes pine trees. The bolt down manholes lids are corroded and being replaced by the OWNER. Access to the manholes is across the open lot or from the adjacent concrete roadway through a locked gate. I ex, a • J 4-1 Y Al-6 3 � a a ' -� - Downstream equalization box at M280/241+52 and M338/261+20 is accessible through a locked gate from Trinity Boulevard. The dirt and gravel roadway to the equalization box is lengthy and well maintained. The equalization box is at grade and has aluminum access plates that include lifting eye bolts. Al-7 w r. r - °� o- • a t4' _ �. mer� s." P' - fa - D. Precinct Line Road Crossing (Figure 4) Upstream manholes M280\121+00 and M338\141+05 are located in an open field and accessible through an existing locked gate from Precinct Line Road. ITT 1 r � 1 Al-9 The downstream manholes M280\108+00 and M338\128+06 are located in an open field and accessible from Precinct Line Road or from the same access used for Location E below. Accessing from Location E will require driving through a field that includes high weeds. Access through the field from Location E to the downstream manholes of Location D will be provided by the OWNER. Access from Precinct Line Road will require the removal of an earthen berm created to stop others from entering the field and dumping garbage. If access through the field is unavailable, the OWNER will temporarily remove the earthen berm for access. •w J E. Near VCWWTP (Figure 5) Access for the line segment near Village Creek Wastewater Treatment Plant will utilize existing gravel roadways through an active sand and gravel mining operation. Access is obtained from Trinity Blvd then South Norwood Drive. The paved roadway of South Norwood Drive ends at a gate to control off hours access to the sand and gravel mining location. The gate is open during business hours and the gravel roadway travels down to Trammell Davis Road then along M-285 to the gravel roadway atop the interceptors. One section of the roadway was heavily rutted from the recent significant rainfall. 7.1 l c-7 a a Al-10 u �' -- �� The upstream manholes M280\81+00 and U338100+91 are raised, M an open area and easily accessible. . . . y Al-11 SFr- 1. - 'r I The downstream manholes M280\55+00 and M338\74+71 are raised, in an open area • easily accessible. 14F I ATTACHMENT "B" TO CONTRACT FOR ENGINEERING SERVICES OWNER: City of Fort Worth, Texas —Water Department ENGINEER: Malcolm Pirnie Inc. SUBCONSULTANT: SONEX PROJECT: Village Creek Interceptor Pilot Study - SONEX Inspection and Manhole Rehabilitation of Main 280 and Main 338 The services will be compensated on a time and material basis. Labor and equipment costs will be compensated on the basis of the following rate schedule: A. INTERCEPTOR PILOT INSPECTION STUDY; TASKS 1 THROUGH 4 Sonex Equipment Mobilization & Demobilization $6,500 Sonar Corrosion / Mechanical Caliper Debris Inspection 20,655 ft. List @ $2.99 per foot $61,758 3D VIEW on CD, ($0.05 per foot) $1,033 Data Analysis Standard, ($0.05 per foot) $1,033 Final Report (Three Hard Copies + Three CD's) $ 500 Ladders & Top Rigging Cable Guides $1,100 Sonex Subconsultant mark-up @10% $7,192 Field Coordination & Project Management 80 hrs x $150 $12,000 Meeting Preparation & Presentation of Findings 8 hrs x $150 $1,200 Boom Truck Crane for insertion of SONEX equipment Provided by OWNER TOTAL PROJECT COST $92,316 Mobilized Crew includes 3 ea. Service trucks and 3 to 4 crew persons. (2) Standby @ $1,500.00 per day or otherwise negotiated and agreed rate pro-rata for cause other than ENGINEER or SUBCONSULTANT (Does not include war, terror or officially declared natural disasters). B. SONEX INSPECTION COMPENSATION The services will be compensated on a lump sum basis for services rendered during calendar year 2004 and are subject to adjustment on January 1 of each subsequent year. C. INTERCEPTOR PILOT INSPECTION STUDY SCHEDULE Mobilization Planned Start— To be Determined Sonic Caliper Field Inspection, 20,655 LF 10 Days (Note: Data Analysis completed after inspection) B-1 Final Report After Field Inspection 30 Days D. MANHOLE REHABILITATION; TASK 5 Task 5 Manhole Rehabilitation Design, Bid and Construction Assistance will be negotiated and provided as an additional service. E. MANHOLE REHABILITATION COMPENSATION Services will be negotiated and compensated on a lump sum basis and rendered during calendar year 2004 and are subject to adjustment on January 1 of each subsequent year. F. MANHOLE REHABILITATION SCHEDULE The Manhole Rehabilitation Designs and Bid Documents shall be completed within 3 months following the execution of an amendment and receipt for the Notice to Proceed. B-2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/19/2004 DATE: Tuesday, October 19, 2004 LOG NAME: 60INTERCEPTOR REFERENCE NO.: **C-20347 SUBJECT: Engineering Agreement with Malcolm Pirnie, Inc. for the Village Creek Interceptor Pilot Study RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with Malcolm Pirnie, Inc. for the Village Creek Interceptor Pilot Study, for a total fee not to exceed $92,316. DISCUSSION: On April 9, 2002 (M&C C-19043), the City Council authorized the execution of an engineering agreement with Malcolm Pirnie, Inc. for the Village Creek Wastewater Treatment Plant Corrosion Study and Odor Control Master Plan. This agreement included the evaluation of corrosion at plant influent structures and the incoming 90/96-inch sewer interceptor lines and the development of an odor control master plan. The limited inspection of the influent 90/96-inch sewer interceptor lines shows extensive corrosion damage in the vicinity of the manhole structures. However, as corrosive gases (hydrogen sulfide) are normally more concentrated at the manhole structures, there was no indication whether the entire sewer line had corrosion damage. This pilot study will look at several random sections of the 90/96-inch sewer interceptor lines to determine the areas and limits of corrosion damage. As part of this pilot study, the engineer will inspect 5 key sections of the influent 90/96-inch sewer interceptor lines using a proprietary sonar system (Sonex). This system will map the levels of corrosion within the sewer line sections and correlate it with the previous data to provide an approximate indication of the level of corrosion on the influent sewer interceptor lines from the old Riverside Wastewater Treatment Plant (Greenway Park area) to the Village Creek Wastewater Treatment Plant. This project is located in COUNCIL DISTRICTS 4 and 5. A waiver of the MIWBE Ordinance requirement was requested by the Water Department for this project and approved by the M/WBE Office. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper Sewer Fund. T nnnnma- AOWTPP(`PPTOP Noe 1 of TO Fund/Account/Centers FROM Fund/Account/Centers PS46 539120 070460300160 $92,316.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: S. Frank Crumb, Acting (8207) Additional Information Contact: S. Frank Crumb, Acting (8207) Looname- 60TNTFRC'.F.PTOR Page 2 of 2