HomeMy WebLinkAboutContract 46137 �,IT`P SECRUARY
CONTRACT NO.
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
(the "CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as: Water
Conservation Assessment Program Large and Small Diameter.
Article I
Scope of Services
(1) Consultant hereby agrees to perform as an independent contractor the services set
forth in the Scope of Services attached hereto as Attachment "A". These services
shall be performed in connection with Water Conservation Assessment Program
Large and Small Diameter.
(2) Additional services, if any, will be requested in writing by the City. City shall not pay
for any work performed by Consultant or its subconsultants, subcontractors and/or
suppliers that has not been ordered in writing. It is specifically agreed that
Consultant shall not be compensated for any alleged additional work resulting from
oral orders of any person.
Article II
Compensation
Consultant shall be compensated in accordance with the Fee Schedule shown in
Attachment "B". Payment shall be considered full compensation for all labor, materials,
supplies, and equipment necessary to complete the services described in Attachment "A".
However the total fee paid by the City shall not exceed a total of $48,750.00 unless the
City and the Consultant mutually agree upon a fee amount for additional services and
amend this Agreement accordingly.
The Consultant shall provide monthly invoices to the City. Payment for services rendered
shall be due within thirty (30) days of the uncontested performance of the particular
services so ordered and receipt by City of Consultant's invoice for payment of same.
Acceptance by Consultant of said payment shall operate as and shall release the City from
all claims or liabilities under this Agreement for anything related to, done, or furnished in
connection with the services for which payment is made, including any act or omission of
the City in connection with such services.
City of Fort Worth,Texas OFFICIAL RECORD
Standard Agreement for Professional Services
Revision Date:9/24/2014 CITY SECiiETAR
Page 1 of FT.WORTHS TX RECEIVED NOV 112014
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement shall be for a term of Sixty
(60) days, beginning upon the date of its execution, or until the completion of the subject
matter contemplated herein, whichever occurs first.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor, and not as an officer,
agent, servant, or employee of the City. Consultant shall have exclusive control of and the
exclusive right to control the details of its work to be performed hereunder and all persons
performing same, and shall be solely responsible for the acts and omissions of its officers,
agents, employees, contractors and subcontractors. The doctrine of respondent superior
shall not apply as between City and Consultant, its officers, agents, employees, contractors,
and subcontractors, and nothing herein shall be construed as creating a partnership or joint
venture between City and Consultant.
Article V
Professional Competence and Indemnification
(1) Work performed by Consultant shall comply in all aspects with all applicable local,
state and federal laws and with all applicable rules and regulations promulgated by
the local, state and national boards, bureaus and agencies. Approval by the City
shall not constitute or be deemed to be a release of the responsibility and liability of
Consultant or its officers, agents, employees, contractors and subcontractors for the
accuracy and competency of its services performed hereunder.
(2) In accordance with Texas Local Government Code Section 271.904, the
Consultant shall indemnify, hold harmless, and defend the City against
liability for any damage caused by or resulting from an act of negligence,
intentional tort, intellectual property infringement, or failure to pay a
subcontractor or supplier committed by the Consultant or Consultant's agent,
consultant under contract, or another entity over which the Consultant's
exercises control.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9124/2014
Page 2 of 8
Article VI
Insurance
(1) Consultant shall not commence work under this Agreement until it has obtained all
insurance required under this Article and the City has approved such insurance, nor
shall Consultant allow any subcontractor to commence work on its subcontract until
all similar insurance of the subcontractor has been so obtained and approval given
by the City; provided, however, Consultant may elect to add any subconsultant as
an additional insured under its liability policies.
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.
Worker's Compensation
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
(2) Additional Insurance Requirements
a. Except for employer's liability insurance coverage under Consultant's worker's
compensation insurance policy, the City, its officers, employees and servants shall
be endorsed as an additional insured on Consultant's insurance policies.
b. Certificates of insurance shall be delivered to the Water Department, Attention: Mr.
David Townsend, P. E., 1000 Throckmorton Fort Worth, TX 76102, prior to
commencement of work.
c. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or
coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 3 of 8
e. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
f. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
g. Workers' compensation insurance policy(s) covering employees employed on the
Project shall be endorsed with a waiver of subrogation providing rights of recovery
in favor of the City.
h. City shall not be responsible for the direct payment of insurance premium costs
for Consultant's insurance.
i. Consultant's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
j. In the course of the Agreement, Consultant shall report, in a timely manner, to
City's officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property loss.
k. Consultant's liability shall not be limited to the specified amounts of insurance
required herein.
I. Upon the request of City, Consultant shall provide complete copies of all
insurance policies required by these Agreement documents.
Article VII
Transfer or Assignment
City and Consultant each bind themselves, and their lawful successors and assigns, to this
Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer
any interest in this Agreement without prior written consent of the City.
Article VIII
Termination of Contract
(1) City may terminate this Agreement for its convenience on 30 days' written notice.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 4 of 8
Either the City or the Consultant for cause may terminate this Agreement 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 City chooses to terminate this Agreement under Article 8, upon receipt of notice of
termination, Consultant shall discontinue services rendered up to the date of such
termination and City shall compensate Consultant based upon calculations in Article
2 of this Agreement and Exhibit "B" attached hereto and incorporated herein.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by the City, its officers,
agents, employees, consultants, or contractors, or prepared by Consultant, shall be
or become the property of the City, and shall be furnished to the City prior to or at
the time such services are completed, or upon termination or expiration of this
Agreement.
Article IX
Right to Audit
(1) Consultant 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 Consultant involving transactions
relating to this Agreement. Consultant agrees that the City shall have access during
normal working hours to all necessary facilities and shall be provided adequate and
appropriate workspace in order to conduct audits in compliance with the provisions of
this section. City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontracting consultant 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 sub-consultant, involving transactions to the subcontract, and
further, that City shall have access during normal working hours to all sub-
consultant 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 Consultant and any sub-consultant reasonable advance notice of intended
audit.
(3) Consultant and sub-consultants agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Consultant for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time copying
is performed.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/2412014
Page 5 of 8
Article X
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011,
as amended, the City has goals for the participation of minority business enterprises and/or
small business enterprises in City contracts. Consultant acknowledges the MBE and SBE
goals established for this Agreement and its accepted written commitment to MBE and SBE
participation. Any misrepresentation of facts (other than a negligent misrepresentation)
and/or the commission of fraud by the Consultant 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.
Article XI
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local 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. Consultant 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 XII
Venue and Jurisdiction
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.
Article XIII
Contract Construction
The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:912412014
Page 6 of 8
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.
Article XIV
Severability
The provisions of this Agreement are severable, and if any word, phrase, clause,
sentence, paragraph, section or other part of this Agreement or the application thereof to
any person or circumstance shall ever be held by any court of competent jurisdiction to be
invalid or unconstitutional for any reason, the remainder of this Agreement and the
application of such word, phrase, clause, sentence, paragraph, section, or other part of this
Agreement to other persons or circumstances shall not be affected thereby and this
Agreement shall be construed as if such invalid or unconstitutional portion had never been
contained therein.
Article XV
Notices
Notices to be provided hereunder shall be sufficient if forwarded to the other Party by
hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage
prepaid, to the address of the other Party shown below:
City of Fort Worth
Attn: David Townsend, P.E., Water Department
1000 Throckmorton Street
Fort Worth, Texas 76102
Consultant:
Freese and Nichols, Inc.
Attn: Thomas Haster, P. E.
4055 International Plaza, Ste. 200
Fort Worth, Texas 76109
Article XVI
Headings
The headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:9/24/2014
Page 7 of 8
Article XVII
Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
Executed and effective this the 1 bq— day o4fl , 2014.
BY: BY:
CITY OF FORT WORTH ENGINEER
Freese and Nichols, Inc.
Fernando Costa Thomas Haster, P. E.
Assistant City Manager Vice President
Date: // 1+9 Date: /O — 30 -- ZO/�
APPROVAL RECOMMENDED:
By: Z��/
Andrew T. Cronberg, P.
Interim Director, WateNQdpartment
APPROVED AS TO FORM AND LEGALITY M&C No.: N/A
By: M&C Date: N/A
Douglas W. B ac
Assistant City Attorney F Olt
ATTEST: °
0
8y
OOOOO°o°0
a J. Kay4l IT 0 AS
City Secretary /�!
City of Fort worth,Texas OFFICIAL RECORD
Standard Agreement for Professional Services
Revision Date:9/24/2014 CITY SECRETARY
Page 8 of 8 FT.WORTH, TX
ATTACHMENT "A"
Scope of Services
The scope set forth herein defines the work to be performed by the ENGINEER in completing the
project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed
and address the needs of the Project
WORK TO BE COMPLETED
1.0 WCAP PROGRAM REVIEW AND WORK PLAN DEVELOPMENT PROCESS
1.1 Review Goals and Purpose of the WCAP Program and Develop Work Plan
A. Conduct up to two meetings with Field Operations, Engineering and WaterlT to review
methodology used to identify projects to date,similar work done to date,project drivers,goals and
expectations for the WCAP Program.
B. Conduct workshop#1 with Field Operations, Engineering and WaterlT to present draft work plan
for WCAP Program outlining project drivers and goals, phasing plan to initiate inspections of each
project segment, and administration process.
1,2 Develop Scoring Criteria for Waterlines
A. Conduct up to two meetings with Field Operations, Engineering and WaterlT to review scoring
criteria for waterlines. The .focus of the meetings will be scoring criterion based on water
conservation, condition and customer service factors.
Examples of potential scoring criteria is shown below:
Water Conservation:
o Population served
o High Impact Customers
o Redundancy
o Hydraulic Capacity
Condition:
o Break history
o Soil
o Performance indicators
Customer Service:
• Water Quality
• System Pressures
• Retention Time
• Water Age
City of Fort Worth, Texas
Attachment A
PMO Release Date 09.24.2014
Page 1 of 2
B. FNI will develop initial scoring parameter, metrics,weighting and key focus indicators for large and
small waterline assets based on the meetings with Field Operations, Engineering and WaterlT.
C. FNI will conduct scoring criteria workshop #2 with FWWD staff. The workshop will address the
following.
• Define"Large Diameter" Scoring (water conservation, condition, and customer service)
• Define"Small Diameter" Scoring (water conservation, condition, and customer service)
• Develop Key Focus Indicators for large and small diameter scoring
• Develop Scoring Parameters for large and small diameter scoring
• Develop Scoring Weighting for large and small diameter scoring
• Develop Scoring Metrics for large and small diameter scoring
D. Address comments from workshop#2 and finalize scoring criteria for waterlines.
1.3 Utilize Criteria to Assign Candidate Replacement Lines
A. Conduct up to two meetings with Field Operations and Engineering to review existing business
process.
B. Define process for applying scoring criteria in Task 1.2
C. Utilize criteria to develop shapefile with candidate replacement lines and develop heat mapping
showing areas of greatest need.
1.4 Wateriine Condition Assessment Technology Research and Comparison
A. FNI will document available vendors and technologies. FNI will develop applicable pipe materials
and sizes for each vendor, FNI will document pros and cons for each vendor and technology.
Examples of potential vendors are shown below.
• PURE • Echologics
• Wachs . Others
B. FNI will conduct a workshop #3 with Field Operations, Engineering and WaterlT to review
assessment of available vendors and technologies. FNI will present the findings on vendor and
technology alternatives,with recommendations. FNI will identify services for various applications.
C. Address comments from workshop #3 and develop draft technical memorandum summarizing
findings and recommendations from workshop#1,workshop#2 and workshop#3.
D. Finalize technical memorandum summarizing findings and recommendations from workshop#1,
workshop#2 and workshop#3.
City of Fort Worth,Texas
Attachment A
PMO Release Date 09.24.2014
Page 2 of 2 j
ATTACHMENT B
COMPENSATION
Not to Exceed: Compensation to FNI for Basic Services in Attachment SC shall be computed on the basis of the Schedule of
Charges, but shall not exceed Forty Eight Thousand Seven Hundred Fivty Dollars ($48,750). If FNI sees the Scope of Services
changing so that Additional Services are needed, including but not limited to those services described as Additional Services in
Attachment SC, FNI will notify CITY for CITY's approval before proceeding. Additional Services shall be computed based on the
Schedule of Charges.
Schedule of Charges:
Position Min Max
Professional - 1 71 113
Professional-2 95 155
Professional-3 106 173
Professional-4 127 202
Professional-5 181 242
Professional-6 170 445
Construction Manager-1 85 101
Construction Manager-2 100 156
Construction Manager-3 139 161
Construction Manager-4 172 217
CAD Technician/Designer- 1 63 99
CAD Technician/Designer-2 89 156
CAD Tech nician/D.esigner-3 119 167
Corporate Project Support- 1 39 108
Corporate Project Support-2 68 169
Corporate Project Support-3 76 334
Intern/Coop 33 65
Rates for in-House Services
Technology Charge Hulk Printing and Reproduction
$8.50 per hour Black and White $0.10 per copy
Color $0.25 per copy
Travel Plot-Bond $2.50 per plot
Standard IRS Rates Plot-Color $5.75 per plot
Plot-Other $5.00 per plot
Binding $0.25 per binding
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction
expense, communication expense, travel, transportation and subsistence away from the FNI office and other miscellaneous
expenses directly related to the work, including costs of laboratory analysis, test, and other work required to be done by
independent persons other than staff members. For Resident Representative services performed by non-FNI employees and CAD
services performed In-house by non-FNI employees where FNI provides workspace and equipment to perform such services, these
services will be billed at cost times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing
the same or similar services.
These ranges and rates will be adjusted annually in February.
356-22014
G
O
d d oo �o 00 t- OHO
W N N r 00 N
N O mod.
or,
vi
w 4EO9 ss bs 69 va d9
.-r
O
00 O
O° Fy
64
O O Vim' ti � cMr1
F pq
4) d
C4 •� � \O `D V M
d
•�O
W tt O O N
N
00 d' M �••�
C�
cd
a
q 00
d
ocn
� y
CA U o
oo Cl %p
a
o g
w €" v A
a
a
a
Cd
N �
U � � N •� '7 �
cd
F (�
FORT WORTH CITY OF FORT WORTH FREESE
N00111MICHOLS
LARGE AND SMALL DIAMETER
WATER CONSERVATION ASSESSMENT PROGRAM
PRIORITIZE AREAS FOR STUDY
(FTVd/FNI] 1)DELINEATE WATER;.PROJECT_kEAS
45 000 SD,000 LF - NotAhove k m 6 LF Not Less Than i t100 LF ; •: ':
(FrwtS 4 2)ED{T BREAK AND LEAK HISTORY
(FTw)c< 3)PURGE�BREpKAN�.LEAK HISTORYA " E
I... IFNI) 4)IDENTIFY TOP PROJECT LOCATIONS BY UTILIZING BREAKS AND LEAKS)100.Ml E .
+ ,r♦z} ' �I r
)r .RAIuGE PER WATER PROJECT ARE/ tr4iJvJ(� I'1& IWdy�i �1 r Lt`
S).IDENT)�YarUUTLYING-Sf'GMENTSIINITIj'HIGH BREAKAND LE glt-RATIIIIG
r s t 9 .V a ,�;1101
(FNt) 6)CLEAN URf80U�VDA)iIES ANDYIV ATCH TO PARCEL zt'a` f�
7
DEVELOP SCORING CRITERIA FOR m
(FTW/FNijX1)DEFINEa}�LJ�RGE DIAM �R",SCQ ING's(�•o(er Conservbtton�`Cor}dihon C�stomer5erwc�]` S
R) P' A bee)op�Ze Fo�jS Indkcat S( Fl's) ;icy N
! B } Dev2(op Scit?g Para(� 1{eY5 , t
�� bevelop Scoring Weeg(jrtlng r r' t, { T•°", '
ht 3 ]�f � � r� I � 1•
te'opSc01 1!gArla y 0.
( 2}DEFINE 7M rrL A DETER',,� ORING,(Water a servo bn Se
Condi onjfusta/n )
.,Aj Develop Ke Foc U.,Indor5(I�FI s
it
Mj
evelop5cor(ng Paters. t
lt:, k' y O
C: a yS�coA..'O,
tj�ghHng ylr $ > n
SC6 etrl ..r ' f. ..mM x�li{ .^ 11.1! t(aie:. + }� ' .. .t t m
VENDOR • •
M
(FNq %tt DOC.�M#NT f I.A)3��/ENDO
h 1 ( ,�
(FNI t �DEVELOP APL �LE�PIPE(VMATERIAL$$tsSiZ ; O„ � �x E } AS, LlitS
jj PRQSAND CONS SUCf1 AS +I�PACITYsCSy CE}$S SUES
URE
R fr ]
achs, t,� ° t e�= ' r•Vr
(S)FO
F1
IDENTIFY SE ICES ,.• S y ,,, . '
y� r
gtLeak DetecfignlL.f{F7� Develop Bid DocY ertitst ��'
(FNI )APPLY{SCREE`J1(CFI"G�FROCESSr sr .y I,;l? 'I _r ,fr I'rf r
r stjr�jyr"CONDITION f(DES TORPANAL `
# �Y.
x leak H}stor�i t��� -Performance In ea a
F rt"S"rY
, ' Q e�l`'. y B Oth
L4 tt
t C0 51mft ATI
PoplAtlbn erved'f f C(Customers
Hydraullc iCapad tPti R r
(i. fa r♦{�i{7ft �ll$T01V�EiLSE
.fir,
4Y FNI .,'2,APPLY SCORITERIA TO pR10. ZE�P _'INES FOR F Ass
ESEN,
C
• •. RENEWAL PROGRAM COSTS m
DEL I bP G�S Ivy .(S IOF R CbJVIMENEit � �ROS�EMEf1ITStrI q 1:1 a i'
t as Rm 1 i t� r'�a •{t' ss
(FNI) 2�DEVELOPrGQIr SfIMATESs A !t1N4� i! t t7 tS' ..
f
01")f 1 (Fw} )DEVELOP ESTIMATED V(LUME O ATER LOSS NDN E Orr DEVELOP LETTER REPO 'ES t ,. ,r 'a
��'¢roJe�}BackgO�'�ud >CMap(Lq at(on y' m
t }t ( rfh i"LI'r: N NF �i s QJ 1
(D
t'lFNO .5�`PRIOFtITIZE��s�E�IN`�SEGIy(EI�TS B'A�S ).ON'OVERALL RIS &,BUDG T C0�37RAIN�S, �
�'t i t ' �.;. 3,rtx` ,;,t{rq ,n,�'in•h'Ir t3.�„�:.,.3<A rrss, ;,�+,. •t iI<
n
O
DETECTION FIELD ASSESSMENT:LEAK .•
0
jt j�{r1ARfGED1 METC°R' y ` 1 ' 4 SMALL D/AMETE)t ky�r�ti
try , SI4rs,$y-r%�@{� t ill, as r+sr kt F s
AN
cp a)e t os methods bgY7 1} Review,c e �yatef)o mothedfogy (•`
F, tr ty w I r y io-Y
rc.�gNi) :2)IAstess water conse vtianunpadi7�'} ! )4�'atet l(3q�13tf'og impact,3�'Dacumentandanaly:ecurtentleaµdetecN tl� ya.?��;3)IDglilentandarla1j,ecurreneakde��tre33 qn;
1k+. process ?I�`fst r} 5;. ; l}� sti44yst (1 f ' �{]m `1
(FMI/FNI)),4J Develop standard protocol fai.eak de)e= art , t�{ Deuelap standard protocol{q(leep de4?lon
f1Y andhydfiy4taSsess{nen�y}i� ty�r� 1> Iv andhydra)rtrra:;sessmentY";- 1t"kc
(FN�xi'�5) Oev�tgd tfe)�#o�s ternpplaces jN�'` }f 5)Develol(f�e)d�o s/t�!/tielates l}��)I � -
��r nararr,tV•te+t�x rl �1>3� Cr t { ,I ti!r -3' ,I} r, r+e ..tr $.
( ]'- 6) OepIPY�reW�(Far�..i fifth staff) - ;� ?,t� 6) De t� cre _(Fo�ft l/itorlh StaHJ}! f }I .
F I Do went leak�eteckon and h adt asse s Docgfpent leak t]etect(on and�ydran �sse
br(FNIJ t�BJ'Quantify.watersavingsanr]tedeulalprlojiHes e I h�;gdg)quanNf ywatersavingsandfenewatlprlo{Yrftles +�
Dite:10/14 12014 . .