Loading...
HomeMy WebLinkAboutC2010-191 - 6/8/2010 - ApprovedCITY QF C~RPLIS CHRISTI CQNTRACT FaR PRGFE5510NAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.Q. Box 8277, Corpus Christi, Nueces County, Texas 78469-9277 (City} acting through its duly authorized City Manager yr Designee Director of Engineering Services} and 50LI~CA NAVA TQRND LLC ARCHITECTS (ArchitectlEngineer _ AIE}, hereby agree as follows: 1. SCOPE OF PROJECT: Greenwood Library Remodeling and Improvements (BAND 1551'JE 2008 Project Nv. 43TT This project will include demolition and replacement of existing steel and glass window walls and storefront units with a stucco structure; re-raohng the entire facility and adding a new dehumidification system; and resurfacing and repairing the existing driveways and parking areas. The remodeled facility will be used by residents in the area and students from the surrounding schools. In addition #a the Bond Issue ZQD8 prescribed improvements, City staff and the consultant are recommending several improvements tv the Greenwood Library which will be implemented to the extent that the project budget wil! allow. 2. SCOPE QF SERVICES The AIE hereby agrees, at its own expense, tv perform professional services necessary tv review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates {project progress or delays, gantt charts presented with monthly invoices} and provide contract administration services, as described in Exhibit "A" and "A-'I ", to complete the project. Work will not begin ^n Additional Services until requested by the AIE provide breakdown of casts, schedules},and written authorization is provided by the ^irector of Engineering Services. AIE services will be "5en-ices for Construction Projects"- Basic Services for Construction Projects")which are shown and are in accordance with "Professional Engineering Services- A Guide tv the Selection and Negotiation Process, 1 g93" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. Far purposes of this con#ract, certain services listed in this publication as Additional Services will be considered as Basic Sen-ices. 3. DRDER DF SERVICES The AIE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Native to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the AIE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of ~~... n:_-~-- _r ~__:__ __;n Services. 2D1D-191 g ENTERED M2010-12'7 Large AIE Contract n p ~~dl~ Rage 1 of 3 V 6IOOI1D~ee~^~ LiGrarl' RertiodelinpVLarOa AE CvnUad Gr L nn 5alka Nava Torno Architects CQNTRRCT MANAGER~I~ V ~N~E~~ l The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided #hat nv increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. AIE shall notify the City of Corpus Christi within three (3} days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "6". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized, a fatal fee not to exceed ~9,550.DQ bane Hundred Ninety-Nine Thousand Five Hundred Fifty Dollars and Zero Cents Monthly invoices will be submitted in accordance with Exhibit "D"". fi. TERMINATl4N QF CONTRACT The City may, at any time, with ar without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the AIE will be compensated for its services on all stages authorized based upon AlE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. I_DCAL PARTICIPATiCN The City Council's stated policy is that City expenditures on contracts far professional services be of maximum benefit tv the local economy. The AlE agrees #hat at least 75°Io of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan 5tatistica# Area (MSA}. Additionally, na more than ~5°Io of the work described herein will be performed by a labor farce residing outside the Corpus Christi Metropolitan Statistical Area ~MSA.} S. ASSIGNABI!_lTY The AIE will not assign, transfer ar delegate any of its obligations or duties in this contract tv any other person without the prior written consent of the City, except for routine duties delegated tv personnel of the AIE staff. If the AIE is a partnership, then in the event of the tem~ination of the partnership, this contract will inure tv the individual benefit of such partner or partners as the City may designate. No part of the A!E fee may be assigned in advance of receipt by the A!E without written consent of the City. The City will not pay the fees of expert ortechnical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Large AlE Contract Page 2 of 3 H:WpINEIRarhellelGENhP~blic FacililiesW377-Greenx+pod Library RemodalingiLarge /I~ Convect Greer7w0od Li6rary.doc 9. OWNERSHIP ~F ^QCUMENTS All documents including contract documents {plans and specifications}, record drawings, contractor's field data, and submittal data will be the sale property of the City, may not be used again by the AIE without the express written consent of the Director of Engineering Services. However, the AlE may use standard details that are not specific to this project. The City agrees that any modification of the plans wilt be evidenced an the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 1 Q. DlSCLflSURE DF INTEREST AIE further agrees, in compliance witfi~ City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclasur+e oflnterestsform attached as Exhlhit "C". CITY OF CORPUS CHRISTI Juan Perale Jr., P.E. Date Assistant City Manager RECOMM LADED Pete Anaya, P.E. Date Director of Engineering Services ATTE Armando Chapa, City 5e r tary SOLI{A NAVA TO O, LLC A~ I C +' ~ .~19 D o~ / J `Glen Ra~Y-Torfiv, AIA ~ 'Date fi2fiZ Weber Raad, Suite 310 Corpus Christi, TX 78413~Q31 {3fi1 } 854-1471 Office {3fi1 } 854-1474 Fax ago--~~7 ~~~R~x~~ . .: ~:~ r,,~,, SECR~'{ARI' APP OVED A TO FORM City ttorney Date Large A1E Contract Fage 3 of 3 H:1FtUME1RsGiellelGEMPu61ic Facililies14377-Greemvood Li6rery Rert~odelingl~arge AE Conlrsct Greernrvod EiWery.doc ExHIeIT "A" CITY OF CARPUS CHRISTI, TEXAS GREENWQQD LIBRARY REMODELING AND IMPRQVEMENTS BAND ISSUE 2DU8 {Project Nv. 4377) f, SCDPE DF SERVICES A. Basic Services. 1. Preliminary Phase. The ArchitectlEngineer-A!E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed with an Engineering Letter Report which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations tothe City. Coordinate all required services with the Geotech Lab. {The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts.} b. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of one (1) formal meeting wi#h City staff, provide agenda and purpose far each formal meeting; document and distribute meeting minutes and meeting report within seven {?} working days of the meeting. The AIE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.} and other agencies, including but not limited to the Texas Department of Transportation {TxDQT} and Texas Commission on Environmental Quality {TCEQ} as required to satisfactorily sample#e the Project. c. Submit one {1 } copy in an approved electronic format, and one {1 }paper copy of the Draft Engineering Letter Report of identified feasible altematives, and review with City staff tv produce an acceptable format. The Draft Engineering Letter Report will include the following {with C~N5TRUCTABILITY being a major element in all the following items}: 1 } Review the Project with the respective Qperating ^epartment{s} and discussions including clarffcation and definition of intent and execution of the Project. The AlE will meet with City staff to collect data, dESCUSS materials and methods of construction, and identify design and construction requirements. 2} Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvemen#s required, and conformance to relevant Master Pian{s}, 3} Identify results of site field investigation including sits findings, axis#ing conditions, potential right of wayleasements to be acquired, and probable Project design solutions (which are common to municipalities}, in accordance with S.U.E. {Subsurface Utility Exploration) standards [CIIASCE 38-~2}. Subsurface investigation will be paid as an additional seNlCe. 4} Provide a presentation of pertinent factors, sketches, designs, cross- sec#ions, and parameters which will or may impact the design, including EXHIBIT "A" Page 1 of 10 Revised April 2D1 ti Fi tF{OMEVRachellelGf IJhPubiic FecilitiBS4d377~reenw~opd Library RernodelinglE#~ibit A GrBtlrtwooC LiMary.tloC engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identficatian of specif+cations to be used, identification of quality and quantity of materials of construction, and ether factors required for a professional design CDNSTRUCTABfLITYI. 5} Advise of environmental site evaluations and archeology reports that are needed for the Project (environmental issues and archeological services tv be an Additional Service}, 5} Identify and analyze requiremen#s of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDLR, etc. 7} Confer, discuss, and meet with City operating department{s} and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cast estimates and design alternatives. 8} Provide a letter stating that the A!E and Sub-consultant Engineers have checked and reviewed the ^raft Engineering Letter Report prier tv submission, 9} Provide an analysis on project impacts towards "re-engineering" and effects vn cost savings toward Gity operations, which this project will affect. d. Assimilate all review comments of the Oraf# Engineering Letter Report {if any} and provide one {~}set of the Final Engineering Letter Report (electronic and Lard copies using City Standards as applicable} suitable far reproduction. Said Final Engineering Letter Report henceforth becomes the sale property and ownership of the City of Carpus Christi. City staff will provide one set only of the fallowing information {as applicable}: a. Record drawings, record information of existing facilities, and utilities {as available from City Engineering fifes]. b. The preliminary budget, specifying the funds available far construction. c. Aerial photography for the Project area, d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. {as available from City Engineering files}. f. Field location of existing city utilities {A!E to coordinate with City Dperating Dept.]. g. Provide applicable Master Plans. h. Provide bench marks and coordinates. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authvrizativn #o proceed, the AIE will: a. Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and res#arativn of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating ^epartment{s} and Engineering Services staff. b. Prepare one {1 }set of the construction hid and cvntraa# documents (electronic and full-size hard copies using City Standards as applicable}, including contract agreement forms, general conditions and supplemental condi#ions, notice to bidders, instruction tv bidders, insurance, bond requirements, and preparation of other EXHIBIT "A" Page ~ of 1 Q Revised April 2D1Q N WOME1RechellelGENWuhlic Facililies1A377-Greenwood LiMery RemadelinglE#iibi[ A Cxeermvod Librery.doc c. d e. contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construe#ion and cost analysis. Provide assistance to identify testing, handling and disposal of any hazardous materials andlor contaminated soils that may be discovered during construction {ta be included under additional sen-ices}. Prepare final quantities and estimates of probable cysts with the recommended construction schedule. The construction schedule will provide a phased approach tv track progress and payments. Furnish one {1} set of the interim plans {BQ°~ submittal - elec#ronic and full-size hard copies using City Standards as applicable} to the City staff for review and approval purposes with estimates of probable construction costs. Shaw existing elevations resulting from topographic survey. 5hvw locations of utility lines, struc#ures and their respective elevations resulting from the S.U.E. Use the City's numbering system far utility manholes. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summaryp which will identify and summarize the project by distinguishing key elements such as: ^ Pipe Size yr building Size • Pipe Material, etc. ^ Why one material is selected over another • Pluses of selections • RQW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City Standard specifications • Non-standard specifications g• h • Any unique requirements • Cost, alternatives, etc. • Qwner permit requirements and status Assimilate ail review comments, modifications, additiansldeletions and proceed to next phase, upon Notice tv Proceed. Provide one {1} set of the pre-final plans and bid documents {91]°/° submittal - electronic and full-size hard copies using City Standards as applicable to the City staff far review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participan#s. Provide i~uaiity Assurancel~2uafity Contras {QA1~C} measures tv ensure that submittal of the interim, pre-final {if required}, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and dv not necessitate an excessive amount of revision and correction by City s#aff. The Consultant AlE and Sub-cvnsul#ant AlE shall submit a latter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. tf: WOMEVRachellalGENhFuhlic FacililiesW 377-Greenwood Library RemodelinglFa[hibil A Gleernoood Library.doc Iexl~lelT «A„ Page 3 of 1 d Revised Apri12fl1D i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signaliza#inn, and as delineated by the City Traffic Engineering Department. j. Provide one {1}set of the final {1 a~°~} plans {unsealed and unstamped - electronic and full-size hard copies using City Standards as applicable) for City's final review. k. Assimilate all final review comments {if any}. I. Upon approval by the Director of Engineering Services, provide one {1}set of the final plans and contract documen#s {electronic and full-size hard copies using City Standards as applicable} suitable for reproduction. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. m. The City agrees that any modifications of the submitted final pions {for other uses by the City} will be evidenced vn the plans and be signed and sealed by a professional engineer prior tv re-use of modified plans. n. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. o. Provide a Storm Water Pollution Prevention Plan, if required. The City staff will: a. Designate an individual tv have responsibility, authority, and control far coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction con#ract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. bid Phase. The AIE will: a. Participate in the pre-bid conference and provide a recommended agenda far critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review al! pre-bid questions and submissions concerning fhe bid documents and prepare, in the City's format, far the Engineering 5en-ices' approval, any addenda or other revisions necessary tv inform contractors of approved changes priorto bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder=s bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineerwill, at its expense, confer with City staff and make such revisions tv the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE} any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommends#ion and prepare agenda ma#erials for the City Council conceming bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. ~xylalr «a„ Page 4 of 10 Revised April 2010 Fi:Wp1NEVtac}~yleiGENlPublic Facililiesl4377-Grecvnanad Library RBmodelirglE#ii6i[A Greernvood Librtrfy.doc 4. Cons#ruction Phase. The AIE will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifrcations of the contrac# documents far the contractor and authorize required changes, which da not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is f,eing done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of cans#ruction. f. Prepare change orders as authorized by the City {coordinate with the City's construction division}; provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals {by the Contractor} far all equipment installed on this Project. These manuals wilt be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.a. As a minimum the Introduction, Table of Contents, and Index will be in HTML {HyperText Markup Language} format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. Use the common formats far scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available vn the City's computer - Imaging for Win95 {Wang} and Microsoft Imaging Composer. Deliverthe manuals an a CD-ROM, not an floppy disks. i. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans} and deliver to the Engineering Services a reproducible set and electronic file {AutoCAD r.14 ar later} of the record drawings within two {~} months of frnal acceptance of the project. All drawings will be CARD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate fife. Attribute data will be provided in ASCI# format in tabular farm. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applicationslestimates far payments to contractor. b. Conduct the final acceptance inspection with the Engineer. H:WpMElRediellelGEMPubiicFaciii[iesW377-Greernr~ood Library RernadelinglFxhi6i[ AGreerrerood Library.doc EXH191T "A" Page5of10 Revised April 2010 B. Additional Services tALLQWANCEy This section defines the scope {and ALLOWANCE) for compensation for addi#ional services that may be included as part of this contract, but the AIE will not begin work on this section without specifrc written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AIE will, with written au#hvrization by the Director of Engineering Services, do the #ollowing: t. Permit- Preparation. Furnish the City all engineering data and documentation necessary far all required permits. The AIE will prepare this documentation far all required signatures. The AIE will prepare and submit all permits as applicable to the appropriate focal, state, and federal authorities, including, but not limited to: a. Texas Department of Licensing and Regulation {TDLR } c. City of Corpus Christi Building Permit 2. Topopraphic_ 5urvey and .Parcel Descriptions. AlE will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points {as required for the aerial mapping of the Project area -aerial photography to be provided by City}. Establish base survey controls far line and elevation staking {not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City`s Global Positioning System {GPS} control network and comply with Category 6, Condition i specifications of the Texas Society of Professional Surveyor' Manual of Practice far Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two {2} found boundary monuments from the project area. AIE will submit individual parcel descriptions and survey plats to the City along with all title reports obtained in Section 2. A strip map showing all parcels required will be submitted along with parcel descriptions. The AIE will field mark and delineate all new right-of--way lines upon request of the City's Land Acquisition ^ivision. 3. Environmental Issues. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials andlor contaminated soils that may be discovered during construction. 4. Construction Observation Services. Provide a projec# representative {PR} to provide periodic construction inspection. A. Through such additional observations of Gontractor's work in progress and field checks of materials and equipment by the PR and assistants, theAlE shall endeavarto provide further protection for the CITY against defec#s and deficiencies in the work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A!E and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- canstruction conferences, progress meetings, job confierences and other project- related meetings as required by the City, and prepare and circulate copies of minu#es thereof. 3. Liaison: ExHIBiT "A" Rage fi of 1 fl Revised April ~Otd H:WOINEIRache31a1GENlPuhlic Facilities41377-Cxeernaoud Library RempdBlinplEuhibil A Greemwod Library.doc 4. ~. 5. 7 8 A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract ^vccments. B. PR shall communicate with CITY with the knowledge of and under the direction of AIE Interpretation of Contract Documen#s: Report when clarifications and interpretations of the Contract Documents are needed and #ransmit to Contractor clarifications and interpretations as issued. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples far examination. B. Record date of receipt of Samples and approved Shap ^rawings. C. Advise Contractor of the commencement of any por#ion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has hat been approved. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress #a assist AIE in determining if the Work is in genera! proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test ar approval required to be made; and advise City and AIE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection yr approval. C. sDbserve whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. R$CardS: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Chang$ Orders, Field Qrders, Wark Ghange Directives, Addenda, additional ^rawings issued subsequ$nt tv the Contract, AIE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a weekly report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change 4rd$rs, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AIE and the City. Reports: A. Furnish periodic reports as required of progress of the Wark and of Contractor's compliance with the progress schedule and schedule of Shvp ^rawing and Sample submittals. B. Report immediately to the CITY and AIE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, ar acts of God endangering the work, and property damaged by fire or other causes, C. Provid$ project photo report on CD-RQM at the rate of a minimum of two photographs per Site visit, including an adequate amount of photograph documentation of utility conflicts. H:WOiv1ElRaq~eflelGERhPublic Fecilitiesl4377-C-eernx~od Literary RenwdelingVE#iibilA Graernopod Librery.duc E7(HIBIT "A" Page 7 of 70 Revised April 201 Q 9. Completion: A. Before the issue of Certificate of Completion, submit tv Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final list of items to he completed or corrected. C. Qbserve whether all items an final list have been completed ar corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 5. Rendarin~s. Provide a maximum of three ~3} architectural 3^ color renderings for visualization and for promotional use by the City and Library Staff. 6. Puhlic Art Coordination. Provide coordination and design assistance with public art installation. Ensure that there is appropriate allocation of space, supporting struc#ure and integration into building design concept. 7. Coordination Fee: Furni#ure Fixtures and E ui ment FF+E . Provide design coordination far integration of user-furnished furniture and equipment not included in scope of construc#ian contract. Provide CAC] layau# assistance to ensure adequate space and function of furnishings and equipment such as computer desks, work stations, shelving, office equipment, etc. Coardina#e color and material selection of FF+E with building design concept. 8. Basic Commissionin Services. Provide on-site services and verification for all start- upprocedures during actual start up of major project components, systems, and related appurtenances if needed and required. 9. Windstorm Certification. Provide on-site services and verification for all building components requiring windstorm certification such as new glazing system and roof replacement. Provide WPI-'1 and WPI-2 certificates to Texas Departmentof Insurance. t Q. _Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, ar replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report far the City staff of the locations and conditions requiring action, with its recvmmendativn far the method or action to hest correct defec#ive conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (6l]} days prior to the end of the main#enance guaranty period. 1 ~ . Provide the services above authorized in addition to #hose items shown on Exhii~it "A-1" Task List. EXHIBIT "A" Page 8 of 1 fl Revised April 2Q1 ~ H:WOME1fZachellelGE1'RPu61ic Facilitiesl4377-GreernMOOd Library RemodeiinglE~ibit A Greenwood Library.dx 2, SCHEDl11_E DAY DATE ACTIVITY Wark Days Wednesday June 9, 241 D Begin Preliminary Phase Thursday July 15, 2D10 Interim (30°Io} Submittal 27 Wednesday July 28, 2010 City Review 1 p Thursday September 9, 2010 Interim {8D°/°] Submittal S2 Wednesday September 22, 241 D City Review 1 Q Thursday October 21, 2010 Pre-Final [9D°Io} Submittal 22 Wednesday November 3, 2010 City Review 1 p Thursday November 18, 2010 Pre-Final {104°Io} Submittal 12 Wednesday ^ecember 1, 2010 City Review 1p Thursday December 16, 2D10 Final Submittal 12 Monday January 10, 2011 Advertise far Bids 1$ Monday January 17, 2011 Advertise far Bids g Thursday January 20, 2011 Pre-Bid Conference 4 Wednesday January 28, 2011 Receive Bids ~ Tuesday February 8, 2011 Council Award 10 Tuesday February 22, 2011 Notice tv Proceed 11 Calendar Da s Friday October 28, 2D11 Construction Completion 248 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic SeNiCe510 authorized as per the table below. The fees for Basic Services will not exceed those identifed and will be full and #otal compensation for all services outlined in Section I.A.1-4 above, and for ail expenses incurred in performing these services. Tha fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section 1.A.1-4, AIE will submit monthly statements for basic services rendered. in Section I.A.1-3, the statement wil! be based upon AIE's estimate hand City concurrence} of the proportion of the total services actually completed at the time of billing. Fvr services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AfE's monthly statements. B. Fea far Additional Services. For services authorized by the Qirectar of Engineering Services under Section I.B. "Additional Services," the City will pay the AIE anot-to-exceed fee as per the table below: EXHIBIT "A" Page 9 of 10 Revised April 2Q11] H:WpMEUtachellelGl=HVPUbIic FacililiesW377-Greerrvwod Library RenwdelinglF~i6ilA Greernvood Library.doc Summa of Fees -Greenwood Libra Remodelin and Im ro~ements ~4377y TOTAL BASIC SERVICES 1 Prelimina Phase $32,456.00 2 Desi n Phase 67,985.OD 3 Bid Phase 7,235.Q0 4 Construction Phase 28,145.00 Subtotal Basic Services $135 821.170 ADDITIONAL SERVICES 1 Permit Preparation a. TDLR Review [ADA Compliance} $9,240.00 b. City Building Permit $2,120.00 Subtotal Permit Pre oration Authorized 3,360.00 2 70 o ra h'rc 5urve Authorized 5,370.00 3 Environmental Issues Authorized 1,050.00 4 Construction ~bseroativn Services 31,150.00 5 Renderin s 3 maximum Authorized 5,710.00 6 Public Art Deis nlCoordination Authorized 2,400.00 7 Coordination Fee: Furniture, Fixtures ~ Equipment Authorized 2,730.04 8 Basic Commissionin Services Authorized 2,253.40 9 Windstorm Certification 7,856.00 10 Warran Phase Authorized 1,850.00 Subtotal Additional Services $fi3,728.b0 TQTAL FEE $199,550.00 The estimated cast of construction of the Greenwood Library Remodeling and improvements is $1,320,8C0. The #otal basic services fee proposal for this project is $135,821. Therefore, the percentage of design cost to construction cost is 1C.3°Io. ~xHlelr «A„ Page 10 of 10 Revised April 2010 Fi:lHOiNE}RsrhellelGEHVPublic Facililies14377-Graemanod library RernodeiinglE~ibi! A Greenxood Library.doc EXHIBIT "A-'!" TASK LIST GREENWOOD LIBRARY REMODELING AND IMPROVEMENTS BDN^ ISSUE 2008 Project Nv. 4311j 1} Review of existing construction drawings in effort to cvvrdinate design work with existing conditions. 2} Perform survey of the existing facili#ies during design in effort tv cvvrdinate design work with existing conditions. 3} Produce CAD-generated drawings as required for project scope. Such drawings will be based upon existing plans furnished by the City of Carpus Christi and based upon field measurements andlor field observations. The level of detail and border extent of such drawings will be limited to information which is required tv prepare construction documents for this project. 4} Interview of Greenwood Library personnel in effort to determine existing conditions associated with the project and to determine associated facility func#ions, needs and deficiencies. 5} Conference with appropriate code enforcement authorities having jurisdiction in effort to determine cede interpretation and associated requirements. fi} ^btain environmental survey and cvvrdinate removal of hazardous materials, if any, with construction document preparation and construction observation. 7} Prepare and submit #echnical documents, drawings and specifications in accordance with the following phases: a. 30°I° Complete Drawings {Preliminary Phase Documents}, b. BQ°IG Complete Drawings. c. 9Q°/° Complete ^rawings. d. 1 DQ°Io Complete Drawings e. Final sealed Drawings and Specifications. S} Prepare and submit opinion of probable construction cost upon completion of Phases fi.a. through 6.e. 9} Edit front-end portions of specifications furnished by the City of Carpus Christi including general and supplementary conditions and contractual requirements of the construction contract. 1 Q} Attend meetings to report status to the City of Corpus Christi administrative body. 11 } Attend pre-proposal conference to be attended by prosper#ive contractors. ~xHEair r~a-~» Pa e 1 of 4 H:tl!°AIEVRachNIe1GEHIPu611c FaciliHssl~{3T7-GreenwppQ Library RamodelinglExhlWt A-1 GreEnwood Lihrary.doe 12} Attend bidlpraposal opening and participate in evaluation of construction proposals. '! 3] Attend meeting to participate in recommendation to award construction contract. 14} Attend pre-construction conference. 15} Review general construction, mechanical and electrical data submitted by the contractor indicating materials and equipment proposed for installation. 1fi} Attend monthly ^r weekly construction coordination meetings. 17} Review requests far payment submitted by the contractor in effort to ascertain whether such requests are reasonable and due. Authorixativn of submitted pay requests when appropriate. 18} Perform interim and final jahsite reviews of work performed by the contractor in effort to ensure that work performed by the contractor is in compliance with the contract documents. During such reviews we will assert every reasonable effort to enforce the contract document requirements and protect the related interests of the City of Corpus Christi. We will not perform continuous yr exhaustive reviews of construction beyond that which is typical to industry standards. Nor will we guaranty the performance of the contractor. 19} Communicate with the contractor during construction as required to answer questions which may arise with regard to the Drawings and Specifications. Such communication will be handled via telephone, fax ar email whenever possible. In cases where such communication cannot be conducted by telephone, fax or email, jobsite meetings will be attended by personnel of this office. 2fl} Authorize award of substantial completion. 21 ~ Provide CAD drafting of as-built mark-ups submitted by the Contractor. ~2} Review and submit report in response to technical close-out documents submitted by the contractor. The Architect shalt perform the above Basic and Additional Services as designated in Exhibit "A" by considering the essential project parameters including the fallowing: Bond ZQDB Prescribed ilm rv~ements A. Demolition and replacement of existing steel and glass window walls and storefront units. B. The existing steel and glass wall wilt be replaced with stucco structure. C. The entire facility roof will be re-roofed. D, Dehumidification system will be added. E. Resurface and repair of existing driveways and parking areas. I;xHiBiT pia-~ ~, Pa e 2 of 4 H:WpMilRacheilel(iENiPublic FaciliBee14371-C3reemvaod Library RempdelinplE:hibltA•t Greenwood Library.doc User-Re uested and Architect-Recommended Im ro~ements These improvements either supplement or modify the requirements as stated in the 2DD8 Bond. They shall be implemented to the extent the project budget allows. A. Architectural 1. Replace all aluminum and glass storefront. 2. Tear off and replace roof on the 199D addition portion of the building. 3. Repair yr overlay roof of original portion of building. 4. Demolish and replace all sidewalks and flatwvrk -upgrade accessible route from parking Ivt into building. 5. Investigate ramifications of maintaining existing building-mounted drive- up book drop. fi. Upgrade restrvvms to Texas Accessibility Standards. 7. Provide access to restrvvms by Literacy Council. $. Repair floor transition at expansion join#. 9. Provide accessible route to public way at wes# emergency exit. 1D. Provide security lighting in parking areas. 11. Provide vehicular control for patrons who drive onto sidewalks and across grass from beak drop loop drive. 12. Miner cosmetic and functional exterior of building [downspouts, clean brick, paint, etc.} 13. Repair water intrusion at loading dock area and associate water- damaged finishes. 14. Remove wheelchair lift and re-design children's "amphitheater'. 15. Segregate children spaces, books and computers from adult. 16. Provide limited built-in shelving and counters. 17. Replace circulation desk. 18. Replace ceilings throughout. 19. Replace old flooring -salvage existing, recently installed carpet in stacks. 2D. Repaint throughout, including large meeting room. 21. Replacelupgrade landscaping and irrigation. B. Civil 1. Demolish and replace parking !ot and book drop pavement with asphalt. 2. Possible bid alternate for concrete pavement in lieu of asphalt. 3. Study traffic control at driveway entrance. 4. Passible reconfiguration of parking and driveways. 5. Demolish cooling #ower foundation and provide additional parking in that area. C. Structural 1. Study structural lateral bracing at 1994 window wall addition. Likely add lateral bracing. ~xHIBiT rrA-~„ Pa e3vf4 K:lliUMElHaehallelCiEMPuhllc Fachi[iea4}577-[ireenwood Library RemodelinglExhibitA-1 [ireerewaod Li6rery.dnc D. Electrical 1. Provide new energy eflrcient lay-in decorative volumetric lighting troffers in new ceiling. 2. Provide new energy efficient pendant-mounted decorative light fixtures in reading and computer areas. 3. Provide new wiring devices and coverplates to replace existing. 4. Repair yr replace exterior building-mounted and site ligh#ing 5. Limit the number of different types of replacement lamps in light fixtures. 6. Provide conduit and raceway systems as required to support Qwner- supplied telephone, data, technology, security systems, cabling and equipment. E. HVAC 1. Replace existing air handling unit and control systems. 2. Replace under-fluor and above-ceiling ductwork. 3. Provide new supply and return air devices. 4. Replace pneumatic centrals with DDC control system. 5. Provide energy management controls system. 6. Replace boiler. 7. Replace hydronic accessories and pumps. Sco a and Cost Not Included A. Costs associated with relocation of library function, staff, books, furniture and equipment to temporary site ^r storage during construction phase. B. Cos#s of new furniture, fixtures and equipment. C. Casts of telephone system v#her than provision of raceway access. D. Casts of computerldataltechnvlagycystems other than raceway access. E. Costs of securitylintrusion detec#ivn system other than raceway access. F. Casts of electronic book security system other than raceway access. exHig~r ~°a-~~>, Fa a ~4 of 4 H:IHpMEiRaehelleiGENiPublFc FaclflHeaW377-Greemraod Library RemodeFinglExhibit A•f Greenwood Llbrery.dx ExHIBIT B MANDATARY INSURANCE REQUiRMENTS ]Revised Juiy 20U9y I. CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subcansuftant has been so obtained. B. The Consultant shall furnish two ~2y copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE ~F INSURANCE MINfMUM INSURANCE COVERAGE 30-I]ay Notice of Cancellation required on all 9vdily Injury and l7raperty Damage certificates Commercial General Liability including: $2,0D4,DDD COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Praductsl Completed Operations Hazard 6. Contractuallnsurance 7. Broad Farm Property Damage 8. Independent Consultants 9. Persona! Injury AUTOMOBfLE LIABILITY--OWNED NON-OWNED $1,DDD,DDO COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TE}CAS WORf(I=RS= COMPENSATION ACT AND PARAGRAPH fl OF THIS EXHIBIT EMPLOYERS' LIABILITY $1 DO,UDD EXCESS LIABILITY $1,D0D,00D COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABlLITYI $2,0DD,D0D COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited tv sudden & accidental discharge; to include [ ] REQUIRED long-tem environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section i3-6-11 and Supplemental insurance Requirements [ ]REQUIRED [X] NOT REDUIRED INSTALLATION FLOATER $1DD,DDO Combined Single Limit See Section 8~-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED C. fn the event of accidents of any kind, the Consultant shall fumish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interest parties. extill~ir «s„ Insurance Requirements Pa e 1 of 2 II. INDEMNIFICATIDN ANO HELD HARMLESS A. Consultant agrees #o indemnify, save harmless and defend the Cfty of Carpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any #;me resulting from such injury, or any damage #o any property, which may arise or which may be alleged #o have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such Injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemni#ied hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract far coverage shall be written on a policy and endorsements approved by the Texas Stale Board of Insurance. If such coverage is provided through self-insurance, then within ten ~1t]} calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revolted or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. Q. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. III. On the certificate of insurance; • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right} shall be amended by adding the warding "changed ^~' between "be" and "cancelled" and deleting the wards "endeavor to" and the wording after "felt°. If the cancellation clause is not amended in the ACOR^ form, then endorsements shall be submitted. ^ The name of the project also needs to be listed under "description of operations". • At least 7t]-clay written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. exHiBlr "~" Insurance Requirements Pa e2of2 SUPPLIER NUMBER TO BE ASSIGNED BYZ`lT~^ PURCHA5ING O1VI51Qhi v.r~.rti. Ciry of CITY OF CORPiIS CHRISTI corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112 as amended, requires all persons ar firms seeking to do business with the Clty to provide the fo~lowing information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side far filing requirements, certifications and definitions. COMPANY NAME: Sollra Nava Torno, LLC Architects P. O. BOIL: STREET ADDRESS: 6252 Weber Read, Suite 31Q CITY: Corpus Christi ZIP: 7$413 )~IFt]VI IS: ]. Corporation 2. Partnership X 3. Sole Owner ^ 4. Association 5. other ^ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa ear attach separate sheet. I. State the names of each `employee" of the City of Carpus Christi having an "ownership interest' constituting 3°/o ar mare of the ownership in the above named "firm.' Name Job Title and City Department (if known} NIA 2. State the names of each "official" of the City of Carpus Christi having an "ownership interest" constituting 3°/° or more of the ownership in the above named "firm." Name Title NIA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3°/^ ar mare of the ownership in the above named "firm" Name Board, Commission ar Committee NIA 4. State the names of each employee ar officer of a "consultant" for the City of Cor~us Christi who worked en any matter related to the subject of this contract and has an ownership interest" constituting 3°/a or more of the ownership in the above named "firm." Name Consultant NIA EXHfl3lT "C" Pa e 1 of 2 FILING REQ[7lREMENTS If a person who requests official action an a matter knows that the requested action will confer an economic benefit on any City official or emFloyee that is distinguishable from the effect that the action will have on members of the public in general ar a substantial segment thereof, you shall disclose that fac# in a si ed writing to the City official employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing f led with the City Secretary. [Ethics Ordinance Section 2-349 {d}] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, #hat I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Carpus Christi, Texas as changes occur. Certifying Person; Glen Ray Torno AIA Title: Principal {Type m Print) Signature of Certifying ~ Date: ~~ d~ ID Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either an a full ar part-time basis, but not as an independent contractor. d. "Firm" Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a produc# or service, including but not limited to, entities operated in the farm of sole proprietorship, as self-employed person, partnership, corporation, joint stack company, joint venture, receivership or trust, and entities which far purposes of taxation are treated as non-profit organizations. e. "Official: ' The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the Gity of Carpus Christi, Texas. f "Ownership Interest." i.egal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established #hrough voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or Erin, such as engineers and architects, hired by the City of Carpus Christi for the purpose of professional cansultatian and recommendation. EXHIBfT "C" Pa e2of2 ~+ G a c v _ m a~ ~ ~ ~ ~ _ N ~ 3 ~ o ._ ~~ ~ C a~ ~ ~ ~ 'o w "~ ~ ~ ~ ~ W N ~ ov oo N •0 O ~ Y E ~a ~= a a r U Z a.+ 47 c v [~ .m N v .~ e~ m a r c ll~ a°^ d ~ Q ~ M of u7 N a~ Q o Q a Q of d ~ O o r r o~ Q [~] a r r- o~ M Cy O a Q a b Q Q Q ^ ^ ^ a m ~ ~ Q O 4[7 4t] ~ ~ l[7 lC7 a ~ ~ r ~ d3 Ef3 d3 ~ d ° a Q ° ° ° ^ ^ ^ ~ ° ° a v o ~ a o r r r r dg fA d4 6F} o v o a a a ^ ^ ^ ° ° ° ° s~ v ~ s v ~ n o r n v m m m ~ t o ~ ~ ~ ~ y r T" a o v o o v o n p p ^ n a n ti 0 0 417 O 4A O N N m m ~ 4f7 ~ ~7 O O n 4d7 N D r eD m ! ` N n O1 F F~ ~ M M E 4 N r r r ~ } ~ fA ~ ~ ~ r fR a ~ a `te ~' ° c' ~ m m m ~ ~i n c v v v c ~ a o _ ~ ~ ~ r T r r r r 1 ~ C ` h ` ~T o 0 0 ° ~ ° a ~ o ~ ~ m m m N o c v N H H H r r ~ r r i- [V fF3 6g fA E1} a o 0 ^ ^ ^ a o o v ° ~ ° ° ° ° m ° a c a 4 n u } a a ~ ~ o v ~ w z ~ v . NJ N N ~ LL tll N ~ ~ (~ ~ ~ N Ul Et_ ~ ~ tL U ~ rn [Q ~ Q3 c6 ~ IL N ~ ~ ~ ~ ~ ° ~ ~ Z ~ ~ ~ ' N i ~ [L °vi m C c ~ o ~7 ~ `~ ~' ~ ca l .~ ~ ~ N o ~ ~ ~ ~ ~~ ~ v E ~ 0 0 m ~ o ~ ~ € ~ ~' ~ °`s U ~ ~ ~ ~ ~ i a a o m ~ v~ a a ~ ~ ~o ~n ~n rn m a ~ cn = •- a ~~~°o L_)FOrv ~p t- ~ 0] U1 T ~ ~ [!3 W 0. G 7 w ~ ~ ~ [X h Z LL1 W Z a W a 0 v v U