HomeMy Public PortalAbout025-CTL Eng Chester BlvdPROFESSIONAL SERVICES AGREEMENT
day of ��.s �� , 2004, by and
THIS AGREEMENT made and entered into this y and through its Board of
between the City of Richmond, Indiana, a municipal corporation
acting
nyd CTLEngineering of Indiana,
Sanitation Commissioners (hereinafter referred to as the "City")
Inc., 6848 Hillsdale Court, Indianapolis, Indians 46250 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND
SUBJECT OF WORK
City hereby retains Contractor to Perform geotechnical consulting service in connection with the
for sewer project.
Chester Boulevard area sanitary interceptor
A Request for Quotes, dated January 1, 2004, has been made available for inspection by Contractor,
District Administration office for the City, and is hereby
is on file in the Richmond Sanitary Contractor agrees to abide by the
incorporated by reference and made a part of this Agreement.
same.
is attached�
o in
The response of Contractor to said Request fos Quotes
10) pages. and isherebyincorporated bas "Exhibit y
which Exhibit is dated March 1, 2004, consist
reference and made a part of this Agreement. Contractor shall perform all work and provide all
services and/or goods described on "Exhibit A."
Provisions, terms, or conditions contained in any of the documents attached hereto as
Should any p y of the
Exhibits, or in any of the documents incorporated b reference herein, conflict with any
provisions, terms, or conditions of this Agreement, this -Agreement shall be controlling.
Contractor shall perform all work herein in a timely manner, conforming to all applicable
professional standards.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified. i
certificates of
No work shall commence shorderl the lty is in receipt of any required has been issued by the Purchasing insurance, and until a purchase
SECTION II. STATUS OF CONTRACTOR
t an
employee or
nt of
he
Contractor shall be deemed to be an independ at its own expensor and is e compe ent supervision on oft
City of Richmond. The Contractor shall provide,
work.
SECTION III. COMPENSATION
City shall pay Contractor a sum not to exceed Twenty-seven Thousand Six Hundred Dollars
($ 27,600.00) for performing all work described herein in a satisfactory and proper manner.
SECTION IV . TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
completion of the project.
Contract No. 25-2004
Page 1 of 5
b giving i AgrBement, City may terminate this Agreement in whole or in
part, for cause, at any time b
Notwithstanding the term ig at least five (5) working days written notice specifying the
effective date and the reasons for termination which shall include but not be limited to the
following:
Contractor to fulfill in a timely and/or competent manner
a. failure, for any reason of .the
its obligations under this Agreement, which include, but are not limited to, all work
listed on "Exhibit A";
b. ineffective or improper use of funds provided under this Agreement;
suspension or termination of the grant funding to the City under which this Agreement
is made; or
d. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make prorated payment for all work
performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
This Agreement may also be termiated nn for such termination, the effective date, and in the either the City or the Contractor, in whole or in pacase
mutual Agreement setting forth the reasons
of partial termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person
or property or any other claims which may arise from the Contractor's conduct or performance- of
this Agre
ement, either intentionally or negligently; provided, however, that nothing contained in
rendering the Contrac
tor liable for acts hasehe l
ty, its officers,
this Agreement shall be construed as and eafter
agents, or employees. Contractor shall as a prerequisite to this Agreement, p ther
the
s set forth
which may
se out
maintain such insurance as will protect it this
th s A aeeme t whe he�such operations �by the of or
result from the Contractor's operations under
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them,
or by anyone for whose -acts the Contractor may be held responsible.
Covera e
Limits
Statutory
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
$300,000 each occurrence
Section 1. Bodily Injury $300,000 aggregate
Section 2. Property Damage $100,000 each occurrence
D. Comprehensive Auto Liability
Section I. Bodily Injury
Section 2. Property Damage
Page 2of5
$300,000 each person
$300,000 each occurrence
$100,000 each occurrence
$1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each aggregate
$500,000 each occurrence
F. Malpractice/Errors &Omission - $500,000 each aggregate
COMPENSATION LAW
SECTION VI. COMPLIANCE WITH WORKER'S
Contractor shall comply with all provisions
rovisio Agreement ovilana Worker, s de the City a certificate of insuraation law, nce, or
before commencing work under this Agre , P
has complied wh Indiana Code
certificate from the industrial board showi gnsantor ou that the of st to employe and therefore
Sections 22-3-2-5, 22-3-5-1 and 22-3-5 2f Contractor
subject to another state's worker's compensation law,
law and provide the City proof Contractor may choose to f such all
provisions of its home state's worker s c p Compensation Law.
compliance in lieu of complying with the provisions of the Indiana Worker's
SECTION VII. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
nate
on behalf of Contractor or any be employed in the performaub-contractor shall not nce of this Agrainst eement, with
employee
or applicant for employmentP
respect to hire, tenure, terms, conditions
because ivrages el g onof l color, sex, disability, national
t
or indirectly related to employment,
origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
I , That in to hiring of employees for the performance of work under thisperson acin Agreement
of any subcontract hereunder, Contractor, any subcontractor, or anp g
on behalf of Contractor or any sub -contractor, shall not discriminate by reason of
race, religion, color, sex, national origin or ancestry against any citizen of the State
of Indiana who is qualified and available to perform the work to which the
employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
3 That there may be deducted from the amount payable to Contractor by the City
of five dollars ($5.00) for each person for each
under this Agreement, a penalty
calendar day during which such person was discriminated against or intimidated in
violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or forfeited, fornata second by the City
any subsequent due
or to become due hereunder may be forfe ,
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating ticrimination or
intimidation shall be considered a material breach of this Agreement.
Page 3 of 5
SECTION VIII. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. _
SECTION IX. MISCELLANEOUS
Bement is personal to the parties hereto and neither party may assign or delegate any of its
This Agreement p p p An such
rights or obligations hereunder without the prior written consent of the other e other Party, s�] be null and
delegation or assignment ,thOcon out the f ed by rior nd interpr ted aten consent of ccording o Indiana law and shall be
void. This Agreement shall be
binding upon the parties, their successors and assigns. This document constitutes the enartrat an
Agreement between the parties, although it maybe altered or amended in whole or in p Y
ent setting forth such changes signed by both
time by filing with the Agreement a written instrum
that this document supersedes any previous
parties. By executing this Agreement the parties agree
discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
ction and venue of the courts of Wayne County, Indiana, and
The parties hereto submit to jurisdi
in
aid courts. The
ies
ly
ee
any suit arising out of this Contract mull1bedfilleor to the commencement of legal proceedings in at
no arbitration or mediation shall be required Pn
said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
unals or in other venues.
Contractor may have to bring such suit in front of other trib
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
If any court or tribunal declares any provision of this Agreement unenforceable, all other provisions
of this Agreement shall remain in full force and effect.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages or
remedies, Contractor shall be liable for Oncosts incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney s fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the partiesthe authorship of pant' of tion r
burden of proof shall arise favoring or disfavoring any party b
ty Y
the provisions of this Agreement.
Page 4of5
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND,
iNDIANA by and through'its
Board of Sanitation Commissioners
,,CONTRACTOR"
CTL ENGINEERING OF INDIANA, INC.
By'
By , President
Title: SEG ETJ�
Date:
Date:
APPROVED.
Sarah L. Hutton, Mayor
Date:
Page 5 of 5
Del- O/- OZ/
Subsurface Investigation Sewer Im rovements
Chester Boulevard Interceptor Sanitary P
CTL Proposal No. 04-5006-P
February 4, 2004
Page 5
SCOPE OF WORK
APPROACH
The work covered by this proposal consists of drilling, piezometer installation, rock coring, soil
endations relative toit preparation, d water management
sampling, laboratory testing and recommal drilling construction
and foundation support for open cut and direction
that the
We concur with the scope of services stated in the RFP. Please notecondition, proposed
ation odepths
ex sting
boring offsets may be field -modified depending upon the soil/rock
underground utilities and permission to enter private properties.
Our site visit revealed that a dozer will be required for most of the test borings. Representative
photographs of the site are included in Append
PROCEDURES
The following items will be included in the general services provided by CTL Engineering.
A. Contact Indiana Utility Protection Services to locate undergroundli ieda ofat the test bior ng
locations, and inform The City of Richmond and Donohuepersonnel
B. Layout of test borings as suggested by Donohue.
C. Drilling of test borings and laboratory testing in accordance with ASTM, AASHTO
specifications and applicable INDOT requirements.
D. Installation ofpiezometers and monitoring groundwater as needed.
E. Engineering evaluation and reporting to include:
I . . General description of the site
2. Boring logs and a soil profile to include:
a. Surface elevation at each test boring location
b. Thickness of pavement/t®psoil, fill, and underlying
osoils ' and at end -of --day
rock
C. Groundwater encountered during drilling, p
d. Standard penetration as a function of depth
EXH
IBIT PAGE 1 =-
ENG/rYEEiQ/rYG�
Subsurface Investigation Sewer Improvements
Chester Boulevard Interceptor Sanitary
CTL Proposal No. 04-5006-P
February 4, 2004
Page 6
Existing subsurface conditions at the boring locations
3.
4. Site preparation, earthwork requirements, water management, soil/rock design
parameters and foundation recommendations.
SCHEDULE
The schedules for all phases of the project are tabulated below assuming that each phase will be done
separately. More than one drilling rig may be used depending upon weather and if earlier delivery
is needed.
EXHIBIT _�___ PAGE
Subsurface Investigation Sewer Improvements
Chester Boulevard Interceptor Sanitary p
CTL Proposal No. 04-5006-P
February 4, 2004
Page 7
FEE SC - ED ULE -
The
fees for the 3 phases are provided in Appendix B and summarized below. These fees are based
on the assumption that each phase will be done separately.
Phase 2 (Without North Leg) $7,952-50
Phase 2 (North Leg) $,62.00
51.
Phase 3
If the above phases are performed at the same `time, our fee will be $19,100.00.
The above fees are based on the following assumptions:
1, Piezometers will be abandoned by cutting 2 feet of l b in -place e pVC capped with 6sinches of ement
remaining pipes with bentonite. The surface of willpp
concrete.
2. All borings will be backfilled with soil cuttings.
will mark the areas where clearing is required. A site. meeting with a City
3. CTL Engineering attempt will
representative will be, required to provide us with C P landmarks. However,
CTL Engineering
be made to preserve trees, brush and other surf
will not be responsible for replanting removed trees.
4. This proposal does not include restoration costs for lawn and/or trees on private properties.
CLOSING
Please note the estimated quantities including time for preparing reports may vary depending upon
underlying soil/rock conditions. All fees will be billed to unforeseen soil o rock o k condition,
t rates shown in Appendix B. a w ill
total cost should exceed 10% of the estumated'fee the additional work. Price quotations are firm for
contact you to obtain approval prior to performing
90 days from the date of this proposal.
RHEXHIBITa =PAGE � =-I 0 1=1
ENGbffEA/N6=
Subsurface Investigation Sewer Improvements
Chester Boulevard Interceptor Sanitary
CTL Proposal.No. 04-5006-P
February 4, 2004
Page 8 _
to submit this proposal and look forward to working with you. If you
We appreciate the opportunity information, please contact our office at (317) 585-8277 or email
have -any questions or need further
tokaYaki@ctleng.com
Sincerely,
CTL ENGINEERING OF MLA.NA, INC-
Ali Karaki, P.E.
Principal Engineer
0
t EXHIBIT PACE 4 OF i O
- -= D. PROJECT TIlVIING
ovell
d by
consultant will complete work efforts in accordance with the Febmruaryproject15, 2004 eGeotechnidule caall Data
Donohue. The schedule calls for the work to begin on or aboutiezometer readings by April 30, 2004.
Report submitted to Donohue by March 15, 2004. Final, P - Geoiechnical Baseline Report to be prepared by a date agreed upon with the owner-
E. INSURANCE
ity
In addition to the insurance identified in Part I .the Cone shall
shall ist d as ""Ad tional insureds" on
Insurance in an amount not less than $170009000. Donohue
all insurance except Worker's Compensation and Professional Liability Insurance. Certificates shall
be provided prior to commencing services for this Project
PART 11
OWNER'S RESPONSIBILITIES
Owner shall, at its expense, do the following in a timely manner:
A. Assign Paul s(Project Manage
r for Donohue) as the person authorized to act as project manager
during the course
e of the project. He will transmit instruction, receive information, and make decisions
with respect to Consultant's services under this Agreement
i
B. Notice to proceed will occur upon sgnature of the contract documents.
C. Provide a site plan showing the proposed sewer route and a boring log identifying each boring's
northing, easting, and boring depth.
descri tion of the proposed facilities for use by the Consultant during preparation of the
D. Provide a P
Geotechnical Report.
on of the
E. Provide 1 set of the appropriate documents for review by the Consultant for preparati
Geotechnical Baseline Report.
PART III
COMPENSATION, BILLING AND PAYMENT
A. COMPENSATION
Owner will compensate Consultant on a time and expense basis for the services described in the Scope of
Services. Routine expenses will be billed at cost.
PHASE 2 (Without North Le
Drilling Services $11r4'
& Equipment .......................................................
Mobilization of Drill Crew_ .
............. .
Rernobilization (only upon Authorization by Owner) ............... ........$
Clearing Access in Wooded Areas ................................
....................
EXHIBIT _A__ PAGE �OF_LFL_
......................•••$
Soil Borings: 355 Vertical feet @ $�•S=!vertical foot ...................... —•
Coordination .........................$ 4 0o
Geotechnical Engineers Site Reconnaissance/.I3tility 40 feet, and 1 @ 50 feet
Temporary Piezometers — 1 @ 15 feet, 1 @ feet, 1 @
@ $ S �/v oot........... .........C�.................................................
/S "_ fl�� ....._ �, �P •- n�s............_...............:............................................s q,9- S a
Subtotal........................
Laborato*•v Services i10 @ $� /Test.....$ 26V-
Moisture Content ..............•.......--- Estimated # of Tests 01 @ $ 0, _,/Test.....$ 00 '
Unit Weigh ...Estimated #ofTests 1�
Unconfined Compressive Strength ... Estimated # of Tests � @@ $� est..._.$ �• J'
:......:Estimated # of Tests
Sieve Analysis ................... $�_7Test..... $
i f _.....Estimated #ofTests _� @
Other.._ ����..f��•.� _
........... _.; .........
Laboratory servi
ces Subtotal ........................... ...............$ 77�
En�ineerinQ Services .$ /) Z�O_ --
......... 2
Geotechnical Data Report,
$ ! •
Recommendations, eeting• -
Phase 2 (Without North Leg) Total Fee ..... .. ..........................................$'ZS�
PHASE 2 — North Leg
Di ilii__ n� Services
ui
Mobilization of Drill Crew & Equipment .................... ..............$ /_off • _
Remobilization (only upon Authorization by Owner) .................
Clearing Access in Wood ..............
• /vertical foot .................................
Soil Borings: 145 Vertical feet @ $ Coordination•-•-•-•••••--••••-•-�•'•'$
Geotechnical Engineers Site Reconnaissance/U ility30 feet and 1 @ 40 feet @ $ S %vertical foot.........
P.
Temporary _ iezometers —1 @ /� 1 •�.Fv ' "—
,o p�G�r.� ,mad,s • .......... ..
.: . ...........
.............._....S13
Subtotal..............................
Laboratory Services
- Estimated #ofTests 2�' @ $
_
Moisture Content............................ • $Y_/Test..._.$ O
Unit Weight ..............................
....Estimated #ofTests
@ '
')Test.....$
Unconfined Compressive Strength._. Estimated # of Tests �_ @ $ % Wiest ..... $ Rf1'
Sieve Analysis ...Estimated # of Tests Z @ $-
�,_j �,r%.r,��....Estimated # of Tests _� @
Other. ..
......... ........:............ ......
..S 2 ,
LaboratoryServices Subtotal ._............... ...........
En�ineerin� Services
Geotechnical Data Report, Recommendations, Meeting.-.--.
North L .............
Phase 2 — N Leg Total Fee ......................
................................. $_1.K --
L �XH� IBIT _A___ PAGE ._ oFil -p
"PHASE 3
Drillinv Services . ..........$
Drill Crew & Equipment -• ..........................._.._...._....._......
.............•._. _.
Authorization by Owner) .....................................
Mobilization of Dn ...•-..•-„ .................$(only
upon
Rernobilization Y P
..$
Access in Wooded Areas..............................................................
Clearing foot.... ...................••.-$
$'JveTtical
7/2�
"-
s• 95 Vertical feet @
Soil Borings: .............$
feet @ $�/vocal foot •••.............
y _ .
Soil/Rock Cores: 200 Vertical
Coordination. ........................$
Geotechnical Engineers Site Reconnaissance/Utility
- 1 @ 25 feet @ $/vertical foot, 2 @ 40 feet, and'
.--
� 0'
Piezometers
Temporary ...................$
1 @ 45 feet @ $�/vertical foot ................:............................
-
� r,r,.�,r. 7 N................................s
7 7 Z.YQ
.E'..��O1a�
Drilling Services Subtotal --- --- - - .---------- -
Laboratory Services
Moisture Content Content..............................Estimated # of Tests ? @ $ S
Nest ....$ t7___
_ V
Unit Weight......................................Estimated # of Tests - Unconfined Compressive Strength._. Estimated # of Tests @ $"Nest
ted # of Tests �_ @ $�/1•est. .... $ /ZU_ _ --
Sieve Analysis ............Estima
..Estimated # of Tests _ $� -rest 7d'
RQD Analysis ..................�.._.�...... $
Other. /.r-J"�
G�1�Estimated # of Tests_
Laboratory Services Subtotal ............ .. ............. ...........................
Ene! eerinE Services ......$ iw.
Geotechnical Data Report, Recommendations, Meeting ................ :...................
Geotechnical Baseline Report, Meeting ...... .-•--------- •••••.........
.. .. !,
Phase3 Total Fee....................»...............»........................................$����
B. BILLING AND PAYMENT
1. Consultant will bill Owner monthly for Services completed at the time of billing. invoice will supported b documentation as. Owner may reasonably require. Invoices
Prepared in a form and supp Y
will include billing period, Owner's project number, and name of Donohue's Project Manager.
2. Consultant will maintain accounting records of its costs in accordance with generally accepted
records will
accounting practices as required by Federal s with reasonable bnotice during the Access to hterm of this
be provided during normal business hours with
Agreement and for three years after completion. All invoices will indicate Owner project
number: A
3. Consultant will notify Owner if project scope cchanges require
enott be initiat d the
thO t ewriitteen
contract value. Services relative to scope Chang
authorization from Owner.
4. Owner will pay Consultant 30 days after receiving payment of invoice from owner -
OMIT A PAGE _I OF I.Q-
CTL Engineering of Indiana, Inc.
6848 Hillsdale Court, Indianapolis, Indiana, 46250
Phone: (317) 585-8277 • Fax: (317) 585-8621
e-mail: cflin@ctleng.com AN EMPLOYEE OWNED COMPANY
ing • inspection Services' Analytical Laboratories
Consulting Engineers •Test
March 1, 2004
City of Richmond
Department of Sanitation
2380 Liberty Avenue
Richmond, Indiana 47374
Attention: Mr. Robert D. Wiwi, P.E.
Reference: Subsurface Investigation — Addendum 1
Chester Boulevard Interceptor Sanitary Sewer Improvements
Richmond, Indiana
CTL Proposal No. 04-5006-P
Dear Mr. Wiwi:
MUPL
Established 1927
of the ASCE Geo
for Underground
We have reviewed the requirements soc ates Reports
A Additionally, we were made aware
Construction (GBR) provided to us by Donohue &
that the baselines for the proposed sanitary improvements would not be located in the field. It is CTL
Engineering responsibility to establish these baselines.
Based upon the above requirements, the estimated fee for the GBR and boring locations were not
accounted for in our proposal dated February 4, 2004. Therefore, we are submitting this Addendum
as part of our original proposal.
The modified fee for -performing the work outline in the RFP is as follows.
• Estimated Fee for Geotechnical Baseline Reports
$ 5,000.00
• Estimated Fee for Boring Locations and Surface Elevations $ 1,000.00
• Subtotal Fee for all Phases from original proposal $19.100.00—
Estimated Total Fee for all Phases
$25,100.00
aseline
Please note that a registered professional engineeror may perform e performed by a regisBtered survePor in
However, boring locations and elevations may y no
the State of Indiana.
The estimated quantities including time for preparing reports may vary depending upon underlying
soil/rock conditions. All fees will be billed at the reseen soil or rock onditionX wt rates shown in will contactIf the ayou
cost
should exceed 10% of the estimated fee due to unforeseen
to obtain approval prior to performing the additional work. �XHIBl�'€'AGE Y___ 0FJC_
Offices: Ohio, Indiana, North Carolina, west Virginia
Subsurface Investigation — Addendum 1
Chester Boulevard Interceptor Sanitary Sewer Improvements
CTL Proposal No. 04-5006-P
March 1, 2004
Page 2 - -
to submit this proposal and look forward to working with you. If you
We appreciate the opportunity lease contact our office at (317) 585-8277 or email
have any questions or need further information, p
to karaki @ ctlena.com
Sincerely,
CTL ENGINEERING OF INDIANA, INC-
Ali Karaki, P.E.
Principal Engineer
cc: Mr. Paul Elling, P.E. — Donohue & Associates
EXHIBIT -.11-PAGE-a- OF_LO_
FEE SCHEDULE
Unit Quanti
Unit Cost Total Cost
Descri lion
Field Services
Each
$150.00
Mobilization/Demobilization
Each
150.00
Remobilization
Hour
90.00
Clearing Access in Wooded Areas
Feet
8.50 .
Soil Borings
Feet
35.00
Rock Coring
Feet
20.00
SojMock Coring
- Each
15.00
Boring Backfill
Hour
40..00
Reconnaissance & Planning
Feet
5.00 -
TemporarY Piezometer Installation
Tri
150.00
Piezometer Readin s
Laboratory Services
Each
$4.00
Moisture Content
Each
12.00
Unit Weight
Each
25.00
Unconfined Compressive Strength
Each
40.00
Sieve Analysis
Each
40.00
Atterberg Limits
Each
3.00
QD Anal sis
Engineering Services
Hour
30.00
Boring Logs Preparation
Hour
65.00
Staff Engineer
Hour
80.00
Professional En iems'
Affffp
EXHIBIT PAGE ► 0 OF / o
ENG/KEEN/NG=