Loading...
HomeMy WebLinkAboutMUNICIPAL DEGIGN GROUP Augusta Richmond GA DOCUMENT NAME: c..oV\~L-L \-to...Y\1- SeVY ices A~Y--eem€-Y\"l- DOCUMENTTYPE: Ac;)y--e..Gyy\~I(\--T- YEAR: ~~ BOX NUMBER: L-\ FILE NUMBER: \ '\ \ y... eo NUMBER OF PAGES: Lo0 ad #=- /?j 1/<6 Office of City Attorney Stephen E. Shepard City Attorney 701 Greene Street, Suite 104 Augusta, GA 30901 (706) 722-6594 - FAX (706) 722-4817 TRANSMITTAL TO: Mayor Bob Young FROM: Stephen E. Shepard, City Attorney / ~1"P DATE: March 5, 2004 Municipal Design Group dba Messerly Design Group Project 80125 - Messerly WPCP 2004 ClP Consultant ,Agreement (3 copies) (AR2004-1257) Please sign where indicated. Thank yOU. .., Stephen E. Shepard .. STATE OF GEORGIA AUGUSTA-RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA ( CITY) AND CONSULTANT CONSULTANT: Municipal Design Group dba Messerly Design Group PROJECT: Project 80125 - Messerly WPCP 2004 CIP DATE EXCECUTED: DATE CONlPLETED: STATE OF GEORGIA AUGUSTA-RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA ( CITY) AND CONSULTANT This Agreement is made and entered into this ~ day of 'j- ~ , 2cttfby and between AUGUSTA Geor~~Qj)olitical subdivision of the State of Georgia, hereinafter called the "CITY" d MWAllt'PACo l:'es&~~ ~~lJP LtA. ON C . th. d db' . G . an tM.f{!(61L0/ l)15S'~N ~QDUf ' a orporahon au onze to 0 usmess m eorgIa, hereina ter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: ptOjCC,T 8011,' - }4S9SetUy Wfc.f '2PJ'I elf' ; and, WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: GENERAL PROVISIONS ARTICLE 1. PROCUREMENT OF SERVICES CONSULTANT has agreed in its Agreement with CITY to procure the services of licensed design professionals to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A Scope of Work and other relevant data defining the Project. The CITY will compensate CONSULT ANT as set forth in Attachment B. 1.1 Consultant Coordination The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CITY, CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. 1.2 Amendments To Agreement Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. 1.3 Reduction In Required Services If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. 1.4 Date Changes If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. 1.5 Agreement Modifications This Agreement shall not be modified except by a duly executed Amendment hereto in writing tmder the hands and seals of both parties hereto. 1.6 Time Of Completion The time of completion shall be as described in the schedule attached hereto as Attachment D- Schedule for Performance. This Agreement shall termina te immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. 1.7 Project Progress CONSULTANT'S services and compensation lmder this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. 1.8 Litigation Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. 1.9 Bindings It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. 1.10 Extent Of The Agreement This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations and agreements, either written or oral. ARTICLE 2. DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: 2.1 Agreement Execution - means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. 2.2 Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. 2.3 CITY - means a legal entity AUGUSTA, GEORGIA, a political subdivision of the State of Georgia. 2.4 CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. 2.5 Contract - means the Agreement Documents specifically identified and incorporated herein by reference. 2.6 Contract Time - means the period of time stated in this Agreement for the completion of the Wark. 2.7 Program Manager - means CH2M HILL as the representative of the CITY who shall act as Liaison between the CITY and the CONSULTANT for all matters pertaining to this Agreement, including review of CONSULTANT's plans and work. 2.8 Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement wit.le CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. 2.9 Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjusbnent in the Agreement Price or the Contract Time, issued after execution of this Agreement. 2.10 Task Order - means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. 2.11 Work - means any and all obligations, duties and responsibilities, including furnishillg equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or tmdertaken by CONSULTANT under this Agreement. ARTICLE 3: CONTRACT DOCUMENTS 3.1 List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constihlte the Agreement Documents. 3.2 Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement - Including Attachments 2. General Conditions 3. Supplemental Conditions - Including Task Orders ARTICLE 4. GENERAL CONDITIONS 4.1 Commencement Of Work The performance of the work as defined in the Agreement between CONSULTANT and the CITY, and herein described in this Agreement as Attachment A Scope of Work shall be commenced upon receipt by the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined in each Notice to Proceed. 4.2 Professional Standards The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 4.3 Changes And Extra Work The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. The Program Manager may approve minor changes to the scope of services that do not involve an increase in compensation or schedule. 4.4 Personnel The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the CITY. All of the services required hereunder will be perfoffiled by the CONSULTANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTAL"IT under this agreement are indicated in a personnel listing attached hereto as Attachment C - Listing of Key Personnel and incorporated herein by reference. No changes or substihltion shall be permitted in the CONSULTANT's Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. 4.5 Accuracy Of Work The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarilication of any ambiguities. 4.6. Confidentiality The CONSULTANT agrees that its conclusions and any reports are for the confidential use and iniormation of the CITY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its wrItten documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any iniormation concenting the PROJECT should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indenmity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public iniormation and no longer subject to the restrictions of this Agreement. 4.7 Open Records CONSULTANT acknowledges that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia's Open Records Act (O.c.G.A. 9 50-18-70, et seq.). CONSULTANT shall corporate fully in responding to such requests and making all records, not exempt, available for inspection and copying as provided by law. 4.8 Jurisdiction The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond COlmty and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 4.9. Termination Of Agreement For Cause If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or uniinished documents, maps, data, studies, work papers and reports prepared by the CONSUL T ANT under this Agreement shall become the property of the CITY, and the CONSULTAl'\JT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as muhlally agreed by the CITY and CONSULTANT. 4.10 Termination For Convenience Of The City The CITY may tenninate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of tennination. 4.11 Coordination And Cooperation With Other Utilities And Consultants CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other consultants and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other consultant or by CITY employees. 4.12 Covenant Against Contingent Fees The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the pwpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such 4.13 Responsibility For Claims And Liability The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 4.14 Insurance The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in. force and effect an insurance policy(s) that will ensure and inderrmify both the CITY and Program Manager against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the CONSULTANT during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: 4.14.1 Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia. 4.14.2 Public Liability Insurance - in an amolmt of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than One Million ($1,000,000) Dollars on account of anyone occurrence. 4.14.3 Property Damage Insurance - in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. 4.14.4 Valuable Papers Insurance - in an amount sufficient to assure the restoration of any plans, drawings, field'notes, or other similar data relating to the work covered by the Project. 4.14.5 Professional Liability Insurance - in an amolmt of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULTANT's liabilities hereunder in insurance coverages identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certilicate of insurance shall be filed with the CITY at the time of the execution of this Agreement. 4.15 PROHIBITED INTERESTS 4.15.1 Conflict of Interest The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 4.15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 4.15.3 Employment of CITY's Personnel: The CONSULTANT shall not employ any person or persons in the employ of tlle CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 4.16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval by the Program Manager. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 4.17 ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or notation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 4.18 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations oraadvertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 4.19 DRUG FREE WORK PLACE CONSULTANT shall be responsible for ensuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or inunediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 4.20 ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer's, and technicians performing work rmder this Agreement shall be paid rmconditionally and not less often than once a month without deduction or rebate on any accormt except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work rmder this Agreement. 4.21 AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/ or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/or representatives of the audit, to examine and make copies, excerpts or transcripts from such records of personnet conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment rmder the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 4.22 OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the rmrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULTANT's knowledge and written consent. 4.23 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. CITY: ADMINISTRATOR AUGUSTA, GEORGIA 530 Greene Street, Room 800 Augusta, GA 30911 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 4.24 INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 4.25 NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices shall be addressed as follows: CONSULTANT: C~AltV1AN /tIUAJIC" PAL t>6SlcilJ Gf/lJuP lLe. cLb-a }/6SSGeL,/ DcS,~AJ ~(Jp 3~o ,,.y ~, S c) ITa 400 4()~lJSTA, (i;.A 30 'ie' PROGRAM MANAGER: AUGUSTA PROGRAM MANAGER CH2M HILL, INe. 360 Bay Street, Suite 100 Augusta, GA 30901 IN WITNESS WHEREOF, said parties have herelmto set their seals the day and year written below: 111 BY PRINTED NAME: TITLE: MA YOR ~ :'t>-~~""::':,,\l. .,- :\lJ.CH.MOI'.'.~~~" .... ./ .u,. '1I} A TTESTLl.t~!."""o""o '-i.; '~, ~.v " 0" ~.'. ~^ ~ Q c' _ . 0,., -:.~ \;\ ~ ..... . '" ~ r.. If .. ...- " "- <' . DATE: . " ') ,...... ... PST. .,0" 1 'to .0. WJ6 ,,0" d 9. +, ....e90oe...etO. ; ~\\... GEORG\t'> -q,.""""""- "\",,~"llo..~"""~ 'j- oy CopY-To: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, Ga 30901 J50NS~~T BY: ~ -i?I4H--.J PRINTED NAME: ~ R JJ,4rcHd!.. TITLE: --.Cl}AI~H4~ DATE: DZ/Z3ft;'( CONSULTANT'S RESPONSIBILITIES CONSULTANT, in order to determine the requirements of the Project, shall review the information in Attachment A - Scope of Services. CONSULTANT shall review its understanding of the Project requirements with Program Manager and shall advise CITY of additional data or services which are not a part of CONSULTANT's services, if any, necessary for design to begin. PROTECT UNDERSTANDING Upon request from the CONSULTAt'\TT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected tmder the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/ or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY's request in the regard. The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULT At'\TT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the insurance limits as specified in Article 3 - General Conditions 4.14 Insurance. CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other dOClilllents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services, or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items. Prior to Authorization To Proceed: I]( Detailed Scope of Services based upon Attachment A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT'S understanding of the project limits, design objectives and CONSULTANTS services to be provided. ctr Cost Proposal that will include cost of surveying, design, preparation of construction plans and specifications, and other services requested in the CITY's Request for Proposal. ~ Schedule for submittal of review documents at 30%,60%, and 90% completion and final documents. Prior to submitting 30% review documents: 0' Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations, however, the CONSULTANT must verify to CITY'S satisfaction. [!(Provide CITY with information on the project site(s), including the following: . Past and present use of the land (specifically identify any landfilling activities in the area); identify any nearby designated wetlands · Soil type(s) · Boring results. . Brief description of the area (e.g., residential, commercial, industrial) including general slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified. · Identification of potential problems in meeting design objectives. ~Site Plan (If Required) Throughout project: 13' Prepare printed responses to comments received from the CITY following reviews. [3'Provide the necessary plats (complete with survey information on all items witl:lin the limits of both permanent and temporary easements) for easement acquisition and DOT/other permit application. (3' Prepare Public Works/DOT jOther permit applications for signahrre by the CITY. ~repare and submit plans to EPD for review and approval when required. I!:J Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest reference). Specifications must mirror that provided by the CITY and must be complete for the described work. ff Prepare and submit construction cost estimates at each review stage (30%,60% and 90%) and with the submittal of final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design: cr'Coordinate with the City Purchasing Department to advertise the project. Gl'Fax bid information to CITY. C3" Attend bid opening. ~ Prepare letter of recommendation for award of the contract. I}{ pttain contractor's/ other signatures on the contract documents and forward to the CITY. c:r Invite attendees to, and conduct, the pre-construction meeting. s' Provide clarification related to the plans/specifications throughout design and construction. ~Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). ~Provide Services During Construction as follows: · Attend project meetings as scheduled by the CITY · Recommend design changes as field conflicts arise (site visits may be required) · Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY) · Provide clarification of plans and specifications throughout construction · Revise/update plans and/ or easement plats as changes occur that require resubmittal to DOT / other agencies. P ARTMENT :O;Z~~~~ PRINTED NAME: ;tJ;JJwm ~. f#'Tl':JIee. TITLE: ..cJzfA-1 tM /lrAl DATE: ~ Z /z3/t;tj BY: PRINTED NAME: ,j,tf! ~.'I If Jc'~J TITLE: DIRECTOR DATE tpf5 /0 4- PROG~.M~AG~)> BY: PLf/- ~~~--- Mq..,aJ~'" t2!Z4/01 . TITLE: DATE: ADDITIONAL SERVICES: 1. Revisions to the plans/ contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. ATIACHMENT A TO CONTRACT BETWEEN AUGUSTA, GEORGIA AND MESSERLY DESIGN GROUP, LLC. MESSERLY WPCP - 2004 CIP IMPROVEMENTS (80125) ENGINEERJNG SERVICES This Attachment is attached to and made a part of the Agreement dated tE:C>. ~ ,2004, between AUGUSTA, GEORGIA (CITY), and Messerly Design Group, LLC. ("Consultant"). The CITY will be represented by the PROGRAM MANAGEMENT TEAM (PMT) which is a team made up of authorized representatives of AUGUSTA UTILITIES DEPARTMENT (ADD) and CH2MIllLL (ADD's Program Manager). The PMT may also include representatives of other CITY contractors or consultants such as the CITY's operations contractor. PROJECT SUMMARY This Attachment to the Agreement covers specific engineering services for the James B. Messerly Water Pollution Control Plant (WPCP) 2004 CIP Improvements Project (hereinafter referred to as the Project). The facilities designed under this Agreement will be adequate to process a maximum month wastewater flow of 46.1 million gallons per day (MGD), and a corresponding peak week CBODs load of 106,000 pounds/day, and reliably meet all existing discharge permit limits. The project will generally include new grit removal facilities, new flow splitter structures, new anoxic/aerobic biological treatment basins, new mixed liquor recycle pumps, new blower system, upgrades to existing biological treatment units to provide nitrification/denitrification, secondary clarifiers, replacement of the existing north side blower system, hypochlorite disinfection, and related supporting infrastructure. The project also includes miscellaneous studies and evaluations of the treatment processes at the Messerly WPCP and Spirit Creek WPCP. The general description of the Project includes the following major facilities: 1. Headworks improvements (grit removal upstream of the plant flow splitter) 2. New biological treatment train (aeration basins and blowers) 3. New secondary clalifier(s) 4. Return and Waste Activated Sludge (RAS/W AS) pumping 5. Upgrades to the existing biological treatment systems 6. Anoxic zones with recycle pumping for new and existing biological treatment trains 80125 MDG 02110/04 Final Scope 7. Flow distribution improvements 8. Hypochlorite Disinfection 9. Yard piping 10. Civil site work 11. Electrical work 12. Instrumentation and control work, and 13. Modeling of the Spirit Creek Plant Consultant will perlorm as authorized design, bidding, construction, and commissioning services in eight (8) phases as follows. Phase 100 - Project Management and Coordination Phase 200 - Preliminary Design Phase 300 - Detailed Design (30%, 60%,90% completion levels) Phase 400 - Bidding Services Phase 500 - Construction Administration Office Services Phase 600 - Project Completion Services Phase 700 - Supplemental Services Phase 800 - Additional Services During Phases 200 and 300, the Consultant will prepare a series of Technical Memoranda and/or Design Reports to help structure the design process and to facilitate communication and input from the PMT. Each memorandum and/or report will be followed by a technical meeting or Design Workshop where the PMT and Consultant will actively participate in the design process together. Project Phases 100 through 400 comprise the Base Scope of Services and will be conducted for a lump sum fee as identified in Attachment B, except where Additional Services under Phase 800 or Supplemental Services under Phase 700 are required and authorized by the PMT. Services provided under Phases 500, 600, 700, and 800 will be provided by the Consultant as directed by the PMT, on a Time and Materials Not to Exceed Basis, presented in Attachment B. Additional Services will be provided only after specific written authorization by the PMT and will not be provided unless such authorization has occurred. PHASE 100 - PROJECT MANAGElVIENT AND COORDINATION Task 101 Project Management and Coordination Project management and coordination activities under this task will be provided during all phases of the Project. A. Establish and monitor a Project schedule for accomplishing preliminary design (Phase 200), final design (Phase 300), and bidding (phase 400). B. Assign and supervise project staff. C. Plan and monitor Project work task budgets. 80125 MDG 02110/04 Final Scope 2 D. Perform Consultant's project accounting E. Prepare and submit Consultant's monthly invoices to CITY. F. Maintain Project files and documentation. G. Prepare and issue to the PMT three (3) copies of the Project Work Plan. H. Execute and coordinate subcontracts. 1. Prepare and submit monthly progress reports outlining the general progress of the Project, Project budget status, identifying major tasks, posing questions requiring resolution, and setting tentative agenda for design workshops. Report to be submitted with monthly invoice. J. Prepare and submit wlitten responses to all wlitten review comments received from the PMT during Phases 100, 200, 300 and 400. Task 102 Preliminary Design Workshops Consultant will prepare Technical Memoranda (TM) andJor Design Reports (DR) for the PMT's review during Preliminary Design, Phase 200. Following the delivery of each memo and/or report, and a not to exceed four (4) week review period by the PMT, a Workshop will be held that will include participation by the PMT and the Consultant at milestones along the preliminary design process. These milestones include: . Task 203 Unit Processes Analysis . Task 205 Hydraulic Analysis . Task 206 Existing Facilities Assessment . Task 208 Spirit Creek WPCP Assessment . Task 211 Odor Control Assessment . Task 212 Power Reliability Assessment . Task 213 Preliminary Design Report Activities during the workshops will include discussion of the memo or report findings, review of all PMT comments, and establishing path forward on the selected topics or alternatives to proceed with in Detailed Design, Phase 300. Consultant will prepare meeting notes, which summarize key discussion items, identify decisions, and 80125 MDO 02110/04 Final Scope 3 establish path forward defined during the Workshop. Consultant will submit notes no later than 7 days following each meeting. Task 103 Detailed Design Workshops Consultant will prepare Construction Documents (CDs) and related documents for the PMT's review during the completion of Detailed Design, Phase 300. At predetermined design milestones, individual, two (2) day workshops will be held that will include participation by PMT and the Consultant. These milestones include: · 30% Detailed Design Review · 60% Detailed Design Review · 90% Detailed Design Review Activities during the Detailed DesignW orkshops will include review of process equipment and associated data packages, design calculations, II" x 17" progress construction drawings and specifications, and other applicable review documents. The workshops will also address construction cost and schedule, operability of the WPCP, and bidability and constructability of facilities. During the equipment selection process, the Consultant will investigate technically advanced, high quality, and well-proven technology for consideration. The Consultant will accompany PMT to investigate equipment installations or manufacturing facilities of equipment within the continental United States, under consideration. The Consultant will gather input from the PMT on the best way to keep the existing equipment on line and in operation while the new equipment is being installed. The general scope and schedule of the proposed modifications and new facilities will be outlined and discussed with PMT and used to develop and select the best improvements alternatives. Consultant will submit Workshop materials four (4) weeks in advance of the Workshop's scheduled date for review by the CITY and PMT. Consultant will prepare meeting notes within 7 days following the Workshop summarizing key discussion and decisions and establish the path forward made during the Workshop. Task 104 Monthly Progress Meetings Coordination and project development meetings will be held between Consultant and PMT throughout the course of Preliminary (phase 200) and Detailed Design (Phase 300) on the third Wednesday of every month, when not scheduled as a formal Workshop. This task includes preparation for and attendance at monthly progress meetings. It has been assumed that seven (7) separate monthly progress meetings will be required in addition to the meetings already scheduled in other tasks (Phases 200 and 300) that will also serve as the monthly meeting for that period. Monthly progress meetings will be replaced with normal task identified meetings during the other Phases (400 through 700) of the Project. The Consultant will prepare meeting agendas 7-days prior to each meeting and generate meeting notes within 7 80125 MOG 02/10104 Final Scope 4 days following each meeting. The meeting notes will summarize discussion, identify decisions, and provide the agreed path forward. The number of attendees and frequency of meetings may vary depending on status of the Project design as mutually agreed to by the Consultant and the PMT. Task 105 Master Plan Review Consultant will review the James B. Messerly WPCP Master Plan prepared by CH2MlllLL. Detailed examination of the proposed treatment processes will occur, the scope of improvements and scheduling for the various WPCP improvement phases will be reviewed, and the construction cost estimates will be corroborated to understand, confirm and support the Master Plan recommendations. Questions and conunents on the Master Plan review will be presented to the PMT for discussion with the Consultant. PHASE 200 - PRELIMINARY DESIGN Task 201 Data Collection and Review The Consultant will review available data on influent flows and loadings, including the quantity and quality of the influent. Influent quality data pertinent to organic loading, including bioche1llical oxygen demand (BOD), chemical oxygen demand (COD), total suspended solids (TSS) and anunonia data will be reviewed. Other data will also be evaluated. The data analyses developed in the Master Plan will be supplemented so that at least two year's of data are used. In addition to influent data, the Consultant will review information on the quantity and quality of side streams to verify that the plant capacity is adequate for the load. Once the available data are evaluated, the Consultant may recommend a program for additional sampling and laboratory testing to collect additional operating information so that design loads can be refined and the wastewater simulation model (see Task 203) can be calibrated. Services associated with additional sampling and laboratory testing will be provided as a Supplemental Service, Phase 700. Flow data for all treatment plant process streams will be reviewed to confilm available hydraulic capacity of existing WPCP facilities and to provide the base line data for the process modeling of the facility as defined in Task 204. Task 202 Waste Load Allocations The Consultant and PMT met with the Georgia Environmental Protection Division (EPD) on September 15,2003 to discuss future plant permit li1llits. The EPD informally indicated that the CITY would be issued "Metro type" li1llits in 2005. At the scoping meeting on September 17,2003, the PMT concluded that the 2005 permit which will carry the new limits will be subject to a negotiated implementation schedule and therefore, meeting these future li1llits is not part of this Project, but the Project should facilitate migration to these li1llits. 80125 MDG 02110/04 Final Scope 5 Task 203 Unit Processes Analysis The Master Plan reconunended installation of a new activated sludge biological treatment train employing the Modified Ludzack-Ettinger process and modifications to the existing trains to incorporate the same process concept. The Consultant will review this recommendation and develop alternatives to, or modifications, for consideration. The alternatives will be developed to address operational conditions, capacity requirements, and plant-wide hydraulics, including AUD's preference to operate one comprehensive WPCP rather than 2 or 3 separate treatment plants. In addition, the Consultant will make reconunendations on other unit processes including secondary clarification and disinfection. The Consultant will project liquid process solids generation values. Using those data, the Consultant will confirm the capacity of the waste activated sludge thickening equipment. The Consultant will assess the performance of the anaerobic digesters and confirm adequacy of the existing sludge dewatering system capacity. Due to the potential impact of industrial dischargers on the influent to the WPCP, the Consultant will conduct on-site steady-state mixed liquor column tests and full-scale offgas testing at the Plant. The purpose of these tests is to measure the oxygen uptake rate (OUR) and alpha factor for diffusers using mixed liquor from the existing aeration system and the actual performance of the existing diffused aeration system. The proposed steady state mixed liquor column test procedure is capable of measuring OUR under dissolved oxygen (DO) limiting conditions. The essence of the steady-state column approach for this project is to operate the column at the same DO concentration that exists in the aeration basin at the pumping location. A gas-phase mass balance permits the calculation of oxygen uptake rate under the same oxygen limitations that exist in the full-scale system. The alpha factor of the diffusers in the wastewater mixture is also determined. Multiple samples obtained from the basin permits calculation of the actual oxygen uptake rate and oxygen transfer rate, providing an estimate of the alpha factor for the fine bubble aeration system under consideration. At the same time the column tests are being conducted, data are being generated on the performance of the diffusers in the column. Comparing the standardized process water oxygen transfer efficiency of the diffusers against their clean water performance allows the computation of alpha for the diffusers. These data will be used in conjunction with the measured OUR of the system at vmious DO concentrations to identify the design parameters to be used in the retrofit and to size the system. In addition to the steady state column testing, full-scale offgas measurements will be made of the existing diffused aeration system to identify the actual oxygen transfer performance of the system under process conditions. The Consultant will prepare a technical memorandum (TM-203) identifying the "target" treatment limits, altemati ves to be considered, the criteria that will be used to 80125 MDG 02/10/04 Final Scope 6 make the comparison, and a recommendation for the final alternative to be selected. The contents of TM-203 will include the flow and loading projections from Task 201, flow schematics for the different alternati ves, and an evaluation matrix for the al ternati ves. Six (6) copies of the TM will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 203 to discuss the findings, review all PMT comments on the TM, and finalize the path forward on the selection of the preferred biological process and configuration to proceed with in Detailed Design, Phase 300. Task 204 Wastewater Modeling The Consultant will employ either Biowin or GPSX to model the wastewater process. Initially, simulations will be developed and run to predict treatment performance of the unit process alternatives developed in Task 203. During Detailed Design, Phase 300, wastewater modeling will be conducted to anticipate treatment performance under different operational conditions, to develop operational strategies for construction sequencing, and to evaluate potential plant modifications over time. The model will also be used to confirm process kinetic factors. The model will also be used to develop sludge production estimates. Task 205 Hydraulic Analysis The Consultant will assess the existing plant hydraulics from the standpoint of projected hydraulic loads. The analysis will be done for instantaneous peak flows and for equalized flows. The PMT's goal is to improve the s~stem hydraulics so that the Messerly WPCP functions through the 2004 CIP improvements as well as identifying future hydraulic improvement required to achieve ultimate site capacity. The Consultant will also evaluate the AUD's desire to configure the WPCP as one facility, rather than 2 or more separate systems. The hydraulic analysis will be accomplished using appropriate modeling tools in consort with field calibration techniques. During Detailed Design, Phase 300, hydraulic modeling will be conducted to anticipate plant hydraulic performance under different operational conditions, and to develop operational strategies for construction sequencing. The Consultant will prepare technical memorandum, TM-205, identifying the existing plant hydraulics as well as those projected for the 2004 CIP improvements and the 2020 CIP improvements. The TM will address all facilities flow streams, identify hydraulic capacity bottlenecks, and evaluate impacts to individual process and overall plant reliability. The contents of TM-205 will include the flow projections from Task 201 and make recommendations for hydraulic improvements. Six (6) copies of the TM will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 205 to discuss the findings, review all PMT comments on the TM, and finalize the path forward on the approach and configuration of hydraulic improvements to proceed with in Detailed Design, Phase 300. 80125 MDG 02110/04 Final Scope 7 Task 206 Existing Facilities Assessment The Consultant will conduct an assessment of existing facilities not being modified as part of the 2004 CIP. The purpose of this assessment will be to evaluate the adequacy of existing facilities from a system level. The Consultant will inspect existing facilities, and note apparent deficiencies. This assessment will not include a detailed condition assessment of mechanical and electtical gear, however any assessments that have been performed previously will be reviewed and incorporated where appropriate. The Consultant will prepare technical memorandum, TM-206, assessing existing systems of the WPCP. The TM wiil evaluate efficacy and capacity of existing systems, assess the impact of 2004 CIP on existing systems, and estimate a timetable by which improvements or upgrades to existing systems will be required. Six (6) copies of the TM will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 206 to discuss the findings and review PMT comments on the TM. The objective of this workshop is to reach understanding and consensus between the PMT and Consultant concerning the condition of the existing facilities, how the facilities may be integrated into the 2004 CIP improvements, and the level of repair and retrofitting required for that integration to proceed within Detailed Design, Phase 300. Detailed design of any facility repair(s) required to facilities that are being modified, as part of the base project will be provided as a service under Phase 300. However, design of improvements or repairs identified under this task 206 that affect facilities outside the 2004 CIP improvements, will be provided as an Additional Service, Phase 800. Task 207 Wetlands, Floodplain, and Archeological Associated Assessments The Consultant will conduct a site investigation of the existing 60 acre parcel, delineate all areas of wetlands, and coordinate the with the Army Corps of Engineers relative to the limits of delineation. The Consultant assumes that no construction activity will impact existing wetlands areas. The Consultant will utilize existing FEMA mapping for floodplain delineation and identify floodplain limits and elevations for the existing 60-acre parcel. The Consultant will conduct an archeological assessment of the existing 60-acre parcel and report findings to Georgia EPD if required. Task 208 Spirit Creek WPCP Assessment Consultant will develop a model to simulate the operation of the Spirit Creek WPCP. The model will be used to more accurately assess the capacity of the Spirit Creek WPCP relative to increased organic loads, and to make recommendations for future improvements. The Consultant will make a limited physical assessment of the facility to verify the condition of the equipment. The physical assessment of the facilities will be coordinated with the findings from the Master Plan. The recommendations will be 80125 MOO 02110/04 Final Scope 8 made to coordinate with the assessment provided in the Master Plan and the lirillted assessment performed by the Consultant. The Consultant will prepare technical memorandum, TM-208, summarizing the modeling process and findings of the Spirit Creek WPCP. The TM will identify the capacity of the WPCP, summarize the findings of the physical assessment, and propose recommended improvements. Six (6) copies of the TM will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 208 to discuss the findings and review PMT comments on the TM. The objective of this workshop is to review the findings of the TM and reach consensus between the PMT and Consultant concerning the scope and timing of any future action that might need to be taken. Development of cost estimates and detailed design of any facilities associated with Spirit Creek WPCP will be provided as an Additional Service, Phase 800. Task 209 Preliminary Geotechnical Investigation The Consultant will enlist the services of a registered geotechnical engineer to conduct a preliminary geotechnical investigation of the undeveloped 60-acre parcel at the WPCP. This investigation will include the drilling of approximately six (6) test holes to determine the geotechnical condition of the site and any variability in conditions within the site. Key areas of investigation will include determination of groundwater levels, soil types and bearing pressures, settlement and expansion capabilities of the soil, slope stability, recommendations for slope stabilization during construction, soil con"osion potential, construction dewatering requirements, and general recommendations for structural and civil site design considerations. In addition to the new site investigation, the geotechnical investigation will include review of previous geotechnical investigations ahd reports provided to the Consultant by the PMT. This investigation will be augmented with an additional investigation that will occur later in Phase 300, once the project direction is more clearly defined. Three copies of the Preliminary Geotechnical Investigation report will be provided to the PMT for informational purposes. Task 210 Preliminary Site Survey The Consultant will enlist the services of a land surveyor to conduct a preliminary site improvement survey of the undeveloped 60-acre parcel at the WPCP. The preliminary survey will include topographic information and location of all surface structures. The surveyor will coordinate the contact of the local utility location service to locate all public utilities (i.e., electrical power, gas, telephone, water, and sewer) above and below ground within undeveloped parcel. Preliminary geotechnical boring locations, wetlands delineation, and 100-year floodplain limits will also be delineated in the survey. In addition, the preliminary survey will include vertical inf01mation on critical hydraulic features within the existing WPCP to utilize in the hydraulic modeling, Task 205. Horizontal and vertical control will also be established for the project at 80125 MDG 02110/04 Final Scope 9 this time. This survey will be augmented with a detailed design survey that will occur later in Phase 300, once the project direction is more clearly defined. Boundary survey work for the existing plant site and new 60-acre site is included in the base Scope of Work. Task 211 Odor Control Assessment The Consultant will review all unit treatment processes, identify potential odor sources, and conduct sampling to identify causal agents and concentrations. The sampling and analysis program will include both vapor and liquid phase samples. The Consultant will gather information about odor detectability using an odor judge panel; ammonia, using detection tubes; VOCs using gas chromatography/mass spectrometry; and reduced sulfur compounds, using appropriate detection methods. There will be approximately 8-10 odor samples taken from various processes in the plant and four sets of samples for VOC, RSC, and soluble sulfides. The sampling program will include continuous air sampling for H2S at 15 locations around the plant for a I-week period. The necessary equipment for the sampling will be rented at an approximate cost of $500/unit-wk. Alternatively, this (or some of this) equipment could be purchased for permanent use by the CITY to continuously monitor H2S at desired locations. The approximate cost is $3000/unit. The fee presented in Attachment B assumes the one-week rental approach. All sampling locations will be determined with input from the PMT. Meteorological and surrounding development data will also be collected and dispersion modeling will be conducted to assess the odor profile at the WPCP property boundary. The Consultant will specify and have installed, upon notice to proceed, a simple metrological monitoring station for the plant site and a single data logging PC to store historical data. The Consultant will, prior to proceeding with fieldwork, prepare a written test plan for review by the CITY and PMT. The Consultant, upon completion of the work, will prepare a technical memorandum, TM-211, identifying the odor generation potential of each area of the WPCP. The TM will identify areas of immediate and less urgent concern, establish odor treatment and control options, project a timetable and priority for recommended improvements, and develop prelirillnary costs for the improvements. Six (6) copies of the TM will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 211, to discuss the findings and review PMT comments on the TM. The objective of this workshop will be to develop an understanding and consensus between the PMT and Consultant concerning the odor generating areas of the WPCP, the approaches, and costs associated with mitigating the odors, and the timing of those improvements. Design of odor control for new grit facilities, new and existing aeration tanks, new secondary clarifier(s), and associated splitter structures will be included in the base scope of work. For the purposes of estimating the design level of effort, the Consultant has assumed that the odor control capital costs will be $1.5M. Design of odor control facilities in excess of $1.5M and for the remaining existing facilities will be provided as a Supplemental Service, Phase 700. 80125 MDG 02110/04 Final Scope 10 Task 212 Power Reliability Assessment The Consultant will conduct an assessment of the existing electrical power service to the WPCP and the power distribution within the plant. The Consultant will review existing one-line diagrams of the existing facilities and prepare a listing of connected loads and a brief operational summary of those loads to identify the frequency and duration of operation of those loads. The histOlical reliability of the power service and power outage durations will be evaluated and discussed with Georgia Power as it relates to the need to provide emergency power using existing and/or new emergency power generation. The Consultant and the PMT will meet with EPD to identify concerns and develop a strategy for providing the most cost effecti ve approach to maintaining emergency electrical power to critical treatment processes. The Consultant will prepare technical memorandum, TM-212, identifying the existing power supply reliability, the critical treatment processes requiring emergency power, and the EPD's position on emergency power and power reliability during power outages. The TM will identify areas of critical importance as well as power reliability requirements as the WPCP reaches site capacity. Six (6) copies of the TM will be provided to the PMT for review. After a four- (4) week review peIiod, the Consultant will conduct Workshop 212 to discuss the findings, review all PMT comments, and finalize the path forward on the approach to power reliability and emergency power generation. The fee associated with Phase 300 includes the design of a new single diesel generator including transfer switch, fuel facilities, housing and cooling. If additional units, another generation approach is employed, or air pollution control permitting is required, the fees for these services are not included in the fees for Phase 300 but will be accomplished as an Additional service under Phase 800. Task 213 Preliminary Design RepOlt The Consultant will prepare the Preliminary Design Report (PDR), based on the TMs and resulting decisions reached at the workshops and other work accomplished under the previously discussed tasks. This basis of design report will summarize the design conditions and recommend the process and configuration approach that will be cani.ed forward to Detailed Design. The report will also identify existing site conditions and summarize the findings of assessments conducted in Tasks 206, 207, 208, 211, and 212. Six (6) copies of the PDR will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 213 to discuss the findings and review all PMT comments. The objective of this workshop will be to finalize the basis of design for the 2004 CIP improvements and define what supplemental and/or additional tasks will need to be undertaken during Detailed Design, Phase 300. 80125 MDG 02110/04 Final Scope 11 Task 214 Draft Design Development Report After Workshop 213, the Consultant will prepare the Draft Design Development Report (DDR) as required for submission to EPD. The Consultant will also coordinate a review meeting with the EPD and PMT to review the DDR and incorporate any comments the EPD has for incorporation into the Detailed Design. Three copies of the Draft Design Development Report will be provided to the PMT for informational purposes. PHASE 300 - DETAILED DESIGN A conventional design-bid-build approach is assumed for Phase 300 activities. Construction drawings will be prepared using the Consultant's CAD drafting standards and AutoCAD 2000 software with Land Development Desktop (LDD) software for the civil/general (site survey, geotechnical, site work, etc.) documents and format under this task. Construction plans will be organized by construction disciplines induding: civil; process; structural; architectural; mechanical (heating, ventilating, air conditioning and plumbing); and electrical (including instrumentation). Construction General Conditions will be prepared using the CITY's standard front-end documents. Supplemental Conditions, and technical specifications will be prepared using the Consultant's standard Construction Specifiers Insti tute (CSD format, utilizing 16 specification divisions and will be produced utilizing Microsoft Word software. It is anticipated that all deliverables generated in Phase 300 will be provided to the PMT in hard copy format. Should specific situations arise during design that requires the transmission of electronic deliverables, those deliverables will be provided to the PMT in pdf format. Detailed Design will evolve through three (3) distinct stages of development as follows. · 30% Detailed Design · 60% Detailed Design · 90% Detailed Design Plior to each milestone, the Consultant will provide six (6) copies of design review packages for the PMT'S use. After a four (4) week review period, the Consultant will conduct a multi-day Detailed Design Workshop to review, discuss, and answer questions and comments regarding the review package. In addition to the formal workshops, the Consultant will also prepare Technical Memoranda (TMs) that will focus on specific design issues. 80125 MDG 02/10/04 Final Scope 12 Task 301 Process and Instrumentation Diagrams The Consultant will further develop specific flow diagrams for the WPCP process approach and configuration finalized in the PDR, Task 213. Strategies will be formulated to provide instrumentation and automation for monitoring and control of the unit treatment processes. The Consultant will also develop control narratives, which will express in non-technical language, how individual unit processes and systems will function under different operating conditions. The instrumentation and automation will be added to the process flow diagrams to create process and instrumentation diagrams to be used as the operational foundation for the detailed design as it progresses. Task 302 Hydraulic Profile The Consultant will utilize the efforts produced in Task 205 and Task 213 to finalize hydraulic conditions for the various areas of the process, including internal recycle flows and develop a preliminary hydraulic profile for the WPCP 2004 CIP improvements. This work will include hydraulic profile development, final calibration, and adjustment of the hydraulic model and evaluation of the profile under various flow conditions. The hydraulic profile for the base Scope of Work will be based on the recommended treatment configuration presented in the PDR, Task 213. Work associated with development of alternative hydraulic profiles or profiles differing significantly from the scheme recommended in the PDR will be performed as an Additional Service, Phase 800. The final hydraulic profile will be provided as sheets in the construction drawing set. Task 303 Design Cliteria The Consultant will develop and compile a listing of process and hydraulic design criteria for the WPCP 2004 CIP improvements. These critelia will include new facilities in addition to modified existing treatment facilities. Additionally, the Consultant shall develop overall flow and mass balances for the WPCP at flow conditions established by the 2004 CIP Improvements Project. Task 304 Grit Removal Design The Consultant will design for the installation of the Utek grit removal equipment previously evaluated and selected by the PMT. The equipment will be placed above grade with associated structural and access requirements. The equipment will be located between the influent pump station and first hydraulic splitter structure. The design will also include the relocation of grit processing and handling equipment temporarily located with the existing grit system. Task 305 Equipment Data Packages The Consultant will prepare individual equipment data packages for all major pieces of process and pumping equipment required for the WPCP 2004 CIP improvements. The packages will include design calculations, proposed equipment selections with 80125 MDG 02110/04 Final Scope 13 available options, budgetary costs for the equipment, power requirements, and ancillary support requirements. No pre-purchase of equipment for this project is anticipated. Task 306 Design Site Survey As a continuation of the preliminary survey work completed under Task 210, a detailed site survey will be conducted at the WPCP to accurately detennine locations of critical existing facilities and structures and establish benchmarks for use dming construction. Base map drawings prepared under this task will be used during preparation of detailed design plans. The survey will confirm the locations of existing facilities and as-built drawings that are impacted by the 2004 CIP Improvements Project and confirm that established benchmarks are available and correct for use during the construction. The existing plant grid system will be used to locate all facilities. Selected existing process piping and equipment will be surveyed to confirm their elevation for use in setting new structures. The survey work will include up to 48 hours of surveyor crew time to locate buried pipes or structures. The PMT will provide the necessary labor and equipment required to uncover buried facilities for the surveyor to locate. Should additional time be required, that effort will be performed as a Supplemental Service, Phase 700. The survey infOlmation will also be used to verify structure dimensions for development of "facility" drawings for the existing WPCP. Task 307 Design Geotechnical Investigation As a continuation of the work perfOlmed under Task 209, a geotechnical investigation of the site will be performed to establish subsmface data relevant to the design of proposed civil improvements, equipment, structures, and piping. Soil test borings will be taken at the proposed locations of each major new building and structure and other critical locations as proposed in the 30% Detailed Design Review package. A geotechnical investigation report will be prepared that includes: . Design criteria for yard piping excavation, bedding, backfilling, corrosion protection, and thrust restraint . Recommendation of soil compaction and asphalt paving . Recommendations of soil design criteria and stability for use in building structural design . Groundwater conditions and recommendations for groundwater control . Boring logs and locations . General site geology The Consultant will also review available existing geotechnical reports and soil borings that were completed for previous construction projects. 80125 MDG 02110/04 Final Scope 14 Task 308 Preliminary Opinion of Probable Costs A preliminary estimate of probable cost will be updated from the Master Plan and included in the preliminary design memorandum for review at the 30 percent design meeting. The opinion of probable construction cost will be revised and updated for the Project at the 60, and 90 percent design completion level milestones. The Consultant will use the following parameters when developing an OPC: . Similar facilities recently designed and constructed in the State of Georgia and/or the Southeastern United States . Equipment manufacturers' estimated costs . Knowledge of overhead, insurance, bond costs, profit margins for work on local projects . Use of computerized spreadsheets for formulation and presentation. The following is a brief description of the levels of estimates based on the Standard Estimating Practice handbook, Fifth Edition, October 1998 as prepared by the American Society of Professional Estimators (ASPE). Level Two (2) Schematic Design/ConceptJPreliminary This level of estimate is based on Level One infoffilation plus specific design criteria with descriptions of the following items: soils conditions, preliminary drawings, foundation requirements, construction type/size and preliminary utility quantities. Process areas will include the following information: outline design criteria, preliminary motor list/sizes, electrical one-line drawings, process identification drawings, general arrangement drawings, preliminary cut sheets and specifications. The purpose of this estimate level is to provide a better-defined estimate for budgetary and feasibillty determinations. Level Three (3) Design Development/Budget Appropriation This level of estimate is prepared from not less than thirty percent (30%) complete preliminary design drawings and draft specifications. Information provided typically includes: general site description, soil bearing condition, preliminary structural design with foundation sketches, general arrangements drawings with site dimensions, preliminary plumbing drawings, architectural construction with elevations, road alignment, preliminary mechanical drawings, preliminary building equipment plans and preliminary site electrical drawings where appropriate. The following information is used for the process area estimate: process piping flow sheet, heating and ventilation including insulation requirements, instrument list, equipment list and electllcal service requirements., The proposed facility improvements and process area estimate also depends information provided in the Level One and/or Level Two estimates. The purpose of this estimate is to establish a preliminary opinion of probable construction costs within the range of available information. 80125 MDG 02/10104 Final Scope 15 Level (4) Project Control This level of estimate is prepared from design drawings and specjfjcations that are at least sixty percent (60%) complete. Except for the outline design critelia, outline specifications, and preliminary drawings, use information prepared from the previous levels. To this, add the following well-developed criteria: site plans, general arrangement drawings, detail drawings, structural design drawings, process equipment drawings, mechanical drawings, architectural drawings with elevations and electrical drawings. The process area estimate includes information provided in the facility improvements estimate plus the following engineered requirements: process and instrumentation specifications, final control narratives, electrical list/sizes, equipment specifications, HV AC detailed flow sheets, equipment and piping insulation, electrical specifications and one-line drawings. This estimate provides a greater amount of accuracy possible with better definition and detail. This level of estimate is also used for value engineering applications before the completion of specifications and design drawings. Level Five (5) Construction Documents/Contract Drawings/Definitive This level is prepared from not less than ninety percent (90%) complete design drawings and specifications. The process area estimate includes the infom1ation provided for the following fully developed and engineered data including but not limited to: process equipment, HV AC, process piping and plumbing, utility requirements, electrical distribution and electrical drawings. This level shows the opinion of probable construction costs and may also be used for value engineeling apphcations before Advertisement for Bids for receiving lump sum and/or unit prices. Level Six (6) Bid This level of estimate for proposed facility improvements is based on complete bid documents and includes final design drawings and specifications. The primary purpose of this level of estimate is to show probable construction costs in the preparation and submittal of bids for contracts with an owner that will eventually be prepared by Contractors when submitting a bid on the project. The Consultants goal will be to have the project adhere to the clients budget, as may be adjusted by the client based on client desires in response to various workshops or other changes in the project scope. Because Consultant has no control over the cost of labor, materials, equipment or services furnished by others, or over the construction contractors methods of determining prices, or over the competitive bidding or market conditions, the opinions of probable construction cost generated by Consultant will be based on the experience and judgment of qualified engineers, but the Consultant cannot guarantee that the actual costs will not vary from the opinions of probable costs prepared by Consultant. 80125 MDG 02110/04 Final Scope 16 Task 309 30% Detailed Design Review During the 30% detailed design phase, the initial work will focus on finalizing process instrumentation and control and plant wide hydraulics for the project. This will be followed by general civil site plan and structure/piping layouts for the 2004 CIP improvements, in consort with further refinement of equipment selection. Shortly after the equipment is selected and the layout of the facilities has been prepared during the design phase, structural engineeling will begin, followed by the preliminary electtical power and mechanical design. In addition to reviewing the 30% detailed design level documents, Consultant and the PMT will conduct a value- engineering (VE) workshop, focusing on broad, project direction related issues. By implementing VE at this phase, it will be possible to revise the design direction to account for recommendations of the VE team, while minimizing the impact of those changes on the overall project development. Preliminary construction scheduling milestones for project components will be determined under this task to allow the existing equipment to operate during construction of the new facilities and modifications. These milestones will be determined in consultation with the PMT plior to the design meetings described in Task 102. The construction milestones will be incorporated into the construction contract documents of major process and support facilities. The Consultant will compile the 30% Detailed Design package, incorporating the work accomplished in Tasks 301 through 308, including Phase 700 work related to odor control and Phase 800 work related to standby power, if these tasks are included in the project and submit six (6) copies of the package to the PMT. The package will include an updated schedule for the completion of the design and construction of the 2004 CIP Improvements Project. Deliverables for the 30% Detailed Design Review package include: . Survey base map drawings. Preliminary Site plan with facility locations. Geotechnical investigation report. Hydraulic Profile. Preliminary Process & Instrumentation Diagrams Liquid and solids process schematics. Preliminary equipment data packages. Preliminary specification index. Preliminary floor plans for buildings. Preliminary Control Narratives, including plant monitoring and process control strategies. Preliminary electric power demands and distribution strategies. Preliminary structural systems engineering approach Preliminary mechanical systems engineeling approach Preliminary architectural building system approach Preliminary opinion of probable construction cost (OPC). Preliminary approach to plant wide standby power . . . . . . . . . . . . . . . 80\25 MDG 02/10/04 Final Scope 17 . Preliminary approach to plant wide odor control Six (6) copies of the 30% Detailed Design Review package will be provided to the PMT for review. After a four (4) week review period, the Consultant will conduct Workshop 309 to discuss the findings and review all PMT comments. The Consultant anticipates Workshop 309 to be a three to four day event. In addition to reviewing the deliverables identified above, the Consultant will conduct a value engineering (VE) session, actively involving the PMT that will focus on larger scale design and construction related issues, prior to developing the detailed design further. During Workshop 309, the Consultant and the PMT will also conduct an operability review of the 30% Detailed Design. This review will address the preliminary process and instrumentation diagrams, the preliminary control nalTatives, process monitoring and automation, and process control flexibility. Task 310 Preliminary Construction Sequencing Plan Task 311 Preliminary Construction Specifications Task 312 Preliminary Construction Drawings Task 313 Final Equipment Selection Task 314 Local Codes Review Task 315 Updated Opinion of Probable Costs Task 316 60% Detailed Design Review The Consultant will compile the 60% Detailed Design Review package, incorporating the work accomplished in Tasks 310 through 315. In this submittal, the drawings and specifications will be further refined with more detail, especially in the areas of structural, architectural, mechanical, and electrical engineering design. Six (6) sets of 60% drawings and specifications will be prepared for distribution to the PMT. After a four (4) week review period, the Consultant will conduct Workshop 316 to discuss the findings and review all PMT comments. The package will also include an updated schedule for the completion of the design and construction of the 2004 CIP Improvements Project. Deliverables for the 60% Detailed Design Review package include: . Site plan with facility locations and yard pipe layout · Final process schematics . Final process & instrumentation diagrams . Final equipment data packages and list of major equipment · Draft technical specifications . Updated floor plans of the buildings with process equipment & piping layouts . Preliminary structural design drawings 80125 MDG 02110/04 Final Scope 18 . Preliminary architectural design drawings Preliminary mechanical design drawings Preliminary electlical design drawings Final plant monitoring and process control strategies Preliminary construction sequencing plan, including identification of plant process interruptions and modifications during construction Code review summary Updated opinion of probable construction cost . . . . . . The Consultant will receive all major comments on the construction documents from the PMT at Workshop 316. Significant additions or changes to previously agreed elements requested or issued by PMT that affect design drawings and specifications after the 60 percent review workshop will be incorporated as agreed between the PMT and Consultant. This work will be performed as an Additional service, Phase 800. Task 317 Final Construction Sequencing Plan Task 318 Draft Final Construction Specifications Task 319 Draft Final Construction Drawings Task 320 Draft Final Opinion of Probable Construction Cost Task 321 90% Detailed Design Review The Consultant will compile the 90% Detailed Design Review package, incorporating the work accomplished since Tasks 315 in all areas of detailed design. Six (6) sets of 90% drawings and specifications will be prepared for distribution to the PMT. After a four (4) week review period, the Consultant will conduct Workshop 321 to discuss the findings and review all PMT comments. The package will also include an updated schedule for the delivery of bid ready construction documents and construction of the 2004 ClP Improvements Project. The Consultant anticipates Workshop 321 to be a three to four day event. In addition to serving as the last review workshop before bidding, this workshop will be used to perform a bidability and constructability review. The PMT will review the 90% complete documents to determine that all of the comments made during the previous design reviews have been incorporated. The Consultant will utilize senior construction specialists to review the plans and specification to determine if the design intent is clear, that the construction sequencing is workable, and that a general contractor can efficiently utilize the Contract Documents to bid and perform the work. Final construction sequencing and scheduling milestones for project components will be discussed and determined at Workshop 321 to allow for plant operation during construction of the new facilities and modifications to address treatment concems. The Consultant will prepare a written summary of key points of discussion and consensus at the workshop and submit six (6) copies to the PMT within two weeks. 80125 MDG 02110/04 Final Scope 19 Deliverables for the 90-percent design meeting include: . Draft final civil construction drawings and details Draft final process construction drawings and details Draft final architectural construction drawings and details Draft final structural construction drawings and details Draft final mecharucal construction drawings and details Draft final electrical construction drawings and details Final process schematics Final process & instrumentation diagrams Final hydraulic profile Final sheet list Draft final project manual including construction bid documents, construction contract documents, and technical specifications Final plant monitoring and process control strategies Final construction sequencing plan, identification of plant process intenuptions during construction Draft final opiruon of probable construction cost . . . . . . . . . . . . . Task 322 Design Documents Submission to Regulatory Agencies Immediately prior to Workshop 321, the Consultant will submit necessary copies of the 90% Detailed Design Documents to the Georgia EPD and the City of Augusta Department of Planning & Zoning for review and approval. The Consultant will provide coordination and modifications to documents required to achieve approval. Task 323 Final Quality Assurance/Quality Control Review Senior design engineers not involved in the day-to-day project efforts will conduct an internal quality assurance/quality control (QAlQC) review on the 90% drawings and specifications. The recommendations resulting from the review will be submitted to the PMT for comment and acceptance. Task 324 Final Design Document Submission After the PMT has accepted the recommendations of the QAlQC review, the Consultant will make final adjustments and conections to the construction documents based on comments received at Workshop 321, the internal QAlQC, and from the Georgia EPD. After final corrections have been made, the Consultant will deliver six (6) final copies of bid ready construction documents to the PMT. Task 325 Human/Machine Interface The Consultant will provide programming for the programmable logic controllers (PLCs), develop and program the HumanfMachine Interfaces (I-WI) for the project. Under the execution of this task, this specific work would then be deleted from the scope of work required to be provided by the Contractor during construction. 80125 MDG 02/10/04 Final Scope 20 Task 325A: Plant controls and monitoring systems evaluation and SCADA system kickoff meeting. The Consultant will meet with the PMT to discuss SCADA system requirements and expectations. Preliminary screen navigation and content concepts will be determined as well as alarming, data collection, and reporting scope. At this time the Consultant will conduct an assessment of the existing plant instrumentation and controls as well as review the scope of future plant improvements. The SCADA system will be designed with future expansion as a primary consideration. The Consultant will prepare a technical memorandum, TM-325A identifying recommended improvements to monitoring and controls systems in existing areas of the plant not covered by the 2004 improvements. Six (6) copies of the TM will be provided to the PMT for review. After a four - (4) week review period, the Consultant will conduct Workshop 325A to discuss the findings, review all PMT comments, and finalize the path forward on approach. Task 325B: Specifying sole source procurement of hardware/software, and programming! configurati on. The Consultant will provide detailed specifications and sole source quotations for contractor purchase of hardware and software for one SCADA workstation. Software will provide graphical interface to the plant programmable logic controllers for control and monitoring; data collection and trending of plant analytical and operational data; alanning; and reporting. The SCADA software will be Intellution iFIX or W onderware inTouch as directed by the PMT. Consultant will also provide detailed specifications and sole source quotations for contractor purchase and install programmable logic controller programming software and remote access software on the SCADA workstation. Consultant will provide programming for the new plant programmable logic controllers based on final design for the 2004 CIP Improvements (up to a maximum of 300 inputs/outputs). Additional programming as recommended for the existing plant in TM-325A or as a result of changes in scope will be covered as additional services as directed. At 20% completion of screen development, Workshop 325B will be held with the PMT to review representative overview screens, typical control screens, and screen navigation. Task 325C: Start-up and Implementation. Consultant will coordinate with Contractor to install, test, and demonstrate programmable logic controller programming. The SCADA workstation will be tested and demonstrated during this period. Task 325D: Training. Consultant will provide four days of training for operators and maintenance staff. Training will include and overview of the control system architecture, basics of the programmable logic controller programming and programming software, SCADA system use, and basics of the SCADA system development. 80125 MDG 02110/04 Final Scope 21 PHASE 400 - BIDDING SERVICES Task 401 Construction Contractor Pre-Qualification The Consultant will prepare a draft bidder pre-qualification form, evaluation and scoring guidelines, and score sheets no less than 180 days prior to delivery of bid ready documents. Following approval by the PMT, the Consultant will assist the City to: (1) advertise the pre-qualification, (2) conduct a pre-qualification meeting; and, (3) respond to questions. Following receipt of pre-qualification packages, the Consultant will: (1) evaluate the initial responses; (2) obtain supplemental information as required; (3) follow-up with references to confirm personnel and firm experience and satisfactory performance on comparable projects; (4) check financial status and litigation history; (5) evaluate final infOlmation; and, (6) submit final recommendations of Contractors to be pre-qualified to the CITY. Submittal of final recommendations shall occur no less than 30 days prior to delivery of bid ready documents. Consultant will assist the CITY with bidding and award of the construction contract. Consultant shall coordinate work with the City's Purchasing Department and perform services in accordance with the policies and procedures of that Department by means of competitive bidding procedures. The CITY will bear all costs associated with publishing public notices. Task 402 Bid Document Distribution Consultant will provide forty (40) copies of ll"x17" bid documents and twenty (20) copies of 22" x 34" bid documents for distribution to prospective bidders. It is anticipated that the CITY will distribute these documents. The Consultant will provide additional copies of the bid documents to CITY as required as an Additional Service, Phase 800, at the actual cost of reproduction. Task 403 Addenda Preparation Consultant will receive communication as submitted to the Purchasing Department by contractors, sub-contractors, and equipment suppliers; review the requirements for response; and' respond as necessary to the Purchasing Department regarding requests for information from prospective bidders in the form of written addenda to the bid documents. The Purchasing Department will distribute the addenda to the perspective bidders. The Consultant has included the preparation of up to four (4) addenda in the basic scope of services. Should conditions outside the control of the Consultant require the preparation of more addenda, those duties will be performed as an Additional Service in Phase 800. The Consultant will provide up to forty (40) copies of half -sized addenda documents to the CITY for distribution to plan holders. It is anticipated that the CITY will distribute these documents. 80125 MDG 02/10104 Final Scope 22 Task 404 Pre-Bid Meeting Consultant will prepare for and conduct a mandatory half-day pre-bid meeting with the Augusta Purchasing Department, PMT, and prospective pre-qualified bidders. The Consultant will prepare a meeting agenda, present a summary of the construction project, discuss construction contract requirements, and answer questions. Questions requiting modifications to the bid documents will be addressed in the final project addendum. The pre-bid meeting will also include a Messerly WPCP site tour. Task 405 Bid Opening Consultant will attend the bid opening conducted by the Purchasing Department; tabulate the bids received, and prepare a written tabulation of the bids to the PMT. Task 406 Bid ReviewIRecommendation of Award Consultant will analyze the bids and other submitted infOlmation and prepare a letter of recommendation for award of the construction contract. Consultant will consult with and advise the PMT to the acceptability of general contractors, subcontractors, and other persons and organizations proposed by the prime contractor for those portions of the work as to which such acceptability is required by the bidding documents. Consultant will consult with and advise PMT as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. Upon direction from the PMT, Consultant will prepare 5 copies of the Notice of Award for the construction contract and deli ver them to the PMT for execution and distribution to appropriate parties. . PHASE 500 - CONSTRUCTION ADMINISTRATION OFFICE SERVICES Construction administration services under this phase include pre-construction activities, project management, and office engineering support. Construction administration services will begin upon issuance of Notice of A ward from the CITY to the Contractor. All services provided under this phase will be handled as Allowance Items and be provided only as directed by the PMT, on a Time and Materials Basis. The not to exceed pricing established in Attachment B is valid for the scope effort as anticipated in the following tasks. Construction Administration Office Services included in this phase are based on intetfacing with only one general construction contractor and an anticipated construction period from the Notice to Proceed to Substantial Completion of 80125 MOG 02110/04 Final Scope 23 22 months, with 2 additional months required to reach Final Completion and to coordinate final project closeout issues. Task 501 Construction Contract Preparation After the Contractor has accepted receipt of the Notice of Award, the Consultant will as directed prepare five (5) copies of the Notice to Proceed, the Construction Contract, and Construction Documents for receipt and execution by the Contractor. Upon receipt of the executed contract, the Consultant will as directed review the contract package, including required bonds and insurance, and coordinate with the Contractor to complete the packages prior to circulating them to the CITY for execution. After contract execution by the CITY, the Consultant will as directed deliver two (2) fully executed copies of the Notice to Proceed and Construction Contract to the Contractor. The Consultant will as directed also modify twenty (24) copies of the original bid documents to conform with all addenda issued as a part of Task 403 for delivery to the PMT and Contractor. These modified plans and specifications will serve as the official contract documents for the construction project. It is anticipated that six (6) copies would be transmitted to the PMT (Two 22"x34" sets and Four ll"xl7" sets); eight (8) copies would be provided to the Contractor (Two 22"x34" sets and Six 11"xl7" sets); and ten (10) copies would be retained by the Consultant (Two 22"x34" sets and eight 11"x17" sets). Task 502 Preconstruction Conference At a date and time selected by the PMT, Consultant will as directed prepare for and conduct a preconstruction conference with the successful contractor, major subcontractors, and PMT personnel. The preconstruction conference is anticipated to include a discussion of the contractor's tentative schedules, procedures for transmittal and review of submittals, processing payment requests, change orders, requests for information, critical work sequencing specified in the contract specifications, plant operations and treatment requirements, contractor's use of the plant site, and the contractor's responsibility for safety Task 503 Construction Value Engineering Workshop At a date and time selected by the PMT, no sooner than two weeks after the Contractor has received the Notice to Proceed, Workshop 503 may be held to review potential value engineering ideas developed by the Contractor. The Consultant, Contractor, and PMT personnel will attend the meeting. The Contractor would present cost saving ideas with estimated financial impacts for review and discussion. The intent of the workshop will be to evaluate alternative equipment or designs proposed by the Contractor from those provided in the construction contract documents or contingency bid items that can be better defined, that may reduce the cost of the Project and still maintain the as-bid design intent for pelformance, quality and operability. The workshop will conclude with specific direction being given by the PMT to the Consultant to prepare design changes and cost proposal requests agreed to and concurred with by the PMT for the Contractor to submit formal deductive cost proposals on. Modifications to construction drawings and 80125 MDO 02/10/04 Final Scope 24 specifications, as well as preparation and plicing negotiations resulting from the construction value engineeling ideas (implementation costs) will be performed on a time and materials basis. The Consultant's implementation costs will be paid out of the realized savings resulting from the construction contract modification. Formal deductive cost proposals agreed to and concurred with by the PMT would then be submitted by the PMT to the Commission for their action to accept or reject the proposals. Task 504 Project Coordination The project manager and project engineer for the Consultant will as directed provide project coordination throughout the construction and completion phases of the work. The following activities are anticipated to be performed: . Assign and supervise Consultant's project staff · Plan and monitor work budgets, schedules . Prepare and submit monthly invoices to CITY . Prepare and submit monthly progress reports to PMT . Maintain Project files and documentation . Issue recommendations regarding construction to PMT Task 505 Submittal Review Consultant will as directed utilize the PMT's tracking software to establish and maintain a procedure for submitting and processing submittals from the contractor in the contract specifications. Consultant will as directed review detailed fabrication and erection drawings, shop and mill test reports of materials for equipment and equipment O&M Manuals submitted by the Contractor for use on the Project. Consultant will as directed determine whether proposed installations, materials and equipment comply with the intent of the contract specifications and drawings. Consultant will respond to each submittal by marking it with the status of the review and required action by the Contractor. Such reviews will not extend to means, methods, techniques, sequences or procedures of construction, or to safety precautions and programs incidental to the work by the Contractor. The costs presented in Attachment B are based on the Consultant reviewing a not to exceed number of four hundred (420) submittals, and a maximum number of six (6) copies per submittal that will be required to be processed. Costs to Consultant for review of substitutions requested by the Contractor, as well as costs to Consultant for review of additional re-submittals in excess of four hundred and twenty (420) submittals, are not included. If the CITY elects, the contract documents will be set up to provide for the CITY to receive reimbursement from the Contractor for these excess resubmittal and substitution costs. Factory visits by Consultant to inspect equipment and witness performance testing is not included in the basic scope of services. The construction contract documents will 80125 MDG 02110104 Final Scope 25 provide for the Contractor to establish engineering cost reimbursement for these serVIces. Task 506 Contractor Request for Information (RFIs) Consultant will establish and maintain a method for clarification and information requests from the Contractor regarding the intent of design documents. Consultant will receive and respond to RFIs from the Contractor during the course of construction. An RFI submittal log can be maintained by Consultant to record the description of each RFI, the date received from the Contractor, the review action taken, and the date returned to the Contractor. The costs presented in Attachment B are based on a not to exceed number of four hundred and fifty (450) RFIs. Task 507 Pay Applications Consultant will as directed review and process pay applications by the Contractor in accordance with the Contract Documents. The Consultant has assumed that twenty- four (24) pay applications will be required to be reviewed and certified. Task 508 Construction Contract Modifications Consultant will as directed initiate construction contract modifications where required to clarify or modify the design to suit field conditions. All modification requests will be reviewed and approved by the PMT prior to implementation on the Project. Consultant will as directed maintain documentation and records of the status of changes validate time extensions and cost of construction contract modifications. Consultant will review modifications requested by the PMT or Contractor to verify confOlmance with the design intent and evaluate cost effectiveness of the requested changes. Where directed by the PMT, Consultant will negotiate with the Contractor to obtain a fair price and time adjustment for the modification to the contract. All construction contract modifications will be subject to approval of the PMT. The costs presented in Attachment B are based on a not to exceed number of ten (10) construction contract modifications, with no more than 10 items per construction contract modification. Task 509 Construction Progress Site Meetings Consultant's project manager, project engineer, or representative will as directed prepare for and attend one job-site progress meeting every week. Duties of the Consultant are anticipated to include preparation and distribution of meeting agendas, meeting minutes, submittal log, R..PI log, and change order log for each meeting. The costs presented in Attachment B are based on the Consultant's attendance at ninety- six (96) meetings. Every fourth site visit will coincide with the monthly payment application request by the Contractor. While on-site, the project engineer will tour the project site with the PMT. 80125 MDG 02/10/04 Final Scope 26 PHASE 600 - PROJECT COMPLETION All services provided under this phase will handled as Allowance Items and be provided only as directed by the PMT, on a Time and Materials Basis at the not to exceed pricing established in Attachment B, for the task scopes as defined below. Task 601 Substantial Completion Inspection & Punch List Upon receipt of the Contractor's request to conduct a substantial completion/partial utilization inspection, the Consultant will perform a maximum of three (3) multi-day site inspections with the PMT and Contractor, prepare and deliver six (6) copies of a punch list of those items required to be completed or corrected to reach Final Completion. The Consultant will coordinate with the PMT's resident inspector prior to the substantial completion/partial utilization inspection to confirm that the project is ready for inspection. Should the punch list contain items that prevent the Contractor from reaching substantial completion/partial utilization, those items will be specifically identified on the punch list and will be required to be completed and re- inspected at the Contractor's cost, before final completion inspection of the Project will occur. Task 602 Final Completion Inspection After completion or cOlTection of the work on the punch list and upon Contractor request of final payment, Consultant will perform a final inspection of the Project. A final report will be prepared to provide written recommendations to the PMT concerning final payment, including a list of items, if any, to be completed by the Contractor plior to the payment by the PMT. Any supplemental inspections beyond those listed under Tasks 601 and 602, that are required due to the failure of the Contractor to satisfactorily complete the work are not included in this task and will be required to be completed and re-inspected at the Contractor's cost, before final completion inspection will occur. Consultant will establish and provide methods in the construction contract documents to require the Contractor to pay for any additional inspections beyond those included in the contract specifications. At the satisfactory completion of the Project by the Contractor, Consultant will provide a letter to the Georgia Environmental Protection Division stating that the project was completed in substantial accordance with the contract drawings and specifications. Task 603 Construction Record Drawings Construction record drawings of the constructed facilities will be prepared by Consultant from records and marked-up drawings provided by the PMT's resident inspector and the Contractor. The Contractor will be required to record and provide 80125 MDG 02/10104 Final Scope 27 dimensional data of buried and exposed pipes, equipment and other facilities by the contract specifications. One set of 22"x34" construction record drawings on reproducible mylar and one set of electronic media (disk) using AUTOCAD.DWG format will be provided to the PMT by Consultant. Under this task, Consultant will not be responsible to confirm locations or elevation data provided by the contractor. Provisions will be established in the contract specifications to require the contractor to maintain up-to-date as-built data on-site in order for the progress payments to be approved by the PMT. Task 604 Project Closeout After the Final Completion Inspection, the Consultant will coordinate the project close-out process with the Contractor including resolution of pending punch list issues, review and acceptance of construction record drawings, confirmation of delivery of all spare parts and materials, acceptance of a complete set of submittals for the project for delivery to the PMT, review and acceptance of all extended warranties for the project, acceptance and review of final lien waivers, and assistance to the PMT with the advertisement for final payment Task 605 Operations Manual Operator training will include the preparation of an Operations Manual. The Operations Manual prepared by Consultant is not intended to supplant equipment 0 & M Manuals provided by the Contractor from the individual equipment manufacturers. The Consultant will provide three (3) hard copies and electronic copies of the final version of the OPERATIONS Manual to the PMT. After the initial development of the manual's table of contents, the Consultant will meet with the PMT to review the Consultant's approach, and discuss CITY'S OPERATIONS CONTRACTOR and PMT preferences concerning specific content and emphasis. Following input from this meeting, three (3) draft copies of one of the technical sections will be circulated for PMT and CITY'S OPERATIONS CONTRACTOR review. Upon receipt of review comments, the Consultant will prepare a draft of the complete Operations Manual, which will be provided by the time the project achieves the 50-percent construction completion level as determined by dollars spent versus the total bid amount of the project. Three (3) hard copies of the draft Operations Manual will be provided to the PMT for review. Following the PMT and CITY'S OPERATIONS CONTRACTOR review of the entire draft manual, a second meeting will be held to discuss those comments and to ensure that the CITY'S OPERATIONS CONTRACTOR and the PMT are in agreement with the manual content and approach. A final Operations Manual will be prepared to incorporate PMT review comments from the draft copy and presented in its final form by the 90-percent completion level of construction. The final Operations Manual will include information regarding the 80125 MDO 02110/04 Final Scope 28 actual equipment supplied by the Contractor and reflect changes, which may have been made throughout construction. The final Operations Manual will also list the operation and control parameters based on the design intent for process control of the new or modified facilities. The Operations Manual prepared by Consultant will include: . Information regarding actual equipment supplied and reflects changes, which may have been made throughout construction. . An overall description of each process system and its intended process performance represented as a schematic diagram. . A description of the primary equipment and equipment identification methods included in the major processes. · Process & Instrumentation Diagrams . System or building plans showing the as-built locations of major equipment and piping in order to convey the operational intent. · Step sequencing for: o System Prestart o System start-up o System normal operation o System shut-down. · A trouble shooting ch31t for each major process system The Operations Manual prepared by Consultant will not include the following: . Copies of individual equipment 0 & M Manuals provided by the Contractor. Two (2) copies of equipment 0 & M Manuals provided as a submittal by the Contractor will be collected and maintained for the PMT by the Consultant. One copy of the manuals will be delivered to the PMT as they are individually approved, for use in the field by the PMT's resident inspector during equipment start-up. At the completion of the project, the two (2) copies of the manuals held by the Consultant will be tumed over to the PMT. . Duplication of any material provided with the equipment manufacturers 0 & M Manual. · Manufacturers equipment data. · Repair or maintenance of equipment. · Required spare p31ts. · Lubrication schedules. 80125 MDG 02/] 0104 Final Scope 29 . Trouble shooting of individual pieces of equipment. Task 606 Plant Start-up Assistance Consultant will provide plant start-up assistance to the PMT during the five (5) day clean water performance testing period, required on all new and modified equipment and systems installed by the Contractor. Consultant will observe operation of new treatment processes during clean water testing, confirm the mechanical, electrical and control readiness of each treatment process, and make recommendations to the PMT as to the ability of each process system and individual system components to receive wastewater and thereby be ready for substantial completion. Task 607 Manufacturers Equipment Training After each system or piece of equipment has been demonstrated to function properly during clean water testing and prior to Substantial Completion, Consultant will coordinate and oversee the Contractor's requirement to prepare and present a manufacturers equipment training program on major equipment items. This program will familiarize PMT and CITY' S OPERATIONS CONTRACTOR operations personnel with the operation and maintenance of all new equipment installed on the Project. The Contractor requirements for providing operations equipment training will be detailed in the individual equipment specifications included in the Project Manual. In general they will include requirements for both a video taped classroom- type session and a hands on session at the equipment locally. Task 608 WPCP Commissioning Once wastewater has been directed through the treatment processes (Substantial Completion), the Consultant will provide direction and management to the CITY'S OPERATIONS CONTRACTOR and PMT WPCP staff concerning the monitoring, sampling and process operation of the WPCP for a commissioning period of no less than 60 days, during which the WPCP achieves all necessary treatment objectives. At the end of the 60-day commissioning period after substantial completion, the Consultant will relinquish all operational oversight to the PMT and CITY'S OPERATIONS CONTRACTOR, at which time the WPCP will be achieving all necessary treatment objectives. Task 609 Process Control Training No later than two (2) weeks after Substantial Completion (during the commissioning period), the Consultant will conduct the first of two process-control training workshops to be attended by PMT and CITY' S OPERATIONS CONTRACTOR. The first two day workshop will focus on introducing staff to the basics of activated sludge process control, microbiology, process control data collection, quick tests for suspended solids concentrations, mixed-liquor settleability and. oxygen uptake rate, 80125 MDG 02/1 0/04 Final Scope 30 nitrification/denitrification, physical observations, treatment pressures and a process control plan. The Consultant will prepare fifteen (15) copies of a training manual for distribution at Workshop 609A. No more than forty-five (45) days after substantial completion, the second two day workshop (609B) will be conducted by the Consultant to address trend charting, application of treatment pressures to the system, return-sludge control, wasting control, and filamentous microorganisms control. PMT and CITY'S OPERATIONS CONTRACTOR operations staff will also pm1icipate in further development of the process control portion of the Operations Manual where they will develop specific procedures for data collection, data manipulation, and application of the findings to control the process. The Consultant will integrate the first series of modifications into the Operations Manual as a part of basic services, occurring 4 to 6 months after COITUTIlSSlOmng. Task 610 Warranty Inspection One month prior to the expiration of the warranty period, the Consultant will conduct an on-site inspection of all facilities constructed as a pat1 of the 2004 CIP improvements project. The Consultant will identify observed discrepancies under warrantees called for in the construction contract as well as other issues that require adjustment and/or correction. The Consultant will summarize the findings in a Warranty Inspection report and deliver three (3) copies of the report to the PMT. PHASE 700 - SUPPLEMENTAL SERVICES All services provided under this phase will be provided only as directed by the PMT, on a Time and Materials Basis at the not to exceed pricing established in Attachment B, for the task scopes as defined below. The following supplemental services have been identified by the PMT and lor Consultant as distinct work scope items, but not included in the base Scope of Work. Supplemental Services differ from Additional Services in that Supplemental Services work tasks can be clearly defined, while Additional Services work tasks cannot. Task 701 Anaerobic Digester Gas Utilization Study Review The Consultant will review the Anaerobic Digester Gas Utilization Study to be prepared by CH2M HILL and will meet with the PMT in Workshop 701 to discuss the findings of the study, make recommendations on the implementation of the proposed gas utilization improvements and develop path forward for the PMT and Consultant concerning the scope and timing of any future action that might need to be taken. Development of cost estimates and detailed design of any facilities associated with implementation of gas utilization improvements will be provided as an Additional Service, Phase 800. 80125 MDG 02110/04 Final Scope 31 Task 702 Odor Control Design/Construction. The Consultant will design odor control facilities for existing treatment facilities not specifically included in the design of the 2004 ClP Improvements Project. The Consultant will incorporate the findings and path forward reached in Task 211 to design and produce construction drawings and specifications for construction of odor control facilities for integration into the 2004 ClP Improvements Project. This task also includes the additional level of effort required by the Consultant for integration of the construction of the expanded odor control facilities during Phases 400, 500, and 600 of the project. Task 703 Additional Wastewater Analyses Pelforming wastewater sampling and laboratory analyses. Additional analyses to what already exists may be required to characterize various waste or return streams for design and/or modeling purposes. These analyses may be performed by an independent laboratory. This task will be performed on a cost reimbursement basis. An allowance of $10,000 is included in the fee proposal for this task. Task 704 Optional Survey Locates Additional survey time for field location of existing fadlities above and beyond the effort identified in Task 210. This task will be performed on a cost reimbursement basis. An allowance of $10,000 is included in the fee proposal for this task. Task 705 Mechanical Equipment Quality Assurance Consultant will perform assessment of new electrical and rotating mechanical equipment prior to acceptance of equipment by CITY and immediately prior to expiration of project warranty. This assessment will include vibration analysis, alignment check, and ultrasound analysis. Thermal imaging will be performed on major electrical gear and instrument calibrations will be verified. Data will be provided in a format compatible with the WPCP's computerized maintenance management system. PHASE 800 - ADDITIONAL SERVICES Services provided under this phase will be provided only as directed in writing by the PMT. Final scope and costs of Additional Services shall be as agreed in the written authorization to proceed. Examples of Additional Services include the following: Services resulting from significant changes in the extent of the Project including, but not limited to, changes in size, complexity, or CITY's schedule; 80125 MDG 02110104 Final Scope 32 Preparation for and attendance at meetings not specifically identified in previous work scope tasks; Preparing documents for altemate bids requested by the PMT for construction work that is not executed or documents for out-of-sequence work; Assistance to the CITY with regard to bid protests and rebidding; Appearances in court or at arbitration sessions in connection with bid protests, change orders or construction incidents; Services for archaeological consultations regarding artifacts that may be uncovered during construction that were not discovered or previously addressed during Preliminary and Detailed Design, Phases 200 & 300; Preparing, applying for, and payment for building permits; Detailed design of facilities associated with the Spirit Creek WPCP; and, Detailed design of existing facilities repair or replacement associated with the Existing Facilities Assessment, Task 206, not already included in the WPCP 2004 CIP improvements 80125 MDG 02/10/04 Final Scope 33 ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement as defined in ~SULTANTS cost proposed for completing the Scope of Work dated ~ t\ } 200 and attached and attach and make a part of this agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not be considered evidence of performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any tmdisputed items contained in such invoices. . Each invoice shall be accompanied by a letter progress report desClibing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule and an itemized description of the percentage of total work completed for each phase during the billing period. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. Professional Services related to Phases 100 - 400 of Exhibit A will be compensated on a lump sum basis as indicated in Attachment B.l. Professional services related to Phases 500 - 700 will be compensated on a Time and Materials, Not to Exceed basis as indicated in Attachment B.l Direct Expenses: CITY shall pay CONSULTANT for Direct Expense costs in Phases 500 - 700 including fees of CONSULTANT'S subconsultants, incurred in connection with all Basic and Additional Services, as follows: Direct Expenses, plus a service charge of 10 percent of Direct Expenses or 5 percent of outside services, plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Direct Expenses means the expense incurred directly or indirectly in connection with the Project for: transportation and subsistence incidental thereto; obtaining bids or proposals from Contractor(s); furnishing and maintaining field office facilities: subsistence and transportation of Resident Project Representative and their assistants; toll telephone calls and telegrams, reproduction of reports, Drawings, Specifications, insurance endorsements procured specifically for the Project, and similar Project-related items. IU4 CD :IJ Z "7 :'S<D--<QO~ ;gN~;orTJrTJ o 8 '0 Ul w~CUlUl Di"O-rTJ ~ -;. Q ;0 (t) r r ~oz-< f'~ . ::;; " () " o m (t) 6 z (j) :::; --< m ~ i75 ~ ~ o ::;: ~ ~ --< ^ m (j) ~ - ~ ~ - --< ~ o 0 0 0 0 ~ ...... c.n ~ W N ...... ^ g ::: ~ ~ ii ~ ~ *- ~ ~ 3" go "* _ _ <D _. ~ " j'i9~~ i o ta. a. Q.) $' ~ (0' !;? E' ~ s. m =' ~...... to ~~;;E~~' 3 ~ ~ ~ -u ~ ~ ~ ~ [ ~ o 0 "0 '" 0 Ul 0 _ o 0- ~ 5' o '" o :=. "" g ... o o - - - - - - .... ~ ~ ~ ~ ~ ~ ~ ~ g ~ 2 8 2 ~ ~ ~ ~ ~ 2 ~ ~ ~ ~ ~ i ~ ~ ~ ~ = ~ ~ 0 _. _. S. :. ~ ..... ~ s ~ m o 3 ~ n 3 3 0 .- ~. Dl en (Q (tl (') l8 5' II g" 5" S' ~ ~ ~ ~ ~ ~ b g ~ ~ I ~ ~ ~ ! ~ B ~ i ~ & a i i a I i ~ ~ ::;: ~ a ~ I ~ g I ~ ~ (j) 2 "" ~ rn i ~ ~ "" -=>1 <=!I!;;>"I - Ill", ~ '" ~ ~ & I ~ ~ a <0 3 (I) (I) -. m ~ ~ s. ~ 3. ~]. ~ ~ ~. ~ :0 ~ ~ ':9, ~ U) .g - rn~!- o a ~ - ~ <Q - ~ o => <D => ~ I ~ 0 "U <.n C '" <.n ill fj --< '0 o :>> --< (j) r :>> C r CD OlNAf.nOO cocncncno cn ~ ~ 0; ~ ~ CO ~ (oJ ~ ... '" '" 0 ~ 5 -U (oJ C '" ... ill 2 m Q a (j) ;:: --< c tj i!'= CD ;n ...... ~ u; <0 A ;j co I'\) 0> 8 ..., ~ -Y+ (Ao (A ........ ~ ~ ~ ~ ~ a In :....... 1-.:1 en A......NOlO OONcnAO ~t k::i:: u~i ~:; ~: .~} ~ ~ ~ g ~ ~ ~ 0; ~ ~ 8 ~ ~ ~ ~ ~ -Y+ ~ ~ ~ ~ m ~ ~ ~ ~ ~ ~ 0; m ~ 0 ~ ~ ~ ~ g ~ ~ ~ ~ ~ g g ~ ~ ~ ~ 000 0 en m 0 A 0 0 0 0 en 0 ~ is (j) 8 c ;0 i7l m tj --i (f) Z oem ~ CD ~ ~ 8 ~ 8 g ..., ..., ........ ~ Ul .ut w NCJ)f'\)mo W -........ b -..... (0 en co en co c> 00000 ...... ...... ...... ...... ...... ...... ~ ~ ~ ~ ~ ~ ~ ~ 8 ~ ~ ~ ~ ~ -Y+ ~ ~ ~ ~_~P;~~~PP~P;P_N~ ~ ~ w ~ A en A A 00 .Do. W W C> A ~ m ~ ~ ~ ~ ~ I'\;) 00 0 en 0 ~ ~ N 0 0 0 00 N N ~ 0 0 0 ~ 0 N ~? ~t i: .;;;:, N.' 0i~ Efi::: -.;+:. ~.; ~:: i-:! ~... --< ~ g ~ 2 8 f3 9 ~ g s;?mG)Q~-o 0 l.!. ~. '"" l.!. ~ ~- !!l I.Cl '"C :0 I.Cl D.l e!. ~ ~ ~ Q ~ ~ ~ ro - < =: -u _ 0 (j) a? a ~. ;:; iil rn <=-m."'''''~ - <: Ol m c: I.Cl ro -u. 3::J '< ~ <g ~ '" 0> m g Q 1 en " o " m " o en -< en ~ ~ '" 0) '" 0 ~ ~ ~ ~ ~ N N "A. "A. :.... ~~""'O::!OOC) o 0 0 0 0 0 ~AAN~A. 000000 m m m 13 m m w w w m w w 0)0')0)0)0)0) 000000 0> o '" -" M ~ ~ NO)r\) Ol W .1'\;) '0 :.... ~m.l:>.m-6")co o 000 0 0 r;:; co I':> co 0 0 M 5 en ~ c ~ ill -n m z --< Q o (j) Z --< C m i!'= CD ~ t.n 0) 0) ..... CJ) 0 0 ~ ..., 'f!. m m ;:; <.0 -N N In ~ ~ ~ 8 ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ..., ..., ~~ ~ ~~~:t::tJ~~~~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ I':> 0 0 0 0 ~ A. 0 0 0 0 000 ~ ~ ~ ~ ..., -6") ......(Ao .(Ao ..... 0 W t.n -....., (n (n N m CJ) N ~ 0::1 -(fl o 000 0 0 :I: ..., 0 ..., c ..., ~ g (j) B --< Z o (j) m --< c '" i!'= CD m 5 ::;: '" c ~ ill 0 -0 '" a ~ S ~ CD f2 I o c ill !ii ~ --< CD 800 r ~ '" ~ 8 0 iJj ~ ~ ~ --< 0 ~ m ~ ~ ... 0> '" (oJ ffi ~ ~ ~ ~ m 0 CI 0 0 m ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ M ~ ~ M -fA ~ W M ~ ~ - A N W W .......... W W ~ W ~ m W 0"0 00 (n m m 00 m w N ~ 0::1 0::1 ~ A A W W A W -(fl ~ N 0 0 0 0 0 ~ 0 0) 0) 0::1 0) 0 0 00 -" A en o 0 0 A <n -(;fl -(;fl-(fl _..... sn -(fl .W .A 0) ...........0<0 A Y) 0) ~ 00 N co 0 0 0 0 c:o ~ ~ ~ ~ ~ ~ ~ tfl -(fl -(fl 'Ell ~ ....... ..... N ....... 00 a a ~ b-J w ~ ~ ~ ~ ~ '" ~ ~ gJ ~ ~ A ..... N N 00 en 0 ANN N ........, ..., -(fl.N~."'" -(fl-(fl......~~-6I)>-&l~ ~ ~ ~ * ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ..., o -&l -&l -&l -fA -&l AOOOOO ..., -ffi -{;fl -(fl -(fl N c.n W A A A O<DWO::!W ma 0 '0........ 0:.000>00 AOAOOO ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ m N N .......... OOOOAO>tnco o>cocomOlA ts~~~~~~~~~~~~~ ~ ~ ~ * ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ {fl -&l f.f'l f.f'l -(fl N N -(fl ..... ....... CDCDA~mCD '0 In 1n (0 rv In ;j ~ ~ ~ 8 ~ z: 13 a b :5 g ~ ~ co 0> "8 "8 o 0 ~ 0> o o o ..., ..., w ..... -(fl -(fl bb-bP; 8 8 g 0 '" '" o o o 13 1n o o & o o o m ~ o co ~ o o ~ o ~ @ ~ --<J~ ;:: ;:: ~ ;:g gj e ;ii iJj r:: m (j) ..... ..., N iR {fl -Yt o 0 0 0 ~ ~ ~ o (oJ ..., In W b.. ~ :5 :5 g 0 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ A 0 ~ 0 0 iR m 0 N N m N ~ -(fl 0000000000000 0 - - - - tl ..., ~~ ~ g: W 00 0 0 8 ..., ~ ........ (fl 6"t ~ W t\).......O)CD CT).{flotnom 000000 ~ ~ CD -0 --< m ~ iJj :>> m r c; ~ ..., ..., ..., ..... ..... t\) ~ ~ ....... CD ..... N ~ ~ ~ ~ ~ I'\) 0 0 01 0 ~~~~~~ ~.v+~~ ~~~~~~1:5tI~~ffiffi~~ ~ tn rn 0 0 ~ 0) 0 ~ I'\) m ~ 0 t.n ..., o <fi .~ J2~.v+~ * ~ * ffi ~ * (j) r ~ ~ o --< --< m i!'= == ..., ~ ~ ~ ~ ~ ....... <0 I'\) (0 I'\) A-OlCoWW ""-l CT) 00 0) ..... Ol 0 A W 0 ~~tJ~~~t1~~~f!.~~~ o m 0) ~ ~ tn N ~ 0 ~ ~ 01 0) ~ ~ ~ ~ ~ 2 ~ ~ 2 ~ ~ ~ ~ ~ ~ YlYl<R .f::fi~ (.oJ (\.) N ~ ....... N (n ~ ~ 0) en 0 ":.....J 1.n A -:..... ~ m .....~en(J'1mN ~0010'10.e. 1114 ;;.iD~QO~ (3~:-;ofT1171 8.,,0 tn ~CtnUl ~ ~"'O - 171 mrQ;O UJ r ~ 0 Z r :n. -< !:( :E -0 () -0 o m UJ G) Z Cl 0 0 0 ~ ~ ~ ~ ~ ~ ~ ~ w w w w w w w w w w w w w w w w w w w w w w w ~ w w w ~ ~ W N m ~ ~ w ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ m ~ ~ w ~ ~ 0 ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ m ~ ~ w ~ ~ 0 ~ ~ m ~ ~ ~ ~ a ~ ~ Q Q ~ m ~ ~ ~ ~ a g ~ r~ ~ ~ ~ ~ m W ~ ~ ~ a ~ ~ ~ ~ ~ i ~ . ~ ~ . I ~ ~ - ~ ~ = · ~ ~ · g ~ ~ ~ i ~ & & R ~ ~ · I ~ ~ ~ ~ 0 < =><"-,,,,!:T ". =><o",,!:T - =333,,"u_!:T 3<0 < o ~ i ; ! Iii ~ ~ ~ g i ~ R I ~ ~ i [ g ~ s s s i ~ . I ~ i s ~ i ~ ~ ~ 0 l!!. 5 i 9 ~ ~ l!!. l!!. l!!. i 9 l!!. ~ i ~ ~ ~ 0 ~ % ~ ~ ~ ~ l!!. ~ i Q ~ i ~ W ~ ~ o e rn i l!!. Q ~ ~ & ~ g g "" ~ 9 l!!. 0 ~ ~ & ~ m 3 n ~ i ~ Q l!!. ~ ~ & 0 * ~ ~ ~ (0' ~. 0 ~. ~ Q 2: ~ lE ~ (0' ~. Q fB <g Q c)" ~ ~ b" to' ~. 0 ~ ~ ~ "E. g. s, :a. =' ::l ~. (0' ~. g 2" S" 0 ::l :J ~. l.O' to. ::l ::S. - rn :J ::l lB. (,0' U2. 2. ::J ~ ~ <g ::l <g' 0 ~l ~ W <g :J ~. ~ ~ ~ ~?i <g ::l <g' ~ ~ 0'" :IJ-agg..c :0..... ~<5-g:g. :o-m 3. (l) 0 (J) ~ (1) g. o":J:J::l <tl J? Pi ~ S. <:r Q -0 ~ S. g:. ~!:( ~ ~ S. 0 ~ ~f ~ ~ ~. ~ ~. ~ co ~. ~. .g ~ ~ g i ~ ~ :g ~ ~ @ 8. 0 ~ o ~ c; :J ~ i ~ ~ r;j ~ ~ 5 ~ g; 3i ;!! ~ ~ _I _ _ _ ~ _ ~ A ~ ~ ~ _ _ ~ _ ~ A ~ N ~ ~ m ~ N ~ A ~ A W ~ -< -c o )> YJ.ut M M ~~ Y} M -69~~v) <>'l <fA. ~~r- ~ N M ~ ~ ~ w ~ N ~ w ~ ~ ~ ~ ~ w ~ ~ ~ N ~ A N ~ ~ ~ ~ ~ r m ~ ~ ~ ffi ~ ~ 8 ~ ~ ~ 8 8 ~ ~ ~ 0 ~ g ~ ~ 0 ~ ~ 0 ~ ~ 0 ~ ~ ~ g ~ ~ ~ ~ ~ 5 ~ ...... N ...... ~ w c :n ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ A ~ ~ ~ -< ~ ~ ~ ~ m ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ : ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~ 8 ~ ~ ~ ~ ~ ~ ~ 8 ~ ~ ~ ~ g ~ ~ ~ ~ ~ 8 ~ ~ ~ ~ ~ r ~ ~ 25 en ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ m ~ ~ ~ m ~ m ~ ~ A A ~ m m ~ 8 ~ ~ CICICI CICICI ClOCl 0 000 0000000 0000 om cnm :z G) -< Z ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ M ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 W m r.v t; ;.., ~ ~ ~ A ~ ~ ~ ~ ~ ~ ~ ~ ~ In ~ A ~ A A ~ ~ ~ - .~ ~ 93 ~ ~ g ~ ~ ~ ~ ~ ~ ~ 8 8 ~ 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 6 C/) co C :; 01...... Ull'\) c.n ...... <..M...... ...... COJJ"11 A ~ 8 ~ 00 co A rn 000 N 00 co A A 8 m l'\) mAN m ...... ~ ~ co 0 0 0 000 000 0 0 0 0 co 0 0 0 0 0 0 m m ~ ~ ~ I ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ 0 0 In 0 0 In Nom 0 ~ 0 0 ~ ~ -8 0 ~ N ~ ~ NAP m m ~ ~ g ~ ~ ~ ~ ~ ~ ~ g g ~ 8 ~ ~ ~ ~ ~ ~ A ~ ~ 0 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I ~ I {fl 0 ~ -... c ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ 8 ~ ~ ~ ~ ~ ~ rn G5 ~ <(fl b (J) ~ ~ ~ ~ ~ ~ ~ ~ ~ Ul ~ ~ ~ ~ ~ ~ M ~ ~ ~ ~ ~ ~ c ~ .------- - ------- - - .-111 ~OJ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... is ::;: ~ c ~ ~ ~ ~ ~ ~"""l'\) ~~ -< e: : ~ : ~ : ~ ~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ I o ~ ~ g c.n ~ ~ ~ ~ ~ ~ ~ A m <..M ~ H ~ ~ A N ~ ~ co ~ ...... ~ en ~ ~ co ~ c.n ~ (J) N co ~ ~ ...... ~ 0 ...... m A 0 8 A ...... ~ N ~ 0 A m ~ 8 co 0 m co N mOO A 00 00 ~ co ~ ~ ~ 'ER ifi.(A ~ 8 ~ ~ ~ ~ 2 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ N ~ ~ ~ ~ ~ ~ : ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ : ~ ~r ~ N ~ ~ ~ 00 b m ~ ~ ~ ~ ~ b ~ ~ - b A A ~ 0 A ~ ~ A ~ m A A W W ~ ~ W m ~ w ~ W A ~ ~ woo A 00 W ~ ~ A m m w 0 ~ m 0 00 ~ ~ A ~ ~ m m m ~ ~ A 0 ~ ~ ~ w 0 ~ moo 0 0 ~ ~ 0 woo m N 0 000 0 0 A 0 0 00 co 0 0 m 8 0 ." {fl'" {fl ... ~~ t'! w ~At3 w (fl ~~~ ~ -ffl~ r~ 8 g 5<88 '" '" 8"'A 5< -"'8'" gifi <::> <::> 000 8 8 088 0 8 G) ~ "U ." {fl :n ... ~ '" ~- ~ g; g 0 ~ ~~ o 0 0 C> ~ ~'ER -ffl ~ ~~ ~ ~ ~N~~~~~~ ~ ~~~~~~~ ~ ~ ~~tl ~@~ ~ g g ~ g ~ 8 8 ~ ~ g ~ ~ g b g ~ 8 8 ~ ~ ~ ~ 8 ~ ~ g ~ ~ ~ ~ ~ g ~ ~ 0 -< \l! 'ER ~ -ffl ~ ~ffi~~~ '" '" '" - ~ ~oemiJj 8 8 8 g: 0 g: ern ~ \l! ~ (fl i:fi <En ~O~~ ~'ER -(fl~At:! ~ ofn~fI7-ffl AM ~ U)-ffl ~ ...oo~ ~~~~~m~~~~~ ~~~n~w~~ ~~~m~ ~~m~~r~m ~ ~ 0 ~ 0 ~ ~ ~ ~ g 0 ~ ~ 0 ~ ~ ~ 0 ~ ~ 0 ~ ~ g ~ ~ ~ 0 ~ ~ ~ m ~ 8 ~ r m ~ r C =; CD ~ u; ~ -(fl -ffl ~m ~~8~~E~~~~~~~w~~E~~~~~~~~-(fl~~~m~~~~~ ~~ -In-------- ------------- ----In- In- )>~ ~ ~ ~ ~ ~ ~ ~ rn ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ r 8 "tl m C"> o en -; en N o <:l iil. <II:Dz "7 "'<i5-lQO"". ;g~~;01Tl1'1 o g '0 1II w ~ C 1II111 D; "'0_ 1'1 ~-;"Q;o (J) r r ~OZ-< :D . '< ::E ""tJ o ""tJ o m (J) p z '" '" (f) =i -l N N ~ m <.n .... == ~ (f) I :!l 0 3 ::> ." Q!. 0 :E ~ 18. ~ 0 s:: :D ~ <0 m '" ::> (f) S' ~ <D S" ~ 3 rI m. (f) c: 0"" 3 (3: 0 ::> - - ~ is " t;; c .... ill ~ <:> '" Q d " :>> '" ..., :;;! '" r m - C N f..:> r <II <:> .... '" '" '" I 0 " .... ~ C :D .... ~ ill e '" m ~ g; -l (f) s:: ~ 0 :z ~ c G) <0 '" <II ;n m ex> '" ex> - '" I ;0; 0 (f) .... C ex> .... '" ill ;n '" '" m z G) '" -l (f) Z .... '" 0 m '" ~ ~ c m j:: <II :D N <:> '" '" I ~ 0 ex> C ex> ill ex> ." m z -l G) 0 (f) Z '" :;;! c m '" --.J <II m '" !.' r :D '" I 0 --.J C m --.J ill 0 '" m (f) G) -l Z ~ ~ (f) m c :D ..., en <II N r '" <:> I ~ tt 0 c .... c;, N ill :D '" 0 " -l :D (fl '" 0 N '" ~ ~ b c '" ~ <II gJ '" N I C; 0 c 8 ~ ill (f) C <II ~ 8 -l ~ 0 0 '" r ~ :D m Vi s;: g; Co ill '" '" .... 8 0 i'i5 ~ c r -l (5 ~ m ~ ~ " ;Q ~ "in ~ '" <:> -l '" '" @ S? - Vi '" '" 0 '" 8 '" -l ~ s:: s:: ~ " ~ In ~ m b () c:: m i'i5 <:> c m (f) (f) ~ c '" co " N - ~ d m '" N i'i5 "in en ~ .... .... m '" '" - (f) r C Z - co d m .... ~ =i '" ex> :;;! m -N A s:: N .... r <:> .... lli":: !!i. !t<... ~ XS".:.: ~}. ~:. I II:: it ii.' ~I!'I ;iii=::. !~t. ~>> I ~~~ di:: w:. ~:: -i ~ g ~ ~ 8 2 ~ ~ g ~ ~ ~ ~ ~ bl !;!! ~~&g-O-m g ~~C:5.~~ S' ~ 5' ~ ~ 3 g ~ :0 1.0 (tl ..... co::> (tI l'l .g~~~ ~ 3 ~ ~ ct I}l ~ g g ~ a g ~ II> ::> ~ g <P 9. f> :>> !l1, :E = ~ lti a. g N '" ~ - <fl '" '" m - w t;; .... N ;0; '" '" '" <:> ex> .... N c; ex> N .... '" .... - tl <fl '" - tt w w b '" A b '" --.J W c;, <:> --.J c;, N 0> <:> N '" '" ex> ~ ex> '" '" ..., '" "in ex> .... i':l '" '" '" <:> <:> .... c;, c;; N .... .... ex> '" <:> <:> '" ~ '" '" '" '" <.n w A ~ --.J ~ ...., "in '" <:> 8 '" '" N .... '" '" <:> '" c;; <:> '" ~ W <fl - i':l 8l '" '" <:> <:> '" <:> '" '" N N 0> '" '" .... ~ ~ ~ E ~ '" <:> <:> !.' N .... <fl .... .... <:> ex> '" '" .... --.J <.n '" --.J c; N !.' N .... '" '" '" '" tt 0> N lZ <.n A --.J ...., '" W b Co w '" ~ '" ex> --.J '" N '" <:> '" tl (fl "" - b '" '" <:> <:> '" '" <:> - '" tt <fl W ~ c; b 8 '" - "" '" <:> <:> <:> '" <:> "" N (fl '" ...., '" '" '" - '" <:> '" '" '" <:> "" tt N :.... '" '" '" <:> - '" <:> <:> '" '" <:> '" '" '" '" '" w ~ ~ A '" - <fl N '" '" '" '" <:> '" '" '" ..., '" '" '" '" N '" '" A '" "'" <0 OJ Co -N <0 W '" ex> <:> ex> ex> '" N .... '" '" ex> 8 " m 8 -< en ~ o " " 0 )> :D m ::j ~ ~ )> 5; ;;:: 0 m CD I Om;;:: CD :IJ m ~<o~(jJO:S: 8"'''':lJ1'11'1 g~D UJ ""g;CUJUJ ~.:u-1'1 ~ r (jJ :lJ (f) r r ~ ~ Z -< :IJ r -< :;: "U o "U o m (f) Gi z 0 ~ 0 0 0 0 0 ~ 0 I:) u 0 I:) u u ~ e: Iw 'en ., .... .... .... U> U> =i <l> <l> <l> --J --J --J --J --J --J ., --J C '" '" '" '" ~ 8 ~ g 2 s ., 0> C ~ @ <n 8 <n ~ 8 <n <n e: <n .... m 8 0 ~ 0 2 0 U> CD g al ~ U> CD 0 0 0 0 )> ""' 0 0 8 ""' 0 ;:: <n w ~ 0 .... '" w ~ ""' -j '" --J <n N - 0 z U> ~ 0 .=c, 0 n 0 0 is: ;:: )> )> 0 Gl -j ::;: =>' ::;: ;:: " 0 " C1 :n U> :;; C1 C1 " C1 U> " C1 " C1 )> <l> 8: c. ~ el c: ~ ~ ~ " ., g 16 .2. a " g " ~ 0 R ~ ~ ;:: 0 '" 0 0 :D -n c- o c. "0 C1 " I!!. r " " Q i. " 0 ~ ~ ~ ~ c; C "0 ~ c: C;; '" l'l '[ U> ~ lii I/O ! U> ~ 0 ~ g C1 .. " ~ "< C1 ~ ~ ~ ~ g = .z ~ ~ g' C1 g. 0 ~ C1 " " 51 ~ !!!. !!!. N 3 C1 3 (") ~. Q g U> !l "< ~ <l> ~ 8" 0 "0 e>.: 0 g g" ~ 0 = 0 m i6' U> ::;: 2. " g ~ I/O " 3 :D 9- " ~ " 5" U> f' c: '" 0 '" l. = 3 "0 ;:: g CD (") " ro " " '" :2 U> li? '" \I. Bj. i :D g' 0 "0 " (") .e! .D iii' ~ < g' C1 )> = '" '" ro U> U> m ~. l'l 3 CD .8 g " !!!. g 0 '< l!!. C -j .D - "2- )> ro >; g " a. " -Z r >; <D <l> 0 o' " I< f. o' = "0 ~ '" (") = 3 i '" ~ c. s. '" iiJ. '" ! a. '" " '" ~ "2- " 0 !l ~l ~ '< " S' ~ ~ =. l:l m '" 5" 0 0 en ~ :r " r 0 is' <l> S' <D !;;' " '" U> ;:: Q el <0 '" " in ro c: 8- '" s. U> <D '" '" f. < a o' 5" 5" '" '" ~ 3 '" ~ ~ :::< ;:: 1i. g 0" ro 5l 0' g; '" fi 16 '" ~ ~ <n '" 5" ~ 0 '" e!. ~ m ~ 3 5 <l> '" <l> 8 " 0 g " " ~. '" <D g g 'g -< S' I!!. 0 0 I/O ::;: <D '" " " o' i ... 'lil U> " ~ 0 g " ~ " en <D ~ 0 S "0 !if ~ ~ I 0 " --J C N W N :::j N N ... ... en 0 :IJ :D 8 ... 8 C;; 0 0; U> Z 0 N en '" ... en ... 0 0 0 en (") a 'U , )> ... ... '" r ... ... t'l ... ... ... '" ... '" ... ~ U> r N N N ... 0 --J <n '" 0 ... ... '" '" i N C .... '[~ 't: N <0 '" '" W --J "0 :g ~ ~ --., w CD 8 ... ... '" 8 ... l:? N l:? l:? 8 ... 8 8 l:? ~ l!l ... ~ 8 '" 0 0 0 0 0 0 0 0 0 ~ I 0 " ... N --J ~ ~ <n N ~ 8 '" C :D --J ... N ... N N ... ... N ... N 0 :D e CD 0; 0; 0; 8 8 ~ 8 0; --J 8 en U> 0 N ... 0 CD 0 ... 0 0 en 0 ... en ... m (") .... '" ... ... ... ... ... 1:1 '" .. ... a U> ;:: t! '" Z --J ... '" ... 8 '" ~ 0 ~ '" '" '" ... ... g: ~ '" ... ~ --J ~ '" ... ... -j C Gl N N N '" '" '" W --J CD W N '" '" '~ '" j:; w ~ CD ~ .. .. .. ':;: "0 ~ "8 8 ~ '" ~ "8 .. ~ ~ I~ .. ~ ~ ~ ~ CD '" ;0 8 8 0 8 8 8 8 8 8 8 0 0 '" I 0 8 @ ~ ~ N W 8 @ c U> ... ~ &l ... ~ ... ... iii ~ ~ '" 8 ~ !3 <n ill :D 0 0> 0> 0 '" m Z Gl '" ~ r '" '" -j U> Z '" '" '" '" '" '" ... '" ... '" I(! '" 0; '" '" ~ m '" w r ... l::: '" w ... ... c m '" 0 :::j '" ''': <n w --J .:: '" '" '" @ <n '" i CD :D '0 ~ ~ en '" In ~ '8 R; "8 I~ '", "0 ~ ~ <0 r 0 '" '" '" ... 0 8 '" '" '" ... '" 8 8 8 l:? 0 0 0 0 0 0 0 0 0 0 0 0 ~ I U> 0 :;;' w '" 8 c 8 en 5? N '" 8 '" CD @ ill -n 8 ~ 8 '" '" '" ... 8 ~ C;; N " 0 0 0 ... 0 ... m Z ... -j Gl .. ... '" '" t'l '" .. '" U> z :i!l ~ l::: '" '" ... ... ... '" ~ 8 '" '" ... 0 m '" '" 0 '" '" '" @ '" '" ~ C ~ ~ 0 ~ "0 ~ ~ ~ .. 0 ~ "8 "8 ~ '8 CD m ... '" ... l:? :". '" ... 8 8 ... ~ '" ... '" :D 0 0 0 8 0 0 0 0 0 0 0 0 I '" '" 0 g '" &l c @ ~ en :3 ~ ... :D 0 0 0 0 U> m U> Q ... ... -j Z :::j r ... ... '" '" 0 U> m --J w '" -j C :D 0 '" '" --J <n ~ ~ CD '8 '" '" '" ~ ... '" ... ... '" '" ~ '" '" '" N ... '" '" ... '" ... '" 0 0 0 0 ... 0 0 0 0 0 0 8 :g :g ~ 0 0 0 0 0 0 0 0 0 0 I ::;: ... 0 ~ 8 c 0 '" ~ ~ 8 8 :D :D ... l!l ~ ... '" en <3 g: ~ '" ... 0 0 ... 0 0 en 0 en ... ... ... en 0 U> " '" :D '" ~ '" ~ '" -j 0 :;:: r ... ... ... r ... ; '" .. .. N ... 0 en (") '" w '" r r ... '" w '" .. ... '" .... c m :". ... ... ... ~ N I~ :". '8 '" Co N '8 .~ "8 :". ~ ~ '" ... '8 )> CD U> 8 ... ... 8 g: ... 8 8 ... ... ... :g ... en r U> 0 0 0 0 0 0 0 0 0 0 0 0 I '" '" 0 w '" w '" <n :::j C;; ... '" '" C ~ ~ '" W --J ~ 8 ~ ~ ~ --J ~ ... --J :D U> 0; 0; 0; ~ ~ N 8l --J '" 8l '" ... '" 8l 0 0 '" '" en '" '" 0 CD 0 0 0 0 en N U> C CD ~ ~ -j ~ 0 0 ... .. '" ... ... ... ... -j :D w '" '" ~ '" t! ... '" r '" '" 0 '" I '" '" ~ '" ei '" Ri <n '" '" '" '" s: ~ 0 I(! --J w w 0 8l '" <n 8 ;;; 0 '" '" N en i '" --J '" W --J --J en '" '" '8 '8 '8 ~ I~ ~ "8 ~ ~ "0 i:: '8 '" ~ ~ '~ Rl N Co Co ~ "0 --., ~ :D 8 8 ~ 8 0 '" N U> 0 0 0 0 0 0 0 0 (") 0 0 Z ~ .. U> ... '" ... ... N t'l ... '" c w --J '" '" ... ~ 0 '" <n 0 0 '" <n <n en 0 '" 'w ~ ~ ~ ~ ~ '@ ~ ~ ~ z m 0 '" ... Gl en 0 0 C1 .." I(! t! '" '" '" '" ~ 0 :D "g '" '" '" U> ~ "8 '" --J '" "g '" '" "0 '" '" '" '", .... <n '" 8 8 :i!l 8 <n <n 8 0 0 0 0 0 '" '" '" '" '" w ... '" C1 '" 0 '" t! i '" @ e; ~ ~ --J '" ~ ... ... .", '" '" ... ... '" '" '" ... "8 '" ... .. '" '" '" '" '" 0 0 0 0 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 -j m X .. ... ... ;:: ;:: ?; " N ... '" '" I(! 0 ~ r '" ... u; )> < m <n ... i ~ '" '" ~ ,N C Z "g "0 Co ... "8 ~ :". ~ 8 ... C1 f: U> ~ 8 '" N 8 8 8 N m 0 0 0 U> U> m C X ... CD .." ... ... '" ... ~ 8i '" '" '" ... '" ... 0 a m --J --J 0 ... r ... ... '" '" '" ... N r ?f. z 0 CD 0 '" '" N CD '" ~ 0 ... CD '" N --J -j In '... In "g '", "0 --., '--J ~ '" h> Co ~ "0 ~ '8 :". ~ W ~ )> U> --J ~ 8 '" '" '" w en N '" '" '" ~ 8 ~ 0 '" '" r m w 0 0 N <n <n 0 0 0 0 '" ~ 0 0 0 '" N U> r C Z ~ CD m '" '" ... ... ... ... '" '" '" '" ... ... '" ... ... '" ... '" '" '" ... a w Rl ~ '" "" !j w ~ ::j 5€ N =i --J CD 8 w '" '" w '" r;; ~ --J 8 '" ~ '" N N i en '" w '" w '" N W --J W W W m '--J <0 "g '" t)j Co 'w In ~ @ "0 ~ In ~ ~ ,~ --., ~ '" '8 '" "8 In g '", ;:: --J '" 8 '" --J en '" g: w w w 8 N .. w 0 0 '" '" c:> '" 0 ~ '" 0 0 '" '" '" ~ ~ 8 (J> -i (J> o ;;; "U 0 )> :D m ::j ~ () :l> ?;j \2 () m CD ::c Oms: '" :0 m ~<o:::j[j]O~ ~ -.-. '" AJ JTl 1'1 8-0 In .w ~ C In In ~)l-1'1 ~ r [j] AJ en r r ~~Z-< :0 r -< :;;: " () " o m en Gl z acncn CF>=:{ -4cc -tm >~~ ~3: ~~~ o~ rn>~ ?;j" -"'-~ D:E ~ ~ ~ ~ rn ^ en .8 8 ll'> ~ __ ~ 5 "1J ~ ~ ~ ~ ~ ~ OlOlN (J)Z -- (") (;h ~ b ~ ~ ~ ~ ~ ~ r ~ ~.. ~ CD ~ 5 "1J ~ ~ ~ ~ c ~ ~~ 8l ill ~ (") .,. -! ~Y)~ bcn~z ~ ~. I\) ~ C Q ~~.8l ~"':D 8 ~ ~ . (..) -.I I\) ~ g (f) ~ (..) ~ ~ ~ ~ ~~IS en ~ ~ ~ ~ d en ~ ~ ~ ~ -t C m ~ ~ ~ ~ CD ~ 0; I'l IS __ ~5~ 2 rn ~ 8 ~ ~ 0;~8 en" L-~ ~ ~ ~ ~ d en ~ ~ 8 ~ -t c m I~ 18 ~ ~ '" gJ I .. 0 0> (.:J l'\) co c ~ ~ ~ OJ ~ 0 oo~ cnm I-- I-- en Q ~ ~ ~ d en ffi ~ ~ ~ ~ ~ ~ 8 I~ I~ r I :E ~ ~ w 8 ~ ~ ~~~ cn~ .,. .,. :D ~ 0; .,. b en g ~ I~ m -t c m ~ I~I~ ~ '" ~ I 8 ~ N g rn~~ :Den 0)00 CF>c: '--I-- '" ~ -! '" ~ ~ ~ 8 ~ ~ _ . . r ~ ~ Ii I~ ~ (") ~ 0 ~K?~ ~=i ~(QUl r-~ ~w-E ~~ ~ 1$2 g G> <(A -EI7 0 ""'C w -" EA 0 ::0 ~~~ ~~ ~ g 8 .,. ~1a~ ~c~ ~ ~ ~ 0 -6't -t ~ .,..,. S:~$:"U ~ ~ Ul ~ - < ~ ~ A ~ (") C m en o~~ Crn en m c x ~ Y! ~ ~ ~ ~ 05ww ~Oz -- N ~ .....; (J) ~ I~ I~ je rn ~ C ~~&t ~ffi ~g~ Sl~ . .0'.0 ~s: I~ I~ I?! <n () o "U m () o ~ <n :or ;;; ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: Tom Wiedmeier Proiect Manager Mike Rothberg,P.E. Ron Schuyler, P.E. Bob Orsatti, P.E. Nadia George, P.E. Dan Spradling, P .E. Mitch Freeman, P.E Repella Consulting Engineers, Structural sub consultant Inc. CSRA Testing and Geotechnical sub consultant Engineering, Inc. ATTACHMENT D - SCHEDULE FOR PERFORMANCE n - . j, - , . , . - ' Vl ' - 0. . 0 ' {j t . ~ 0: o 0., S c &: Q) , : - 5, +-' C c E a; .. 'w.!!! C EQ) Q) ~ -w' Q) Vl Q) E Q) Q)' o~ EVlVlVlO' co (I) ~ en (I) - c ~ .!!! Vl Vl Q) <{ c ~Vl!{!.3l~~Z.~' _ ._ Q) - Vl <{:=:._ , EVl~<{o..-:aE' ~fI)<~oE:m=a5: ~ '-~U:oo...cO,),,- 0.. e '5 ~ s 8 c: ~: - 0.. ~ ro ~ ~ w t1 - ~"'OI.LQ)O~' C>'O)'-uo' _ ::J I _c U 0 0.. ___________ .. .. +=' ...... .. .. . C"') l() (I) 'I:: ~ N o 0 'x '5. -r- T""" . NNWUJNN . ~ ~ .. .. ~ ~ . f./) U) CD co CJ) en '. :;:;~~ - - . t ]-l~ ~. - ----,------------ ,." ", ,. ~. : . W UI ' U U .... ~ - m__ n__ - i - -- , ..;-- . '--I' ~ ..._~. R 4~1 ~ _4W_______~__" . '" . .. - .. . - . - .... _: _ _ _ _ ~ .... ~ _ _.. H _ W _ . I' ii. ... - - . .. H ........:' '" _ M .. H _ " _ .. ~'.. H _ _ .. _ _ _ _ _ .. _ - ,---------------------- ...--.,-_.. . .......R...._H......,...._..,,__.._...... , , - .. ". _ .. " R.. . _ .. _. .... w , _ ~ ..",. _ W .. R .. .. _ , . ~ ~ .. .. .......__...._____0_..._ ". ....__4_____.._Hh t- o , . .. - .. .. .. .. .. .. ~ .. '" .. .. - ,'.. . - .. - .. .. ~ -.. - .. - " , 0000000000000000000000000000000000000 . 0000000000000000000000000000000000000 '- ci0~oooooOOroOOONci0~ro~~OO~NN~O~~orocio00ro ~. ~~ ~ ~ ~l()~C")C") U1~~ OOcry~~O> gJ~(O~ . ~ .. & :g :g ;g ;g ;g ;g ;g C!; ;g ;g :g C!; ;g :g :g ~ ;g 1:5 ;g C!; ;g ;g ;g C!; ;g ;g ;g ;g ;g C!; ;g ;g :g C!; S ;g ;g ~ ~~~~~~~~~~~~~~~~ro~ro~~rom~Mm~~~M~~~OOOO~~ NNN 0 0 N NOONNC"')~N N OO~ OONONNNON""","NNOOO~ ~~N ~~~~~MM~~~~ro~~~~MmMMMMMNNNNNM~~~MWWW~ 000000000000.,- 0 0 000 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 . ~ C!; C!; C!; C!; ;g C!; ;g C!; C!; ;g ;g ;g :g C!; 8 ;g 1:5 C!; ;g ;g ;g ;g C!; ;g ;g C!; ;g ;g C!; ;g ;g ~ C!; ;g ;g ;g . ~~~--~~-------~-~-~----~~~~~~~~------ N C'-I LO LO N L{) l{) 0) I"--- I"--- CJ) 0 C'-I 1.0 C'-I l{) C'-I <0 CO CO CO N C'-I C'\.l N N C'-I ~" ,_ ~ r or- ~ ~ "l"""" r"l"""" 00 NOOT"""NNON~"r""""'''''''''''N'''''~O'''''''l''''""'''''''''''''''''''''''''OC\JNNNNN ~~M~~MM~~~roro~~~m~m~~NNM~~~~~~~~~~~~~~ 000000000000,.... 0 0 0 0000 0 0 000 0 0 00 0 0 0 0000 0 -It 0'" NNNNNNN'" NNNOil' OMOO+< l{)l{)OOOOl.()OOOOil aOLOl{) '. oC()~ CO C()o~ ~MO""'''l''''""C''')C''')NMNLOC'''?N'''''c.oNNT''"" CX)C"'?~ 0 MO} ('I') 0 . , M ~ T""" N . . C c: ccD...... .2c Q)E cQ) C Vl :'-'0 E'" - 0 E .~ ~ Vl ~ f(l c E .~ ~ ~ '0 C .- Q) Vl Q) ~ c. OJ t Ol ~.- Vl VlVlEQ) 'O~:ij 0 ro o"EU)2:- U)<{U)U) oCI/'} n (5 Ooo.ro <{o.."'Vl coQ)Q) ~ Q) . U 0 2 ~ .~ Vl U ~ <{ '" ~ ~ ~ Vl ~ Q) [[ ~ E: ai a:: 5 '0 U Vl >- Q) 0.. Vl .c t 0.._ .- .- Ol Q) E _ Vl - :'-' E t:'-' :ij . C,o....Vl_:ij:><{=OO>>>C .- CIl"'VlQ)- C OC ro roc-.::Q)ro:=::> :a .r:Q)Q)Q)._ > '" '-Vl'O",f3 Q)Vlo.Q) ~ C :'-' ro 0 ~ ~ '0 "'" e ro ~ Vl a:: a:: a:: Q) & C 'w .!!! !{!. Q) C Vl .- ~ E f(l Q) E ai .0 , ~ c S 8 II If ill c ~ n: ~ a, a, a, Q) C '0 ,g ~.~ ~ Cii ~ ,lg <{ .2 ~ ~ ~ n: 2- E ~ E Q) C 0 = Ol ~ 0 n: C :> '- .- .- 2 Cl C ro C -Q) Vl ro C <{ Q) 0.. II :J Q) .... C Qj;:J .2 . E OJ ~:J U U OJ:> '" '" '" Vl'- ll.... .- C ro '" :> U Q) UJ '" .... OJ .b ro Q) '- 0.. ro C ~.- Q) Q) Q) Vl en ro 0 .... '0 Vl ro II Q) :> ~ -0 '" "".- > c: ,^ Q) > OJ Q) '" ~:ij;,-, ~ <l> Vl coo 0 Q) - 0 >- ._ _ u.. Q) ....' '" <l> OJ " _ OJ <l> ~ '0 .Vl .5 0 ;!: Q) OJ , ~ a C "'" Vl """ - II - :e - :> Q) ~ <{ ;:; Q) 0 ._ E u::: .ro W rorooc>-~o.'OOO-'O'O'OOl ~~Q)~ro:=::J~5:>0UJ_no '" oc- ~c ~IWUJOo.. 1~~~o~U'O~~~i~gc"", ~~ a,~~~2~ :2 ro C " .. .. .. .. -. c 0 'm 'm 'm ~ ro Q) gj 8 ~ ~ ~ LL EQ) <l> C C C Qj C._ a ro 'C 0 ~~~8~8~~~~u~~~~.5~~o~~~~~ e~~o~~~~U)goE un-ENNNNNN'E-~000~EUQ)~Q)i.r:Q)c5U~~u~~a2"'ic2 "~"~=~~~~~~~.~~O~~=S~......~~~~~"~~==~~=~'"~~~"~~ e e ~ U) U) U) U) U) U) ~ ~ 0 ~ 0 0 ! m ~ "E m ~ "~ ~ "~ ~ "a ~ ~ u ~ ~ ~ ~ e ~ ~ ~ n. 0.. 0.. ~ ~ ~ ~ ~ ~ 0.. 0 g g g :2 n. 0 S ~ S I W LL W W UJ 0.. 0.. 0 0.. 0.. 0 a 0.. I 0 0 ~NC"')~LOIDI"--- ~NM ""'N NNNNNNN c..)(",)M u'iLri a T"""NOOOOOOOC"')OOO...q- ""","NC"'?..q-l()OO<Of'..COmO-r-NM..q- .,....NMv Oo~~~~~~~o.,.....,....-r-o OOOOONNOOOO~T"""~~~ 0000 ~ g'r~ ~ ~gC\JC\JNNN NNNNNNNNNgC"1C"1C'?C'? ..... N M , " ~ Q) 2 "* 21 Q)I~ ~~~~c tVlro Q) CO "c ...... C a U5u::8&& 2222 2;~2;<{ 011100 .....-0 N,....N.. ~.,-,.... (J) ~r---~~ 0000 N~NO; 'r .,.... ,.... ~ ~iL5;::;::<( oooo~ U E en E Q) UJ >- UJ ~ Q) > ro E 'C 0.. @ I~ " i or , 1 If- "if? cD - .. - .0" o OJ '3'M" .!!?!' - > T_ ~,_____ Q) --" . n: c ,~. ':- lD , '0,., 'I' '0..' 2 ' 'm -- Q) 0'" :!< o o ~~1L-' Q) - . .~. " -- n: _ .", __ .,._ 6>, -:-::-. 't: f:-:--:-:---,:-:~--:--::-'~~-- '~ : o '0 ~ 19 Q) o '#- o t~ - - C Ol 'w Q) o C ro C :~ ~ 0.. Vl E' ~ OJ ro (5 t C :5.- -,g-' Q) 5 a:: c ~ Q) c- - E ' E ~ ---; 0. U) lI): ..Q E tE' 5 ~ "tJ e; ; <l> co..,_roro ,to ~~;2~ ,:5. C Vl:J ,'C > '6J : Q)'~ ~ ~,U W o n:Q) o'O:cCii "2 : a, 0 .~ f:'~ E; ro ,'w <t= ....-B ; Q) E {j :~ is :0 & .!!! -< . ""I ~r=c w _ C ,~. ' >- C 0 ~ ,ro ' 0 _ ~ Vl ~ ]j ~ ai : .5 : _"5 Vl 'w-ro-.g-~g_E'~ : I Q)-,oo-2:-- Vl-,g. co'" ~--; lI! n: >- OJ ro "_ :J Q)-o-Q)._Q) ,0.. ~ Cii ~ ~ ~ ~ E ~ ~.E ~-~l ro ~.g.~ ~ ~ ~ {J Iii - <{ E ~ 5 '" 0 S ro .r: m c E ~ ~~: _ Q):2 ro II Q) '" ro Vl C b Q) U ~~-a'5~<{~f(lu~CVl, ~ 82f~SVlS"'Q)2:8~' _ o~...... 0 ~ ~ U ll. ~ - r.n (5 :J ~ ~ =u-~-~ ->-- ._:=:_Cii,<{,Q).UJ_O,f;', :: m~0..~2;;; t.r: ~., '0 ~.o.. '0' .'0 '==n- ~ ....._(1)_ ~......-l~_CU-c...U Q)-O-.c:.. ~~ 8 ~tro -'~'~_LL~E~o..~iij::Vjl.;~" --. _' W e g' c,~ .5' C a:: 'm - - -t) -.g -~ ""~ ~, \-: -- .. - --;n' E: , ~ . ~'E ~ : ' . -- . _ IW-~'l1:o...'~. _0'::---- . . '.C 0.. . ---- o -oooL~~ ~ :& ' '1.f1!.. ~--- -- ... .;:p;m- .:<<<'j~_.- ,'~ ~ _ n u , :: ' l"' _ ~ n -1' ' '..:.:: ;.-- ---- -----..--- ~---- --- I l() N T'" o 00 0.. <..> ..q <:) <:) N >- 't: Q) III III Q) :iE '" ~... '0 0.Q) ...... C Q) C to ~"6 c 'g B * ..0 L.. c.. .- U) Q) 10 ~Jl iij~ :5.iij~E n~~E~~EE.r: € OJ:c E Ol:ij E t .!!1 tljct8J5ct8J51'5J.: 1111...~[)o~ ~, " c c o 0 ~':;:J ro ro c'c- ~,~ ~ o 0 0.0 o 0 '0 '0' C C ro ro C C ID ID E E ID ID OJ OJ ro ro c c ro ro :2 :2 t5 U <1) <1) .~ 'e- 0. q.. ------------- 00 D. o .c 00 -c o :s: c OJ. 'en <1). o -0 ~ .~ 0:: c 0> 'en <1) o '0' ~- 'm 0)- .... <1) <1) .a 2 rn 2 IDI ~ {g~~~c tooro <1) ro .- ..... C 01 U5~8&~ -en':' OJ' c" :;:J , c]).J- <1)' ~: 00: 00, <1), 0,' 0' Q: >.' ;S: c' o~-------------------__________ ~: -- c OJ '00 <1) o '0 ~ 'm 0) o ~~~:2 00l0<{ OLOoa ......0 N T"'"'C\J.. """T"'"'T"'"'CJ) "<tr--"<t"<t 0000 ~~~O; .,.....,.....,.... .,.... ~i?)7;:;:=co 0000.,.... u c <Ii E ID t) >, en ~ <1) > ro E 'c 0. @ ..' n. ~. -- ." ___I. --,.. -- L(') N 0r- e co a. U -.:t e e N >. 1: Q) II) II) Q) ~ " -E" '0 ~ D.QJ ~ calC 1- m .~ __ '0 a .8 2 1- .0 8..~ a. 1;) ~ ....ooJlc"'8.c~,....E- co en CO (J) CO -- ~~riE~riEE.c ;::Ol:;:JEOl:;:JEt.~ ro e .~ ~ e 'C ~ 2 ~ wo.oeno.oenentI: ~III"'~D~<> n - m.. 5'c ~.o '.~~ ~.~ '~I' --.-- .:t08-ro-"ijl----Ul.0-QJHQJ.. - . --- - " '- .fro-tf-~.~~ ~~.~~ - C ~ . 'Ul .!; <;: W ~ Ul 'c tJ ~ rl . . 0- Ul_ ,.... C- C-u..- ~-O-O- Ul- ro- QJ- :1_. - - ------:-:-. -::-:-~::-:-:--:-:-:-~-~--:-:-:- ~ ---:-:-~ ~ -::----::-:-;-~-: ~ -: 8:~: 0 .. ~ - ~ - ~ . ~ . ~ . ~ ~.. - - , QJ. .:c-. , -- - .~. OJ-ro"O 1Ili.0> u.O".:2.<(.(f).w---- (f) ro, cc -11....: . ::: u... . nt' Uc Iii: ~~~: - I::' ~ Jr (I) 5 M .~, 5, .Q>~ - -; M . Me. ~.. '. .. M ro ~ .~ Q), c'Vi ~ - 5,l C _,0. - ~ H M __ ~ ' C 0 Q. 0 : OJ III 0 'iij:.2' tl - u:: U. 0 - -0 -, 'iij" 0 - _ - III T ~ ;J' - -. - -- - .. C -0 QJ, C QJ - ~ 0 '0 ./:> . .. ... .!!1 mro- III '-:ro '.2' 0- ro :1--' Ul. -. .-. . .. o..Ul ll~~'Ul .~~~'-c d - --- .. OJ5 .3~~:~~-:ii'M- !.rl'8-U~:J'-' ---.... - c . a. .__ ....- ....' -- -- ...., .ti-""-~- .,~:J.~~'5.~~g~i3~Et~_~ - "'- .. .. .;"" - -... . - .. ffi ~.C - -~;U.d:-:2-~.~:w-u:: - - - -::--:--:-::;:3... -....-....g.-~-~:--: _-.-: _. .; _ __ '__. . 0 <POol.... I I -:- Q) M' (f) (J) 0 - - -'. ~ _ _ __ .:. .;:g 5"5"5" - H' ~ - ....--. . Ul..gC c tl,tltl ; . J _ - t!1.. ,0: .~ a,.2'. S.s ~ ,_ " _ it co ,,-a> --U)Cc(/)U)VJ I I -U ; 0 0 ~ ~ ~ .~ .~ 5 5 c : ~ ro C -0 .- 0 _ QJ Ul U U 8 ' , 0.. OQJCUl moQJ , - ~ 5 ;:s ~ .2' r3 13 c _ 0 c c c , : ro lij:OWgJUl'C-t~13~~~ . ' 0- OJ7 -0-0- Ul- ro-2- .2-'c-'E-'--'E . c >-:to C 0 - ~ i3 :c II tl .- .!;; .- ~ . Q) ~ ~: ~ ~ :~ e - $ - U - E - ~ - ~ ~ ~ - .~-~-..s<~-('") U 0.. .2 ~ (f) w Iq..-Iq.. 0.. ~ ~ ~-~~i~ 'I-i ~ ~, ' ~ 0: . , -:I 1011 . , ~ , - - ,...........- . , , , - , - , , - , . , . , , , , . , .MM_____....._~._~_M.. _ .~~ _. _MM. M~. _.. ~.. '_M_ --."-~7- ~H_ u_...~"_.__.. M.____'._HW__~_H__..__ ~ . M - - . - . - M'''' .. .. .. .. _ ~ M" n _ M _ _ ,. M . .. _ _. .... M .. _ M M ,_..... ~ _ M ~ _ _ _ _ 4 M _ .. . ". ~ _ M _ _. _ _ .. _ " _ ~ _.. . .. M M M _ _ _ _ .. _ _ _ _ _ _ _ _ _ . . . ~ ~ ~_OO".__"""__MOO __ ......... M. ,_ _~~"_ MOO. ". .~_M.~...._.....__..~ __.._._~.__ ,"___n_ _ __ ..__..M_____.__ . .. . .. . - - .. -,n _ .. _ _ .. .. _ .. . M.. .. 4 _... h " _ M . + .. _ ~ .. . . _ .. M . _ M + _ ~ .. . . ~ . . _ 00 .. _ _ 00 . .. _ _ ,. _. . _ _ ~ .. . . .' . _ + ~ .. + _ _ _ _ _ _. _ _ _ . .. _ .. ~ _ _ . - . - .. M .. . - - . - ," - . .. .. .. .. _ ,. _ _ " M" - ... _ .. .. _ . _ .. _. . _ _ -; ., ~ _ _ _ _ _ _ _ ."; _ _ M _ .. .. _ .. ~ .. _ M _ . .' ,. M.. _ _ ~. ~ .. _ _ .. _ ~. ~ ,. _ .. + .. .. .. .. - .' . -,.. 00 . .. ~ - - .. W - - .. -.. ~.. - k .. _ _ _ ~. .. ~.. . _ . . . _ . _ _ _ W .. ~ M " _.. _ ~ _ _ _ _ _ . . _ _ . .. _ 4 . _ .. ~ _ _ ... ,. 00 00 . _ _ 00 _ _ _ _ _ _ ~ .. _ .. ~ _ . _ W W .. M k . .. . . , , .. : '..:::..:::::::::: ..-::::::::: - : . :: :: :: :::: -.. - -:::: . :: -:. ~ -..::::::::: :::::::.::::.:: : ..:::: : -:: ::: - : ::: :::::::: . :: :: , I ~ ... .._-.. ...:h_...._..'._..~M..~M...M_...._ .....- .... _w.~~__ -~-'!-~ .... ..- ----t.. ...- ..M....~__.........~..___ .._M____.._ ...__.._~ ,wk__ ..---. ..._...._..W . .._..~oo... ...._..w..~ .,..M ___ _ "4.~n_"~__H _..___...._M_..W,.~_. ._~__ooM_.. '_~_4 M_______..._M___ ~ , " . ._...._.._...'....w....___....__~~__..__.._ _"'.'''_.''4 "_~_ ..-~-...4._-------.,f-w-_ _~_. ....k~. OO__,'W",._ _____.. .._~_~.. , " , . , - . . 8888888888888888888888888888888888888 . o:i r.D o:i r...: o:i "'<i 0 0 0 r.D N o:i r.D 0 o:i 0 "'<i r.D "'<i 0 *' N r...: .,..: "'<i 0 0 "'<i r.D .,..: 0 to .,..: r...: .,..: ~' N . OOOO~~OON~roro~NOO~~Nill~~OV N~~~ONN~O~~N~~ ~ ., N ~ ~~ ~ VO~ ~~VM N M ~ro~~MN~N ~ N . ri ~- M T-- .. . ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ . ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ NOT""" N 0 0 0 0 0 0 0 0 0 0 or- 0 N ~ ~ .,- -r- ~ .,- ~ " 0 MaC"? M M ("') C"') C"? cry N 0 ~~~~ro~rororo~rorororo~~ddOddddOO~~~~~NN~NNN~ OOOOOOOOOOOOOO~~~~~,,~,,~~~~~o~~,,~~~~oo ~ ~~ ~ ~~~~~~ ~VV~ ~~ ~~ ~~~~ ~~~~~ ~ ~ ~~~~ ~~ ~~ c 0000000000000000000000000000000000000 . ro~~m~~~~~~~~N~mmm~~~~~~~~~~o~~~~~~~~~ ~NNO"-~~~~~~NO"~~~MMMM~~MM~~M~~~"~~~NN ID~~~WIDIDID~~~~~roooo~rororo~ro~ro~~N~~~~~~~~N OOOOOOOOOOOOOO~~~OOOOOOOO"~~~~~,,~~~oo LOOLOO'" ~OOO~OOLOOOOLO'" LOI.()LO~LOI.f)LOOI.f)LO'" LOLO~LOLOl.()OO '. NC"?"-"-~ ~~v ~"-NvN.,- ~("')(T)crycryC"?(Y)(I')N(,,) ~("}("}(T)(I')M('I')N"- . . . .. c ro 0:: Ul Ul ........ OJ c c:: en c .0 c 0 en c8 ~~~ ~ .!!1iUl8 gID . ~~.c 8 ~~~ ro :c :1 ll;;: . OJ .- .~ ~ C . .g> ro g ~ ~ ~ '5 ~ ro .g2 UlQJ ~.g (f)(f)Oc .g C(f)Q.oc....Clo ~ . '- 0 ..0 Q) '- ~ ..s~ ~~~~ e ~550: ~ u -OC tltltl<1l o..c QJ:tO""~c :1 , ro roCOJ C ;J22Qi:;:~OJ C (f)llllOOJ C (f):;: .. 0.. >-Ill .~ 0 .- C OJ ./:> (f) III 0 .- C OJ C 2 2 C .- C OJ III C ,- ~ .2"Vi c c U) en t) ........ '5 c :fi .~ 'tij ceo ........ ........ .2 ~ .2'.Vi c c C .- 1) (: .c .!; 0 C Ul QJ .2' OJ C C C C QJ 0 0 C Ul <1l .2' OJ "" ~ ~ C 0 C Ul III .2' OJ III a; ro =:J t) 0. en Q) 0 U) .- 8 8 0 Q) a:: 'c en Q.l 0 U) .- l) 0 0 '5. 0) Q) 0 CI) .- E '- 0(f)20-o ~0_<1l~ UEUl-U ~O-<1l~;JUUOU ~O_QJ~:1U III 0 QJC<1l-roOo-,., -,., <1lQ.<1lCIll-roOO./:> <1lCIll-roO u c~QJC~90~~_ ~CL~-oO~90r3~_ Ulro~ro~~or3~_ooa 1ll(f)0!WUlUl~tl~13!!~~OuwUlUl~tl~138c~~~-UlUl~tl~ro02 E C C 'E- 0 c3 Ul ro 2 .2 'C '-E '-E 'E- W U 2 0 ~ Ul ro 2 .2 'C u.. u.. u.. ~ ~ Ul ro 2 .2 .U C d Q.OJrn m.c_.'~ --ro Ill.c'-ll~_~__ Ill.c_..~rn .- .- ,- == 0 - 0 u .c ..... U :.= := := CO No:: 0 u..r: u CO - '+- -- Q:: <..) U .c .... U ,- - ~ ~ ~ ~ ~ :~ e Q) ~ ~ ~ ~ ~ ~ c ~ R ~ .~ e Q) ~ ~ ~ c ~ ~ e ~ ,~ e Q) u ~ Q) ~ ~ WOO 0.. g U 0.. :2 <( (f) W 0.. 0.. 0.. II --I :J ~ U 0.. :2 <( (f) W u:: 0 0 0 al U 0.. :2 ~ (f) W 0 II "-NM~LOro "-NMv~~ "-NM~~ro 0)0)0>0)0>0)0"", <cicO<riID<ri<ri~ ~~~~~~ . Ell ~ 8 ~ gg g g g g g g g ~ M M ~ ~ ~ ~ c:; c:; M M M M M ~ ~ ~ N ~ ~ ~ ~ ~ ~ ~ ~ .. C")C")("'){"')C") ("')("')C")("') ("')MMM C'0M c.. <1l 2 "* 21 QJI~ ~~~~c tU)ct1 Q) CO 'c ........ c OJ iiJu:~&6" ~~~:2 00>0<( 0li"l00 ......0 NT'""N ,. T"""T"""~O"> ~r--.~v 0000 01:;:::010; "~or- ~ ~~~~~ ~ C .S .0 o Q. Q.QJ ........ C ID C Co Co .6 ........ '0 B ~ .0 L- .0 a..~ n CI) Q) c..Ul2cUl8.C~'-: ro Ul ro Ul ro .- E ~l!?13El!?~EE.c -c OJ:to E OJ:to E t .!!l ro e 'C ~ e 'C ~ ~ ,S wo..U(f)o..U(f)(f)LL ~III"'IH>~~ 10 N ..... o 00 0.. U '<;f' o o N :>. i::: Q) III III Q) :!: c..i C ui E III U; >- (f) ~ QJ > ro E 'C 0.. @ .'.<nO! "'^.~".... ..:.'..;....... ..' .... . ....... ;~~1 ....:Iy:.~ ',:K>~ . Oil! ".,,:"~ "10 ',!..::fj :m~ ~I ~)::~ ~.::~ :~.;~~ jti II ;ltl ,'<ft:ii:~ '::::g.:~, ';X:i;~ ,,:)~,,~ -::~,'l:; ~~i ,ill \:;.'! ),~:I '1}:l "<l:';,f ".:\~(i '.'i'mi~ :~":"'. 1'.10...... ,., --- _.l._____ --T- ~ en o U en a> g>:5 en ';i: 2 i3 i:! e ""00. rJ.c'O ~ 0 "0"'5 5 c . ~. 2:s .~ c C ,OJ OJ .- C o 'c.;; .!!l :: E .~ .0 > :J l!l (fJ L.. ~ U C a ~ ~ i3 _ o (l] o C c iI OJ 'c.;; l!l o L.. a> l!l .0 2ro-SlDg {g~~~c ]j .!!l ~ C g) U)~c3&~ ~~~~ 0.<(0. 0010 0"'00 ......0 Nor- N.. or-or--r-OJ '<1"1'-'<1"'<1" 0000 N~NO; or- T- .,-- .,-- ;::L?5-;::;:::co OOOON 10 N T"" o 00 a. u -::t o o N >- 1: Q) en en Q) :2: u C iii E a> ~ (fJ i:! a> > (l] E 'C 0. @ ~ ~ c .S '0 o a. a.QJ ..... ca>c: L., ~ .S ..... '0 a .9 2 ~ .a g,.~ a. t) ~ ~~E[ij~8.[ij~E ~[l!r3E[l!r3EE.c ffie~~e~g~:~ LUo.U(fJo.U(fJ(fJu.. DIII~~[?~~ 0 0 0 <:> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ci ci 0 ci ci ci ci ci ci ..- 0 ..- q .- II) r-- II) II) II) II) II) II) II) 0 0 0 0 0 0 <:> 0 0 ;::: -. -. N ~ N <:0 <3 -- .- (') (") 0 .- .- N ..- 0 0 .,- .,- -- it; it; N M -- ~ li5 it; (") II) 0 0 0 0 0 0 0 0 0 II) Ii) ~ '<t II) II) II) II) II) ~ 0 ~ ~ 0 0 0 0 0 .- M .- ..- ;::: ~ ;::: en <3 N .- 0 0 0 .,- 0 0 .,- N it; N N M M ~ it; -- II) 0 0 .- ..- 0 0 0 0 0 0 o . 0 II) II) .,- ..- C"l ..- N CO CD (") Ii) .- .- r:: .Q "0 r:: 13 1 0 ~ .(;; ro - V) ::l 0 'E Z r:: .0 ell 0 ::l ct C :p (f) U <U .g ... 0 "0 C 0 :p r:: ell Ol t) il r:: <1> E 1: l:! :s 0 E :p E a - I/) c V) l:! Ol <1> i:5 8 0 c u 0 <U OJ 0 :c '1: u c c- .S <1> r:: r:: ~ a; 0:: (.) Ol <1> OJ ~ OJ ~lI) 0 E 11. <1> r:: .(;; :p :2 'c <1> () a <U <1> r:: Cl E "0 Q) .;;; 0 CIl ,: 0 r:: "0 c- <1> ro E '0 I/) 0 Q) ~ 0 0:: r:: "0 r:: ::l :E! 0 "0 "0 ~ "0 "0 IT: J: III 0 i1i <( Q. i1i i1i v Ii)O~ N (") v II) CD N ~ 0 00 0 (") N 0 v v"" ..,. C"l ~ ... ell <1> .0 2ro2lJ)~ .{g~~~c ffi .!a 19 c ~ +-' .~ co :J co lI)LLOO::a.. ~~~:2 00)0<( 0\000 ......0 Nor- N.. -r- -r- T""" 0) vr--'<t~ 0000 N~Nen .,.... T""" T""".,.... ~Ln~;:<{ 0000('1') U r:: ui E .& I/) > lI) l:! <1> > <U E 'c 11. @ ,~ .. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ." I I " I ,I, I ,I '( I : I " I I " , I I " ., I I I .1. I It') N T- o 00 a.. C3 'V o o N >- 1: Q) II) lI) Q) ~ - _ C .S '0 o C- C-QJ ..... c<VC '- Co .~ -- '0 5 .9 2 L.. .0 &.~ a. 1;) ~ ... ",ro(:-", 0(:-<1>= ro",.o<u",C-ro=E .o~~E~~EE.c € OJ:p E OJ:p E t .!!1 co ~'C ~ e.c ~ 2.5 Wll.O(f)Q.O(f)(/)u.. QIII....~D~4> 1: ~ - o c o :;:l III "0 C ___ OJ en : E .~ 5 : ~ i:: :;:l , 0 Q) ~ : & %c ~ gi~ .~ 2 g: 'c'~ :g ('3 lll' ~ & ili~c-g, 0"0 .I. III 0 Q)' Ol :0 .- T. :J:;:l"O.c-m - - :b-,g.~~~]:~ 0:: U; ;:2.J lJ o (5 ::2 1:5 ~ ,..a c ,J ,g: Q) , ~ c E :0.. o ~ ,.-a ug J c 0 ~ 2:2 II: 0 m IL JI +. + n. --. '. L- Q) Q) ..a $ro2Q)~ ~~~~c: 1ij .!!l .l!l c g;, U5if~ri& :2:2:2:2 g,~g,-< 0(1)00 ......0 ~ T""" N.. "1"""""1"""""1""""0) "<ti'-"<t"<t 0000 C\j:;::C\jC;j T""" T""""" T""" ;::l?5;::;::m 0000(") I() N ...- o co a.. U ~ o o N >- i: Q,l rn rn Q,l ~ ~ c .~ '5 o a aQJ -' ewe '- ffi .~ ~ '0 5 .9 2 '- .Q 8..s c. U) ~ ~~jg~~8.~~E ~~~E~~EE.c 'C Ol:;:l E Ol:p E t.!!l ro e .~ ~ e 'C ~ ~ .~ wo..ucno..Ucncnl1.. DIII....~DOO U E