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