Loading...
HomeMy WebLinkAboutAmendment No. 17 to Agreement with Camp, Dresser & McKee, Inc. :J. 00 1:,- ;J b <; / ~ (f(~t;- /,;;/0? AMENDMENT NO.17 TO THE PROFESSIONAL ARCHITECTURAL AND ENGINEERING (A I E) SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND CAMP, DRESSER & MCKEE, INC. DATED DECEMBER 6, 2006 FOR THE PROVISION OF ADDITIONAL PROFESSIONAL SERVICES NECESSARY TO REDESIGN THE SOUTH POINTE WASTEWATER BOOSTER PUMP STATION PROJECT. This Amendment No. 17 to the Professional Architectural and Engineering (AlE) Services Agreement (Agreement) made and entered this 6th day of December, 2006, by and between the CITY OF MIAMI BEACH, a Municipal Corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139 (hereinafter referred to as City), and Camp, Dresser & McKee Inc., having its offices at 800 Brickell Avenue, Suite 710, Miami, Florida 33131 (hereinafter referred to as Consultant). RECITALS: WHEREAS, pursuant to Resolution No. 92-20510, dated July 8, 1992, approving an Agreement between the Mayor and City Clerk with Consultant, for Professional AlE Services for the South Pointe Wastewater Booster Pump Station (the Project); and WHEREAS, the Agreement provides for the Planning, Design, Engineering Services and Reimbursables for the Project; and WHEREAS, the Agreement was executed with in an amount of $31,000; and WHEREAS, Amendment NO.9 to the Agreement, in the amount of $488,205, was approved pursuant to Resolution No. 2001-24243, for a total fee of $519,205; and WHEREAS, Amendment No. 16 to the Agreement, in the amount of $223,941, was approved pursuant to Resolution No. 2004-25680, for a total fee of $223,941, for a total fee of $743,146; and WHEREAS, Amendments NO.9 and 16 are the only Amendments pertaining to this specific project; and WHEREAS, at this time, the City has negotiated Amendment No. 17, for the provision of additional services relative to the redesign of the project, presentation of the new 30% design to the DRB, and to manage the project design through the permitting and construction procurement SP Booster Amendment No 17.doc Page 1 of 3 phases; and WHEREAS, this Amendment No. 17 increases the Agreement fee by $624,551, for a total fee of $1 ,367,697. NOW. THEREFORE. the parties hereto, and in consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and valuable consideration, the respect and adequacy are hereby acknowledged, do agree as follows: 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment No. 17. 2. MODIFICATIONS The Agreement is amended to provide the necessary additional services required to re- design the project; present the new 30% design to the DRB; and manage the project design through the permitting and construction procurement phases, as defined by the attached Camp, Dresser & Mckee Inc. Consultant Service Order, dated September 12, 2006, in the corresponding negotiated amounts of $402,420 for design; $50,000 for design contingency; and $168,599 for permitting/bidding, for a total of $621 ,019, plus an additional $3,532, for reimbursable expenses; for a grand total of $624,551. 3. OTHER PROVISIONS All other provisions of the Agreement remain unchanged. 4. RATIFICATION The City and Consultant ratify the terms of the Agreement, as per this Amendment No. 17. SP Booster Amendment No 17.doc Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have aused this Amendment No. 17 to be executed in their names by their duly authorized officia a of the date first set forth above. ATTEST: City~~ ~M-~ Robert Parcher ATTEST: f ~~- Secre ry: \ kr'f; CI 'A \J. 'b 0 Nl\ (jJ~~ N' Print Name MI BEACH, FLORIDA CONSULTANT: CAMP, DRESSER & MCKEE, INC. Bt~ VUe/President Vtv~ J. 16-jfl,'tr Print Name (/ T:\AGENDA\2006\dec0606\Regular\SP Booster Amendment No 17.doc SP Booster Amendment No 17.doc Page 3 of 3 APPROVED AS TO FORM & LANGUAGE & FOR CUTION tto:".y~~~ CDNI 800 Brickell Avenue. Suite 710 Miami. Florida 33131 tel: 305372-7171 fax: 305372-9167 HAND DELIVERED September 12, 2006 Mr. Jorge E. Chartrand CIP Director City of Miami Beach Capital Improvements Project 1700 Convention Center Drive Miami, Florida 33139 Subject: Water and Wastewater Pump Station Upgrade Amendment No. 17, South Pointe Booster Pump Station Dear Mr. Chartrand: CDM is pleased to present our proposal for Amendment No. 17 for the South Pointe Booster Pump Station under the Water and Wastewater Pump Station Upgrade Program. This proposal and associated scope of work is based on our Master Services Agreement, prior Amendments, the currently proposed site and single story structure, and contract time (Schedule A). The day to day contact on this assignment will be Ignacio L. Lizama, P.E., while Andrew Lynn, P.E. and I will remain involved, as needed. STA, will remain as our architectural subconsultant while we will bring on board an acoustical engineering firm that CDM has worked with in the past. We appreciate the opportunity to assist the City. If you have any questions, or require any additional information, please call our office. Very truly yours, ~~(j) Victor J. Pujals, P.E., J Vice President Camp Dresser & McKee Inc. VJP /km File: NB-MB Enclosure o~b ._~ {JC! /2- 2.006 KM2520.ltr.doc '":) . },' s- S {?U}WYY\ \Joo&tGY" I .~ consulting. engineering. construction. operations CDNI Mr. Jorge E. Chartrand September 12, 2006 Page 2 cc: Carla Dixon, CMB-CIP, w / encl. Hiram Siaba, CMB-CIP, w / encl. KM2520.ltr.doc CITY OF MIAMI BEACH CONSULTANT SERVICE ORDER Dated: September 12, 2006 TO: Camp Dresser & McKee Inc. 800 Brickell Avenue, Suite 710 Miami, Florida 33131 RE: Amendment 17 to the Agreement between the City of Miami Beach and Camp Dresser and McKee, Inc. dated July 21, 1992 Pursuant to the Agreement between City of Miami Beach and Camp Dresser & McKee Inc. (CDM) for Professional Services, dated July 21,1992, (Agreement) the parties desire to amend the Agreement to retain the services of CDM to provide final design and permitting/bidding assistance of the South Pointe Booster Pump Station. This project is part of upgrades of sewer (wastewater) pump stations throughout the City. The services provided are more particularly described in the attached Scope of Work: Project Name: South Pointe Wastewater Booster Pump Station Calendar days to complete this work: 14 months from the Notice to Proceed to Bid Advertisement. Fee for this Service Order: Total Amendment No. 17 compensation for CDM services will be as follows: Basic Service TASK DESCRIPTION AMOUNT BASIS A Design $402,420 Lump Sum B Contingency $50,000 Upper Limit C Permitting/Bidding $168,599 Upper Limit D Reimbursables $3,532 Upper Limit TOTAL $624,551 Upper Limit X Additional Service X Reimbursable Expense X ACCEPTED: I~f Date Camp Dresser & McKee Inc. ~fV Victor J. Pujals, P.E., DEE Vice President '!j;~/o~ Date ~fh N:\KM2491.CSO.doc 9/12/2006 EXHIBIT A PROJECT SCOPE AND BUDGET FOR SOUTH POINTE WASTEWATER BOOSTER PUMP STATION PRELIMINARY DESIGN MEMORANDUM UPDATE, DESIGN, PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS AMENDMENT NO. 17 September 12, 2006 PROJECT: New Wastewater Booster Pump Station located at South Pointe on Miami Beach. PROJECT BACKGROUND: As part of the design of the Pump Station Upgrades preliminary design in 1992-1993, the City and CDM concurred that the least disruptive and most economically feasible option to meet the Level of Service for the wastewater transmission system was to construct a single new booster pump station at the downstream end of the wastewater transmission system in lieu of major structural and electrical upgrades at six existing pump stations. This option provided the benefits of greater operational flexibility for the City and lower force main pressures throughout the entire system, resulting in decreased operation and maintenance costs. CDM was authorized the original design project work under Amendment No.9 of the Water and Wastewater Pump Station Upgrade program. A preliminary design report (PDR) for the proposed South Pointe Booster Pump Station (SPBPS) was submitted on May 13, 2002. The project was subsequently designed to the 30 percent level, with a submittal dated November 2004. However, the City requested changes due to the magnitude of the estimated costs of construction and various site and aesthetic issues at this location. As a result, Amendment No. 16 was authorized. This re-design amendment included a letter report update to the PDR and final design of an in-line, 98 MGD (peak), partially underground, variable speed, two pump (one service, one standby) 1,500 HP wastewater booster station and 54-inch diameter station by-pass force main located entirely on the former water tower site at First Street and Alton Road. The project included an electrical! control room, instrumentation, on-site generator/fuel tank, SCADA interface, noise suppression, and architectural and landscape features. This amendment revised the design and permitting activities of Amendment No.9. The bidding services and balance of the reimbursable allowance remained from Amendment No.9. The City held three Community Design Workshops (CDWs) between April 2005 and April 2006 to present the proposed pump station design. CONI A-1 KM2491.exh a.doc 9/12/2006 These workshops were attended by area residents, owners and business owners. On the first CDW held at South Pointe Elementary School, the two-story "Chess Park" scheme was presented. As a result of concerns expressed regarding the height of the structure, security, and other aesthetic issues, the design was revised and a second CDW held at Monty's Stone Crab on June 2005 to present diagrams of one and two story schemes. After this presentation, it was agreed to change the design to that of a single story structure. On the third CDW held at the Miami Beach Police Station, the single-story "Passive Park" scheme was presented to the community. As a result of community concerns, this amendment also modifies the design and permitting activities previously included in Amendment No. 16. PROJECT REFERENCE: Agreement between the City of Miami Beach and Camp Dresser & McKee Inc. (CDM) dated July 21, 1992, for professional engineering services for the upgrading of sewer and water pumping stations. SCOPE AND BUDGET: CDM will perform the additional work tasks described herein at the fees and costs listed for final design, permitting and bidding assistance. Proposed labor hours are provided by task in the following pages. This scope and budget supplements the scope and budget previously approved under Amendment Nos. 9 and 16. BACKGROUND The City of Miami Beach (City) is approaching completion of the construction of rehabilitation improvements of its existing wastewater pumping stations upstream of the proposed SPBPS. The flows developed by others in the Year 2000 Comprehensive Plan prepared by the City of Miami Beach Planning and Zoning Department, (October 1989) will essentially exceed the capacity of the equipment being installed in the Pump Station Upgrades Project scheduled to startup in late 2006 without the addition of a new in-line booster pump station at South Pointe. It was previously analyzed that the required mechanical, structural, and electrical renovations needed for the Pump Station Upgrades Project would have been cost prohibitive and economically disruptive without the addition of a new in-line booster pump station on the southern end of the wastewater transmission system. Further, the new pumps being installed under the current Pump Station Upgrades Project were designed specifically to work in concert with the new booster station and will not properly operate without the SPBPS, especially during peak demand conditions. At the 30 percent design level, the City held three Community Design Workshops (CDWs) to present the proposed pump station design as discussed above. These workshops were attended by area residents, owners and business owners. After the first two CDWs, revisions were made to the design of the station to address recommendations made at the CDWs. As a result, the City requested that the design be changed from a conventional two-story structure to a one- story structure that mirrors many of the architectural features of surrounding buildings. For CDIVI A-2 KM2491.exh a.doc 9/12/2006 these reasons, the City has requested CDM to provide a scope and budget (described below) to revise and finalize the design of the recommended booster pump station and allow for compensation for the additional design and permitting effort expended to date. The City also requested that CDM retain an independent Acoustical Consultant to provide expert assurances that noise generated at this facility will be minimized to a practical extent. A. DESIGN SERVICES (AMENDED) A.l Design Services and Production of Contract Documents 1. Preparation of an updated letter report updating to the design memorandum with the latest flow estimates, applicable sketches and renderings for the booster station, including landscape drawings, presenting the revised layout option, and preliminary opinion of probable cost. Technical review of the submittal with City DPW and CIP staff will be undertaken to form the basis of final design of the pump station. The design memorandum will also include a section related to initial findings and recommendations from the Acoustical Consultant on how to control sound produced by pump station equipment in order to comply with noise limits established by The Code of the City of Miami Beach, Article IV (Noise) Section 46 154(c). 2. Preparation of EJCDC-based contract documents, 16 division CSI based specifications and approximately 86 contract drawings, per the List of Drawings provided in Appendix A, describing the design and construction of the new wastewater booster pump station. 3. Preparation of an opinion of probable construction cost at the 60 and 90 percent completion point. Perform constructability review at the 90 percent completion point. 4. Three coordination meetings with City Planners and coordinating with other projects in the area. Requested revisions to the design following the submittal and acceptance of the 60 percent construction documents by the City, if any, will constitute additional services (see contingency). 5. Attendance at periodic (up to 5) progress meetings with the City during the course of the 10-month design phase of this project. 6. Through an Acoustical Consultant, conduct environmental sound modeling to determine existing and projected sound levels at all neighboring properties, and make noise control recommendations for the pump station's equipment in a conceptual design report. Present findings at (up to 2) public meetings. Site Survey and Geotechnical subsurface investigations of the project site have been completed and are assumed to be valid for design and permitting purposes. Deliverable will be three sets (1 reproducible) of plans and specifications in MS Word format and AutoCAD plot files (Version 2005 or latest) for City procurement to produce and distribute as Owner. The City will CONI A-3 KM2491.exh a.doc 9/12/2006 provide CDM three copies of the bid, all addenda, and six copies of the executed contract documents. The total additional authorization for Task A, Items 1 through 6, is a lump sum (LS) amount of $402,420. This amount includes other direct costs (ODCs) previously listed in item D-l. Design Services (Lump Sum) Subtotal CDM Labor Outside Professional Services Architectural Landscaping/ Irriga tion Survey Acoustical Control Reimbursables (ODCs) Total Task A (LS) Credit for Remaining Funds Total Task A (LS) Authorization B. CONTINGENCY (NEW) Cost to Complete Amount $468,585 $95,000 $2,652 $2,518 $32,100 $27,690 $628,545 ($226,125) $402,420 B.l Provide a contingency to cover additional services as authorized in writing by the City. CDM will not use the contingency without prior written approval from the City. The total additional authorization for Total Task B is an Upper Limit (UL) of $50,000. C. ADDITIONAL SERVICES (AMENDED) C.l Provide additional permitting services related to the three Community Design Workshops through 8/31/06. Through an architectural subcontractor, CDM will prepare and submit a DRB (Design Review Board) application and up to two (2) presentations. This submittal includes preparation and submittal of the application forms, mailings to potential affected parties, and presentations to the Board. All related permit fees shall be paid by the City. C.2 Provide bidding services in accordance with the original scope of work. The upper limit of this task represents the difference in the hourly rates from the original date of the scope of work for Amendment No. 16 (2004) to the date of the scope of work for this amendment (2006). The total additional authorization for Task C is an Upper Limit (UL) of $168,599. This amount excludes Reimbursables associated with permitting/bidding which are addressed as Items D.2 and D.3. CDIVI A-4 KM2491.exh a.doc 9/12/2006 Task C.l C.2 Permitting/Bidding Assistance Services Cost to Complete Amount CDM Permitting Services (UL) Outside Professional Services Architectural (DRB) Landscaping (DRB) CDM Bidding Services (UL) Total Task C (UL) Credit for Remaining Funds Total Task C (UL) Authorization $84,510 $36,134 $2,500 $45,460 $168,604 W $168,599 D. REIMBURSABLES (AMENDED) The total additional authorization for Task D is an Upper Limit (UL) of $3,532. The reimbursable budgets for the various tasks are as follows: Task D.2 D.3 ASSUMPTIONS Permitting/Bidding Assistance Services Cost to Complete Amount Bidding Services Permitting Services Total Task D (UL) Credit for Remaining Funds Total Task 0 (UL) Authorization $2,155 $2,915 $5,070 ($1,538) $3,532 1. There will be no setback requirements for the pump station or underground structures at the site (see Exhibit D) with respect to the property line. City to confirm or undertake the necessary approval process with the pertinent City Departments. Approval is essential prior to the construction of the proposed facility. 2. The pump station will consist of a single story structure with five individual rooms, including a pump/motor room (partially below grade), a generator room, a FPL transformer room, an electrical room, and a storage room (see Exhibit D). The schematic architectural layouts prepared for and presented at a meeting with the City Manager on May 23, 2006 and the August 22,2006 community meeting, will form the Basis of Design, with the exception that the fuel oil storage tank for the generator will be located outside of the structure and buried at the south end of the site. These layouts were previously prepared, presented and modified as a result of three Community Design Workshops. However, it should be recognized by all parties that there is a need for detailed review by all the other design disciplines, including an Acoustical Consultant, before proceeding with detailed design. As a result of this review, there may be a need for further modifications of the current schematic architectural layouts. CONI A-5 KM2491.exh a.doc 9/12/2006 CDM recognizes and agrees to present and review any such modifications with the City before proceeding with detailed design. 3. As a result of locating the fuel oil storage tank outside of the building, there will not be a need for a fire protection system inside of the pump station. 4. An Acoustical Consultant will be retained to provide recommendations on how to control sound produced by pump station equipment in order to comply with noise limits established by The Code of the City of Miami Beach, Article IV (Noise) Section 46 154(c). 5. There will be up to two DRB applications prepared and presented to City's Design Review Board. 6. The existing overhead FP&L power lines crossing the site will be relocated underground and circumventing the SPBPS site. CDM shall show this item as part of the Site Demolition Plan. DATA OR ASSISTANCE TO BE PROVIDED BY THE CITY 1. Locations of all existing underground, on-site utilities including as-built drawings and results of any soft-digs in the area of the proposed improvements. 2. Existing related project drawings, including record drawings of existing facilities not already available to CDM. 3. Assistance in discussions with regulatory agencies and City Boards. 4. Submittal of documents to the various City Departments for review and permitting prior to bidding. SCHEDULE Assuming reasonable durations for the Departmental and Board reviews, etc., the following schedule outline is proposed: Milestone Time to Complete (as measured from NTP) 1 month 3 months 5 months 7 months 8 months 14 months Revised Preliminary Design Memorandum 30% Design Review Submittal 60% Design Review Submittal 90% Design Review Submittal 90% Submittal to Building Dept. 100% Contract Documents (Advertise for Bid upon Building Dept. Dry Run Acceptance) CDIVI A-6 KM2491.exh a.doc 9/12/2006 SUMMARY OF COMPENSATION Total Amendment No. 17 compensation for CDM services will be as follows: TASK A B C D DESCRIPTION Design Contingency Permitting/ Bidding Reimbursables TOTAL AMOUNT $402,420 $50,000 $168,599 $3,532 $624,551 BASIS Lump Sum Upper Limit Upper Limit Upper Limit Upper Limit This Amendment No. 17 is for additional services under Tasks A, B, C and D in the Upper Limit amount of $624,551. The original Amendment No.9 dated March 15, 2001 associated with this project was for a total compensation amount of $488,205. Amendment No.9 included Tasks A.l (Design), Cl (Permitting), C2 (Bidding), and D (Reimbursables). Amendment No. 16 dated October 7, 2004 was for a total compensation amount of $244,575. Amendment No.16 increased the scope and compensation for Tasks A.l (Design), Cl (Permitting), C2 (Bidding), and D (Reimbursables). This increase to Tasks A, B, C and D will result in a total Upper Limit amount of $ 1,357,331 for this project as shown on Exhibit C PAYMENT CDM will submit monthly invoices to the City. Each invoice shall include a monthly written status report. Invoicing for the Lump Sum, Task A, will be based on the percentage of completion of the task. Invoicing for the Upper Limit services, Tasks Cl and C2, shall be billed on a time and materials basis at CDM's prevailing rates, see Exhibit B, plus sub-consultant professional services fee. Invoicing for the Upper Limit reimbursables amount, Task D, will be at actual costs. The contingency amount will only to be used if authorized in writing by the City. Any authorized Upper Limit amount will be at the sole discretion of the City. CONI A-7 KM2491.exh a.doc 9/12/2006 EXHIBIT B CDM SCHEDULE OF HOURLY BILLING RATES July 31,2006 HOURLY CATEGORIES RATES PROFESSIONAL SERVICES OFFICER $180.00 PRINCIP AL/ ASSOCIATE $160.00 SENIOR PROFESSIONAL $130.00 PROFESSIONAL II $110.00 PROFESSIONAL I $95.00 PROFESSIONAL SUPPORT SERVICES SENIOR SUPPORT SERVICES $105.00 STAFF SUPPORT SERVICES $75.00 FIELD SERVICES SENIOR PROFESSIONAL $95.00 PROFESSIONAL $65.00 PROTECT SUPPORT SERVICES PROJECT ADMINISTRATION $65.00 CONI B-1 K1\12491.exh b.doc 91l2/2006 EXHIBIT C COM FEE PROPOSAL ITEMIZATION FOR SOUTH POINTE WASTEWATER BOOSTER PUMP STATION PRELIMINARY DESIGN MEMORANDUM UPDATE, DESIGN, PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS AMENDMENT NO. 17 A. DESIGN SERVICES Category CDM Labor Hours CDM Labor Services Outside Professional Services: Geotechnical Archi tectural Landscaping Survey Noise Control Reimbursables/ODCs Payment Summary September 12, 2006 Amend. 9 & 16 4,027 hrs $482,885 Cost to Complete 3,956 hrs $468,585 $3,500 $89,500 $2,500 $8,500 $0 $24,263 $611,148 $0 $95,000 $2,652 $2,518 $32,100 $27,690 $628,545 Task A (Amend. 9 &16) Paid to Date Remaining Funds $611,148 $385,023 $226,125 Additional Funding New Task A Cost to Complete (Table A.l) Credit for Remaining Funds from Amends 9 & 16 Additional Authorization (Amendment No. 17) $628,545 ($226,125) $402,420 Total Task A Authorization - Design Services Task A (Amend. 9 & 16) Authorization Additional Authorization Total Task A - Design Services C-1 CONI $611,148 $402,420 $1,013,568 KJv12491.exh c .doc 9112/2006 B. CONTINGENCY Category Total Task B - Contingency (Amendment No. 17) Amend 9 & 16 $0 Cost to Complete $50,000 C. ADDITIONAL PERMITTING AND BIDDING SERVICES Category CDM Labor Hours (C1 & C2) CDM Labor Services (C1) Outside Professional Services: Architectural (DRB) Landscaping (DRB) CDM Labor Services (C2) Payment Summary Task C (Amend. 9 &16) Paid to Date Remaining Funds Additional Funding Amend. 9 & 16 Cost to Complete 831 hrs 1,112 hrs $72,394 $84,510 $10,000 $1,200 $36,500 $120,094 $36,134 $2,500 $45,460 $168,604 $120,094 $120,089 $5 New Task C Cost to Complete (Tables C1 & C2) Credit for Remaining Funds from Amend 9 & 16 Additional Authorization (Amendment No. 17) $168,604 00 $168,599 Total Task C Authorization - Permitting and Bidding Services Task C (Amend. 9 & 16) Authorization $120,094 Additional Authorization $168,599 Total Task C - Permitting and Bidding $288,693 COM C-2 KJI..!2491.exh c .doc 9112/2006 D. REIMBURSABLES CDIVI Category Subtotal (D.2 - Bidding Services) Subtotal (D.3 - Permitting Services) Amend. 9 & 16 $1,538 Costs to Complete $2,155 $0 $2,915 $1,538 $5,070 Payment Summary Task D (Amend. 9 & 16) Paid to Date Remaining Funds $1,538 $ 0 $1,538 Additional Funding New Task D Cost to Complete (Tables D.2 & D.3) Credit for Remaining Funds from Amend 9 & 16 Additional Authorization (Amendment No. 17) $5,070 ($1,538) $3,532 Total Task D Authorization - Reimbursables Task D (Amend. No.9 & 16) Authorization Additional Reimbursables Total Task D - Reimbursables $1,538 $3,532 $5,070 SUMMARY OF COMPENSATION Task Amend. No.9 Amend No. 16 Amend. No. 17 Total A $420,112 $191,036 $402,420 $1,013,568 B $50,000 $50,000 C $66,555 $53,539 $168,599 $288,693 D $1,538 $3,532 $5,070 $488,205 $244,575 $624,551 $1,357,331 C-3 K1\1249I.exh c .doc 9/12/2006 Exhibit D Site Plan << ~. .. .. .1 .. .. . .. UoI ::> Z w ~ z o Q) CI: UoI u. ... W .... ,),.: ;. ~;l ,,~;~, . .~ 'Sin , . '\;~~. :.~;. \ I.:, ';Jr.. :~. '1 <a. 1> ......i. .;. B,nus l.S~I:I -" ,.. ^ -', << ~ :? ~i ~~~~j ~~ :t:- ~~ ,. ::.. -'-' - .. ~ ~ -' Q. IX o o oJ u. << ~~ ~ ::> lo- u LU to- I u CI: < c( ... "" :r :.-."" :::~ ".. ,~ ..,;...... '""'" ,~ :... !=;; :: i' ~~ .. ',~ ;;:.::: ft [Hi 'I ,- APPENDIX A COM LIST OF DRA \VINGS FOR SOUTH POINTE WASTEWATER BOOSTER PUMP STATION PRELIMINARY DESIGN MEMORANDUlVI UPDATE, DESIGN, PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS AMENDMENT NO. 17 September 7, 2006 SHEET NO. TITLE GENERAL G-O G-I G-2 CIVIL C-I C-2 C-3 C-4 C-5 C-6 CD-I CD-2 Cover Index and Legend Abbreviations Site Survey Site Demolition Plan Underground Demolition Plan Plot Plan Grading Plan Yard Piping Plan Miscellaneous Civil Details I Miscellaneous Civil Details II . ARCHITECTURAL A-I A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-IO A-ll A-12 CONI Cover and Index Abbreviations Reference and Architectural Symbols General Notes F .A.R. Calculations Life Safety Diagrams Floor Plan Roof Plan North Elevation South Elevation East Elevation West Elevation I KM2491.app a.doc 9112/2006 A-13 A-14 A-15 A-16 A-17 LANDSCAPING L-I L-2 L-3 L-4 STRUCTURAL S-l S-2 S-3 S-4 S-5 S-6 S-7 SD-I SD-2 MECHANICAL M-I M-2 M-3 M-4 M-5 M-6 M-7 MD-I MD-2 MD-3 HVAC H-I H-2 H-3 H-4 HD-I CDIVI Reflected Ceiling Plan Building Sections Wall Sections Schedules - Windows, Doors and Finishes Miscellaneous Details Landscape Plan Landscape Specifications Irrigation Plan Irrigation Specifications Structural Notes and Abbreviations Pile Foundation Plan and Details Slab Plan and Sections Roof Plan and Details Elevations and Details I Elevations and Details II Schedules and Details Structural Details I Structural Details II Mechanical Symbols and Abbreviations Pump Room Lower Plan Pump Room Upper Plan Sections I Sections II Fuel Oil Storage Tank Plan, Section and Schematic Meter Vault Plan and Section Miscellaneous Mechanical Details I Miscellaneous Mechanical Details II Pipe Hangers and Supports HV AC Symbols and Abbreviations Pump Room HV AC Plans Electrical and Generator Rooms HV AC Plan HV AC Sections HV AC Schedules and Details 2 KM2491.app a.doc 9112/2006 PLUMBING P-l P-2 P-3 P-4 Plumbing Symbols and Abbreviations Plumbing Floor Plans Plumbing Riser Diagrams Plumbing Schedules and Details ELECTRICAL E-13 E-14 E-15 E-16 Electrical Symbols and Abbreviations Electrical Site Plan 4160 V 011 Single Line Power Diagram 480 V 011 Single Line Power Diagram Elementary and Generator Control Diagrams Instrumentation, Control and Fire Alarm Riser Diagrams Equipment Elevations and Control Diagrams Power, Control and Instrumentation Upper Plan Lighting Upper Plan Power, Control and Instrumentation Lower Plan Lighting Lower Plan Electrical and Generator Room Power, Control and Instrumentation Plan Electrical and Generator Room Lighting Plan Fuel Oil Storage Tank and Miscellaneous Sections and Plans Lighting Fixtures and Panel Schedules Electrical Details E-l E-2 E-3 E-4 E-5 E-6 E-7 E-8 E-9 E-lO E-ll E-12 INSTRUMENT AnON I-I 1-2 1-3 1-4 1-5 1-6 1-7 1-8 1-9 1-10 Instrumentation Symbols and Legend Sheet Instrumentation Block Diagram Instrumentation Process Overview P&ID Instrumentation Loops I Instrumentation Loops II Instrumentation Loops II Instrumentation Loops IV Instrumentation Loops V Instrumentation Details I Instrumentation Details II CDIVI 3 Klvl2491.app a.doc 91l2/2006 ~ >< a z ~ i:l. i:l. -< (fJ E-< Z ~ ~ t-..;:J ....u .0 o Cl ~E-< ::: U S ~ "dE-< ::: Z QJo S U -<r.r., ~ 0 .9 Z ~o iIi~ ... u ~;:J <Jl Cl g 0 ~~ QJ 0... -= Cl '0 Z i:l. <r: .c:z =0 ~cn .c:~ "" Cl ~ ~.... 's ~ ~ :c ~~ 0 0 '" 0 0 0 '" '" 0 0 0 0 l1'l ::: N '" ... ~ ~ '" :xl '" :xl N 00 00 e::: rJ) '" " N .0 '" .0 ~ " ... '" .0 l1'l 0 .... ,,' N' '" 0' ~ ",' .0' ~. 0" ~ " ~.. ~ ,.... '" '" " N N " '" N '" N .0 :Q rJ) ... ...: 0 ....l U "" "" "" "" "" "" "" "" "" "" "" "" <F> ....l rJ) ...: e::: :xl .0 ... N N 0 ... .". ... ... :xl 0 .0 .... :l '" " '" ~ '" 0 ... 0 " ~ ... .0 l1'l 0 0 ,.... N ... '" N N .0 '" ,.... N N ,.... '" '" .... :I:: ~z c 0- '" ::; ... ... ... ... N N ... ... N 00 ... 00 0 c :;"' 0 N "- Lri .0 - ...: '" .... "" e::: "" 0 '" c ...: ... ... '" :xl Lf) N .0 '" 0 ... ::; ... c Q., N ... N N .0 ~ .... Q., .-< rJ) :l '" rJ) e::: .... 0 e::: c Z 0 ~ 0 " 0 :xl 00 0 .0 :::: .0 .0 .-< a Q., ... ,.... ... ,.... ,.... N N 0 ,.... ,.... l1'l en Q., N a '"" :l i;; rJ) rJ) - "" Lf) 0 0 0 '" a 0 0 0 '" 0 0 0 c ... ... '" 00 '" ... '" 0 ... ... 0 ,.... Lri e::: ,.... ,.... N ,.... '" 0\ Q., '" = c "" ... 0 '" 0 '" 0 0 0 ... 0 0 0 .0 a 0 N 00 ,.... N " .0 '" 0 N ... ... ... ;;!; ~ e::: ,.... ,.... ,.... ,.... Q., i;; e::: "" 0 c Z 0 ... 0 ... 0 '" 0 '" '" 0 0 0 ... '" a N .0 N 00 c:i e::: N 00 ~ ,.... .0 '" ,.... ,.... 00 00 00 N '" '"" Q., '" rJ) i;; :::t'"" ...:.... Q., ...: a UU N ~ ,.... .0 '" .0 " 0 ... 0 ... ~ .-< C ,.... 00 ,-. '" N ,.... ~ N 00 N l1'l c:i zO ,.... ,.... .0 .0 _ rJ) i;; e::: rJ) Q., ...: e::: '"" c U .0 Lf) ... ... r2 c ii: ... '" N '" ... ... .0 00 N c:i "" 00 0 i;; '" "-J "" '" f-. .. ~ :g '" .... ~ c: (.) .g "8 QJ .!!P =<: .. .;;: '" ::J ~ 0 QJ QJ 0 e::: 0 -J Z 'u u .?:> '" .. Q:i QJ 'E .~ 0 0.. :-::i :-::i '5 t (f) QJ ..0 .... '0 6 11 5 ..Q c: QJ m ~ 6 :; u ::l .. ::l '0 ::l '" '"' u ... c: ..... rJ) U '0 ~ e ~ .. '" rJ) c: '"' 0.:> OJ:) ~ '"" .. .~ OJ:) .5 ;l... 0 c: ~ 0 (5 .. c: '"' ~ ~ U ~ :g 0 6 Ci .~ "' 0.:> "' .. E '0 ..... .52 c: "' Ci c: ..c: Z QJ .. 0.:> .~ 00 OJ:) u ";;i :2: c: ... .5 '"' c: c: 0 .. -< 'E ...: "3 Cl .. .~ .~ 0 - '0 ::.: c: ,.... ~ ... OJ:) C. '0 QJ -5 QJ 00 .. .. Cl .5 .. .. iii ..c: on rJ) 'in cil C. ... ~ ... Ci c: eX .~ QJ ...: QJ Cl 0 Cl .52 on Q: .... Cl 0.. :~ c. .. .0 ";;i u oJ '0 6 ec.. Ci ::!:.. 0 '0 C' U .. c. 1': Cl ";;i ... c: ::l .. .;,: 00 .~ 0 .. .. p.. ..... ~ .5 .. QJ ~ 0 c: ] E c: 1; 6 u u '" :~ ... .. U ..0 .. on 00 ~ QJ U ..c: <C 6 2 l:l ~ c: 'E on c: ::l u u ~ c: ~ 00 ";) 0 QJ ... QJ ~ .::! QJ 0 on 'in QJ Q: 0 C) cil :2: 0.. Ell u 0 QJ QJ 1'0 U Cl :2: ..... C'l ",.; ... Lri C:<D '" 0 ~ Lf) 010 .- 0 00 " ... "'N '" N l1'l 1Il_ ~ d 00' ON .0 '" N .:: ... .0 ~m <i <F> "" <Ii <F> ><; :;=- rJ) 0 N ;:: 0 ^'" N :2: ~ ....l 0 '" 0 5 -< m <i :l ... ...: 0 .0 Lf) ,.... N :2 Z ",' '" N' d ....l '" rJ) :2 Ll.I 9 ~ '" <C :0 Q., ::.:: I- '- .. ::; :::. rJ) 0 ,... :l rJ) '- '" 0:: '"" "" "" "" <F> '" ....l 0 "" S!}. ;:;- CO 0 , z >-- :::J ~ ..: ::xi e::: ::;: ~ 0 0 > on Q., e::: ~ ::> ::; c: e::: u :2 '"" :l 4:: :l Z UJ 0 0 '- rJ) v ~ u tii lJ C) 0 2 ..J .... fU p:: u :5 ....l <l: :l ,... ::: UJ ...: ;;:: ... I- 0 0 ..... rJ) '" .... 0 UJ B ..c: 0 l- e::: 0.. ~ 0 .... S < <C U ;:; rJ) 11; ,... U Z ...:; C) e::: :l ~ ~ >< .... o Z ~ ~ ~ < II '" o t... U "" ti o ~ ziS 1: ~ QJ ..c: ~o r::: QJ (j) e ~ < ,....J P=l -< .~ ~ .... ;:J .s P=l rJj:;; '"' .... .2:! ~ rIl P::; o (j) o ~ P=lu .~ ~ o ~ ~ (j) -= Z ::s CJ o .... rJj (j) ..c:~ <.J Cl tU QJ C"! ~ -< 'S (l) tU ;0 ~~ 0 0 If'l If'l 0 0 0 0 0 0 0 0 C1l t'-.. N 0 0 0 0 If'l 0 0 <;< crl ~ 0 ~ 0 0 t'-.. t'-.. 0 N ... N' ,.... .n ... N 21 ,.... "' 0 U fF7 fF7 fF7 fF7 fF7 fF7 fF7 fF7 fF7 fF7 fF7 0 0 If'l If'l 0 0 0 0 If'l If'l 0 0 crl ,.... ~ 0 If'l 0 ,.... <:r') <:r') 0 crl ,.... ,.... If'l 0 ,..... <l.I -:;; ~ fF7 fF7 fF7 fF7 fF7 fF7 fA fF7 fF7 fF7 fF7 21 >, >, >, @) (\l (\l (\l @) @) @) @) @) @) @) '2 "0 '9 "0 "' (\l ... ... ... (\l (\l (\l ... (\l (\l (\l ;:J '" '" (\l '" '" '" '" .<:: '" '" <l.I 0. u 0. .~ 0 1:: 00 00 If'l If'l 0 <;< N 0 0 0 N "" N N N If'l If'l N ::l ,.... 0 b[) .Ej Q 5 <t: ... 0. U <l.I ,;0 .~ .S <Il <l.I ... OJ b[) CJ is > "0 0 0 <Il ~ 0 Vi 0. 0. >. ....... (\l ... ~ ~ .~ <' ... ....... ... "' Q CJ ::l C;; f-< "' 0 CIl U <Il U "C ~ <t: ....... CJ CIl C;; (\l C <t: ~ f-< <Il .5 -:;; Vi CIl ::: CJ Q 0 0 >l. Q .::: .~ \:!.. '.0 "0 OJ -a u (\l a (,:i CJ f-< u CJ Q 0. ... .~ b[) ....... ::l (\l U ...... ~ 'u ... x CIl E >"-l OJ 0 (\l (\l <Il ~ ~ 0. C - .c .<:: >l. ::l '0 5 ....... CIl ce (\l u U ....... 0 CIl ~ "0 ::: .5 ::l ... OJ OJ ... OJ ::: ::: ~ a :~ >l. "0 :; 0 !l OJ OJ b[) ~ 0 ;g >"-l OJ ... <Il .5 ...... ... 0. .<:: OJ ::r: ~ OJ (\l 0. 0. > .2 c;; ..><: ... OJ S OJ u ::l f-< ce ... OJ ... ... 0'::: Q C!: OJ <Il P:l ... :< (\l ce 0 ~ 0 f-< ~ 0. U is u f-< dl C<D 010 .- 0 CIlN 1Il_ ON CIl~ ()Ol o o N <( CIl ~ ~ Ol V N ~ ~ o '" '" ~. "" ;:;- < <l.I ::c: "" f-< g, "' u Q o >"-l ....l ::cl < CIl ~ ;:J i:Q ~ t<l ~ ....l < f-< o f-< ~ r:-... .... 0 z 'E QI S "0 ;:: QI S < == .8 .... ~ iIi Cfl ... QI [.I.l .... U '" 0 :> 0 CQ ~ [.I.l QI Cfl 'E CJ '0 Z Q., ~ ..c: ;; ~ 0 CJ'J ~ CQ ..c: [.I.l >< <.I P-. ~ - QI Q CQ ,...., Z 'S cJ ~ <1i Q., ~ :E Q., ~ ctl < E- '" '" '" '" '" 0 cr- cr- 00 00 " .... :::: r.Jl -0 -0 <,", cr- " '" 0 I-< d d d "" ui' ;};' eo r.Jl ~ "" '" ..;: 0 -l U Vt Vt Vt Vt Vt <1+ -l r.Jl ..;: :::: '" .", ~ ..... ;:;) "" "" "" 00 00 ::e " '" b 0 "" '" ,.. :I: Z '" 0' i "" "" '" '" "" '" '" :::: .... u) c... 0 ."" ..;: '" ,.. '" :::: '" '" 0 ..;: 00 Xl ::e ::e 00 '" '" c.. '" ~ ,.. c... r.Jl ;:;) '" r.Jl :::: g '" 0 0 0 '" z c.. 00 00 00 ::e '" ... u) c.. '" '" ;:;) r.Jl r.Jl '" - '" '" 0 '" '" '" -0 '" '" '" :::: ~ .... ~ c... '" = '" '" -0 ::e '" '" '" '" 0 ~ '" '" '" ::: a :::: :;; c... :::: '" '" 0 0 '" -0 '" '" Z :::: ::e ::e '" lr) 00 '" a .... ::2 '" c... r.Jl '" :::r '" ..;: ~ '" c... 0 0 '" '" '" 0 -0 00 '" '" "" '" "" ~ ~ -- !; 0 .... ::0 r.Jl ;;; :::: r.Jl c... ..;: :::: '" '" u 0 '" ..: 00 00 00 00 00 '" a 00 '" :;; 0 '" '" ~ ~ ~ -" '" 00 <U .. "" r:: 'S: ,.. 0<: '" 0 <U .., CJ ~ iJl :::: -,3 :::: <U Ol 15.. ::; 'S: 0 .~ '" :i <U 6 -l Z :::: '" C 0 :;:; ~ " 0 ~ ~ 00 '" c... '" <: ~ t 'S: <U :9 .. 'S: '" ~ '" 'S: Q 0 :::: '" 'S '2 :::: '" 1-;' ...... 0 '" :::: u P.. CIl ~ '" '" ..Q r.Jl '" -< ;, :l '" 0 c.:: r.Jl 0 '" ~ '" u 0 0 0 ." ." ." ." ." <: ~ <: <: Z .. <: .. .. ..;: ~ ~ .. '" '" <: <: <: ~ 0 0 0 0 0 '" ..0 '.0 '.0 ..0 "" ..;: .. .. .. .. .. .>1 .>1 .>1 .>1 .>1 I-< 0.. 0.. 0.. 0.. 0.. p., p., p., p., p.,~ -< -< -< -< -< ~ .~ .~ .~ ~ .~ 0 '.0 .. '" '" '" '" '" .>1 P.. P.. P.. P.. P.. 0.. ,...; N <"i .,,; u) p., .. :2 lr) .,;; 00 Vt ~~ u ..;: ~ ~ ..... - ..... r.Jl ~r.Jl :::: '" ~ 0 -< :::: -l "" ;, '" o 9 u r.Jl ~ 5 ~ 0 v I-< ~ 25 ~ ~ lr) 0 ~ N ....l '" -< ..... '" v ,.. Vt Vt ~~ e.e. :..... ~ U c.. '" -< ,.. 0 ~ r.n o CJ _/ Z :;;: :s ~I I i ~! ... ... .... ",' '" .... C> <0 co ~o :t::N E- ~N Q);C:: 1l.C> Vt ..... ~ :; :::: '" c... "" ;:;) cj en x 0> .,. N ::;: ~ ;:::;- c.J ::; '" ~ -l ..;: ,.. o ,.. ~ t-. ..... 0 z .... l:< <lJ S "0 l:< <lJ S <( l:< .8 .... o:s .... crJ .... <lJ .... '" Cf) 0 0 ~ lX:l U <lJ ;; .... l:< 0::: '0 ~ ~ Cf) .J:: l? '5 z 0 0 crJ 0 ~ .J:: i:Q x <.J o:s , - <lJ 0 ~ N Z 's u ~ <IJ ~ o:s :0 ~ ~ ell <( E-< 0 0 0 0 0 0 :;;; ~ Xl .". '" .". '" Xl '" c.: C/'J 0 If) cr- '" .". '" '" "" 0 f-< ",' In Xl' .".' ",' ",' ",' If)' :xl C/'J ~ "" <: 0 -l U C/t fJ't fJ't C/t fJ't C/t C/t C/t -l C/'J <: c.: 0 0 t.., ::l 0 '" Xl 0 '" "" '" "" '" '" '" '" '" 0 b 0 ~ "" f-< :I: Z 0' :; a 0 0 0 0 0 0 Xl Xl a c.: 0 u-i Q., .", <: '" t.., <.:.. Q:: a <.:.. 0 ~ '" .". 0 .". .". .". "" a Q., ,.-< .". .". '" ~ Q., in ::l '" C/'J c.: f-< c.: a Q 0 0 .". a Q., 0 "" 0 0 0 0 u-i Z Q., "" .". a "-l ::l tJ'J tJ'J '" ~ <.:.. a 0 0 .". 0 Xl 0 0 0 '" a c.: ,.-< u-i 0') Q., '" = a <.:.. "" 0 '" 0 '" a 0 Xl Xl Xl '" 0 ,.-< .". ,.-< "" ,.-< c.: :;;:; Q., c.: <.:.. a 0 0 a Z 0 Xl ~ .". 0 Xl Xl '" 0 c.: If) "-l Q., ::l tJ'J '" ~ "-l <: f-< Q., <: a 0 0 .". 0 a 0 .". Xl '" "" 00 Xl .". "" 0 ~ '0 C/'J :;;:; c.: tJ'J Q., <: c.: "-l a U '" a Ei: '" '" '" '" 0 '" '" 0 ,.-< 00 <.:.. :;;:; 0 J.l "J '" ,.... '" <<: f-< ~ "" '-J c Z ;; ::J ." Oil --J Z oc 0 -;; t '0 ... f;' C2 0 ..Q U ::l U i:: tJ'J C/'J <= "-l "E 0 " 0 i:j U '" 0 .8 i: Z '" <: .'Qi '" <: " " ""' '" ~ 0 :.: :;: i:j C tJ'J " 0 ~ .9 <: 'E ~ t:l. '" ~ -;;; f-< " " "" .9 E c.: .9 c -;;; ." 0 ...... C " U '" "'" '2 '" " "f ." ." u OJ '" E c S 0.. > E " ~ OJ 0 "-l > ." -;; 0 ." OJ ." '" ." ." u <: ... <: CI i:O i:O " Q., c.: ,...i N ~ ... tri -.,; t-: "'fD C Uo "" >0 .". (/)N If)' 'ON "" m~ 0> ~ <A U f-< '" :; >; a; :i .... c.: N "-l ::;; Q., :.:: Q., ::l 0:;- W :;; "-l ~ c.: 0 :xl <: -l :;; 0 U -l <: f-< 0 f-< ~ t-... .... 0 :z .... c: OJ e "'0 c: CJ) OJ >l..l e ......l < i=O -< c: CJ) ~ 0 ::> ..... .... i=O r1 .... ::;s rJ) ...... '"' >l..l OJ ~ .... tIl Ul 0 0 >l..l i=O U ...... OJ ~ .... c: ..... >l..l 0 CJ) ~ l? ..c: .... Z ::s ...... 0 p rJ) P i:Q ..c: ...... X I;,J i=O r1 .... OJ P N i:Q c:i :z ..... '"" e III ~ r1 -< ~ ..... .0 ~ <ti < E-< 0 0 0 0 0 In 0 C'l ~ 0 0 0 N In , , , ,...., N N <"l , ~ In <"l 2J '" 0 U Vt Vt Vt Vt Vt Vt Vt Vt Vt Vt Vt 0 0 In In 0 0 0 0 L!) L!) 0 0 <"l ,...., ~ 0 L!) 0 ,...., <"l <"l 0 <"l ,.... ,.... L!) 0 ,....< IlJ -; ~ Vt Vt Vt Vt Vt Vt Vt Vt Vt Vt Vt 2J >. >. >. @ ro ro ro @) @ @ @ @) @ @) '2 "0 "9 "0 '" ro .... .... .... ro ro ro .... ro ro ro ::> OJ OJ ro OJ OJ OJ OJ ..<:: OJ OJ OJ 0- u 0- E -= 0 0 co ~ N N 0 0 L!) 0 0 <ll ~ ,...., ,.... ;; CI o.c ::: 0 o.ci -< .S .... u p... o?J OJ .S OJ .~ '" OJ o.c .... "0 2 OJ > 0 '" 0 ~ 0 p... vl :>, '- 0- .... ~ OJ ro 'C ~ :? .... '- 0 OJ :::l '" f-< '" 0 3 (/) u '" u ~ -< '- .... (/) ~ ro ~ OJ ~ f-o '" .S -:; -< (/) ::: OJ 0 0 0 >l.o 0 .::: vl ~ ..tl "0 .2:; U ro 8 Ui OJ P.. OJ f-o u <lJ 0 ~ i.cI ~ o.c '- :::l U 'u ~ x (/) t ~ OJ ~ 0 ..<:: ro '" ~ g:::- o.. ~ '.C >l.o :::l '0 i5 '- (/) ro u U '- 0 (/) es "0 :~ .S :::l .... OJ <lJ .... <lJ ::: 8 ~ ::: >l.o "0 ;; 0 OJ IlJ bO ro ~ 0 ::::l "0 ~ OJ .... '" ] ..... .... 0.. ..<:: - ::c: '" OJ ro 0.. 0.. <lJ .~ > ~ ~ 8 .... .... <lJ Ei <lJ U :::l f-o ro ~ <lJ .... .... 0 ~ '" ~ 0 .... ~ ro ro p:; p... 0 OJ ~ dl f-< p... U U f-< "'co (.)0 >0 CIlN "ON a5~ ",0) u o o N ci '" ~ ~ 0) "" N ~ ~ l!l l!l .... N' <It N ci ~ ~ !; CIl f-o CIl o U ~ ...l ~ .( (/) ~ ::> ~ :E ~ ~ ...l .( f-o o f-< ~ t-- .-; o z P:l X ,.... o z ""' ~ ~ < .... !: QJ Cf) S ~ 'O,....J !: >Q e ;?i <~ .::J !: >Q o ~ .... ...... 1;~ ....~ rJjCf) .... ~ 2 u rJl ...... o > o ~ >Q~ QJ Cf) .5 l? o Z ~...... ...c: f-< .... f-< :l ..... o ~ rJj~ ...c: ~ u 0... to:l QJ c<"l >Q 0 's Co) tIS :5 ~ ~ 0 0 0 0 0 tn 0 , , N N 0 0 , 0 N tn , ..... tn .,j' ~ .,j' tn r:'l 2l '" 0 U 'iF> 'iF> fJ7 'iF> 'iF> 'iF> 'iF> 'iF> 'iF> 'iF> fJ7 0 0 tn tn 0 0 0 :=: tn tn 0 0 r:'l ..... ~ 0 tn 0 r:'l r:'l 0 r:'l ..... ..... tn 0 .....' OJ -;; I:l:: 'iF> fJ7 'iF> fJ7 'iF> 'iF> 'iF> 'iF> 'iF> 'iF> 'iF> 2l >, >, >, @) o:l o:l o:l @) @) @) @) @) @) @) '= Cl "0 "0 o:l .... ~ .... o:l o:l o:l '" o:l o:l o:l .... ;:l OJ OJ OJ OJ 11 11 .<:: 11 OJ 11 0. u 0. C '.0 ;::: 0 0 co co .,j' .,j' 0 0 tn 0 0 <U .,j' ..... ..... ::l CI O!) ;::: Cl '.0 <t: .S .... U Il.. on OJ :.3 11 .:::: III OJ O!) .... "0 .l3 OJ :- 0 III 0 :.'E 0 Il.. '" >, ...... 0. .... :E .~ '" s .... :.'E :? .... ...... Cl OJ ;j III fj) III 0 ] U III U ~ <t: ...... .... rJl 0; '" c OJ :.'E f-< ~ ;::: OJ <t: rJl ~ OJ Cl 0 0 Cl .2: '" ~ U '.0 "0 ~ .~ o:l ~ iii P.. 11 f-< u 11 Cl .... ~ O!) ...... ;j o:l U ~ .... X rJl ~ i-lJ u o:l OJ ~ 0 .<:: o:l III I:l:: i==' 0. 0; '.0 .... ;j '0 is ...... rJl u U ...... 0 rJl ~ "0 .~ .S ::l .... OJ OJ .... "0 OJ ;::: ] i:::: ~ .... :; 0 OJ OJ O!) ~ 0 :g i-lJ a:l ~ III j ;.::I ...... .... 0. .<:: ~ ;I: I!:l o:l 0. 0. 'S :- 0; OJ .... S u ...... .... QJ OJ f-< o:l .... OJ .... 8 o:l Il.. Cl i:::: ~ '" !Xl .... :< :.'E '" is 0 ~ dJ 0 E-< Il.. U U E-< Cl(O co '';:; 0 :=:N E-- ...N Ql:C Q.O'J '" () o o C") ci '" ~ ..... O'l "" N ~ ~ ll'l ..... a- N 'iF> c;:;- O ~ i-lJ b rJl f-< rJl o U i-lJ ....l i:Q < rJl i:::: ;:l !Xl ~ r:i:l i:::: ....l < f-o o f-o ~