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
~