Loading...
HomeMy WebLinkAbout16- Amendment 6 for Bozeman Wastewater Treatment Plant Phase 1 Improvements PSA AMENDMENT NO. 06 TO PROFESSIONAL SERVICES AGREEMENT FOR BOZEMAN WASTEWATER TREATMENT PLANT PHASE I IMPROVEMENTS THIS IS AN AGREEMENT made as of, `; , 2016 between THE CITY OF BOZEMAN, a Municipal Corporation, P.O. Box 1231, Bozeman, Montana, 59771-1230 (OWNER) and HDR Engineering Inc., 8404 Indian Hills Drive, Omaha, NE 68114-4098, (ENGINEER). WHEREAS the parties previously entered into a Professional Services Agreement dated April 9, 2007, herein referred to as the Original Agreement, and amended on December I, 2008, herein referred to as Amendment No. 1; amended on July 16, 2012, herein referred to as Amendment No. 2; and amended on February 25, 2013, herein referred to as Amendment No. 3; and amended on December 8, 2014, herein referred to as Amendment No. 4; and amended on April 20, 2015 herein referred to as Amendment No. 5, and WHEREAS, the scope of the Original Agreement included preliminary design and design engineering services, Amendment No. 1 included construction services, Amendment No. 2 included TMDL Technical Assistance; Amendment No. 3 included additional software programming and additional construction observation, startup and observation services associated with repair of Digester No. 3 and extension of the construction period for the Digester No. 3 and Solids Handling Building (Phase 3) Project; Amendment No. 4 included additional corrective action assistance and startup and observation services associated with repair of Digester No. 3, design and procurement assistance with correction of leaking digester mixer seals at Digester No. 1 and Digester No. 2 and additional follow-on technical assistance to the City of Bozeman regarding the Montana DEQ's East Gallatin TMDL process; Amendment No. 5 to add additional follow on services for the TMDL Technical Services, and WHEREAS, the parties desire to amend provisions of the Original Agreement, Amendment No. 1, Amendment No. 2, Amendment No. 3, Amendment No. 4, Amendment No. 5, and additional professional engineering services for Amendment No. 6. NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS CONTAINED HEREIN,the parties agree as follows: The conditions and provisions set forth below, are hereby incorporated in and made part of this Agreement. 1 is ARTICLE 4 -Basic Engineering Services Section 4.5.5. added to the Original Agreement as follows: "4.5.5. Additional Construction Contract Services. In addition to the services provided under Article 10 (Exhibit A) and Section 4.5.1 of the Original Agreement, the ENGINEER shall provide the Additional Construction Contract Services during construction under Task 2000- Digester Control Building Biosolids Loadout Truck Preliminary Design Memorandum, Task 2001 —Digester Control Building DSL and TWAS Sludge Piping Modification Design, Task 2002 — DAF Modifications Preliminary Design Report, TASK 2003 —Biotrain No. 1 Modifications Preliminary Design, Task 2004 — Hot Water Heat Loop Evaluation and Preliminary Design, Task 2005 — Secondary Clarifier Launder Covers Technical Design Package Development,Task 2006—Digester No. 3 Corrective Action Assistance. Article 6 - Compensation For Engineering Service Article 6.2 of the Original Agreement and Amendments is replaced with the following: "6.2 DIRECT LABOR COST PAYMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER. Construction and project documentation services performed as Basic Engineering Services under Sections 4.4 through 4.7 (Tasks 700, 800 & 900 in Exhibit C, and Tasks 1100, 1200, 1300, 1400, 1500, 1600 & 1700 in Exhibit F, and new Tasks 2000, 2001, 2002, 2003, 2004, 2005, 2006), including General Administration of Construction Contract, Resident Project Representation, Project Documentation, Construction Testing, Bidding, Project Startup & Commissioning, Application Software Programming and Project Closeout, Programming and Digester Liner Repair Observation and Contract Closeout, Added Digester Control Building Biosolids Loadout Truck Preliminary Design, Digester Control Building DSL and TWAS Sludge Piping Modification Design, DAF Modifications Preliminary Design, Biotrain No. 1 Modifications Preliminary Design., Hot Water Heat Loop Evaluation and Preliminary Design, Secondary Clarifier Launder Covers Technical Design Package Development, and Additional Digester No. 3 Corrective Action Assistance services shall be compensated in accordance with the following: 6.2.1 The OWNER shall pay for Bidding Phase, Construction Phase and Project Documentation Services an amount not to exceed $4,891204 ($129,957{SubTasks 700, 800 and 900 Exhibit C}+$4,767,571 {SubTasks 1100, 1200, 1300, 1400, 1500, 1600, 1700 Exhibit F}+$123,633 {SubTasks 1800, 1900 Exhibit H}, + $96,782 {Subtasks 2000 to 2006 Exhibit II) except as provided under 6.2.1.2 and 6.2.4. 6.2.1.1 Costs Compensation. Compensation for these services shall be based on 2 the ENGINEER's Direct Labor Cost times a factor of 3.15 for services rendered which shall cover Direct Labor, Direct Labor Overhead, General & Administrative Overhead and Profit, plus reimbursable expenses as provided in 6.2.2. 6.2.1.2 Notification. At any time during the construction that it becomes apparent that the Bidding Phase, Construction Phase and Project Documentation Services rendered under this Agreement will exceed the negotiated compensation for these services, and prior to performing services in excess of the contract ceiling, the ENGINEER shall give OWNER written notice thereof. Promptly thereafter OWNER and ENGINEER shall review the scope and progress of the project work. ENGINEER shall obtain written authorization from OWNER, prior to any additional costs being incurred under paragraph 6.2.1.3. If it is determined that due to a change in project scope under paragraph 5.2.1,the ENGINEER is entitled to additional compensation, OWNER and ENGINEER may negotiate terms as provided under 6.2.1.1. The amount and terms of any additional compensation under 6.2.1.1 or 6.2.1.3 shall be negotiated and agreed in writing pursuant to 9.16. 6.2.1.3 Costs Exceeding Estimated Compensation. Except as allowed under 5.2.1, when the total cost of the original scope Construction Phase and Project Documentation Services exceeds the negotiated compensation for these services, the OWNER shall pay only for the direct costs incurred in excess of the estimated compensation. These costs consist of an amount equal to the ENGINEER'S Direct Labor Cost times a factor of 2.80 for services rendered which shall include Direct Labor, the federally audited payroll Direct Labor Overhead, and General & Administrative Overhead costs, but shall not include any allowance for profit. 6.2.2. Failed Test Expenses. The ENGINEER shall maintain and provide to the OWNER, a record of the costs associated with failing quality control tests performed for the OWNER during the course of the construction of the project and recommend an amount the OWNER deduct from the contractor(s) payments. 6.2.3 The OWNER shall pay an amount for Additional Services rendered by the ENGINEER and approved in writing by the OWNER on the basis of the ENGINEER'S Direct Labor Costs times a factor of 3.15, or an amount otherwise negotiated at the time such services are requested and approved by the OWNER. Additional Services also include those services defined in SubTask 1000 of Exhibit C, in an amount not to exceed $100,000." 6.2.4.Not used. Except as specifically amended herein, the Original Agreement and Amendments 1-5 shall remain in full force and effect and the parties shall be bound by all terms and conditions therein. 3 In witness whereof,the Parties hereto do make and execute this Agreement. CITY OF BOZEMAN,MONTANA HDR ENGINEERING,INC. BY:CS4 • BY // / (City Manager) (Amanda McIhn s, P.E. Area Manager) DATE: "' "- DATE: ATTEST: Ci Ierk)i, ( c, , • 4 EXHIBIT I CITY OF BOZEMAN, MONTANA WASTEWATER RECLAMATION FACILITY (WRF) PHASE 1 EXPANSION ADDITIONAL SCOPE OF SERVICES Tasks 2000 ' Digester Control Building Biosolids Loadout Truck Bay and Building Extension Cost Estimate 2001 Digester Control Building DSL and TWAS Sludge Piping Modification Assistance 2002 DAF Modifications Preliminary Design Memorandum 2003 Biotrain No. 1 Modifications Preliminary Design 2004 ;'.Hot Water Heat Loop Evaluation and Preliminary Design 2005 Secondary Clarifier Launder Covers Technical Assistance 2006 Digester No. 3 Corrective Action Assistance is Task 2000 — Digester Control Building Loadout Truck Bay and Building Extension Cost Estimate Objective: Provide assistance to the City of Bozeman in developing a planning level cost estimate for construction of an extension to the existing biosolids loadout truck bay and associated building enclosure at the existing Digester Control Building. The existing truck bay was originally sized to house a single roll-off dumpster and haul vehicle with a total hauling capacity of approximately 12 CY. The City currently houses the truck and roll-off dumpster within the associated building enclosure. The City proposes to expand the storage area to accommodate a second roll-off dumpster and provide for full weather protection of two roll-off dumpsters and the haul vehicle(s). Because maneuvering the haul vehicle is necessary for even distribution of Exhibit I-Scope of Services 1 of 7 12/15/2015 the dewatered biosolids to be hauled off site, the building extension should plan for sufficient space for maneuvering the vehicle. Alternatively, the City should evaluate whether to provide for installation of a distribution conveyor to be located below the existing biosolids loadout centerless conveyor. The existing loadout conveyor was originally configured to enable installation of a cross conveyor with minimal modification to the current configuration. Subtask 2000.1- Preliminary Cost Estimate The preliminary evaluation will be based upon a more developed building footprint based upon staff telephone interview. Two concepts will be developed to enable estimation of the range of costs for building expansion. They will include the assumption that no additional screw press capacity will be provided and the addition of a second screw press. No project meetings are planned. Quality assurance and quality control review of the deliverables will be completed. Deliverables: • Cost estimate submittal for conceptual layouts for the no screw press and added ascrew press options. City Involvement: • Timely review of submittals and coordination of all City review comments. Task 2001 — Digester Control Building DSL and TWAS Sludge Piping Modification Assistance Objective: Provide assistance to the City of Bozeman in conducting a preliminary evaluation of digested sludge (DSL) and thickened waste activated sludge (TWAS) piping at the existing Digester Control Building. The existing piping configuration currently connects to the sludge recirculation piping and introduction of the digested and thickened sludge at that location is creating problems with high system pressures,possible struvite formation in the digester heat exchanger and increased TWAS pump discharge pressures. The evaluation will plan for a revised piping route to discharge directly into Digester No. 3, without any detrimental impact to the digested sludge recirculation system or high strength waste transfer piping. Subtask 2001.1- Digester DSL and TWAS Piping Modification Technical Assistance HDR/MMI will provide assistance to the City for modification of the DSL and TWAS piping to directly discharge to Digester No. 3 without impact to the digester sludge recirculation/heating loop. The technical assistance will include evaluation of pipe routing concepts and presentation of alternatives through sketches. A telephone workshop will be conducted with City personnel to discuss the routing alternative and select a preferred pipe configuration. Outcome of the telephone workshop will be summarized in a short memorandum that includes photograph sketches and general description narrative for City use in developing a capital improvement plan. Quality assurance and quality control review of the deliverables will be completed. It is assumed the City will develop final specifications and construction documents for implementation of the planned modifications. Exhibit I-Scope of Services 2 of 7 12/15/2015 Deliverables: • Piping layout options sketches (.pdf{sketch or marking on photos} format). • Cost estimate for selected piping option. City Involvement: • Review of recommendations provided. • Timely review of submittals and coordination of City review comments. Task 2002 — DAF Modifications Preliminary Design Memorandum Objective: Complete an evaluation of the existing Dissolved Air Flotation(DAF) unit to determine its ability to be used as a side stream (ammonia) removal unit receiving the side stream discharge from the screw press dewatering process and Waste Drain Tank. HDR/MMI will complete an brief evaluation of the existing DAF tank condition and associated support equipment. In addition, the tank volume and configuration will be evaluated for potential use as a side stream treatment unit. Alternatives for side stream treatment including bio-augmentation, nitrification, nitrification/denitrification and the use of Anamox bacteria will be considered. A preliminary design memorandum with planning level cost estimate will be provided for the City's use in development of their CIP. Quality assurance and quality control review of the deliverables will also be conducted. Subtask 2002. 1- Preliminary Design Memorandum The preliminary engineering evaluation effort will include process analyses, equipment and material alternatives assessment and a preliminary cost estimate. The preliminary evaluation will be initiated by a process spreadsheet analysis of the viability of using the existing DAF concrete tankage and available supports systems for use for side stream treatment of the discharge from the screw press dewatering system. Quality assurance and quality control review of the deliverables will be completed. Deliverables: • Preliminary Design Memorandum (digital file in .pdf format). • Cost estimate submittal for preliminary design. City Involvement: • Review of recommendations provided. • Participate in preliminary design development. Exhibit I-Scope of Services 3 of 7 12/15/2015 jf TASK 2003 — Biotrain No. 1 Modifications Preliminary Design Objective: Complete an evaluation of the existing Biotrain No. 1 to determine its ability to be modified for use as a 5-stage Bardenpho process train. HDRIMMI will modify the existing process model to determine the ability for conversion of the basins to 5-stage and will determine train capacity under a 5-stage process design. HDR/MMI will identify process baffling options for use in rertrofit of the existing basins and will evaluate modifications necessary to the aeration diffuser system to accommodate the revised process train. Complete a preliminary design report with recommended action and planning level cost estimate. Subtask 2003. 1- Preliminary Design Memorandum The preliminary engineering design effort will include existing facility conditions visual assessment, process analyses, equipment and material alternatives assessment and preliminary cost estimate. The preliminary design will be supported by the existing process BioWin TM process model modified to evaluate the existing basins operating under a 5-stage process. The technical memorandum will include the comments, ideas and decisions made by the team following review of the DRAFT design memorandum. Recommended alternatives to be advanced in the brief schematic design and considered by the City will also be included. Where appropriate,HDRIMMI will review the alternatives so that equipment costs, operational procedures and maintenance are considered prior to final process selection by the City. Quality assurance and quality control review of the deliverables will be completed. Deliverables: • Preliminary Design Memorandum (digital file in .pdf format). • Cost estimate submittal for preliminary design. City Involvement: • Review of recommendations provided. • Participate in schematic design development. • Timely review of submittals and coordination of City review comments. Task 2004 — Hot Water Heat Loop Evaluation and Preliminary Design Objective: Complete an evaluation of the existing campus wide hot water heat loop system and provide options/ideas for reducing the heating loads on the existing boilers. HDRIMMI will complete an updated summary of individual building heating loads for both summer and winter design conditions. HDR/MMI will modify the original hot water heat loop spreadsheet model that reflects as-built conditions. HDR/MMI will also model the summer(digestion heat load requirement) and winter digester heating and campus heating conditions for evaluation of options for reducing heat load to the existing boilers. Options including shedding hot water loads and addition of alternative heating sources such as electric or natural gas fired unit heaters or air Exhibit I-Scope of Services 4 of 7 12/15/2015 handling units will be included. Complete a preliminary design summary with recommended action and planning level cost estimate. Subtask 2004. 1- Preliminary Design Memorandum The preliminary engineering design effort will include heat load analyses, equipment and material alternatives assessment and preliminary cost estimates. The preliminary design will be initiated by a spreadsheet analysis of existing and projected heating loads for each building and process area. A hot water heating model will also be developed that reflects as-built conditions on site. A single day kickoff working session will be conducted to discuss the findings of the spreadsheet heating load analysis, and the findings of the work session, including preliminary options for reduction of heating loads(phased for outside temperature conditions), will be summarized by a short technical memorandum. The technical memorandum will include the comments, ideas and decisions made by the team and recommended alternatives to be advanced in the schematic design and considered by the City. Where appropriate, 1DR/MMI will review the alternatives so that equipment costs, operational procedures and maintenance are considered prior to final heat load modification selection by the City. Quality assurance and quality control review of the deliverables will be completed. Subtask 2004.2-Schematic Design The schematic design will build on the preliminary design memorandum generated in Task 2004.1 above, and will advance up five (5) options for heating load reduction in the schematic design to establish an estimated project cost. A summary will be developed for submittal to the City for review and approval. The summary will also include a heat load diagram (utilizing the existing hot water schematics as the basis)for the recommended improvements. The Schematic Design Summary will be used for coordination between the project design team and the City and for final buy-in by the project team prior to completion of the schematic design cost estimate. Quality assurance and quality control review of the deliverables will be completed. Deliverables: • Preliminary Design Memorandum(digital file in .pdf format). • Schematic Design Summary (digital file of summary in .pdf format) • Cost estimate submittal for schematic design. City Involvement: • Review of recommendations provided. • Participate in schematic design development. F • Timely review of submittals and coordination of City review comments. II Exhibit 1- Scope of Services 5 of 7 12/15/2015 Task 2005 — Secondary Clarifier Launder Covers Technical Assistance Objective: Provide a technical specification and drawings for the addition of launder covers for Secondary Clarifiers for City incorporation into a bid package for launder cover installation. A preliminary cost estimate for procurement and installation will be developed. Sub Task 2005.1 - Technical Specification Development HDR/MMI will modify the Phase 1 project launder cover specification, utilizing lessons learned from the WRF Phase 1 project, in a 5-digit CSI specifications format. The specification will include materials, hardware, supports, access hatches and performance specifications (similar in format to the WRF Phase 1 project launders installed on Secondary Clarifiers No. 5 and 6)for procurement and installation of launder covers on Secondary Clarifiers No. 1,2, 3, and 4. The specification will be provided to the City for City incorporation into a bid package for procurement and installation. Quality assurance and quality control review of the deliverables will be completed. SubTask 20052 - Launder Cover Installation Assistance HDR/MMI will develop AutoCADD plan view drawings of each clarifier to be covered, showing required basin modifications including handrail removal and wall demolition as required. Additional photo sketches for showing required installation of the launder covers on Secondary Clarifiers No. 1, 2, 3 and 4 will be provided. It is assumed the following drawings will be required for the cover installation bid package: • Cover Sheet • General Abbreviations and Symbols • Secondary Clarifiers 1 &2 Launder Installation Plan Views • Secondary Clarifiers 3 &4 Launder Installation Plan Views • Photo sketches This task also includes 8 manhours total, associated with shop drawing technical review and construction installation review. Deliverables: • Launder cover specification (in .pdf format). • Final launder installation plan views and photo sketches (AutoCADD format). City Involvement: • Review of preliminary specification provided. • Assist with establishing final hatch layouts. • Timely review of submittals and coordination of City review comments. Exhibit 1-Scope of Services 6 of 7 12/15/2015 Task 2006 - Digester No. 3 Corrective Action Assistance Objective: Amendment No. 3 and No. 4 provided for added construction observation and startup assistance services for completion of repairs to the Digester No. 3. The Amendment was based upon a projected project construction completion in November 2014. The corrections to Digester No. 3 are projected to extend through the end of 2015. This Task provides for additional technical assistance, field observation and construction engineering administration for completion of the corrective actions that were agreed upon between the City of Bozeman and the Construction Contractor(McAlvain Construction). Subtask 2006.1- Ongoing Technical and Construction Assistance HDR/MMI will provide assistance to the City as needed for technical and construction needs on the continued Digester No. 3 corrections. HDR/MMI will provide periodic summaries to the City on the status of the corrective actions and will provide formal certification of the corrective actions at agreed upon stages of the construction process. HDR/MMI will consult and advise the City of Bozeman as set forth in the engineering services contract throughout the extended time period associated with the corrections to Digester No. 3, including delayed startup services and SCADA programming and corrections associated with the screw press performance. The City of Bozeman's instructions to the Contractor will be issued through HDR/MMI, who will have limited authority to act on behalf of the City of Bozeman to the extent provided in the Prime Services Agreement(PSA). HDR/MMI will consult with and advise the City of Bozeman as set forth in Section 4.5 and Article 10, Exhibit A of the PSA. HDR/MMI will provide periodic resident project representation at the site during completion of corrective actions associated with Digester No. 3, and further outlined in the Final Technical Agreement Concerning Repair of Digester No. 3 Tank, executed on June 17, 2014. HDR/MMI will provide the City of Bozeman Resident Project Representative(s) to assist in carrying out such responsibilities at the site, in accordance with Section 4.5., and Article 11 of Exhibit B of the PSA. END OF SCOPE OF SERVICES Exhibit I -Scope of Services 7 of 7 12/15/2015 III( Exhibit I City of Bozeman Water Reclamation Facility Phase 1 Expansion Amendment No.6 Engineering Fee Estimate Task Cost Summary Expenses By Task Task Description Direct Labor Task Task Total Digester Control Building Biosolids Loadout Truck Bay and Building Extension 2000 Assistance $ 1,953.00 $ 1,103.60 $ 3,056.60 2001 Digester Control Building DSL and TWAS Sludge Piping Modification Assistance $ 7,232.40 $ . 610.80 $ 7,843.20 2002 DAF Modifications Preliminary Design Memorandum $ 11,062.80 $ 1,031.20 $ 12,094.00 2003 Biotrain No.1 Modifications Preliminary Design $ 14,792.40 $ 1,492.00 $ 16,284.40 2004 Hot Water Heat Loop Evaluation and Preliminary Design $ 18,194.40 $ 968.40 $ 19,162.80 2005 Secondary Clarifier Launder Covers Technical Assistance $ 6,300.00 $ 538,00 $ 6,838.00 2006 Digester No.3 Corrective Action Assistance $ 30,592.80 $ 910,80 $ 31,503.60 Total Labor and Expenses Cost by Task $ 90,127.80 $ 6,654.80 $ 96,782.60 Expense Summary Expenses Miscellaneous $ 800.00 Travel Expenses $ 2,050.00 Mapping/Photos/Surveys $ _ Printing and Photocopying $ 950.00 Technology $ 2,654.80 Total Expenses $ 6,654.80 TOTAL ESTIMATED ENGINEERING SERVICES FEE $ 96,782.60 Amend 06 rev2.xlsx Page 1 of 11 12/15/2015 Exhibit I City of Bozeman Water Reclamation Facility Phase 1 Expansion Amendment No.6 Englneenng Foe Estimate Exhibit I:City of 6ozeman Water Reclamation Facility Construction Phase 1 Expansion Amendment No.6 Staff Hour Estimate HON Engineering,int. DM I 0A3 DT1 - DT2 0T3 T82 T53 CAD1 AOMI APM2 Subtotal CM81 P1T2 OTT 0T7 070 7512 CS1 C52 ADM2 Subtotal Hours Mauls O eatarCe 7-efrudin trse118s.LVal101iY. eayana, � i>1{:-.-jr{.'-4 �6Mfg( uz '4ji� °`7"�Tt°�t"f ri'�Y - .x;s� �`--r:��4�'y, �S�'(i� 4. Fg-.lin ?.1ki"rSl';f xo66.:=ta,atoms.F.mrrstedil;relslxtaned..s.�{ <,:�:3i..�� z.F.zv„s�:e�,c}f,f�;�;.x�'�v.: i�g,'.�+�,�{Et��i'�§s�•:u h����9 ����s�i`�b�`°�,4�P,��,�, �,A '����r��i��; ��<Y •,ri�v �. ��t;+�s.-.. 2000.1 Preliminary Con Estimate 4 4 8 4 4 Hours subtotal 4 0 0 0 0 0 n 0 4 0 8 4 0 0 0 0 0 0 0 0 4 ;:. ...e-ester,�eenuar.stHlaln- anar�vt SlgdaP 1n rv>- v+€�. � 41,x �Iva'pG ��--_-�„{< rr„-= �b-2�,� ,., .,,,-.- 3�-�'�- mss: �:. ���;� -:� Z�3 �� •s,� v- ems- , . rp x� ti11rE E ,r l , < t.,, t2 W; s t -� � r --...5. �\ i`i7--RION �3�,i rEU3 ��'-1 3 .�,.T+j`tS„ � 1. � '„z'�'BSI” �� ���i �<� r � .x Ti sl�°�2"�i?�=rk�'�Y4 ,_�:ZOfi4, A`.M01Hf1catlotrAfrs�gtnce �� - t��:3,'*s��.zti,�,�..�a 1 xtp_ �,s.� 7� �i��z,]15a���j2���S� ��3�5�.? r3.�Zs!}�§� ��i. ii4: a� Y�.� l,:,�,,,4�1��:��:Tw9k�� 3.�a� ��.t����� al��e..,,. 2801.1 C 65ier DSL and TWAR Piping Modihmtlon Technical Assistance 8 ' 4 24 6 44 8W e Hours sub-total 8 4 0 0 24 0 0 0 8 0 44 8 0 0 0 0 0 0 0 0 8 ,-,5,--.2002:a;,,,OAF'MCOHIe tionsPraHrtlkn6iyirn8Hgeil teemrar,duterI v”..,1,t..x .,.'i C.s,b,S 7Y.e.,_&.'..5,. 7 tf..M,.,I.,,,,,,,,,,,mom:,......„,,,,,,,,,,,,,-...,MW.:104814-4i 01.$-W..,,: ,.,�.2,..s.,-..,....-.1.....,,, .a1 1<141 n<,i£r..... fl lieYr'c;-r,-_7471At3Y,>,+5.,=,1.:V: 2002.1 Preliminary Design Memorandum a 4 24 6 24 8 76 0 Hours sub-total 8 4 24 0 8 0 24 0 8 0 76 0 0 0 0 0 0 0 0 0 0 .... t..0 . , '.\< - ,al..:,., ' 3".. -t.- .'^? '1' • .3l ,1; ,k Y -`r� 1 -4:-45} 1 z; ,-s:.y'.y`1< 4..1T e. �3w`.'ii44: I4<474 1atl9'..Ilfr”. 147rM! `5=:2003:, 161oldhr.No.'1JAatliptAklta'�rt�lm[navtlrGe31p6.6.> .�.��:e,,...H..MYs'��,:£h b�irE3<,,..r,1;�t.,n k�a:..,,<t.SEF..m s�L rlfke.'2�&&btct.f�.�r�,,y��,plN,ah.t;n�Sl?,Yf.255?i�;..PS E�..R§.S��v.`�z.Y3'Y z7.�-.3?�'3L t0 A1:?7sr Y 3t ikh 4s. .....�..,..._{??..1.., T 2003.1 Preliminary Design Memorandum 8 8 32 8 16 8 80 0 , e f6 Hours sub-total 8 8 32 0 0 0 78 0 8 0 00 8 0 0 0 0 0 0 8 0 16 'si<268l.p H00WitNHet etWEVEluatlaeaobdt01Ellmin3681F3c013n,. s#.7,.S.,il rri.'.oz-1:3411?:7zr,m,,,,3 MvAef,l 1<s,s,rwa.,4777 -,.r-4<s<4< K3.,,x,>,>tr. M TraZ.P44< i,)T1':fR. , rs,743,,s;444,,,,1 Rramk11wuma 14114 <4x44<444-?