Loading...
Agenda 06/28/2011 Item #16A 3 6/28/2011 Item 16.A.3. EXECUTIVE SUMMARY Recommendation to approve and ratify Staff's extension of Contract #06- 3969 with Stanley Consultants Inc and approval of Change Order #2 to Work Order #4500110440, requesting an additional 30 days to process the Consultant's final invoice for work completed on Gateway Triangle Stormwater Improvements, Project 51803. OBJECTIVE: For the Board to approve and ratify's Staff's authorization of an extension to an expired Work Order (4500110440) by approval of Change Order #2 that requests the addition of 30 days to the time to completion. CONSIDERATIONS: Collier County entered into Contract #06-3969 with Stanley Consultants Inc on September 26, 2006 for Professional Engineering Services. This Contract expired on September 25,2010. Work Order #4500110440 was issued while the master agreement was still in effect. The Work Order authorized Stanley Consultants Inc to perform "Post design services for Gateway Triangle Pump Station" (structures and ~. electric/electronic controllers construction related services) on September 25, 2009. On August 6, 2010 staff issued Change Order #1 to the Work Order to add $36,779.59 and extend the Work Order time to December 3, 2010. Change Order #1 was issued under valid contract (#06-3969). However, work had to progress past this date and staff is now requesting approval of Change Order #2 to extend the Work Order to January 2, 2011. The Consultant has successfully completed the work at Staff's request, to the benefit of the County, and Staff recommends approval. When the original overall design for this project was done, it was not anticipated that one segment of pipe which ran under US41, and was designed to be installed via Directional Drilling, would have to be redesigned and permitted through the Florida Department of Transportation to be installed by way of using a different pipe material and open cutting the road. As the project progressed, several tries were attempted for installation of the pipe in different locations using directional drilling techniques, and because of wet unstable subsurface conditions in one area where the pipe had to be placed, all tries failed. Without the pipe installed, the pump station, pumps, and electronic controllers could not be installed and tested as planned. With Change Order #1, additional time was considered but was insufficient. The additional engineering, permitting, and revised construction techniques for this project have pushed out the Work Order ~. Packet Page -335- 6/28/2011 Item 16.A.3. completion date. In the interim, no extension time remained in the expired master contract. FISCAL IMPACT: The fiscal impact of this Executive Summary is $10,405.53, which is the unpaid balance left in the Work Order # 4500110440; these costs are included in the current Work Order amount. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: The County Attorney is providing an "after the fact" review of staff's prior extension of the referenced contract and associated work order. The Board is authorized to determine the validity of equitable claims such as quantum meruit and determine that the relief sought equitably reflects the fair value of the work performed and furnished to the County, for which the County has benefited, and approve and ratify the extension of the contract, associated change to the Work Order and authorize any remaining payment owed to the vendor. This item is legally sufficient and requires majority vote. - CMG RECOMMENDATION: Recommendation to approve and ratify Staffs extension of Contract # 06-3969 with Stanley Consultants, Inc. and approval of a Change Order #2 to the Work Order # 4500110440 for an additional 30 days in order to process the Consultant's final invoice for work already completed at the Gateway Triangle Pump Station. Prepared by: Shane Cox, Sr Project Manager, Transportation Engineering Department Packet Page -336- 6/28/2011 Item 16.A.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.3. Item Summary: Recommendation to approve and ratify Staff's extension of Contract #06- 3969 with Stanley Consultants Inc and approval of Change Order #2 to Work Order #4500110440, requesting an additional 30 days process the Consultant's final invoice for work completed on Gateway Triangle Stormwater Improvements, Project 51803. Meeting Date: 6/28/2011 Prepared By Name: Cox Shane Title: Project Manager, Senior,Transportation Engineering 5/312011 4:25:09 PM Submitted by Title: Project Manager, Senior, Transportation Engineering Name: CoxShane 5/3/20114:25:11 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal, Transportation Engineer Date: 5/6/2011 8:24:02 AM Name: TaylorLisa Title: Management/Budget Analyst.Transportation Administr Date: 5/1 0/2011 9:22:03 AM Name: AhmadJay Title: Director - Transportation Engineering,TranspOl1ation Engineering & Construction Management Date: 5/10/20 II 9:33:31 AM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & Construction Management Date: 5/10/2011 4:07:08 PM Packet Page -337- Name: Carnell Steve Title: Director - Purchasing/General Services, Purchasing Date: 5/12/2011 9:00:] 5 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 5/] 2/2011 9:58:32 AM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & Construction Management Date: 5/27/2011 9:32:43 AM Name: CummingsRhonda Title: Contracts Specialist, Purchasing & General Services Date: 6/1/2011 10:13:45 AM Name: FederNorman Title: Administrator - Growth Management Div,Transp0l1ati Date: 6/2/20]] 3 :34: 19 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 61712011 1:17:30 PM Name: GreeneColleen Title: Assistant County Attorney.County Attorney Date: 61l4/2011 12:56:24 PM Name: KlatzkowJeff Title: County Attorncy, Date: 6/16/2011 10:06:41 AM Name: UsherSusan Title: Management/Budget Analyst. Senior,OfJice of Manage Date: 6/20/2011 8:59:47 AM Name: Ochsleo Title: County Manager Date: 6/20/2011 8:36:50 PM Packet Page -338- 6/28/2011 Item 16.A.3. 6/28/2011 Item 16.A.3. ~_.... CHANGE ORDER TO WORKORDER TO: Stanley Consultants Inc FROM:Capital Construction & Maintenance Dept 27300 Riverview Ctr Blvd 2885 S Horseshoe Dr Bonita Springs FL 34134 Gateway Triangle Storm water Improvements "Design / Post Design Services" Project No.51803 work order date: September 25, 2009 change order number #2 Cbange Order Description: This change order is to add time for the consultant to provide construction services. Work Order # 4500 II 0440 date: April 15, 2011 This change order is to request an additional 30 days to be added to time allowed for this work order. Stanley Consultants Inc is the electro-mechanical engineering design consultant on this project and the construction bas encoWltered many unforeseen circumstances. On September 25, 2009 the subject work order (#4500110440) was entered into with Stanley Consultants Inc to provide Engineering Services which included limited support during construction. On December 15, 2009 the Board of County Commissioners awarded Contract # I 0-S366 to Stevens and Layton, Inc. for the construction of the Phase 2 Improvements to the Gateway Triangle Stormwater project (Project #51803). Construction began on February 15,2010. Stanley Consultants's role was to provide professional engineering services for before- and during- construction, related to the pumps, the pump house, the controllers, and the generator. No additional funds are being requested with this Change Order. This time request is for an additional 30 days to ensure payment of final invoice. This work order expired because the Gateway Triangle has had many unforeseen complications and the construction time has had to be extended, and in turn Stanley Consultants' assistance needs to be extended. There was a change order done to Stanley Consultants' W.O. in August 2010, and what was believed to be sufficient additional time was added. More difficulties occurred after that and the work went past the work order expiration date; it was an oversight on PM's and consultant's part. Since then we have implemented a tracking method to use on work orders such as these. Stanley Consultants provided this Stormwater project with the design of a pump station (structure & pumps), electronic controllers, a building to house the controllers, and a generator station. It is the complicated design of the electrical and electronic equipment that should be handled through to close-out by Stanley Consultants. Additionally, Stanley Consultants' structural engineer is familiar with the design of the building I structures and has been keeping the construction of them in compliance with the Collier County building permits. On this particular work order (#45000 II 0440), the latest invoice closes it out. There is no more budget. The last Work Order expiration date was Dec 3, 2010. Stanley Consultants' work continued to January 1, 20 1 1. Packet Page -339- Change Order No.1 Page 2 6/28/2011 Item 16oAo301 . Original agreement amount............................................... .$49,712 Sum of Previous Changes............................................. ......$36,779.59 This Change Order No.2 i\moWlt (add or subtract).................... .$0 Revised Agreement Amount...........".................................................$86,491,59 Original contract time in calendar days .......................................... ...365 days Adjusted number of calendar days due to previous change orders............... 70 days This change order adjusted time is... ............................. .............. .....30.days Revised Contract Time in working days.......................................... .465 days Original Notice to Proceed date .................................................. September 25, 2009 Completion date based on original contract time ........................ September 25, 2010 Revised completion date due to change order(s)......................... January 2, 2011 Stanlev Consultants Inc's acceptance of this change order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in said Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: ~ ~ Shane Cox PE, Sr Project anager Roadway Stormwater & Bridge Section Date ~ils /;1 / SECTION SUPERVISOR Reviewed By: Gary Putaansuu E, Principle Project Manager Roadway Stormwater & Bridge Section Date ~~ 1$'"-/( Date ~//1 ) II DIVISION Approved Norm Feder lCP Growth M3jiagement Division Date lit ~/II Packet Page .340- I 6/28/2011 Item 16.A.3. . Change Order No. I I'3ge 3 Da1e:~ 0a1e:~ I Packet Page -341- .--- .. ~~ County - -~ - Mrinisb'ative Services LAvisi:ln F>Ulct1asing o Contract Change Request Contract #: ' Mod#: 2 06-3969 4 Project #: Project Manager: 51803 Shane Cox Original ContractIWork Order Amount Current BCC Approved Amount N/A '."" Current ContractIWork Order Amount Dollar Amount of this Change Revised New ContractIWork Order Total I $86 Cumulative Chanoes 1 $36 Completion Date, Description 0 Origmal notice to proceed ' Last approved completion date: 09/25/10 12/3110 Number of days added (if Explain why a extension, must attach current I This change 0 insurance certificate(s) from SAP i this work orde or Obtain from vendor): consultant on circumstances 30 On Septembe Consultants In construction On December 5366 to Steve I the Gateway February 15. 2 Stanley Consu and during- co the generator. No additional f for an addition because the G construction ti extended. Th was believed t after that and t PM's and con use on work 0 I I Stanley provid controllers, a b complicated d through to clos I with the desig them in compli unf~r"!liliar engi 6/28/2011 Item 16.A.3. Purchasing Department Change Modification Form ~ Work Order Modification POlWork Order #: 500110440 Department: Transportation En ineerin Project Name: Gateway Triangle Stormwater 1m rovements Contractor/Firm Name: Stanley Consultants Inc $49,712 NlA Original BCC Approval Date; Agenda Item # d, N/A Last BCC Approval Date; Agenda Item # I: ,.~ .,....~,' -'~:.'" ~..." $86,492. $0.00 ,491.59 .779.59 73.99% Change from Original Amount #VALUE! Change from Current BCC Approved Amount 0.00% Chan e from Current Amount f the Task(s) Change, and Rationale for the Change completion date: Revised compietion date (includes this , change) 1 12 12011 ddillonal days are needed (detailed/specific): rder is to request an additional 30 days to be added to time allowed for r. Stanley Consultants Inc is the electro-mechanical engineering design this project and the construction has encountered many unforeseen r 25,2009 the suoject work order (#4500110440) was entered into with c to provide Engineering Services which Included limited support during 15, 2009 the Board of County Commissioners awarded Contract # 10- ns and Layton, Inc. for the construction of the Phase 2 Improvements to Triangle Stormwater project (Project #51803. Construction began on 010. Itant's role was to proVide professional engineering services for before- nstruction, related to the pumps, the pumphouse, the controllers, and unds are being allocated with this Change Order. This time request is al 30 days to ensure payment of final invoice. This work order expired ateway triangle has had so many unforeseen complications that the me has had to be extended, and in turn Stanleys assistance needs to be ere was a change order done to Stanleys WO in August 2010, and what o be sufficient additional time was added. More difficulties occurred he work went past the work order expiration date; rt was an oversight on sultant's part. Since then we have implemented a tracking method to rders such as these. ed us wilh design of a pump station (structure & pumps), electronic uilding to house the controllers, and a generator station. It is the esign of the electrical and electronic equipment that should be handled e-out by Stanley. Additionally Stanley's structural engineer is familiar n of the building I structures and has been keeping the construction of ance with the Collier County building permits. I would not recommend an neer take these over at this point. Revised: 2/21/11 1 I Packet Page -342- 6/28/2011 Item 16.A.3. ! Add new task(s) On this particular work order (#45000110440) , this invoice closes it out. There is no more budget. The last work order expiration date was Dec 3,2010. Their work went into January of 2011. Additionally, this consultant has continued to provide their services. Change task(s) Delete task(s) Other (speclfy):Time Extension . 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): The work was completed in January of 2011 which is 30 days later than originally intended per the work order. 2. Provide detailed rationale for the requested change: Add 30 days to expired work order to ensure that consultant's invoice is accepted and paid. 3. Provide explanation why change was not anticipated in original scope of work: This work order expired because the Gateway triangle has had so many unforeseen complications that the construction time has had to be extended, and in turn Stanleys assistance needs to be extended. 4, Describe the impact If this change is not processed: Time extension necessary to ensure the final invoice for consultant is processed and paid. 1. Planned I Elective 4. Correction of error s Type of Change I Modification 2. Unforeseen conditions/circumstance 5. Value added 3. Quantit or rice ad'ustment [gJ 6. Schedule ad'ustment Change Requested By e I Modification: Usin De artmant Other s eci Yes No Approved by: Name and Title: Reviewed by: Purchasing Professio ai's Name: Nicole Par er I Revised: 2/21/11 2 Packet Page -343- Board of County Commissioneni Purchasing Depar1menl 3301 Tamiami Trail E Napies, Fk>rida 34112 Tax Exempt: 85-a01262183OC-2 (f) 6/28/2011 Item 16.A.3. Send alllnvoic..a .u. Board of County Commissioners Alln: Accounts Payable PO Box 413016 Naples, Florida 34101-3016 Purchase Order number must appear on all relllted correspondence, shipping __ ond 1__: Purchase order PO N....- 4500110440 D'" 09/24/2009 Vendor' 113299 STANLEY CONSULTANTS INC 27300 RlVERVlEW CENTER BLVD, STE 101 BONITA SPRINGS FL 34134 ConIBCl. Person StonnwaterlRd Main Please deliver 10: STORMWATER MANAGEMENT 2885 S. HORSESHOE DR. NAPLES FL 34104 ~ Oate: 09r.l0I2009 Terms of Payment Net 30 Days Currency USD ".,., M.lorl.' Description 00010 PROF ENGRG SERVICES - FIXED TERM ReIeas8 onIer against oontracI 4600001354 Item 00010 0nIer QIy Unit 49.712 each Price Per Unit 1.00 Net V.lue I 49,712.00 Wool< onl... for __ E~ Seniices for Ihe GsIsway Triangle _lmproII9l1'llll1 PrqecI Phase 2 325-17294~3140o-51803.1 Total net value excl. tax USD U,712.00 I VENDOR Terms and Conditions The VENDOR agrees to comply with all Purct\ase Order Terms and Conditions as outlined on the Collier County Purdlasing Internet site: http://www.coUiergov.netJlndex.aspx?page=762 (revision date 0112212008), including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, detivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Board of County Commissionern Attn: Accounts Payable PO Box 413016 Naples, Florida 34101-3016 The Purchase Orner is authorized under direction of Collier County Board of County Commissioners by: HJ.. 1tI. C~__ Stephen Y. Carnell, General Services I Purchasing Director PfinUld fri S8p 25 2009 08:20:J6 GUT-0400 325--112940-631400-51803.1 P8gC11of1 Packet Page -344- - 61f2 f(J()'f'i7fJ- {?. , / 0 J )0 '8"/ 'f 6/28/2011 Item 16.A.3. WORK ORDER # Under Contract # 06-3969 Agreement for Fixed Term Professional Engineering Services This work order is for professional engineering services on behalf of Collier County (Contract # 06-3969), for work known as Post Design Services for Gatewav Triangle Stormwater Improvement ProiectPhase 2 (Proiect #51803). The work is specified in the proposal dated September 8, 2009, which is hereto attached and made a part of this work order. In accordance with the "Terms and Conditions" within the Agreement for Fixed Term Professional Engineering Services (hereafter, "Agreement") referenced above, Work Order # is assigned to Stanley Consultants, Inc. Scooe of Work: Phase 1 B Construction related services Task 1: SFWMD Permit Mod Support Task 2: Bid Phase Services Task 3: Construction Phase Services Task 4: Geotechnical Services More detail and explanation can be found in the attached proposal. Schedule of Work: Complete all work as directed within 365 days of receipt of the "Notice to Proceed" which will contain a Collier County purchase order number. Compensation: In accordance with "Article Five" of the Agreement, the County will compensate the designated firm in accordance with the negotiated T&M amount provided below (use the established hourly rate(s) as enumerated in "Schedule A" of the Agreement). Task 1: Task 2: Task 3: Task 4: Reimbursables $ 7,680 $ 4,950 $ 32,222 $ 3,000 $ 1.860 TOTAL $ 49,712 Any change within monetary authority of this work order final department approval will be considered an additional according to "Schedule A" of the Agreement. made subsequent to service and charged Packet Page -345- . PREPARED BY: Shane ox P.E., Senio reject Manager Stormwater Management Department REVIEWED BY: ~4~ Jerry Kurtz, P.E., Principle Project Manager Stormwater Management Department REVIEWED BY: APPROVED BY: X"t"~."-- \ ACCEPTED BY: Stanley Consultants. Inc. Company Name Jon Ahlschwede Naples Operations Manager Type or Print Name and Title Packet Page -346- 6/28/2011 Item 16.A.3. if'lt /cPr Date . . Cf / [f, /0'7 Date ~/zltJ9 ate 1M /Date q'lS'!)CJ Date ~ 6/28/2011 Item 16.A.3. Q Stanley Consultants INC. AStanIev~(ompilII)' Eng"lleflilllJ. ElTNorwnMtalltKf ConstnKtion Sfrias - \','orId.'.i(le September 10, 2009 Shane Cox, PE Sr. Project~anager Stormwater Management Department 2885 Horseshoe Drive South Naples, FL 34104 Dear Shane: Subject: Collier County Gateway Triangle Pump Station BIDIRFP # 06-3969 Post Design Services Dear ~r. Cox: Per your request, we are providing this proposal for professional engineering services associated with stormwater system improvements at Gateway Triangle subsequent to our general engineering services agreement. PART 1 - BASIC SERVICES This agreement is made between Collier County (CLIENT) and STANLEY CONSULTANTS, INC., (CONSULTANT). WHEREAS CONSULTANT and CLIENT entered into an Agreement dated February 20, 2009, for professional services by CONSULTANT for the Gateway Triangle Pump Station, and the parties desire CONSULTANT to perform additional services for the project. Collier County (CLIENT) intends to build Gateway Triangle Pump Station, designed by Stanley Consultants (CONSULTANT). CLIENT will provide Construction Engineering and Inspection (CEI) services. The intent ofthis scope of services is for CONSULT ANT to provide post design engineering support. Upon written authori7.ation from the CLIENT to proceed, the CONSULT ANT shall perform Basic Services consisting of those described below. 1.0 SFWMD PERMIT MODifICATION SUPPORT 1.1. A meeting with the SFWMD revicwer and CLIENT representative (Bill Foley) to obtain consensus from SFWMD that the increase in water quality volume proposed was consistent with previous discussions with the County. Although this issue was discussed and addressed at the preapplication meeting, the reviewer was not present and additional coordination was required. 1641 Worthington Road. Suite 400 . West P.tm Beach, Fl 33409. phone 561.689.1444. fax 561.689.3003 VNIW,stanleyconsultanls.com Packet Page -347- " 6/28/2011 Item 16.A.3. Q R.Shane CO" September 8, 2009 Page 2 1.2. A status meeting was held with Big Cypress Basin (BCB), SFWMD, and County officials to review the proposed changes and their effect on the e"isting LASIP permitting. In addition, at this meeting several comments from BCB staff were addressed and others needed additional follow-up. Typically BCB is not involved in the permitting but since BCB grant funds are to be utilized for portions of this project, stafT reviewed the CUlTent submittal and requested additional information and coordination. 1.3. Additional model revisions and simulations asked for by Ihe SFWMD reviewer will be performed by CONSULTANT. These revisions are in addition to what was originally provided within the e"isting permit and the initial RAI. 1.4. Additional e"hibits, a phasing plan, and parcel research for the compensating water quality volume area. 1.5. Coordination with HDR (Engineer of Record) on the submittal of engineering drawings as required by SFWMD. 2,0 BID PHASE SERVICES 2.1. CONSULTANT and SUBCONSULTANT (RWA, Inc) shall attend. one prebid conference. Up to two (2) representatives (I Stanley, I RW A) shall attend. CLIENT will lead the conference and distribute minutes to attendees. 2.2. Provide written response to questions from bidders. Responses will be provided electronically via email to CLIENT for distribution to all bidders. 2.3. Issue Addenda as appropriate to clarify, correct, or change Bidding Documents. Addenda will be provided to CLIENT for distribution to all bidders. 2.4. Consult with and advise the CLIENT as to the acceptability of subcontractors, suppliers, and other individuals and entities proposed by the Contractor as required by the Bidding Documents. 2.5. Attend bid opening and assist CLIENT in evaluating bids or proposals and in awarding contracts for the Work. One (I) representative from CONSULTANT shall attend the bid opening. 3.0 CONSTRUCTION PHASE SERVICES 3.1. Preconstruct ion Conference. Participate in a preconstruction conference, if any, prior to commencement of work at the site. One (1) representative from CONSULTANT shall attend the preconstructioll conference. 3.2. Public Meetings. Prepare two to three static display boards for use in public information meetings about the project. Attend up to two (2) meetings with two (2) representatives involved with the project (I from CONSULTANT, 1 from SUBCONSULTANT). Packet Page -348- '... 6/28/2011 Item 16.A.3. ~ ~ ~ R.Shane Cox September 8, 2009 Page 3 3.3. Visits to the Site and Observation of Construction. In connection with observations of the Contractor's work in progress: 3.3.1, Make visits to the site at intervals appropriate to various stages of construction, as CONSULT ANT deems necessary, to observe as an experienced and qualified design professional the progress and quality of the Work. Such visits and observations by the CONSULT ANT are not intended to be exhaustive or to extend to every aspect of the Contractor's work in progress or to involve detailed inspections ofthe Contractor's work in progress beyond responsibilities specifically assigned to the CONSULT ANT in this Agreement and the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on CONSULTANT'S exercise ofprofessionaljudgmenl. Based on information obtained during such visits and such observations, CONSULTANT will determine in general if the Contractor's work is proceeding in accordance with the Contract Documents, and CONSULT ANT shall keep the CLIENT informed of the progress of the Work. 3.3.2. The purpose of CONSULTANT'S visits to the site will be to enable CONSULTANT to better carry out the duties and responsibilities assigned to and undertaken by CONSULT ANT during the Construction Phase, and, in addition, by exercise of CONSULTANT'S efforts as an experienced and qualified design professional, to provide for the CLIENT a greater degree of confidence that the completed Work will conform in general to the Contract Documents and that the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents has been implemented by the Contractor. CONSULTANT shall not, during such visits or as a result of such observations of the Contractor's work in progress, supervise, direct, or have control over the Contractor's work, nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor; for safety precautions and programs incident to the Contractor's work; or for any failure of the Contractor to comply with the laws and regulations applicable to the Contractor's furnishing and performing the Work. Accordingly, CONSULTANT neither guarantees performance of any Contractor nor assumes responsibility for any Contmctor's failure to furnish and perform its work in accordance with the Contract Documents. 3.3.3. CONSULTANT will be present to observe equipment testing and startup. 3.3.4. CONSULTANT will attend and participate in Factory Acceptance Testing (FAT) of Control and SCADA System. 3.4. Defective Work. Recommend to the CLIENT that the Contractor's work be disapproved and rejected while it is in progress if, on basis of such observations, CONSULTANT believes that such work will not produce a completed Project that conforms generally to Packet Page -349- 6/28/2011 Item 16.A.3. R.Shane Cox September 8, 2009 Page 4 the Contract Documents or that it will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. 3.5. Clarifications and Interpretations. Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of the Contractor's work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. 3.6. Change Orders. Review Change Orders prepared by CLIENT for consistency with the intent of the Contract Documents. 3.7. Shop Drawings and Samples. Review or take other appropriate action in respect to shop drawings and samples and other data which the Contractor is required to submit, but only for conformance with information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such reviews or other action will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. CONSULTANT has the obligation to meet any Contractor's submittal schedule that has earlier been acceptable to the CONSULTANT. 3.8. "Or-equal Items." Evaluate and determine the acceptability of "or-equal" materials and equipment proposed by the Contractor. 3.9. Inspections and Tests. Observe special inspections or tests ofthe Contractor's work as necessary, and receive and review all certificates of inspections, tests, and approvals required by laws and regulations or the Contract Documents. CONSULTANTS review of such certificates will be for determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that content or procedures of such inspections, tests, or approvals comply with requirements of the Contract Documents. CONSULTANT shall be entitled to rely on the results of such tests. 3.10. Construction surveying and staking. SUBCONSULTANT (RWA) shall provide up to two (2) days of construction surveying and staking with two to three person crew. The intended purpose is to stake project limits for public information where specific questions arise from the public. Surveying and staking is not provided for construction contractor's use or benefit. 3.11. Contractor's Completion Documents. 3.11.1. Review maintenance and operating instructions, schedules, and guarantees. 3.11.2. Review certificates of inspection, tests and approvals, shop drawings, samples, record drawings, and other data that are to be assembled by the Contractor in accordance with the Contract Documents to obtain final payment. Packet Page -350- 6/28/2011 Item 16.A.3. ~ ~ R.Shane Cox September 8, 2009 Page 5 3.12. Substantial Completion. After notice from the Contractor that Contractor considers the entire work ready for its intended use, attend and assist with an inspection to detennine if the Work is substantially complete. 3.13. Final Notice of Acceptability of the Work. Attend and assist with a linal inspection to detennine if the completed Work of Contractor is acceptable. 3.14. Duration of Construction Phase. Construction phase will commence with the execution of the lirst Construction Agreement for the Project or any part thereof and will terminate upon acceptance of the Project by the CLIENT. Basic Services will tcnninate when the Contractor is scheduled to obtain Final Completion in 270 calendar days. If an extension 10 the Construction Contract duration is agreed to by the CLIENT, additional site visits may be agreed to as an Additional Service. 3.15. Conditions of Service: Basic Services described are based on the following conditions: 3.15.1. Assisting the CLIENT in receiving bids or proposals one time. 3.15.2. CONSULTANT shall not be responsible for acts or omissions of any Contractor, of any of their subcontractors, suppliers, or of any other individual or entity perfonning or furnishing any of the Work. CONSULTANT shall not be responsible for failure of any Contractor to perfonn or furnish the Work in accordance with the Contract Documents. 3.15.3. Visits to the Project site for observation of construction will involve ~hours of time (including travel time) per visit for 10 site visits by CONSULTANT'S assigned local personnel. Observation by electrical, mechanical, and controls personnel from other locations require additional travel time. (More extensive site representation may be agreed to as an Additional Service). 3.15.4. Attendance and pmicipation at Factory Acceptance Testing will involve 4 days (including travel time) by CONSULT ANT'S assigned personnel. 4.0 GEOTECHNICAL SERVICES 4.1. Soil and material testing. Two soil borings to supplement original design geotechnical investigation. Both borings to 20 ft with geotechnical report. One boring at Commercial and Davis Blvd. One boring at Commercial and US41. 5.0 COMPENSATION CLIENT shall compensate CONSULTANT a maximum not to exceed amount of $49.712.00 based on the hourly rates and charges outlined in the Agreement for Professional Services dated September 26, 2006. The compensation includes: Packet Page -351- 6/28/2011 Item 16.A.3. ~ ~ R.Shane Cox September 8, 2009 Page 6 CONSULTANT SUBCONSULTANT (RWA) SUBCONSUL T ANT (Geotechnical) Total $34,110.00 $ 12,602.00 $3.000.00 $49,712.00 PART 2 - ADDITIONAL SERVICES The following additional services are not included in the Basic Services and are at CLIENT'S option. These services, if exercised by CLIENT and agreed to by CONSULTANT, shall be paid for in addition to compensation for the Basic Services. CONSULTANT is not authorized to proceed with performance of any additional services unless they are duly authorized, in writing, by the CLIENT, 1.1. Services resulting from significant changes in scope, extent or character of portions of the Project including, but not limited to: changes in size, complexity, CLIENT'S schedule or method of financing; revising previously accepted documents when such revisions are required by changes in laws and regulations enacted subsequent to the effective date of this Agreement; or any other causes beyond the CONSULTANT'S control. 1.2. Services requiring out-of-town travel by the CONSULTANT to third-party sites other than visits to the Project site or the CLIENT'S office. 1.3. Services requiring rebidding of the Work for reasons beyond the control of CONSULTANT. 1.4. Preparing additional bidding documents for alternate bids or prices requested by the CLIENT for the Work or a pori ion thereof. 1.5. Assisting the CLIENT in connection with bid protests, rebidding, or renegotiating contracts for construction, materials, equipment. or services. 1.6. Preparing to serve or serving as a consultant or witness for the CLIENT in any litigation, arbitration, or other dispute resolution process relaled to the Project. 1.7. Evaluating substitutions during the bidding phase. 1.8. Visits to the Project site beyond the extent indicated under the Basic Services. 1.9. Resident Project Representative (RPR) services. Provide services of a RPR, assistants, and other field staff at the site to assist CONSULT ANT and to provide more extensive observation of the Contractor's work. The RPR, assistants, and other field staff may provide full-time representation or may provide representation to lesser degree. 1.10. Determining acceptability of substitute materials and equipment (other than "or-equal" items) proposed by the COIItractor. Packet Page -352- 6/28/2011 Item 16.A.3. Q R.Shane Cox September 8, 2009 Page 7 1.11. Services for revisions to drawings and specifications occasioned by the acceptance of substitute materials or equipment (other than "or-equal" items), 1.12. Providing assistance in resolving any hazardous environmental condition encountered during the construction in compliance with current laws and regulations. 1 .13, Preparing and furnishing to the CLIENT record drawings showing appropriate record infonnation based on the Project annotated record documents received from the Contractor. 1.14. Evaluating claims submitted by the Contractor or others in connection with the Work. 1.15. Providing assistance beyond the extent indicated under the Basic Services in the utilization of equipment or systems, such as: testing, adjusting and balancing; preparation of operation and maintenance manuals; training personnel for operation and maintenance; and consultation during operation. 1.16. Additional or extended services during construction made necessary by (1) emergencies or acts of God endangering the work, (2) an occurrence of a hazardous environmental condition, (3) Work damaged by fire or other cause during construction, (4) significant amounts of defective, neglected, or delayed Work by the Contractor, (5) acceleration of the progress schedule involving services beyond normal working hours, or (6) default by the Contractor. 1.17. Providing field office throughout the construction period. 1.18. Design of sheeting and shoring for construction purposes. 1.19. Groundwater control and dewatering analysis and design. Sincerely, Stanley Consultants, Inc. ~ ~w~~ oJ;?- Operations Manager Attachment(s): Fee Worksheet BWR Packet Page -353- < ~ ~ 0 ~ " ~ . ~ ~ ~ ~ ~ ~ .7:U J= l: E ;: 11~ ~ ~ 0-5 o . 5 ~ " . .~ ~ ~ ~ . ~ :: o < Q::; ~ -~. a - ~ . ~ s ~ " ~ .~ ~ ~ . . E < . .~ l: ~<oJ ., . c: (;; <II 0 O'i: l: ::: ;l U III iiil VI- i7'" ~ ~ c; ~ :: o < Q: ~ J: < .'" ~ o 3 ~ < 2 " ~ o E , ~ . ~ E ~ . " ~ J: " ~ ~ , o ~ .~ ::; .... ";: VI- ~ < 2 < . 2 .;: a. ~ ~ ;j . u o ~ ~ . ~ :il 5: 0 0 g .... ....,." ~ 0 N....''';", _' Vl-Vl-Vl- Vl- ~ ~;::;::;:: ~ m ~ ~ ~ ~ ~ ~ ~ & ~ ::: ~ ~ ~ ~ ~ ::!:: ~ oD..,. \D o ~ ~ o ~ ~ ~ ~ ~a . , . 1-.;; a::: ~ c a! -5 0 ~ ~ :~ <II C III ~ Z 0 ~ o .~ till :i; !i-i5~ -5: ~ 0 E i c e ~ al :::I a: o -0 ~ ~ g if ::E :i 5 ~ C1 -5 ~ ~ 8 ~::.j; ::i: '~ ~. :=;. ~ l: t5 ....- -~~~.~ ~ c 0 ~ v c: ,c:: ::E ~ Vl]! ~-o 3: :: ..,' ~ E 0 ~~~~88 ~ ... N,.,,"" c" ~ ~ 00 r-- "" 0 0 0 .....oDVl-Vl-...". ~~ ....coooo ~ ~ ~ ~ ~ ~ ~oooo "1.:;~",~ v:.V>Vl-Vl-..... ~\D\D<:I"O'O <:1"..............<:1" ~....,........ .... ~ ~ ij . ~ ~ ~" ~ 8 % ~ l:l.. on o . ii Q: < .~ . B . ~ ~ ~ -g c ... ... 4l S! c: ~ "'0 0 .c g ~ III ~ ~ ~ ~ ~ a::~<tcii o ....,."..,.VI ,..;...........NNN o o 00<:>0 ....."'Vl-Vl-Vl-...... ~ ?iioo~oooo ...Vl-..... 'Vl-<I'>Vl-Vl- ~ ~ 0"",0000,..,00:::::0000 ~ ~ ~ ~ ~ . 008000000 ,....... ..,."",... .......... .::;;::;;:::."l......"", ........llQ-thVl-.................. Vl- ...... V> ...... <I'> Vl- I u ;3 ~ ~ . . ~ ~ w u ;; . ffi < ~ . ~~ " 0 ~ u Z < o 0 ~ ~ ~ " ~ 0 ~ u 8,t ~ o < ~ iJ ^ ~ 0 .~ c;; c 1:.g .!1!! ~ g ~ ::c C ;;: ~8~ o . o . N........~........ " E a ~ CII ~ t .. ~ ~ ~ g ~ 0 50 U f6 g- ~ ~ '5 tii P ; ~ ~ ~ ~ ~ .~ ~ u a:: a:: a: g2S:i: "",lS,"1.Cl, ............... VI-...,.Vl-Vl- ~;: ~ ~ ~ ::=;: ~ ~ ~ o . ~ ~ N OCI '<l' ~ " ~ 0 ~i:i a E ~. ~." BE o ~ ~ ~ '" ~ g n o 5 ':i: E i~~~ ~ B 8 -a ~ ~ ~ ~ "' C :> ..c C. 0 III :::J ",ue::", ~~;;:::i~~~;;;::::~~~::~ Packet Page -354- ~ < o ~ :5 i: :oJ E o~ . " gTi ";ij c " 0 w::: u ~, ~ ~ u ;; ~ 5 " " ~ ~ s ~ o ~ ~ ~- ~ ~ ~ ~ . ~ ~ " ~ ~ ~ Iii NI~ ....,"":i:.,.... a~a.x llJii ii :c '0 '0 a: '" ~ r- N " .s ~ .~ .~ Q: ~ N N ~ ~ . ~ a ~ ~ , 15 ~ 6/28/2011 Item 16.A.3. \ \)\ ~ S3~S;- 6/28/2011 Item 16.A.3. PROJECT #: >"YMENT~in ~-~ PROJECT MANAGER: Shane Cox CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Gatewav Trianal. S1803 CONTRACT #: 06-3969 MOD #: 1 POll: 4500110440 WORK ORDER#: 4500110440 DEPARTMENT: Tran. EnainefHiMl CONTRACTORIFIRM NAME: Sblnlev Consultants Change Amount: S 49.712 (Starting Point) $ 49.712 (laS! Total Amount Approved by the BCe) $ 49 712 (Induding All Changes Prior To Thts Modification) $ 36.779.69 ~ , ~ j ~ r' Original Contract Amount: Current BCC Approved Amount: Current Contract Amount Revised ContractlWork Ord... Amount $ 89 491.59 (Including This Change Order) Cum ulstlve Dollar Value of Changea to thia ContractlWork OI'da" $ 36.779.69 Date of Last BCC App<oval N/A Agenda Item # NIA Percentage of the change overlunder current contract amount Fonnula: (Revised Amount I Last BCC approved amount)-1 74 % CURRENT COMPLETION DATE (S): ORIGINAL: Seot 25 2010 This ch8ng. order will: 0 Add a new T_k for $ Other fj,u-. 10 , QlIlIcrlbe the change(s): desire to .dd budaet to work ord.r 10 add construction ....Isianc. ..rvl_ to .DnftCl for remalnd.r of construction DBrIocI. Initial scope WII purpoaely set up this way b8c.... overaight of this type of construction _ unfamlll.r 10 County staff .. wall as consultant. (This Is . large pump alation with computerized conJrOII'" .nd non. h.v. ever deslgn_n bUill by StonnWater .tatf.) Net _ull 18 overall O~ ...Incrasaa of $36;l1lirThls .mount will alloW ua to h.ve proper Engineering guldllllC8 for the final 3 - 4 months of r construcllon. Also have added 70 days of time to the work ord.r for same ...son. Specify the ..ason. for the change(a) r; 1. Plann.d Dr Elective C' 2. Unfo_ Condltlana C' 3. Quantity Adluatmln18 4. CornlCtlon of Erro.. (Plana, Specifications or Scope of Work) C' 6. Value Added C' 6. Sch.dula AdJualm8nl8 Note: One or more IIIlIY be chocked, dapending on the natura of the change(a). Identify all negative Impeclll to the project If Ihls change order w.re not proceased: Would not hav. JnaDIICtionlOV8ralaht of the consultant to comDlete Drooer construction of DUmD .tatlon.controllen. and aenerator. This ch.ngl was requeeted by: P'lcontractor/Conaultant rl OWner rI Ualng Dep.rtment C COES !:oaslgn prof...lonal r1Ragulatory Agency (Spacify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes 11 No REVIEWED BY Date: ~ Date: 11 ~'/ID I I APPROVED BY: P . L Revised 4.10 Packet Page -355- PROJECT NAME: PROJECT MANAGER: . ...iMEN' 6/28/2011 Item 16.A.3. CONTRACTIWORK ORDER MODIFICATION \\) ~ CHECKLIST FORM 0\ ... , Gateway Tnanole PROJECT # 51803 R.S. Cox BID/RFP #: 06-3969 MOD #: ----1-PO#: 45-110440 WORK ORDER #: 45-110440 DEPARTMENT: Trans Ena J Stormwater CONTRACTOR/FIRM NAME: Stanley Consultants Inc Original Contract Amount: $ 49,712 (Starting Point) Current Bee Approved Amount: $ 49.712 (Last Total Amount Approved by the BCC) Current Contract Amount: $ 49.712 (Including All Changes Prior To This MOdification) Change Amount: $ 36.779.59 Revised ContractIWork Order Amount: $ 86.491.59 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractIWork Order: $ 36.779.59 Date of Last BCC Approval N/A Agenda Item # N/A Percentage of the change over/under current contract amount Formula: (Revised Amount I Last Bee approved amount)-1 74 % CURRENT COMPLETION DATE (5): ORIGINAL: SeDt 25 2010 CURRENT: SeDt 25 2010 PROPOSED: Dec 3. 2010 Describe the change(s): desire to add budClet to work order to add construction assistance services to proiect for remainder of construction period. Initial scope was purposely set up this way because oversight of this type of construction was unfamiliar to County staff as well as consultant. (This is a large pump station with computerized controllers and none have ever designed/been built by Stormwater staff.) Net result is overall increase of $36,780. This amount will allow us to have proper Engineering guidance for the final 3 - 4 months of construction. Also have added 70 days of time to the work order for same reason. Specify the reasons for the change(s) r. 1. Planned or Elective r 2. Unforeseen Conditions r 3. Quantity Adjustments 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: inspection/oversiClht of the consultant to complete proper construction of pump station. aenerator. Would not have controllers. and This change was requested by: I7IContractor/Consultant n Owner II Using Department r COES CDesign Professional IIRegulatory Agency (Specify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes W No This form is to be signe Date: ~ / f ;;0 I ( APPROVED BY REVIEWED BY: Date: Contract Specialist Revised 1] .19.2007 Packet Page -356- 6/28/2011 Item 16.A.3. CHANGE ORDER TO WORKORDER ,,~~- TO: Stanley Consultants Inc 27300 Riverview Ctr Blvd Bonita Springs FL 34134 FROM:Capital Construction & Maintenance Dept 2885 S Horseshoe Dr Gateway Triangle Storm water Improvements "Post Design Services" Project No.51803 work order date: September 25, 2009 change order nwnber # 1 Change Order Description: This change order is to add funding to allow for additional construction services by the consultant. Initial scope was purposely set up this way because oversight of this type of construction was unfamiliar to County staff. (Large pump station with computerized controllers and a generator.) The change order also adds time for the same reason. Work Order # 4500110440 date: July 27, 2010 Original agreement amount...............................................................$49,712 Sum of Previous Changes........ ....................................... ....$0 This Change Order No.1 Amount (add or subtract) .........................$36.779.59 v"" Revised Agreemellt Amoullt...................................................,..........$86,491.59 Original contract time in calendar days........................................... ..365 days Adjusted number of calendar days due to previous change orders.......... .....0 days This change order adjusted time is................................................ ....70.days Revised COlltract Time ill workillg days.............................................. ...435 days Original Notice to Proceed date .................................................. September 25,2009 Completion date based on original contract time ........................ September 25, 201 0 Revised completion date due to change order(s)......................... December 3,2010 Your acccptance of this change order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in said Agreement indicated above. as fully as if the same were repeated in this acceptance. The adjustment. to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims for impact and delay costs. P<op,,'" by ~~ Shane COX PE. Sr Project 1anager Roadway Stormwater & Bridge Seetion Date 7 ;;0;(0 {I ( SECTION SUPERVIS R /?/) Reviewed By: ~.. Gary Putaansuu E, Prineiple Project Manager Roadway Stormwater & Bridge Seetiol1 Date 1"- z -/.. Packet Page -357- Change Order No. , Page 2 Accepted by: Fouad asri, Florida Office Manager Stanley Coosultants, Inc. Approved by: Packet Page -358- 6/28/2011 Item 16.A.3. Date: '11"3 I' (,) . Date: rf/P Date: Julv 29. 2010 Date: 'Dlv{/u I Change Order No.1 Page 2 DIVISION ADMINI ~ Approved By: Norm Fe er AICP Growth anagement Division Accepted by: Fouad Masri, Florida Office Manager Stanley Consultants, Inc. Approved by: Rhonda Cummings, Contract Specialist Packet Page -359- Date: Date: Date: Date: 6/28/2011 Item 16.A.3. 1/31JO . fjsA" Julv 29.2010 "- 6/28/2011 Item 16.A.3. .. Stanley Consultants INC. A5lorley"""",,,,,- ErgIneering.ErMttme1til'n:lCClM'IlCblnSeNices.W::rijwjde July 26, 2010 Shane Cox, PE Senior Project Manager Collier County Transportation 2885 Horseshoe Drive South Naples, FL 34104 Subject: Gateway Triangle Stormwater Improvements Project Phase II Request for Additional Funds Dear Mr. Cox: In follow-up to our phone conversation yesterday, this letter serves as a formal request for additional funds in order for Stanley Consultants to fulfill the scope of services under PO 4500110440. The following is the justification for the funds that are needed at this stage of the project: 1. The original agreement is a time and materials contract. Post Design Services contracts are typically set-up this way since the amount of involvement in shop drawing review, site visits, progress meetings, etc., Is difficult to quantify In advance. In this case, we set an initial limit of $32,222 for construction phase services with the understanding that an amendment for additional funds would be considered if/when we reached the ceiling. 2. We have been involved in biweekly progress meetings, which were not anticipated in the original work order. 3. Shop drawing reviews have been more involved than anticipated under the hours of the original work order. 4. Electrical, control system, and mechanical engineers need to be present at the substantial completion inspection and at the final inspection. The amendment includes travel costs associated with these visits. The original amendment did not include time or travel expenses for these inspections. Please find attached Exhibit 1 with estimated cost associated with each task. it is always a pleasure to work with you. Piease call me at 239.949.7905 direct if you have any questions. Sincerely, Stanley Cons Enclosure(s): Exhibit A cc; File 27300 Riverview Center Boulevard' Suite 101 . Bonita Sprinas. FL 34134 . phone 239.947,1771 . fax 239.947.1715 internet www.stan1eyconsultantscom Packet Page -360- 6/28/201 1 Item 16.A.3. 0 "\ ~ 0 N - 0- 0- oo N ~ ~ - 0 0 r- N N d, d, ~ ~ '0 '0 ~ ~ ~ ~ 25 0 0 0 25 0 0 0 0 0 0 25 25 :5 "' '^ 25 0 0 25 "' :Ii 0 0 0 0 0 0 0 0 0 N ... 0 0 ~ OJ 0 0 0 0 0 0 0 0 0 g 0 g g 0 <Xi ... 0 0 0 g N ,..: OJ 0 'l' N 0 " oo N "' "' "' 0 r- ;:! ~ "' "' ~ " oo "' "' oo '" '" 0 r- oo "' '" > vi r-' 0- ",- "'- M ",- g r-' ",' N .... ,,' ~- ..; OJ C ~ '" ~ '" .. .;.; ,;; .. - :jj tl > u ~ )~"" , OJ ~ ~ j; "" 0 j; .... ?~ c ~ 0 0 0 0 0 " oo 0 0 " " " .. ~ ... III m 0 co oo '" '" "' '" '" .D ~ .D ~ :Ji ::',,:: I;; :I: 8 0 ~, l! ~ ~ ~ u a: ~)ww "' .e .2 '" .e ::> .,~, .. III ~;Gt c - 4:' :;; ~ ~ c ~ I 'E ~ 0 0 0 0 0 0 0 0 Q W ~ r- "' ~ .. ~ ~ ~ ~ ~ - ., C a: '0 ''; '" ~ 'C ~ <( ~ ~ ~ <( 0 '" Q .2 ~~It E <( E .. ',; ~, ~ <( <( ~ ::'.~: OJ E ~ ~ ~ I Q) 0 ~ ~ ~ J'i r- oo "' OJ OJ f- 'il> '" .... .... 'C oS '/ "~: u.J ~ ~ '" f -, ~ w .. 19 m .. ~ - '^,. ; 0 "3 Q; ;'~~~:~: ~ 5 0 :J ~ Q) 8 '" ~ ~ N 0 " N 0 0 0 "' "' ;:ll 'il> ~ ~ "' .. oo N .. ~ ~ co OJ '" > '" ~ w ..~ Q) '.< ." ...J C \1-;'" <( ~ - Q; ~~'~ z '" u on "' Q) m .. '" .. .. '" oo 0 .e ~ ~ ~ 1~1~~1 ro '" "- :;: :'!r~:; f- 0 .. c. "' 0 'u r- r- ~ ~ ~ <( .~ '" "- ;,;, .. .. .. ~ ., 0 B B ~ - Q) ~ ~ ~ ... > > > '0 m ro ro ~ '0 '0 '0 ro r- "' N ~ ~- ~- c: ~ c. of OJ .g "5 'S Q) u ~ ~ ~ Q) ~ ~ ~ '" c. ~ on w on 0 ~ ~ ~ Q) u ~ .., Q) OJ Q) ''; ~ ~ ~ ~ oS OJ OJ ~ OJ s: ~ '" c OJ 5 OJ OJ - ~ ~ 'il> 0 a: u ~ OJ C. u .'" .'" E ~ E OJ ~ - w ~ ;;: '" E 'e- ~ ~ w ~ '" OJ ~ ~ iG ~ w w 0 w Q; .2 OJ u -E '0 ~ ~ .. "- ~ ;;; > 0 ~ ~ ... ~ 0 ~ 0 "- E .. ~ - .., 0 ~ on 5 ro 0 0 ~ ~ ~ ~ OJ ~ ~ ., .~ .2 J'i '" ~ 0 - > "5 :I: OJ u '0 '3 ~ OJ ~ OJ ~ ro .g .. u OJ V m is c ~ 0 c. ~ > ~ .c c ~ " ro .. 0 "t ~ '^ OJ '" OJ ~ ro c Z 0 ~ .0 0 Q) 0 ~ .., ~ E c '" w ~ g '" OJ I;; 0 0 .., on 0 c on 0- u '" C. 0 0 E .... c :;: ." is ~ .e ~ C 0 ~ c. ~ OJ C U ." '" OJ C. ~ ro 2 " 0 U m 0 ~ 0 E u '0 .. C. ~ E u .!! .. '" . .2 '" ::> - OJ ." '0 .c .c 9 ., 0 OJ <( a: w 0 ~ 0. .~ " ~ :;: u D ~ u '" oS ~ u ., '"" u u .. c E m E ~ ::> W OJ .~ m ... 8 .~ ~ ~ 3 3 3 .. 3 ~ oS j; '" > "" u D '" ~ OJ OJ OJ U ~ OJ ~ :;: ro ~ Z OJ :c ~ ., ~ ., ., ., OJ C ., .0 ~ ~ .= ~ OJ U 0 ~ ~ 0 '0 OJ OJ OJ c. 8 OJ ~ 0 W m 0 '" u c.. "- U .. D " c: " "' " '" "' u a: .~ ... > m 0 ~ N '" .. '" "' r- oo '" 0 ~ N '" .. 3 m m m m m m m m m m ~ ~ ~ ~ ~ J'i ~ m m m m m ~ m m co I- Packet Page -361-