HomeMy WebLinkAbout08.e. EDB SA No 1 - Dewberry Red LAMPA Mains EXECUTIVE SUMMARY
AGENDA ITEM:
Supplemental Agreement No. 1 with Dewberry Engineers, Inc. for Civil and Environmental Engineering
Professional Services Agreement RFQ 2023/2024-A01 to provide Professional Engineering Services for
Water and Reclaimed Main Extensions in the Lake Asbury Master Plan Area(LAMPA).
CCUA Project No.: 2025-002
CCUA Financial Job No.: 25002-WL
Date: January 30,2025
BACKGROUND:
CCUA staff requests approval from the Board of Supervisors to execute Supplemental Agreement No. 1
(SA1)with Dewberry Engineers, Inc. (Dewberry)to provide professional services for the design,bid, and
construction administration services for the installation of the"Red"LAMPA Project.
Under a previous agreement, CCUA and Dewberry developed a Master Plan and Cost Recovery Policy for
the LAMPA area. The resulting LAMPA Policy, including the Master Plan, adopted by CCUA's Board of
Supervisors on September 9,2023,enabled CCUA to cover and recover the costs of extending master trunk
mains in conjunction with the construction of the First Coast Expressway. The Master Plan divided the
trunk main extensions into five(5)projects. Four(4) out of the five(5)projects are in construction or will
go into construction in the next month. SA1 will authorize CCUA to have design, bid, and provide
construction engineering inspection services for the final LAMPA (Red) Main Extension Project which
includes approximately 5,500 feet each of water and reclaimed transmission mains. The scope of services
also includes surveying, geotechnical, and environmental services. The cost for these services is
$509,630.86.
BUDGET:
The budget for this project is $6,362,008 and the services proposed here are within the estimated cost to
design and construct the project.
CCNA:
CCNA, F.S. s. 287.055, does apply to the use of a consultant under continuing contract. The anticipated
cost of construction does not exceed $7,500,000.00. Staff negotiated the Supplemental Agreement in
compliance with F.S. s. 287.055. Staff and the consultant negotiated the scope and fee for the professional
services at a compensation which CCUA determines is fair, competitive, and reasonable.
RECOMMENDATION:
Staff respectfully recommends the Board of Supervisors'approval of the attached Supplemental Agreement
No. 1 with Dewberry to provide Professional Engineering Services for Water and Reclaimed Main
Extensions in the Lake Asbury Master Plan Area(LAMPA) in the amount of$509,630.08.
ATTACHMENTS:
Supplemental Agreement No. 1
Scope&Fee Proposal
Supplemental Agreement No. 1 to Professional Engineering Services Agreement 23/24-A01 with
Dewberry to provide Professional Services for the Design, Bid, and Construction Services of the
LAMPA Red Main Extension Project
CCUA Project No. 2025-002
Engineer: Robert Beltran, PE Owner: Clay County
Dewberry Engineers, Inc. Utility Authority
1479 Town Center Dr., Ste. D214
Lakeland, FL 33803
Date: February 4, 2025
Item: Description of Services:
Provide professional engineering services as
requested and identified in the attached scope of
services and fee proposal.
Phase 100 Project Management $9,319.24
Phase 200 Data Collection $5,710.88
Phase 300 Design Services $267,827.45
Phase 400 Permitting $11,740.62
Phase 500 Bidding Services $15,164.10
Phase 600 Construction Phase Services $199,868.57
Total Price Not to Exceed Without Prior Authorization $509,630.86
The Contract time shall commence on February 5, 2025, and the scope of services is estimated to be
completed in twenty(20)months. This document, along with the Scope and Fee Proposal, shall become
an amendment to the Professional Engineering Services Agreement and all provisions of the Agreement
will apply hereto.
Accepted by: Date:
Engineer:
Robert Beltran, PE
Vice President
Dewberry Engineers, Inc.
Accepted by: Date:
Owner:
Jeremy D. Johnston, P.E., MBA,
Executive Director
Clay County Utility Authority
w�;+ Dewberry Engineers Inc. 904.332.8601
Dewberry( 200 West Forsyth Street, Suite 1100 www.dewberry.com
Jacksonville, FL 32202-4308
SCOPE OF SERVCES
LAKE ASBURY MASTER PLAN AREA(LAMPA)
Red Segment Water and Reclaimed Water Mains
Supplemental Agreement No. 1 — Professional Engineering Services
Agreement 23/24 A01
January 29, 2025
A. Project Background and Description
The Clay County Utility Authority (AUTHORITY) engaged Dewberry Engineers Inc. (CONSULTANT)
under Professional Services Agreement 23/24-A01to assist the AUTHORITY in the design, permitting and
construction administration services of trunk main infrastructure within the Lake Asbury Master Plan Area
(LAMPA). Under previous assignments the CONSULTANT prepared a comprehensive Trunk Main
Engineering Report that provided a broad analysis of future demands for potable water, wastewater, and
reclaimed water to support the complete LAMPA build-out with recommendations for main sizing and
installation corridors. This report served as the basis for the LAMPA Trunk Main Capital Cost Recovery
Policy, which the AUTHORITY's Board of Supervisors approved in September 2023.
Since the Policy's approval, the AUTHORITY entered into Interlocal Agreements with Community
Development Districts (CDD)to construct the majority of the trunk mains contemplated in the Trunk Main
Engineering Report. There are potable water and reclaimed water trunk mains that are not included in the
CDD scopes, which are referred to in the Trunk Main Engineering Report as the"red segment." Given
CONSULTANT's familiarity with the planning for the red segment, AUTHORITY staff agree that it is in the
AUTHORITY's best interest to execute this Supplemental Agreement for CONSULTANT to provide
design, permitting, and construction administration services for the project. See attachment A-1 that
depicts and describes the proposed corridor this proposal is based upon.
B. Scope of Services
Upon authorization to proceed from the AUTHORITY, the CONSULTANT will continue to provide the
following identified services. This authorization shall be in effect until the CONSULTANT completes all
services as described in the CONSULTANT Supplemental Agreement and any subsequent modifications
hereto or the AUTHORITY elects to cancel for any reason.
PHASE 100— PROJECT MANAGEMENT& COMMUNICATIONS
Task 101 — Project Management
This task consists of overall management of the Project including contract administration, budget
management, invoicing, monthly status reports, project scheduling, and coordination with the
AUTHORITY and CONSULTANT's sub-consultants.
Page 1 of 8
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
PHASE 200—DATA COLLECTION
Task 201 — Data Collection
The CONSULTANT will review CDD and developers conceptual and as-built documents and coordinate
with AUTHORITY for connection points for both the water and reclaimed water pipelines at four locations
along the pipeline corridor. The CONSULTANT will also request conceptual and planning level
documents for the area west of the First Coast Expressway in efforts to coordinate R/W and required
easement locations for the AUTHORITY's proposed facilities. The CONSULTANT will coordinate with the
AUTHORITY and developers as needed to provide a design for the construction of pipeline infrastructure.
PHASE 300— ENGINEERING DESIGN SERVICES
Task 301 — Preliminary Design &Supplemental Services
CONSULTANT will prepare and submit preliminary design documents, equivalent to approximately 30%
complete, consisting of the following:
• Preliminary alignment drawings in plan view, consisting of one electronic copy in PDF format. The
drawing set will include a cover sheet, general note sheet, index and key sheet, and plan view
sheets for pipelines showing the alignment of the pipeline route, which will be at a full-size scale
of 1" = 20'. Sheets will be sized 22"x 34"with 11" x 17" half size scalable format for all drawing
submittals.
o It is anticipated that up to two (2) meetings are to be held with two (2)separate
developers to establish final pipeline corridor and coordinate CCUA easement locations.
o It is anticipated that up to two (2) meetings will be held with private or HOA landowners to
discuss easement locations.
• One copy of a preliminary Engineer's Opinion of Probable Construction Cost (EOPCC). The
EOPCC will be a Class 3 level estimate for project definition between 10% and 40% and have an
expected accuracy range of-20%to +30%, in accordance with the Association for the
Advancement of Cost Engineering (AACE) Cost Estimate Classification System.
• Supplemental Service: Topographic Survey of pipeline corridor as described in the proposal
attached by DRMP, dated January 23, 2025. See attachment A-2.
• Supplemental Service: Environmental Services, including wetlands delineation, gopher tortoise
survey and permitting of the project corridor as described in the proposal attached by SES
Environmental Resources Solutions LLC, dated January 29, 2024. See attachment A-3
• Supplemental Service: Geotechnical Services of proposed pipeline corridor at location of
anticipated HDD under wetlands and spot locations throughout the corridor as described in the
proposal attached by Meskel Engineering, dated December 03, 2024. See attachment A-4
Task 302—60% Design Documents
'' Dewberry' Page
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
CONSULTANT will prepare and submit 60% design documents, consisting of the following:
• Design drawings, consisting of one electronic copy in pdf format. Drawing set will include plan
and profile views, general sheets, and standard detail sheets.
• Technical specifications, consisting of one (1) bound copy and of one electronic copy in PDF
format. CONSULTANT will rely upon the AUTHORITY's Utilities Standards, details, and approved
material list for development of the technical specifications for the project but anticipates
providing supplemental specifications to be used in addition to the AUTHORITY's standards.
• One (1) copy of an opinion of probable construction cost (EOPCC).
The 60% drawings will identify and quantify the area of all permanent and temporary easements that will
be required to support construction, operation and maintenance of the improvements.
CONSULTANT will attend a 60% design review meeting to receive comments on the 60% submittal for
incorporation into the 90% design submittal.
Task 303—90% Design Documents
CONSULTANT will prepare and submit 90% design documents, consisting of the following:
• One (1) copy of a tabular summary of CONSULTANT's responses to comments provided by the
AUTHORITY for the 60% design submittal.
• Design drawings, consisting of one electronic copy in pdf format. Drawing set will include plan
and profile views, general sheets, and standard detail sheets.
• Technical specifications, consisting of one (1) bound copy and of one electronic copy in PDF
format. CONSULTANT will rely upon the AUTHORITY's Utilities Standards, details, and approved
material list for development of the technical specifications for the project but anticipates
providing supplemental specifications to be used in addition to the AUTHORITY's standards.
• One (1) copy of an EOPCC. If the EOPCC varies by more than 25% from the 60% design
EOPCC, CONSULTANT shall provide the rationale for the difference in cost.
CONSULTANT shall clearly list any variations from the approved standards and materials and
documentation that the variations have been accepted by the AUTHORITY.
CONSULTANT will attend a 90% design review meeting to receive comments on the 90% submittal for
incorporation into the 100% design submittal.
Task 304— 100% Design Documents
CONSULTANT will prepare and submit 100% design documents, consisting of the following:
Y•••r Dewberry
,;;;,• Page 3 of 8
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
• One (1) copy of a tabular summary of CONSULTANT's responses to comments provided by the
AUTHORITY for the 90% design submittal.
• Design drawings, consisting of one (1)full-size set, one (1) half sized sets of drawings to scale,
and one electronic copy in pdf format.
• Technical specifications, consisting three bound copies and of one electronic copy in PDF format.
CONSULTANT will rely upon the AUTHORITY's Utilities Standards, details, and approved
material list for development of the technical specifications for the project but anticipates
providing supplemental specifications to be used in addition to the AUTHORITY's standards.
• One (1) copy of a final EOPCC. If the EOPCC varies by more than 25%from the 90% design
EOPCC, CONSULTANT shall provide the rationale for the difference in cost.
CONSULTANT shall clearly list any variations from the approved standards and materials and
documentation that the variations have been accepted by the AUTHORITY.
PHASE 400— PERMITTING
This phase consists of the preparation and submittal of the forms and documents that are required for
obtaining regulatory and construction permits/approvals for the Project. In each task below, response to
agency questions and comments is limited to two (2)sets of review questions and comments from each
agency for each permit. This limit does not include responses to agency questions/comments resulting
from errors and /or omissions of the CONSULTANT in preparing and submitting requisite application
documents. Permit applicant fees are to be paid by the AUTHORITY.
Task 401 — FDEP and County Permit Submittal
This task includes the preparation and submittal of documents required for obtaining a permit for the
below activities.
• Specific Permit to Construct Public Water System Components (Clay County Health Department/
Florida Department of Health or delegated agency)
Task 402— FDOT Permit Submittal
This task includes the preparation and submittal of documents required for obtaining a permit for the
below activities.
• FDOT Permit: Complete and submit permit for crossing of SR 23 (First Coast Expressway)
utilizing existing casing pipes installed as part of a separate project.
PHASE 500—BID PHASE SERVICES
'' Dewberry' Page
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
This phase will be performed during the bid phase of the Project. For the purpose of this Agreement, it is
assumed that the AUTHORITY will enter into one (1) contract for construction of the Project. The
AUTHORITY shall be responsible for preparation of Division 0 (Procurement and Contracting
Requirements), advertisement of the Project, and distribution of the Project documents, including all costs
associated therewith.
Task 501 — Bid Documents
CONSULTANT shall prepare and submit the following bid documents to the AUTHORITY:
• Electronic Copy of Bid Documents in PDF format, digitally signed and sealed.
• One (1) half-size set of construction plans, and one (1) signed and sealed full-size set.
• One (1) copy of technical specifications, and one (1)signed and sealed.
• Schedule of Values and Bid Sheet(electronic only).
• Scope of Work (separated out for advertisement).
• Supplementary conditions (electronic only).
• Engineer's Opinion of Probable Construction Cost.
Task 502— Pre-bid Meeting
CONSULTANT shall attend one (1) pre-bid meeting, prepare agenda and attend a pre-bid site visit (if
required).
Task 503— Bid Addenda
CONSULTANT shall prepare bid addenda as required to address/respond to questions and comments
submitted to the AUTHORITY by prospective bidders. For purposes of this Agreement, it is assumed no
more than five (5) addenda will be required.
Task 504— Bid Recommendation
CONSULTANT shall evaluate the bid results and provide an opinion of the reasonableness of the pricing.
PHASE 600—CONSTRUCTION SERVICES
CONSULTANT shall perform these services during construction of the project. This scope assumes
installation of approximately 5,500 linear feet of both potable and reclaimed water mains (11,000 total
linear feet), to include approximately 2,800 total LF of HDD HDPE, over a duration of 14 months.
Task 601 — Pre-Construction Meeting
The CONSULTANT shall attend one (1) pre-construction meeting and prepare a meeting agenda and
meeting summary.
Y•••r Dewberry
,;;;,• Page 5 of 8
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
Task 602— Preliminary Matters and Contract Documents
The Engineer of Record (EOR) shall provide the AUTHORITY with one (1)signed and sealed set of
conformed construction drawings (1 full size set, one half size set and one electronic copy, in pdf format,
of conformed construction drawings) and technical specifications (1 hard copy and one (1)electronic
copy, in pdf format). The conformed construction drawings and technical specifications shall incorporate
all changes and clarifications to the documents during the bid and pre-award phases.
Task 603—Shop Drawing Review
Review contractor's shop drawings and other submittals for general conformance with the Contract
Documents. CONSULTANT shall conduct up to twenty-five (25) reviews of shop drawing, including of
initial and re-reviews.
Task 604—Construction Progress Meetings
The FOR and/or designated construction representative shall attend up to sixteen (16) construction
progress meetings, to be held twice per month for the estimated eight (8) months of active construction.
The CONSULTANT shall prepare a meeting agenda and meeting summary (unless meeting agenda and
minutes are included in the Contractor's scope).
Task 605—Construction Observation and Inspection
CONSULTANT's designated inspector will visit the site at intervals deemed appropriate by
CONSULTANT, in consultation with the EOR, to observe and review the construction of the Project for
general conformance with Contract Documents. This scope assumes 30 hours per week inspection and
reporting during the eight (8) month active construction period. Consultant will provide summary reports of
work witnessed and submit to the AUTHORITY at an agreed upon basis, or at a minimum weekly.
Task 606—Applications for Payment
CONSULTANT will review Applications for Payment submitted by the contractor, including updated
progress schedules, and will indicate in writing to the AUTHORITY a recommendation of payment or
return the application to the contractor specifying in writing the reasons for not recommending payment.
CONSULTANT's recommendation of payment will constitute a representation by CONSULTANT to the
AUTHORITY that:
• The work has progressed to the point indicated;
• The quality of the work, as observed by CONSULTANT and/or reported to CONSULTANT by the
AUTHORITY staff in direct observation of the work, is generally in accordance with the Contract
Documents; and
• The conditions precedent to the contractor's being entitled to such payment appear to have been
fulfilled based on CONSULTANT'S site observations.
In the event that the work has not progressed in accordance with the approved construction schedule,
CONSULTANT will request that the contractor submit a schedule recovery plan indicating corrective
actions necessary to put the work back on schedule. CONSULTANT shall submit the contractor's
Dewberry.
'`•r 6of8
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
Application for Payment to the AUTHORITY within five (5)working days of receipt of the same.
CONSULTANT will review up to twelve (12) pay applications.
Task 607— Requests for Information (RFIs)
Review RFIs submitted by the contractor and provide written responses to the contractor. CONSULTANT
shall maintain an RFI log for the PROJECT. It is anticipated that CONSULTANT will review up to twelve
(12) RFIs. If a RFI is required due to an error or omission on the part of the CONSULTANT, the RFI will
be issued at the CONSULTANT's cost.
Task 608—Change Orders/Contingency Releases/Allowance Authorization Releases (AARs)
CONSULTANT will review requests from the contractor for changes in Contract Price or Contract Time
and provide written comments to the contractor and the AUTHORITY. If acceptable, CONSULTANT will
prepare a written Change Order to be signed by CONSULTANT and the contractor and submitted to the
AUTHORITY for approval. This task includes the review of Allowance Authorization Releases (AAR's)
and contingency releases. CONSULTANT shall review up to two (2) change orders or contingency/AAR.
If a Change Order, Contingency Release and/or AAR is required due to an error or omission on the part
of the CONSULTANT, the cost of reviewing the request and preparing the paperwork for the Change
Order, Contingency Release and/or AAR will be at the CONSULTANT's cost.
Task 609—Substantial Completion
Upon written notification and receipt of a list of items to be completed/corrected from the contractor,
CONSULTANT will visit the site to determine if the work or a designated portion thereof is substantially
complete. For the purpose of this task, CONSULTANT assumes that one (1)substantial completion site
visits will be required. When the work is deemed to be substantially complete, CONSULTANT will prepare
a Certificate of Substantial Completion that establishes the date of Substantial Completion. The
Certificate of Substantial Completion shall be accompanied by a list of items to be completed/corrected.
Task 610— Project Close-Out
Upon written notification from the contractor that the entire work is complete, CONSULTANT will visit the
site to determine if the work is complete as required by the Contract Documents. For the purpose of this
task, CONSULTANT assumes that one (1)final completion site visit will be required. When the work is
deemed to be complete by CONSULTANT and the AUTHORITY, CONSULTANT will review the
contractor's final Application for Payment and accompanying documentation and provide a written
recommendation of payment to the AUTHORITY. CONSULTANT will also give written notice to the
AUTHORITY and the contractor that the work is acceptable subject to the provisions of the AUTHORITY's
General Conditions.
CONSULTANT will review contractor's as-built drawings as pertaining to the newly constructed potable
water main and reclaimed water main for completeness and compliance with AUTHORITY requirements.
This effort shall include the preparation of written comments for submission to the contractor based on
CONSULTANT's review of the as-built drawings. CONSULTANT will prepare record drawings based on
the contractor's as-built data. One (1) complete 22"x 34" set of draft record drawings shall be submitted
to the AUTHORITY. CONSULTANT will incorporate all comments from the draft review, then submit
Y��Y
2' Dewberry• Page 7 of 8
SCOPE OF SERVICES
Continuation of LAMPA Program Management
December 16,2024
signed and sealed electronic sets (PDF and AutoCAD) and one (1) signed and sealed 22"x 34" hard
copy set of the record drawings to the AUTHORITY within 30 days of the receipt of the contractor's final
as-built drawings and comments from the AUTHORITY.
C. Schedule
The CONSULTANT will proceed with the services identified herein immediately upon receipt of an
executed Supplemental Agreement from the AUTHORITY. CONSULTANT shall provide a project
schedule to the AUTHORITY within two (2)weeks of project notice to proceed (NTP).
D. Compensation
This AGREEMENT establishes a cost not-to-exceed amount of$509,630.86. Compensation for the
services performed under this Agreement shall include all personnel services, any reimbursable
expenses, which may include, but are not necessarily limited to, such items as reproduction, travel,
communication expenses, and postage and shipping. Exhibit A shows the breakdown by task.
E. Services Not Included
The following services are not included in this scope:
• Wetland mitigation.
• Reclaimed water pipeline extension permitting - FDEP (assumption is not required)
• Hydrant flow testing.
• Any other services not explicitly stated in Part B.
ig Dewberry g
,;;;,• Page
A- I
Project Corridor
t
Clay County Property Appraiser's Office
al 04..-zi.U. ' : <1
1.•1F71•,s•'i[.t
,7 _ _I` �����;,,;;1aw Overview
--=—=—a, COL== 1i= 'r •aqi, , ni
_ /
1/4
�= •# �'
\—...., 14
/�J -: oio• ``- Not Part of Project Scope,
offnuu0 Constructed by Developers 1::}
/ ��(�f= `/// /� (Currently)
//hh1lZ
Easement required throug, �i/ �/i
Holstein Commercial LLC ►A� ',� Not Part of Project Scope,
'i„tiii� (L. . Constructed by Developers
vIAL
�illllltllll
(Currently)
0
�IIIII I IIIIIll111I11[LlRllllllllfll i }. Parcels
Roads
Easement required through HDD Under Conservation
Reinhold Corp(Approximate Wetlands
Alignment,too be coordinated w/ Easements
CCUA&developer prior to -...
survey) Pipeline to make tie-in with existing
by others four(4)Locations
_-----.',7'-'..
.% _
11f -
4iiiiiimairili.-
Parcel ID 34-05-25-010145-000- Physical 5700 COUNTY ROAD Land Value $10,545,100 Last 2 Sales
00 Address 218 Ag Land Value $84,030 Date Price Reason Qual
Acres 297.68 Green Cove Springs Building Value $0 n/a 0 n/a n/a
Property Class TIMB70/79 Mailing Address Reinhold Corp Misc Value $0 n/a 0 n/a n/a
Taxing District 001 PO Box 515 Just Value $10,545,100
Penney Farms,FL 32079 Assessed $85,229
Value
Exempt Value $0
Taxable Value $85,229
Date created:1/6/2025
Last Data Uploaded:1/6/2025 4:35:30 AM
Developed b
p yrJ SCHNEIDER
GEGSPATIAL
n lnf uowoa uoy40N :AN'WO S£-0l-4Z0Z'l isnbntl ,031101d 6mP'9b0-bZ-311SW0\slold\u6isa0\naOPuo�\gb0-4Z\bZOZ\a
36806 :UNNWfN Nd 000Z 15000V 31O0
z0000 e 01 slE0000- bs -vo ( �311IW'8 SWIHl-4Md1ON3 S3WOH 3�J
3d'ANSWtlO tlNNVH /\;I lJ n �� 2 aOJ w
0H :AB 03NO3HO R Q
w°��wla OJ`dl
6ul;ea�� E 3SdHd d� 38�
OH :A903N01S30 �
6LES-9ES(Lob) 'SJosinpyWi3 z M
UN :neNmtlaO OOZ'alg'auQealema6p3ulLtl pa;sn.il NV�d 31IS ZI31SdW �1b213AO g
:d0 NO11032110 3H1
830Nn 033Vd3Hd SNVId ,SNOISIA38 940-K ON W13
it o k$ bil� $f/� 8 f3 E
v KK • j 1 F
Un '' m 0 W •
•!81 V b a M!
�� Q�g yy� Q$ =8tg q <� «U
P' • • Z o g i� +x n z LL os aN 998 % 8 8 io
♦ gnu �Z LL s mho K a 5
z SANDRIDGERD. gs fEiI. wlh.�=�$ "—e ""wNAro - —,eps.6a reg�yn .b oa•
`
I' Lg Val*
■ ■ ■ ■ ■ IIIIAMAIR°■ ■ . .■ O • 'a E EbgE _ §6-0 82C 5. o- a>
orm-s.. °� t✓
\ w x.-s-aQ s,.i $-"agogkagivE<E4oc2RlhoR.R5-I mgVoae gGh
-� ni5 � P�Sai Xi .� .H�i . rr2."32'�a g/�cmi a'&' H rig
m cY5 n Z:5
\ Zo` ■ Ar64a!S$E _ ..H"""i''.ivi '�.d n "". „ - - - - - "M<ui sari
2J
w e mdow °
E�_ s y i 1 —
m �R ` �
if
a $
1
wa ■ BELLA LUNA TRACE
po Lg
< w
gaE yWW ■ ns Z i o N w
_. /1 EN F O m
S • LLI U_ o
IR
° •
' U --
♦ z /'
-J C
I4 i \ +
♦ - - ---
♦ 4 4• 4
• 4
4::. ,1; •
- _V-
■ -- --
ash
Z , t:
m=�
Cry ORP
II w
rW
° ♦
I _
s
E _. •
8. ♦
? oo
0
.� j ♦" .�� `� •
IWW
1 • CCUA
AaLm '! Saratoga
. P. 5 ■ Springs WTP
/ le :4 ... :: ; &RWP
° s
R
■C , '• )I III I I ( i ■n iw°■ ■ --- r■ ■I�I
i I I if. ,9., V . ,g—...
\ € °
1 I,I I \ a�
J \
xm \ _ _ ■ 3 o Not part of this project scope H
i Pi'
,NN •
xaa -I frlid \ a' 72
�,_ Red dashed is by others,we will \A1 it
t (6 make connection at each end of this id W° W
10 1
segement -_ = W
11 Sw r tW bW
a ° m m
a^ \�, u TK\\
�'\ �H ■ 1 pia 12
�//� ■ ■ ■ ■ , � , ems `
16"from here to west �v l,�
et s ��� -I rr j * Blue dashed is by others,we will
7\ make co--"-----------—,__ .._-'''' it/114 I f',/ --- -- - - -
nnection at this location
.:,,---- 1- . 4111Illt --.,1- / '- i
788'414411 -' t%,ii; 1111111
1dm \♦ \, /. .:5, I. S.1 \ ' \
41 ..*�'" III = ` W
- � d
• \ o` u III
•
1171'4 '-II 7 II—+-;'"
N
LA
\ i
�� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ -,\� 1 il
16" Existing/Under Construction • • • T •■ r?`
1s7o'-1 v4° I I (�
■
12" Existing/Under Construction • • • • I ■ EH i a 1 i 1 1k. •
o z ■
16" Proposed (LAMPA Black) W o aW ■
F
s
O 2
•
12" Proposed (LAMPA Red) a s° d a ■
■
16" HDPE (LAMPA Red) ■
A-2
Topographic Survey
t,* DRMP 8001 Belfort Parkway,Suite 200,Jacksonville, Florida 32256
��� Phone:904.641.0123 I Fax:904.641.8858
1.833.811.3767 I www.DRMP.com
November 19, 2024
December 16, 2024, Revised
January 23, 2025, Revised
Colson Marsh, PE
Project Manager
Dewberry
sent via Email: cmarsh@dewberry.com
RE: Professional Surveying Services for CCUA Lake Asbury Pipeline, Clay County,
Florida
Dear Mr. Marsh,
DRMP is pleased to be working with you on this project. Below is our proposed Scope of Work
and our Fees to complete the project.
Scope of Work
Limits of the Project — the project limits is show on the provided document "Lake Asbury
Exhibit B-1 - Potable Water_cm1 .pdf" and received Friday, November 15, 2024. And additional
documentation "Easement_Locations.pdf" and "Bella Lago WM Diagram 2024_CM
Comments.pdf"
Topographic Survey — A topographic survey will be performed on the site. Topographic data
will be collected on a 100' grid or cross sections and will include, but not limited to: roads,
sidewalks, drainage structures, swales/ditches, above ground indicators of utilities, mailboxes,
street signs, endangered species habitats (as designated by others), etc. The Vertical Datum
NAVD88 will be used. Wetlands and Borings, if flagged or performed before we commence
our survey, will be collected in coordination with DRMP field work schedule, at no additional
fee.
DRMP will establish a minimum of 8 Survey Control Points.
SUE — Designation
DRMP will provide Subsurface Utility Engineering (Utility Designation), Level "B" for the above
referenced site. 811 Design Ticket has been created.
DRMP will designate the underground utilities within the project limits and perform GPR scans
at several locations along the route to determine if there are any additional underground
::: DRMP
utilities within the project limits. Designation flags will contain detailed information on utilities
such as type of facility, size, material, if know. This information will be included in the
information collected during the survey process. Efforts will be performed in accordance with
Section 472.027, Florida Statutes Underground Facility Damage Prevention and Safety Act,
Chapter 556, Florida Statutes. All work shall conform to ASCE C-1 38 -02 utilizing quality level
B.
Designation flags/marks will contain discernable information on utilities such as type of facility,
size, material, and owner identification that will need to be attributed to the survey data
collected. Efforts will be performed in accordance with Section 472.027, Florida Statutes
Underground Facility Damage Prevention and Safety Act, Chapter 556, Florida Statutes. All
work shall conform to ASCE 38 -02 utilizing quality level B.
Please note, Ground Penetrating Radar is effective in identifying subsurface disturbances,
however there are limitations. The depth, range and thus clarity of the returned image are
limited by the electrical conductivity of the ground. Optimal penetration is achieved in drier,
sandier soils. Adversely, with wetter, clay laden soils with higher electrical conductivity,
penetration is reduced, sometimes to only a few centimeters. Depending on the nature of the
soil for the areas shown on the Exhibits, there could be varying results.
SUE — Vacuum Test Holes
DRMP will perform Vacuum Test Holes (Soft Dig Holes or VVHs), to determine the horizontal
and vertical location of any existing underground utility lines at the locations determined by
Dewberry. Our staff will coordinate this effort with the engineering Project Manager before the
commencement of this work effort, if needed. During the process of the field work DRMP will
prepare a detailed report utilizing a subsurface utility form to describe the utilities and provide
detailed information as to the size, type, material, owner (if known) and the depth from an iron
pin marking the utility location at the surface. All efforts will be performed in accordance with
the Underground Facility Damage Prevention and Safety Act, Chapter 556, Florida Statutes.
All work shall conform to Cl/ASCE 38-02 utilizing quality level A.
For the purposes of budgeting, an estimated 10 VVHs at $600 each is used.
The MOT line item listed in the Fee Section below is for Temporary Traffic Control as needed
when a proposed Vacuum Test Hole falls in an area that will require a lane closure or lane shift
to move traffic away from the digging operations.
Deliverables — The survey will be delivered in electronic AutoCAD Civil 3D.
The Survey will conform to the Florida Standards of Practice for Surveying.
Schedule — Delivery to be 8 weeks from Notice to Proceed.
DRMP
Fees
The fee to complete the Topographic Survey is: $ 48,860.00
The fee to complete the Utility Designation (SUE QL-B) is: $ 13,975.00
The fee to complete the Vacuum Test Holes (SUE QL-A) are:
10 at $600 each (billed as used) $ 6,000.00
Easement Creation — 4 at $1500 each $ 6,000.00
' Maintenance of Traffic (MOT) — 2 days at $1800 per day $ 3,600.00
DRMP Fee — (if all options are exercised) $ 78,435.00
Please note the fees are based on DRMP's Contract (22-23-A22) with CCUA.
The fees for the Topographic Survey and Utility Designation are Lump Sum.
The fees for Vacuum Test Holes billed per each, with a minimum of 5 being performed.
The fees for Maintenance of Traffic are billed if needed.
We sincerely appreciate this opportunity to provide professional services for this project.
Sincerely,
DRMP, Inc.
Randy Tompkins, PSM, PLS, PS
Senior Project Manager
A-3
Environmental Services
4.r.,
`�� SES Environmental
`' Resource Solutions LLC
le '
29 January 2025
Mr. Colson Marsh
Dewberry
800 Magnolia Avenue
Orlando, FL 32803
RE: CCUA: Lake Asbury Saratoga Springs (Revised)
Clay County, Florida
ERS Proposal No. P250217 R1
Dear Mr. Marsh:
SES Environmental Resource Solutions LLC is pleased to provide you with this proposal/contract to provide
environmental consulting services for the CCUA: Lake Asbury Saratoga Springs project located in Clay County,
Florida.
We look forward to working with you on this project. Please feel free to contact me with any questions.
Sincerely,
SES ENVIRONMENTAL RESOURCE SOLUTIONS LLC
)0e.A4,... ..2-
Patrick Pierce
Senior Project Manager
Attachment: Proposal/Contract for Services
PCP/250217 CCUA Lake Asbury Saratoga Springs R1
SES Environmental Resource Solutions LLC
3550 St.Johns Bluff Road South,Jacksonville, Florida 32224
T:(904)285-1397, F:(904)285-1929
Email: mail@ersenvironmental.com
CCUA: Lake Asbury Saratoga Springs
ERS Proposal No. P250217 R1
Page 1
PROPOSAL/CONTRACT
Prepared for:
Mr. Colson Marsh
Dewberry
800 Magnolia Avenue
Orlando, FL 32803
29 January 2025
RE: CCUA: Lake Asbury Saratoga Springs R1
Clay County, Florida
ERS Proposal No. P250217
Scope of Services
Task 1 — Wetland Delineation. SES Environmental Resource Solutions (ERS) will delineate jurisdictional
wetlands in the vicinity of the proposed utility corridor in areas outside of the existing Saratoga Springs project
area pursuant to the current regulations and guidance of St.Johns River Water Management District(SJRWMD),
Florida Department of Environmental Protection (FDEP), and U.S. Army Corps of Engineers (USACE). Wetland
limits will be delineated in the field with sequentially numbered survey tape, and the approximate position of each
point will be located with a handheld Global Positioning System(GPS)device. Upon completion of the delineation,
ERS will send a map depicting the approximate location of the flagged line to the Client.
Task 1 —Fixed Price $2,500.00
Task 2 — State Environmental Resource Permitting, Chapter 62-330, F.A.C. ERS will assist the project
engineer in preparing all necessary documentation and graphics required for submittal of a permit application to
SJRWMD. This task includes assisting the project engineer and the client with permit application preparation,
responses to agency Requests for Additional Information, and ERS attendance at meetings with the regulatory
agency as needed.
Task 2—Time/Materials, Not to Exceed $6,500.00
Task 3— Federal Clean Water Act Section 404 No Permit Required Verification, Section 10 Authorization.
ERS will prepare all necessary documentation and graphics required for submittal of a federal Clean Water Act
Section 404 No Permit Required (NPR)application and potential USACE Section 10 Authorization for the portion
of the project extending under Bradley Creek. This task includes assisting the project engineer and the client with
permit application preparation, responses to agency Requests for Additional Information, and ERS attendance at
meetings with the regulatory agency as needed. ERS will require final plans in AutoCAD format prior to initiating
NPR application preparation.The Section 404/Section 10 permit for this project will be processed through USACE.
Task 3—Time/Materials, Not to Exceed $5,500.00
Task 4 — Gopher Tortoise Survey and Permitting. ERS will conduct a gopher tortoise burrow survey of all
known and potential gopher tortoise habitat within the defined project corridor. All gopher tortoise burrows found
will be flagged in the field and located utilizing a hand-held GPS.
SES Environmental Resource Solutions LLC
3550 St.Johns Bluff Road South,Jacksonville, Florida 32224
T:(904)285-1397, F:(904)285-1929
Email: mail@ersenvironmental.com
CCUA: Lake Asbury Saratoga Springs
ERS Proposal No. P250217 R1
Page 2
Task 4— Fixed Fee $4,000.00*
*The cost for this task does not include the mitigation fee charged by the Florida Fish and Wildlife Conservation
Commission (FWC) or recipient site acceptance fees. The FWC mitigation fee is dependent on the number of
burrows identified.
Task 5— Gopher Tortoise Re-Survey (if necessary). Pursuant to FWC guidelines, the initial gopher tortoise
survey(Task 4)will be valid for a period of 90 days. If excavation and relocation of all gopher tortoises within the
project corridor is not completed within 90 days of the initial survey, the project area will need to be re-surveyed
for gopher tortoises prior to initiating exaction, capture, and relocation. ERS will conduct a gopher tortoise burrow
survey of all known and potential gopher tortoise habitat within the defined project corridor. All gopher tortoise
burrows found will be flagged in the field and located utilizing a hand-held GPS.
Task 5— Fixed Fee $3,600.00*
Task 6—Gopher Tortoise Excavation and Capture. Upon receipt of the FWC Gopher Tortoise Conservation
Permit, ERS will commence the excavation and relocation of the on-site gopher tortoises. All potentially occupied
burrows will be excavated utilizing appropriate mechanical equipment or, in the case of hatchling burrows, hand
excavated. As required by FWC, an ERS Gopher Tortoise Authorized Agent will assist and guide the equipment
operator during the excavation of each burrow. ERS will provide a weekly summary of burrows excavated,
tortoises captured and relocated, and work effort. ERS will also provide a summary with each monthly invoice.
Task 6— Fixed Fee $8,600.00*,**
*Fee amount based on anticipated effort of two days for excavation of up to 20 burrows (10 burrows per day at
the daily rate of$4,300 per day). If, upon completion of Tasks 4 and 5 above, the total number of burrows within
the project area exceeds 20 burrows, additional scope and budget may be required to complete excavation and
relocation of all gopher tortoises within the project area. ERS will provide an updated fee proposal for this task if
more than 20 burrows are identified in the project corridor upon completion of Task 4.
**ERS will coordinate with a FWC authorized gopher tortoise recipient site during permitting efforts Current gopher
tortoise recipient site rates are approximately$4,500 to 5,000.00 per adult gopher tortoise depending on the total
number of tortoises to be relocated. If acceptable to the recipient site, the Client/Applicant will be asked to contract
directly with the recipient site and pay any deposits and the final recipient site fees as necessary.
Meetings/Consultation. Any requested meetings or consultation that are beyond the scope of services as
described above will be invoiced on a time and materials basis at standard hourly rates.
Invoicing and Budget Tracking. Invoicing will be on a monthly basis. ERS will provide a summary with each
monthly invoice to include percent complete, effort, and budget remaining status for each individual task.
SES Environmental Resource Solutions LLC
3550 St.Johns Bluff Road South,Jacksonville, Florida 32224
T:(904)285-1397, F:(904)285-1929
Email: mail@ersenvironmental.com
CCUA: Lake Asbury Saratoga Springs
ERS Proposal No. P250217 R1
Page 3
If this proposal meets with your approval, please sign below and return a copy to our office as your
authorization to proceed. We look forward to working with you.
TERMS ACCEPTED:
For: For: SES Environmental Resource Solutions LLC
Date: Date: 29 January 2025� ��
By: By: V 14- 2
(Signature) (Signature)
Kim Allerton
(Printed/Typed) (Printed/Typed)
PCP/250217 CCUA Lake Asbury Saratoga Springs R1
SES Environmental Resource Solutions LLC
3550 St.Johns Bluff Road South,Jacksonville,Florida 32224
T:(904)285-1397,F:(904)285-1929
Email: mail@ersenvironmental.com
A-4
Geotechnical
NIAE
Revised: December 3, 2024 Meskel (S.Associates Engineering
Geotechnical r Environmental r Inspection r Testing
Mr. Colson Marsh, P.E.
Dewberry
200 W Forsyth Street, Suite 1100
Jacksonville, Florida 32202
Subject: Revised Proposal for Geotechnical Exploration
CCUA Lake Asbury Trunk Line— 16-inch PW and RWM Pipeline
Clay County, Florida
MAE Proposal No. 240478
Dear Mr. Marsh:
MESKEL & ASSOCIATES ENGINEERING, PLLC (MAE) is pleased to present this proposal to provide the
geotechnical exploration and engineering services for the subject project. We understand that the Clay
County Utility Authority (CCUA) has proposed to construct a Potable Water (PW) and Reclaimed Water
Main (RWM) pipelines near the First Coast Expressway (SR 23) alignment in Clay County, Florida.The PW
and RWM pipelines are planned to be approximately 7,200 LF with installation methods consisting of
traditional cut-and-cover and trenchless (Horizontal Directional Drilling, HDD). It is likely that up to five
HDD segments are planned through wetlands and the SR 23 alignment.
Based on the concept plans provided, coordination with the Contractor leading the SR 23 construction
will be required to access the pipeline location. Based on a site visit on November 21, 2024, clearing will
be required to access multiple boring locations east of the SR 23 alignment.
GEOTECHNICAL EXPLORATION AND ENGINEERING
The objective of the geotechnical exploration is to provide sufficient information to evaluate the
subsurface conditions at the site for the proposed construction. For the open cut portion of the alignment,
we plan to locate soil borings along the PW and RWM pipeline routes spaced approximately every 1,000
feet between borings. Each boring will be advanced to a depth of 10 feet below existing grade. For the
HDD portion of the alignment, two borings advanced to a depth of 50 feet will be performed at each of
the five HDD areas based on information provided by Dewberry. The field services are summarized in the
table below.
DEPTH OF BORINGS
DESCRIPTION NUMBER AND TYPE OF BORINGS BELOW EXISTING GRADE
(FEET)
Open Cut Segment(1 per 1,000 LF) 8 Standard Penetration Test(SPT) Borings 10
HDD Segments 10 SPT Borings 50
(5 Segments,2 Borings per Segment)
In accordance with Florida law,we will attempt to locate existing underground utilities along the pipeline
route by utilizing the Sunshine State One-Call (SSOC) system. In addition, we may need to contact FDOT
3728 Philips Highway,Suite 208,Jacksonville,Florida 32207
p.904.519.6990
www.MeskelEngineering.com
for utilities within their ROW that may not be registered with the SSOC.Coordination with the Contractor
on the SR 23 project will be required in order to access the pipeline corridor.
We plan to mobilize track-mounted or ATV-mounted drill rig. Clearing has been included in our estimate
for the open-cut and trenchless (HDD) borings east of SR 23. All borings will be performed in general
accordance with ATM D1586 and sampled continuously to a depth of 10 feet, then sampled at 2.5-foot
intervals to the termination depth. Once the SPT borings are completed, they will be backfilled with a
lean cement grout.
The recovered soil samples will be classified in the field by the field crew. The field logs will be returned
to our office where subsurface soil profiles will be prepared for submittal to the design team for review.
The samples will be delivered to our laboratory for soil classification and index property tests to be
performed by a geotechnical engineer as necessary to confirm the soil classification and provide
engineering characteristics to estimate compressibility. No soil corrosion tests will be run on samples
from the borings as we understand that PVC and HDPE pipe materials will be used.
A geotechnical engineer, licensed in the State of Florida, will direct the geotechnical exploration and
provide an engineering evaluation of the subsurface conditions encountered at the boring locations. The
results of the exploration and engineering evaluation will be documented in a report that will include:
• Our understanding of the planned construction;
• The observed site conditions, such as topography, surface vegetation, etc. as it relates to the
anticipated construction;
• The field and laboratory test procedures used, and the results obtained;
• The encountered subsurface conditions, including subsurface profiles, measured groundwater
levels, and estimated geotechnical engineering properties, as necessary;
• A geotechnical engineering evaluation of the site and subsurface conditions with respect to the
anticipated construction;
• Recommendations for pipe bedding and backfilling; and
• Recommendations for testing required during site preparation and earthwork construction.
COMPENSATION
Based on the scope of the services outlined above, we propose to complete our services for a not-to-
exceed fee of$ 16,200(Open-Cut Segments) and $ 35,700(HDD Segments)for a total of$51,900.00.
These fees include submittal of draft reports for each portion for your review, and a digitally signed PDF
copy of each final report.
We will contact you immediately if we encounter subsurface conditions that could require the borings to
be advanced to deeper depths, and/or if additional engineering analysis/evaluation outside the scope of
this proposal is necessary.
CLOSURE
A returned copy of the attached authorization sheet will authorize our work. Our work will be performed
in accordance with our General Conditions,a copy of which is attached to and made a part of this proposal.
_ Page 12
Meskel&Associates Engineering
We anticipate mobilizing drilling and clearing equipment within 15 days of NTP, pending FDOT permitting
approval for work within FDOT right-of-way. A utility locate request will be submitted prior to mobilization,
which is contingent on all utilities at the site being located and marked. We anticipate that the fieldwork
will take approximately 4 to 6 rig days to complete,weather permitting. Laboratory testing will be ongoing
during the field-testing program and is expected to be complete one week following completion of the
field work. We anticipate that preparation of the draft geotechnical report for the pipelines will take about
2 weeks following completion of the field and lab testing programs. A final report would be provided one
week following receipt of all comments to the draft reports.
We appreciate this opportunity to provide this proposal for your project. If you have any questions
concerning this proposal, or if we can serve you in any other way, please contact us.
Sincerely,
MESKEL&ASSOCIATES ENGINEERING, PLLC
'614,151,2-#.
Brett Harbison, P.E.
Director, Geotechnical Services
Distribution: Mr. Colson Marsh, P.E.-Dewberry One (1) e-mail copy
Page 13
Meskel&Associates Engineering
PROPOSAL AUTHORIZATION
For Geotechnical Exploration
CCUA Lake Asbury Trunk Line— 16-inch PW and RWM Pipelines
Clay County, Florida
MAE Proposal No. 240478
Billing Information:
Company Name:
Attention:
Company
Address:
Phone No.: Email:
Project Contact Name:
(if different than above)
Additional Reports: Please List Below Any Additional Parties To Receive Reports.
1.
No. of Reports Required:
2.
No. of Reports Required:
NOTE: Our fee includes submittal of an electronic copy for each report. If bound paper copies are requested, the client
will be charged $50 for each additional copy.
MAE invoices should be received by you by the of each month (date required for your processing)
Page 14
Meskel&Associates Engineering
Exhibit-A
Fee Breakdown
—I -1 -1 -1 -1 -1 -1 -1 -1 - 1:3 -1 -1 -1 - v H H 0 I H H H v H H 0 v
n) o) o) C)o) N o) o) N o) o) ? m CU CU co . Q) Q) . 0Q) 0 : in ? co S 3
Cn Cn Cn Cn Cn Cn Cn Cn Cn Cn m � CI) CI) CI) m � C o, ( CI) CI) CI) Iu � m ry v
7c 7 7 7 7 7 7 T T 7c 0 7< r. r. r. y 7c 7c y r. 7c 7c 7c y 7c y T. y N
0) 0) 0) 0) 0) 0) 6) 6) 6) 6) CD C31 (J) (J) U) (D A A CD W C...) C...) C...) CD N CD —, 0 a)
••'�•
co co co O CD 01 O O O O O - O O O O O O O OA O O O O O O O 0
CA) ry cn
O � O ' O ' O ' O ' O N
CD
Cl) C) .Z7 -0 C) -0 C/) -0 -0 () co co -0 co to m -n —, co cn -0 zi I C -0 -
O 6 0 11 ,� 0 O 03 W cD O E. sl N Q Q 9 ! 00 N (D (u �, O O vim)
0 cn O/ cn D CO O -a 0 y X D CO 0 1) O� -0 a o 0 Q v Cu
0 n) C) 0 m 0 - o m fl- si o O ' O V B Cn C) 0 a , 0 l
27 a c (n �' c) sz c) 0) -0 0) m m M' cD p . (D
0 •-. o) �. C Cp N N (n n O CD K C 0 CD , CD N .4 O_ (n
cn g p' * Z 4 3 a (D 3 m Q CO Wcr3. 0' 0' .. 3 co m o) 3 o
Pt
co c) m O 3 co y 3 C) > > ci 3 _ rt co O �•
p• 0 CD o O CD m• (D o 0 0 0 .... O co Culit
CO
m y ma CD < i m
< _ D 3 co -o 3 co co 20 co' 2 O
o cQ' CD v' v' c co
co
X -0 m
U)
n o co
cow 0- 3 n ii
vo rn h O
y CD N m su
)1. o : CO
r 5.
Co m
to
co o 0 0 0 o 0 o 0 o o o — o 0 0 + —, O -a 0 0 0 —, -a 0 0 0 0 C)
41. 'a
O CD
m
s =
O O O O O O O O O O O O 0 0 0 0 O 0 0 O 0 0 0 0 O o O 0 O CO
is X
w —
to m
N) =
CW„ co co O O co co co co co co Of, — — O N A 0 O O N N (xi N O CD A 4). W
iP
N
to m
N
N CO 0 N mNA cJ) C co N co cm W A A N A N OD 0 CA CA CO O0A >• NN
01 G
—
CO
m
7J
to 7J
N) m -<
C cn cn O C)) O O) A A O •O C N) N cnCO V ao 0 03 O U7 U7 TI L 00 Co 0„ O) _. co
K1 G 1,
T
T
V3
MN N) N CON [3) —, —, W N) N) ii A cn 00 co N N N) i
0 A 0 O A 0 A alGJ7 W Wcm O U) N A A N cn O cr. O (J) O C) cn G1 O O -.I (O on
6/ = x
N O
m D —
N V
7
C
to
W N) O O O O O O O O C O O O O O N O N co N O) O O co O - 0 O 3
IV O O o iO (D c y < rn
X
-.I CD F 0 `G X
C) N •m C 2
S O ,- D,
LU
rrr 1
a3 D D
0, 0) N O O N 0 0 O A V O O o (J7 N O O O O O O O O coI co A 2 Oa 0i O
oin — r D .c:i
D
O
N C)) N N cn N O co 'O 0) —, A —, —,CAD cn —, (J) co A N V O v o 124 () E. cn cn N
CON co co co N A O C)) J A O 41. W CO W O) co CO 00 W W co O •Ii v •V C) CO I
O
C
to
W to to to to to to to to to 69 J to to to to to to J N W W .4 to 69 63 69 mC
N CO A A CO W AN (T V cn —, COT N CO N O) •,. 03 A O A O A O Oof cn 6A CO <O —1
Ce3 A -co (J) N -co CA O �J CO W �I V W W O
V co 0o O co A —.1 N W O) Co O) Co A co A ,gyp -1 N O A N N .,l O O co m y
co N N - A N 0 N A W -, 01 A CO W C�1) 0 .CO 'CO N cop A (NJ) W a co 0 A 4 X1 r
0
t�i) to to N to to to (�, to to 69 to to . to 69 m
U) (>7 to to to N to (J) Ni to to N W cn cn (T —, to to 63 N to 69 63 69 0
V O O O O O O O O O O O O O O (J) cn co O O �1 °I O V O O O O —I
IV O O o O • O O O O O o O O O cn O O V, •
cm O O O p O O O O O O O O • O O O o 0
0 O O O O O O O O • O O O O O O O • O O O O O O O
0 O co. 00 co. co. co 0 0 o O O co 0 O O O O m
H
0
CAA (J1 of m
to to to to to to to to to to 69 to to to to 69 to to 69 to to to to is to to m
co o 0 o o o 0 0 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 -co (o C o o p 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o *coo 0 06 o O O o 0 0 0 —I
O O O O O o O O O O o O O O O o O O Coo O O 0 C O o O o m
0 0 0 I
m
z
V, to 69 <
CO () w X
to to to to to to to to to to 69 to to to to 69 to to 69 to to to 0 C to 69 to to 0
-.40 0 0 0 0 O O O O O o O O O O o 0 0 o O O O , V C) 0 i 0 0
0
'co) CD O 'co) CD o o 'co) 'co) o 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 o O Z
0 0 0 0 0 co 0 0 0 0 0 0 0 0 0 0 0 co 0 co 0 0 0 fQ 0 0 0 0
m
0 0 0 z
—I
I—
V) to 69
to to to to to to to to to to 69 ea ea to to 69 to to 69 to to to CO CO„ 1 to 69 to 69 c
4. O O O O O 0 O 0 0 0 0 O O O O o O CD O O O 4, O O O o 73
(a O O 'co) 'co) O O O O o 0 0 o O O o 0 0 0 0 o O O W Ca o 0 0 o <
N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 coo 0 0 0 P 5++ 0 0 0 o m
0 00
to to Ea to to to to to to to ffl to to to to to -69 N to 69 to 69 r,
O CO A A CO C. N v J CT —, CO N W N �1 �, O A A A CO O) C3) CO CO (0 Z
.5) -co 'co A W CJ) 0 v 'in 03 CA N v "co -co V CA O W -.4 V J V W CJ (NO
coO N �I v N W o v CO N A �l �I O CO co v v
Wo CO O O O A N W W W OD — CO A �l N co ON N N V O O o CO —1 o
O in Cfl O U) in 'co o A in Co Co Oa CO N n3 0
N N A N N CO V A co co U) 0 N O N A OVD N co 00 A •Ia D (Ui
I—