HomeMy WebLinkAbout32843 / 84-14.,,�
SUBTASK ORDER 5-2
TO SUPPLEt4ENTAL TASK ORDER N0. 5
DESIGN WORK
5-1.0 Purpose
RESOLUTION N 14
The purpose of this Subtask Order No, 5-2 is to establish scope,
schedule and payment provisions for the work required to complete
the design phase for construction contracts 1, 2, 3, �, 5, 6, & 7.
5-2.1 Scope
The scope of the work to be performed under this Subtask Order
shall be in accordance with the provisions contained in section
5-2.2 of Supplanental Task Order No. 5.
5-3.1 The Consultant will:
5-3.1.1 Project Management - Consultant shall provide the necessary man-
agement to ensure performance of the below listed tasks on sched-
ule, on budget, and of sufficient quality as to ensure their
intended usage.
5.3.1.2 Design Summary Report - Consultant shall prepare a design summary
report. This report shall be prepared in accordance with the
requirements of the Wisconsin Administrative Code, and shall
include the followina work elements.
A comprehensive reviear of the flows and preliminary design work
contained in the Facilities Plan shall be conducted, As a part of
this review, detailed utility information shall be factored into
the sewer alignment determinations in order to finalize sewer
profiles, Zn addition, field reconnaisance information will be
considered in selection of the final horizontal alignment.
Upo❑ selection of detailed alignments, manhole locations, and
cross connections to existing lines, final design tabulations will
be prepared for all of the sewer contracts.
Upon final determination of the design flows and criteria, final
design calculations for the pumping stations will be performed.
All tabulations
accordance with
checklists, and
plan set;s,
and calculations will be formatted and bound in
Department of Natural Resources guidances and
will be forwarded for review to the llNR with the
5-3.1.3 Contract Documents Plans & Specifications - Consultant shall
prepare contract doc�ments a��d specifications for Construetion
_�_
- 16a -
RESOLUTION # 14
Contracts 1,2,3,4,5,6,� 7. These documents shall be prepared in
accordance with State and Local practices and procedures. This
work shall include the following elements.
City and State standards and requirements shall be reviewed and
incorporated into the Contract Documents and Technical Specifi-
cations,
Technical specifications shall be prepared as required, and in
sufficient detail as to permit the obtaining of bids for the
sewers, piunping stations and other facilities.
Plan sheets shall be prepared for the sewers, river crossing,
River Crossing Pumping Station, and the South Main Pumping Sta-
tion. These plan sheets shall include plan, profile, detail, and
standard sheets as necessary to obtai❑ complete and accurate bids
for each of the contracts; to obtain grant funding for these
contracts by satisfying DNR and other agency requirements; and to
obtain required permits by both the City and the Contractors from
outside agencies and entities.
Ten sets of Contract Docwnents shall be prepared for each con-
tract, printed and bound for review purposes.
5-3.1.4 Cost Estimate - Consultant shall prepare a Cost Estimate Report
for use by the City in prepzration for bidding, determination of
financial progran require�ents, and grant funding application
preparation. This work shall include the following elements.
Unit costs and methods of cost estimation will be developed,
documented, reviewed with the City, and incorporated into the
report.
Material and labor quantities will be estimated, and tabulated in
such a manner as to create the necessary Bid Document Bid forms.
Unit costs will then be applied to these quantities for deter-
mination of estimated contract costs, and for inclusion in the
report.
A cast� flow analysis will be performed for the construction period
for financial progran purposes, and for use with the grant appli-
cation. This analysis will be incorporated into the report,
Five copies of the report will be produced prior to bidding. This
report will then be updated upon completion of bidding, and five
final sets will be produced,
5-3.1.5 Plan of Operation - A Preliminary Plan of Operation Report cover-
ing all of the Phase 1 construction contract facilities will be
prepared in accordance with DNR guidelines. This �nrk will
include the following elements.
-2-
- 16b -
�
RESOLUTION # 14
DNR requirements for this report will be reviewed and incorporated
into this report.
Existing City procedures and practices will be reviewed, and
either incorporated into this report, or recommendations to modify
these practices will be discussed with the City.
Ten sets of this report will be prepared for use by the City, and
for review by the DNR.
5-3.1.6 User Charge Report - The Consultant will prepare a User Charge
Report uhich updetes the City's existing report with the antici-
pated impaet on the City's user charge of the construction of all
of the Phase 1 construction work. This work shall include the
following elements.
DNR requirements and the existin� City user charge program, ordi-
nances, and rate structure will be reviewed for compatibility.
Upon completion of the Engineering estimates, the cost impact of
the proposed construction work will. be incorporated into the user
charge program analysis to enable preparation of the initial
report. This report will be updated upon receipt of actual bids
for the construction work.
Five sets of a Preliminary User Charge Report will be produced for
review by the City and the D2JR. Five copies of the Final Report
will be produced upon receipt of bids.
5-�.1 Schedule
5-4.1.1 The work under this Subtask Order shall commence upon receipt by
the consultant of an executed copy of this Subtask Order. Execu-
tion of this Subtask Order by the Authorized Representative of the
City shall constitute authorization to proceed.
5-4,1.2 This �,nrk shall take no more than five months to complete from the
date of authorization by the City.
5-5.1 Payment
5-5.1.1 Payment for the �rk defined under this Subtask Order shall be on
the basis of a cost plus fixed fee in accordance with the general
provisions described in article 8.1.1 of the Consultant Services
Agreement between the City and Consultant dated June 20, 1979.
5-5.1.2 The estimated direct labor costs, indirect costs, other direct
costs and profit are itemized in the attached Subtask Order Wis-
consin Eund 5700 forins, and on the attachments incidental to those
fortns.
-3-
- 16c -
RESOLUTION # 14
IN WITNESS WHEREOF, the parties hereto have caused this Subtask Order No,
5-2 to be executed the year and the day below written by their proper
officers and representatives.
In Presence Of: CITY OF OSHKOSH, WISCONSIN, A Municipal Corporation
Date
Date
Date
Date
HO�ARD NEEDLES TAMMEN & BERGENDOFF ENGINEERS, ARCHITECTS, & PLANNERS
BY �'Y/�r� y(/ V L�/
Harve K. Hammond, Associate Date
Approved as to Form:
�
City Attorney Date
HiJTB No. 0140 (CONPRO-1/22)
-4-
- 16d -
.,,r
RESOLUTION # 14
sECr�oN G.
COST OR PRICE SUMMARY FORMAT FOR SUBAGREENiENTS UNDER WISCONSIN FUND GRANTS
(See eccompanying instrvclions Lefore complefing this (orm)
PARTI•GENERAI
1. GRANTEE �. GRAHT NUNSER
Ci.ty of Oshkosh C550431/04-71-L845-79-317
]. NAME OF CONTRACTOR OR SUBCONTRACTOR 1. DATE OF FROPOSAL I
Hcward Needles Tammen & Ber endoff 4� Z 4
5. ADDRE55 Oi CONTRACTOR OF SUBCONTRRCTOR (:nelud� L!P eod.) 6. TYPE OF SE0.VICE TO BE FURNISMEO
H�1TB
6815 West Capitol Drive Basic Engineering Services -
Milwaukee, Wisconsin 53216 Plans & Specifications II
PART II•COST iUMMARY
ESTI- „pURLV ESTIMATE� I
7. DIRECT L�BOR (SOeclfy Lbor uNyorle�) MATED RATE COST TO 1 AL.S
NCURS
Pro'ect Mana er 1395 S 21.00 S 29 295 �� �` �" {�;
4 k�.
Enoinecr 2180 14.00 30 520 � r"���` ` r�r�..� �
Technician 3420 12.00 41 040 -:x�
Secretary 275 8.00 2 200 `� `�"'
�.
� � , � +;
q��- ' 'i
DIRECT LABOR TOTAL: :�� � � "�`�51 3 r �
rc �
G. INOIRECT CO5T5 (Speclly lnd/roct co�f poo7�) RATE • BASE = ESCOSTTED ( ��' /
� : ? R��;
Salarv related costs .4749 5103 O55 1 42 7 �,''" �'' s�*r;i
General overhead costs .Slll 103 O55 83 5 !,`. <'`
� . _.,s., ��
INDIRECT CO5T5 TOTAL: �" = {� � ...
.. . ....�.°Y_^ f.^�°—�^'
9. OTHER OIFECT COSTS �� � �
ESTIMATED r p:��,
i. TRAVEL . ' .- GOST ..,y�{..
1,340 �.; -r '�!.
I� TR/.NSPORTI.TION V U �-
f 1 20o i� x ;^a
�2� PER O�[1d �
TRAVELSUBTOTAL: S f`'�� 1 °�� ��'�
r�,�
b, EQUIPMENT, MATERIALS� SUPPLIES (Sy�d(y c�teQwle• QTV . COST � ESTIMATED - y ' y
% COST �,:_ r:.
Materials and Su lies � � S f 1 � �' ��� �,' ��'
i a, �i
i
Re. roductions � `� � � .=:z
Yrincir.; . . ; ;`, r <; R':
a=
Computer Char es 1�Sa t" ��`-
EOUIPMENT SU�TOTAL: 7 4� 4 �� r t :
� '� i;
C.SUBCONTRACTS ESTIMATED y�
COST � ; i"F'
MBE . . i � 542 039� � �� . } "`�
�°
Survev & �fapping �� � 9 77 . ?�
?` �ra;
Soils Investi ations �� 4 �� f+r:i
SUBCONTRACTS SUBTOTALi ;.�w . SSS 228 ,j -�'; ��'�',�
ESTIM�TED � �3 y 2�,:°
d. OTMER (Specl(y c�bQoN��) � COST '� k�.��
f � �a;
F
i
�___�...__---.._____. _ i F r,
� —y ' «„�
\ O7HER SUBTOTAL: � '"�A r � �`g .,,� k
, 1 I.,.:,u ?.z"
°M
. e, OTHER DIRECT COSTS TOTAL� i' F �_;y� '� '"�S Z;Z, 1 R4
�o. TOTAL ESTIMATED GOST � �04 SS9
ii. raoFir `�"�_--�--°.°°--__ 45,68fi
1z. TO7AL FRICE 3 �
� - 16e - ONR PAGE 12
\
RESOLUTION # 14
PART �II -PRICE SUMMARY
� 3 COMPETITOR'S CATALOG LISTINGS, IN•HOUSE ESTIMATES, PRIOR QUOTES MARKET PROPOSED
(IndluN ba�b lorpilu coop�rboa) PRICEI51 PRiCE
$.h'Y `� t'��1:
�5�.� Y(�y .��(�..k
-- �' �'S#,�1 6:.
�,. � �
i✓����' � `�. .;� %,.e..
f ' 1 ni`..�.� ;�(.
w tl +ll.,
... aPS .{,� ;,,..
J� M: C.�
w
�t �{f �. / `'�
� w�..�> � �, ` m
� 4 4 �� ..
q:. }•� �� 4 J �•_
r : �`
��5. 4 j } J �: : ii
y `p„ca,r�+ �f �l � i'• i�-f
�w� w.L.W..�..
•'patMn � :� .. � .�
PART IV •CERTIFICATIONS
i<. CONTRACTOR
It�. M�5 A FE�ERA� AGENCY OR � FE�ERALLY CERYIFIEu STATE OR LOCA� �GENCV PERfORMED AHY pEVIEW OF YOUR
�CCOUHTS Ok RECORDS IN CONNECTION WITH ANY OTNER fECERAI GRANT OR CONTP�CT MITHIN THE P�ST TWELVE MONTH51
� vES Q r�o (I( "Ye�^ phe n�me �ddrou �nd t�lwhone n�ber o/ nolew(np olOce)
Defense Contract Audit Agency
302 West Lexington, Room 232
Inde endence, MO 64050
816/�74-6213
IIb.TH15 SUMMARV CONFOFMS WITH TNE FOLIOWING COST PFINCIPLES
Federal Procurement Re ulations and 41 CFR 1-152 and 1-15.4
u�.
This proposal is submitted for use in connection with and in response to (I) Ci[y of Oshkosh
. This is to certify to the best of my knowledge
and belief [hat the cost and pricing data summarized herein are complete, current,' and accurate as of
(Z)� A�ril 19, 1984 and 4hat a financial management capability exists to fully and accu-
rately account for the (inancial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result of audit, not [o have been complete, curcent and accurate as
of [he date above. �
(3) April 19, 1984
pATE OF E%CCUTION� 5 NATURE OF PROPOSER
Harvey C. Hammond, P.E. — Associate
HOW9RD NEEDLES TAMMEN & BERGENDOFF
' TITLE OF PROPOSEft
15.GRANTEE REVIEWER
I certify thet I have reviewed the cost/price summary set Eorth herein end the proposed cests/price appeac
acceptable fot �ubagreement award.
DATE OF ExECUnOr+ SIGNATUREOF AUTHORIZED REPqESENTATN[
l'I7LE OF AVTHORIZED REPRESENTATIVE
- 16f -
DNR PAGE 13
r
RESOLUTION # 14
ENGINEERING MANHDUR ESTIMATE-SUMMARY IPROJ MGR ENGINEER TECH SECRETARY
----------------------------------------i
DELIVERABLE BY SUB-TASK ORDER IMRNHOURS MANH�URS MANHOURS MANHOURS
----------------------------------------�---------------------------------------
SUB-T�SK ORDER 5-1 (PRE-DE5I6N WORK) 1
PROJECT MANR6EMENT I �0 5 5 10
OBTAIN UTILITY INFORMpTION I 5 30 0
F�OW MONITORING I 5 20 40
COORDINATION OF RERIRI WORN I 5
SUB-TGSK ORDEft 5-2 (CONTRRCTS 1,2,3) I
PROJECT MANRGEMENT I 460 0 120 35
DESIGN 5UMMRRY I 70 155 85 50
CONTRRCT DOCUMENTS � 3PECIFICRTION51 105 435 60 100
COST ESTIMRTE I 15 80 45 20
PLAN DF OPERRTION I 45 100 5 20
USER CHRRGE REPORT I 50 140 5 40
PLRN AND PROFI�E SHEETS I 650 1270 3100 10
TOTAL RLL SUBTAS:C ORDEP.S I 1430 2235 3465 285
0
- 16g -
TOTA�S
40
35
65
5
615
360
700
160
170
235
5030
7415
EN^uINEERING MANHOUR ESTIMqTE-DETAILED IPROJ MGR
---------------------------------------I
SUBTASK ORDER 5-2 IMANHOURS
---------------------------------------�--------
PROJECT MANAGEMENT i
PROJECT PLANNING I 150
MONITORING I 200
REVIEW MEETINGS I 60
AS5I6NMENTS I 50
DESIGN SUMMARY I
REVIEW FLOW5 I 10
REVIEW DESI�N I 10
OBTAIN UTILITY INFO I 10
PLOT SEWER PROFILES I 10
PREPRR£ DESIGN TAbU�ATI0N5 I 10
PRODUCE REPORT I 10
GBTAIN DNR APPROVAL I 10
CONTRACT DOCUMENTS & SP'cCIFICATIONSI
REVIEW CITY STRNDRRDS 1 20
INCOkPORATE STRTE REQUIREMENTS I 20
PREPGRE SPECIFICATIONS I 35
PRODllCE DQCUMENTS I 30
COST ESTIMATE I
TAPiJLATE Q�RNTITIES I 5
DEV�LQP UNIT CO5TS I 5
PRODUCE REPORT I 5
PLRN OF OPERRTION I
REVIEW DNR REQUIREMENTS I 10
REVIEW EXISTING CITY PROCEDURES I 10
PREPRRE REPORT I 20
PRODUCE REPORT I 5
USER CHARGE REPORT I
REVIEW DNR REQUIREMENTS I 10
REVIEW EXISTIN6 CITY PROGRAM I 10
INCOR�ORA7E NEW COSTS I 10
PREPRRE REPORT I 10
PRODUCE RcPORT 1 10
PLAN qND PROFILE SHEETS I
FINRLIZE SEWER LRYOUTS I 45
FINR�IZE 5TATION DESI6NS I 30
INCORPORRTE UTILITY/SURVEY INFO I 35
REVIEIJ LAYOUT WITH CITY I 30
FINRLIZE EQUIPMENT SELECTION I 2�
PLOT FINRL PROFILES I 30
STRUCTURAL DESIGN I 250
ELECTRICAL/MECHRNTCAL DESIGN I 1�0
SHEE7 LRYDUT I 20
FINRL DRAF7ING I 40
PLAN SET PRODUCTION I 1@
REVIEW WITH CITY pND DNR I 4N
I-------
70TALS I 1395
- 16h -
ENGINEER
RESOLUTION # 14
TECH SECRETARY TOTAL
MANH�URS MANHOURS MANHO�RS MANHOURS
40
J0
20
10
1@
10
10
5
25
20
40 20
20 40
30 20
10 5 40
10 10
25
70 10
3N0 10
40 40 1@0
40 40
J0
10 5
2�
30
40
1@ 5
20
22
42
40
20
100
100
100
20
60
16�
31Q
300
40
2�
20
40
�
1�0
50
210
za
190
�J�
80
690
1330
80
20
20
40
r,.
2180 3420 c^75
220
260
90
65
35
30
70
70
60
65
30
45
100
�45
210
85
35
40
3N
40
60
40
30
aa
50
sa
75
245
iaa
345
50
ime
300
910
480
75N
1390
110
90
727@
«.
WISCONSIN FUND 5700 FORM
ITEM 9. OTHER DIRECT COSTS
SUB—TRSK ORDER 5-2
ITEM
9A. TRRVEL
(1) TRANSPORTATION
(�) PERSDNRL VEHICLE MILEA6E RT 30.20/MILE
ONE ROUND TRIP PER WEEK FROM MILWA�KEE
TO OSHKOSN RT 200 MILES/TRIP X 26 WEEKS
(B) COMPANY VEHICLE MILERGE RT 50.30/MILE
FULLY EOUIPPED SURVEY
VAN. 5 ROUND TRIPS FROM MILWAUKEE
TO OSHKOSH AT 200 MILES/TRIP
(2) PER DIEM
1—^c MAN FIELD CREW FOR RECON.
FOR 30 DAYS AT S40/DRY
TRAVEL SUHTOTAI
9B. EQUIPMENT, MRTERIAL5� SUPPLIES
MRTERIRLS & SUPPLIES
MISC. FIELD TOOLS & MATERIALS
REPRODUCTIONS
il SETS OF REVIEW PLRNS/CONTRACT
PHOTO REPRDDUCTION DURING DESIGN
PRINTING
iN0 SETS OF SPECIFICATIONS/CONTRACT
it� SETS OF DESI6N REPORTS
COMPUTER CHARGES
5 RUNS OF SMM3 PROGRAM
EQUIPMENT SUBTOTRL
— 16i —
UNITS UN
5200 30.20
1000 E0.30
Ki'.�i'fo�sI.]
70 350.00
80 $35.N0
175000 50.05
12�Q �0.10
RESOLUTION N 14
51��40.00
... .c
51,200.00
$2�540.00
51�000.00
R3,500.00
$2�800.Q0
�8,750.00
5120.00
5 $250.00 $1,250.00
$17�4^c0.00
---------------------------------- I
ENGINEERING MRNFi�UR ESTIMATE—DETAILED IPROJ MGR
------°--- ----------°-------1
SUBTRSH ORDER 5-2 114ANHOURS '
---------------------- --_--- � —'-__--'—__.
PROJECT MANAGEMENT �
PRDIECT PLANNIN6 I 150
MONITORING � 2�
REVIEW MEETINGS � 6�
A5SIGNMENTS � SS
DESIGN SUMt4ARY �
REVIEW FLOWS 1 10
REVIEW DESIGN I 10
OBTAIN UTILITY INFO 1 10
PLOT SEIdER PROFILES I 10
PREPRkE DESIGN TpBULRTIONS I 10
PRODUCE REPORT I 10
OHTAIN DNR APPROVRL I 10
C�NTRRCT DDCUMENTS & SPECIPICA7ION51
REVIEW CITY STpNDARDS 1 20
INCORPORRTE STATE REQUIREMENTS 1 20
PREPARE SPECIFICRTIONS I 35
PRODUCE DOCUMENTS I 3�
COST ESTIMpTE I
TLiEULRTE QURNTITIES I 5
DEVElOP UNIT COSTS 1 5
PRODUCE RHf'�RT I 5
P�AN OF OPERA7ION I
R[VEEW DNR REi3UIREMEN75 I 10
REVIEW EXISTIN� CITY PROCEDURES I 10
PREPARE REPORT I 2-�
PRODUCE REP�RT l 5
USER CHARGE REP�RT I
REVIEW DNR RECUIREMENTS I 10
REVIEW EXISTING CITY PROGRAM I 10
INCDRPORATE NEW COSTS I 10
PR[PARE REPORT I 10
PRODUCE REPORT I 10
PLAN RND PROFILE SHEETS I
FINALIZE SEWER LAYOUTS I � 45
FINRLIZE STRTION DESIGNS I 30
INCORPORATE UTILITY/SURVEY INFO I 35
REVIEU LRYOUT WITH CITY I 30
FINALIZE EQUIPMENT SELECTION I 20
PLOT FINAL PROFILES I 30
STRUCTURL DESIGN I 25@
ELECTRICAL/MECHRNICAL DESI6N 1 100
SHEET �pYOUT I 20
FINAL DRAFTIMG 1 40
PLRN SET PRODUCTION I 10
REVIEW WITH CI7Y AND DNR I 40
� __��_r
TOTALS I 1395
ENGINEER
RESOLUTION # 14
TECH SECRETARY TOTAL
MANHOURS MANHOURS MANHDURS MANHOURS
— 16j —
40
SJ
20
10
10
10
1�
5
200
26iD
90
65
25 35
28 3�
48 20 7�
ao ao �o
30 20 60
1� 5 40 65
10 10 38
25
70 10
300 10
40 48
40 40
30
10 5
45
100
345
iee 2ia
BS
35
20 40
20
30
40
10 5 � 20
20
20
40
ae
20 5 40
100
tao
100
20
60
160
310
300
40
29
20
40
10�
se
210
20
190
350
80
690
1330
A0
10
2180 3420 275
30
40
60
A0
30
30
50
50
75
245
iea
345
50
iC0
380
910
4B0
�50
139@
110
90
727�
WISCQNSIN FUND 5700 FORM
ENGINEERING TASK ORDER N0. 5-Z
DESIGN WORK
DIRECT LABOft �--W� �_
PROJECT MANA6ER
EN6INEER
7[CHNICIAN
S[CRETARY
DIRECT LRBOR TOTAL
INDIRECT COSTS
SALARY RELA7ED G7ST5
GENERAL OVERHERD COSTS
INDIRECT COSTS TOTAL
OTHER DIRECT COSTS
TRAVEL
TRaNSPORTATION
PER DIEM
TRRVEL SUHTOTAL
EQUIP.� MATLS.� SUPPLIES
MATERIRLS b SUPPLIES
R[PRODUCTIONS
PRINTING
COMPUTER CHARGES
EQUIPMENT SUBTOTAL
SUBCONTRACTS
MBE
SURVEY b MAPPING
SOILS INVESTIGATIO�S
S'JSCONTRRCTS TOTqL
OTHER
OTHER SUBTOTAL
�THER DIRECT COSTS TOTAL
TOTRL ESTIMATED COST
PROFIT
TOTRL PRICE
9
RESOLUTION $ 14
MANHOURS RRTE EST COST
1395 L21.00 429�295
2180 Sl�t.09 530�520
3420 i12.@0 541�040
275 E8.00 42�200
RqTE X BASE= EST COST
0.9149 8103�055 542,75A
0.�111 5103�055 f83�588
- 16k -
QTY COST
EST COST
51,340
51�200
f2�540
EST COST
81�000
L6�300
f8�B70
si,2s0
417�420
EST COST
E42�033
59�775
53�420
455� 226
EST COST
[3?
TOTAL5
5103�055
5125�345
f75�1B8
f304,589
f45�688
f350,277
1
May 3, 1984
(CARRIED
PURPOSE:
INITIATED BY
R E V I S E D
#14 RESOLUTION
LOST LAID OVER � WITHDRAWN )
APPROVE AGREEMENT FOR CONSULTANT SERVICES IN
CONNECTION WITH THE SEWERAGE SYSTEM
DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the
proper City officials are hereby authorized and directed to enter into the
attached agreement (Sub-Task Order 5-2) with Howard Needles Tammen & Bergen-
doff of Milwaukee, Wisconsin, for engineering work for the sanitary sewer
system, for an agreed amount of $350,277 00.
BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated
from Account No, 950-560 - Sewer Utility - Professional Services,
SUBMITTED BY
APPROVED
— 16 —
e._M.....__.........� � C: .
�
i.�.,,._...a.....,.......�.--.-,
A
� �
�• w
cr �c
�
w
c� �
N
� N
�5 �
� � �
�
� `
�
�
�
��
ao
� �
� r•
Ho
b7 �
d..
a
`C O
m �3
�
�
z3
�5
0
C
�
�
�
cr
�3
W
m
�
O
�s
a
�,
i
N
Iw�-.--�---- — — . .,- . ,....__ ..:; .�I�. � . ._ .,s.W,. ..�.�-,-.:>-.-..ww..+.._...o . .
�
�
�
a
N
�
��
i �a
:�
1�
t2