Loading...
2014-28567 Reso RESOLUTION NO. 2014-28567 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT NO. 19 TO THE PRE-CONSTRUCTION SERVICES AGREEMENT WITH JAMES B. PIRTLE CONSTRUCTION CO., INC., DBA PIRTLE, CONSTRUCTION COMPANY, DATED NOVEMBER 16, 2011, FOR THE CONSTRUCTION OF THE PROPERTY MANAGEMENT FACILITY PROJECT, IN THE AMOUNT OF $4,699,564, PLUS A FIVE PERCENT OWNER'S PROJECT CONTINGENCY IN THE AMOUNT OF $234,9789 FOR A TOTAL OF $4,934,542; WITH PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $2059859 FROM FUND 382 - 2003 G.O. BONDS FIRE SAFETY, $391249792 FROM FUND 383 — 2003 G.O. BONDS PARKS AND RECREATION, $505,269 FROM FUND 384 — 2003 G.O. BONDS NEIGHBORHOODS, $600,000 FROM FUND 304 — CAPITAL RESERVE, AND $498,622 FROM FUND 480 — PARKING OPERATIONS. WHEREAS, on December 10, 2008, the City Commission adopted Resolution No. 2008-26969 directing the Administration to begin the relocation of the Property Management facility from Flamingo Park to the City-owned property located at 1833 Bay Road, which is zoned 1-1/Urban Light Industrial District; and WHEREAS, on May 12, 2010, the Mayor and City Commission adopted Resolution No. 2010-27383 authorizing the Administration to execute an Agreement with Wolfberg Alvarez & Partners (WAP) for the Property Management Facility Project for architectural, engineering, and landscape architecture services for the Planning, Design, Bid and Award and Construction Administration services for the Project; and WHEREAS, on June 7, 2011, the Design Review Board (DRB) approved the conceptual design of the Property Management Facility and issued DRB, Order File No. 22851; and WHEREAS, on July 13, 2011, the Mayor and City Commission adopted Resolution No. 2011-27684, accepting the recommendation of the City Manager, pursuant to Request For Qualifications (RFQ) No. 21-10/11, for a Construction Manager at Risk firm to provide Pre-construction Services and construction phase services via a Guaranteed Maximum Price (GMP) amendment for the Property Management Facility and authorizing the administration to enter into negotiations with the top-ranked firm, James B. Pirtle Construction Co., Inc. (Pirtle); and WHEREAS, the City Administration and Pirtle have negotiated a GMP in the amount of$4,699,564, plus a five percent owner's contingency of$234,978, for a total of$4,934,542 and accordingly, the City Manager requests that the Mayor and City Commission accept and approve the GMP, following which he will proceed to execute the GMP Amendment with Pirtle. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve the Guaranteed Maximum Price (GMP) submitted by James B. Pirtle Construction Co. Inc., as required pursuant to the Pre-Construction Services Agreement, dated November 16, 2011, for the construction of the Property Management Facility Project; said GMP in the amount of $4,699,564, plus an owner's contingency of $234,978; for a total of $4,934,542; with previously appropriated funding, in the amount of $205,859 From Fund 382 - 2003 G.O. Bonds,Fire Safety, $3,124,792 From Fund 383 —2003 G.O. Bonds Parks And Recreation, $505,269 From Fund 384 — 2003 G.O. Bonds Neighborhoods, $600,000 From Fund 304— Capital Reserve, And $498,622 From Fund 480 — Parking Operations. PASSED AND ADOPTED THIS o�3 DAY OF-Apri'l 2014. ATTEST: R RAM Granado, dITY C ,.�; K���,��,p ORATED= p L e . AYOR JLM\MT\DM �R ' may y T:\AGENDA\2014\April\Property Management Facility-Pirtle GMP Amendment No 1\Property Management Facility Pirtle GMP Amendment 1 -RESO.doc APPROVED AS FORM &LANGUAGE FOR EXECUTION City Attorn Date COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The Mayor And City Clerk To Execute A Guaranteed Maximum Price (GMP) Amendment No. 1, To The Pre-Construction Services Agreement With James B. Pirtle Construction Co., Inc., DBA Pirtle Construction Company, Dated November 16, 2011, For The Construction Of The Property Management Facility Project, In The Amount Of $4,699,564, Plus A Five Percent Owner's Project Contingency In The Amount Of $234,978, For A Total Of $4,934,542; With Previously Appropriated Funding In The Amount Of $205,859 From Fund 382 - 2003 G.O. Bonds Fire Safety, $3,124,792 From Fund 383 — 2003 G.O. Bonds Parks And Recreation, $505,269 From Fund 384 — 2003 G.O. Bonds Neighborhoods, $600,000 From Fund 304—Capital Reserve, And $498,622 From Fund 480—Parking Operations. Key Intended Outcome Supported: Build and maintain priority infrastructure with full accountability. Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer Satisfaction Survey indicated that over 87% and 83% of City residents and businesses respectively, rated the appearance and maintenance of public buildings as excellent or good; and over 81% of residents rated recently completed capital improvement projects as excellent or good. Issue: Shall the Mayor and City Commission adopt the Resolution? Item Summary/Recommendation: The relocation of the Property Management Division to a site outside of Flamingo Park has been a longstanding goal of both Flamingo neighborhood residents and the City. On December 10, 2008, the City Commission adopted Resolution No. 2008-26969 directing the Administration to begin the relocation of the Property Management facility from Flamingo Park to the City-owned property located at 1833 Bay Road, which is zoned 1-1/Urban Light Industrial District. The scope of work for the Project consists of the demolition of a 6,200 square-foot building, and. the construction of a new 23,000 square-foot two-story building which will include administrative offices, workshops(a/c, electrical, plumbing, carpentry, painting), parts inventory warehouse and material storage. On September 14, 2011, the Mayor and City.Commission adopted Resolution No. 2011-27708, awarding a professional services agreement with James B. Pirtle Construction Co., Inc. (Pirtle), for Pre-Construction Services for the Property Management Facility Project, and, upon completion of Pre-Construction Services, authorizing the City Manager to enter into negotiations for a Guaranteed Maximum Price (GMP) for Construction Services. The City and Pirtle negotiated a GMP of $4,699,564, plus a five percent owner's contingency of$234,978,for a total of$4,934,542. The Administration is of the opinion that the final GMP is competitive, fair and a reasonable price for the construction of the Property Management Facility. With the approval of this resolution it is anticipated that construction will commence in June 2014, and will be substantially completed in May 2015. THE ADMINISTRATION RECOMMENDS APPROVAL OF THIS RESOLUTION. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 $ 205,859 Fund 382 382-2314-069357 2003 G.O.Bonds 2 $2,889,814 Fund 383 383-2314-069357 2003 G.O. Bonds PJ,Z_ 3 $ 505,269 Fund 384 384-2314-069357 2003 G.O. Bonds 4 $ 600,000 Fund 304 304-2314-069357 Capital Reserve 5 $ 498,622 Fund 480 480-2314-069357 Parking Operations 6 $ 234,978 Fund 383 383-2314-000356 2003 G.O. Bonds OBPI Total $4,934,542 Financial Impact Summary: City Clerk's Office Le is ative Tracking: David Martinez, P.E.ext 972 Sign-Offs: De artm ire or I Assistant City Manager City r DM A MT JLM T:WGEND V kRd Management Facility - Pirtle GMP Amendment No 11Property Manageme F ility Pirtle GMP Amendment 1-SUM MIAMIBEACH AGEND A I TEM R1- - 1 � DATE T MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members f.the City ommission FROM: Jimmy L. Morales, .City Manager DATE: April 23, 2014 SUBJECT: A RESOLUTION OF THE MAYO AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT NO. 19 TO THE PRE-CONSTRUCTION SERVICES AGREEMENT WITH JAMES B. PIRTLE CONSTRUCTION CO., INC., DBA PIRTLE CONSTRUCTION COMPANY, DATED NOVEMBER 16, 20119 FOR THE CONSTRUCTION OF THE PROPERTY MANAGEMENT FACILITY PROJECT, IN THE -AMOUNT OF $4,699,564, PLUS A FIVE PERCENT OWNER'S PROJECT CONTINGENCY IN THE AMOUNT OF $234,978, FOR A TOTAL OF $4,934,542; WITH PREVIOUSLY APPROPRIATED FUNDING. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME Build and maintain priority infrastructure with full accountability. FUNDING Previously appropriated funds for this project will be allocated as follows: Construction: $ 205,859 Fund 382 -2003 G.O. Bonds— Fire Safety 382-2314-069357 $ 2,889,814 Fund 383 - 2003 G.O. Bonds - Parks & Recreation 383-2314-069357 $ 505,269 Fund 384-2003 G.O. Bonds Neighborhoods 384-2314-069357 $ 600,000 Fund 304 - Capital Reserve 304-2314-069357 $ 498,622 Fund 480—Parking Operations 480-2314-069357 $ 4,699,564 -TOTAL Contingency: $ 234,978 Fund 383—2003 G.O. Bonds— Parks & Recreation 383-2314-000356 BACKGROUND The relocation of the Property Management Division to a site outside of Flamingo_ Park has been a longstanding goal for both Flamingo neighborhood residents and the City. On December 10, 2008, Resolution No. 2008-26969 was adopted whereby the City entered into an agreement to purchase air rights and certain portions of land for the development of a Commission Memorandum-Property Management Facility Pirtle GMP April 23, 2014 Page 2 of 3 parking garage in the Sunset Harbor neighborhood, with ground level retail space for approximately $13 million. The Resolution also directed the Administration to begin the relocation of the Property Management facility from Flamingo Park to the City-owned property located at 1833 Bay Road, which is zoned 1-1/Urban Light Industrial District. The site presently houses a two-story concrete masonry building with a footprint of approximately 3,200SF and asphalt surface parking used by the Parking Department's Meter and Sign Shop Division. On May 12, 2010, the Mayor and City Commission adopted Resolution No. 2010-27383 authorizing the Administration to execute an Agreement with Wolfberg Alvarez & Partners (WAP) for the Property Management Facility Project for architectural, engineering, and landscape architecture services for the Planning, Design, Bid and Award and Construction Administration services for the Project. On June 7, 2011, the Design Review Board (DRB) approved the conceptual design of the Property Management Facility and issued DRB Order File No. 22851. On July 13, 2011, the Mayor and City Commission adopted Resolution No. 2011-27684, accepting the recommendation of the City Manager, pursuant to Request For Qualifications (RFQ) No. 21-10/11, for a Construction Manager at Risk firm to provide Pre-construction Services and construction phase services via a Guaranteed Maximum Price (GMP) amendment for the Property Management Facility; and authorizing the administration to enter into negotiations with the top-ranked firm, James B. Pirtle Construction Co., Inc. (Pirtle). ANALYSIS The scope of work for the Project consists of the demolition of a 6,200 square-foot building, and the construction of a new 23,000 square-foot two-story building for the Property Management Division of the Public Works Department. The. facility will ,include administrative offices, workshops (a/c, electrical, plumbing, carpentry, painting), parts inventory warehouse and material storage. On March 4, 2014, Pirtle submitted the first draft of the GMP proposal for review by the City and WAP, in the amount of$5,010,342. Following negotiation meetings, discussions, and evaluation of value-engineering options, the final negotiated GMP is $4,699,564, plus an owner's contingency of five percent in the amount of$234,978 for a total of$4,934,542. It is important to note that Pirtle obtained competitive bids from sub-contractors in order to reach the best possible GMP. The Schedule of Values per discipline is included as Attachment A. The final negotiated GMP is in line with the $4,843,629 construction estimate from WAP dated March 26, 2014 (Attachment B). In order to obtain further assurance that the best-value for this project has been negotiated, the City also contracted Atkins of North America (Atkins) to perform an independent construction cost estimate (Attachment C). Atkins' estimated construction cost of this project is within a range of$4.7 to $5.2 million. The Administration is of the opinion that the final GMP is competitive, fair and a reasonable price for the construction of the Property Management Facility project. Upon City Commission's approval of the .GMP, and as contemplated in any GMP Amendment(s), Pirtle will deliver all of the Construction Services required to complete the Work Commission Memorandum—Property Management Facility Pirtle GMP April 23, 2014 Page 3 of 3 in strict accordance with the Contract Documents, and deliver the Project to the City at or below the GMP and within the Contract time of twelve (12) months through substantial completion. The anticipated Project Schedule for the construction of the Property Management Facility is as follows: Commission GMP Awarded: April 23, 2014 Notice to Proceed Number One: May 2014 Notice to Proceed Number Two: June 2014 Demolition / Construction Start: June 2014 Substantial Completion: May 2015 CONCLUSION The Administration recommends approval of the attached Resolution, authorizing the Mayor and City Clerk to execute a Guaranteed Maximum Price (GMP) Amendment No.1 to the Pre- Construction Services Agreement with James B. Pirtle Construction Co., Inc., for the Property Management Facility Project, in the amount of $4,699,564, plus an owner's contingency in the amount of$234,978, for a total of$4,934,542. JLM\MT\DM Attachments: A. Schedule of Values B. WAP Cost Estimate C. Atkins Cost Estimate D. Amendment No.1 Aftachmenf A City of Miami Beach-Property Mgmt Facility Pirtle Construction Company ESTIMATE SUMMARY ESTIMATE NO./REF. 100%CD Budget TIME TO COMPLETE(days):365 PROJECT NUMBER: TBD LOCATION/OWNER: Miami Beach/City of Miami Beach BID DATE: January 30,2014 Revised April 3,2014 1 2 J 1 4 1 5 1 6 7 9 9 10 CSI - - Div. Cost 50%CD 90%CD- 100%CD Number % Cost ,No. Code Descri tlon of Work- -Bid Amount Bid Amount - -Biit-Amount,_- .Name o(Blilder Bids- 'Low ....Per SF Division 01-General Re uiretnents I Conditions 01 er Genal Requirements/Conditions 1400,000 1400,000 1 328,800 Pirtle 1 14.04 Division 02-Existin Conditions 02 024 i 16.13 Buildin Demolition 125,995 124,395 1 30,500 Thunder Demo 1 3 1 9.43% 1 1.30 Division 03-Concrete 03 1 03 30 00 Concrete Shell Included in 03 47 13 Included in 03 47 13 732,500 Emerald 2 30.42% 31.28 03 0341 33 Precast Joists 128,989 147,052 153,250 SPI 2 1.57% 6.54 03 03 47 13 Tilt Up 11,132,365 11,136.85 3 460,867 Florida Titt 1 3 1 7.46%1 19.68 Division 04-Mason 04 04 22 00 Concrete Unit Masonry CMU) Included in 03 47 13 1 Included in 03 47 131 Included in 03 30 00 0 04 1 04 42 00 1 Exterior Stone Veneer 184,006 148,455 1 50,000 Allowance 1 2 16.21% 2.13 Division 05-Metals 05 1 055 00 Misc.Metals 53,350 106,886 79,508 Misc.Metal Fab. 2 31.16% 3.39 05 05 55 00 ISteel Stair Nosin s 1500 1500 750'Estimate" 1 0.03 Division 06-Wood,Plastics&Composites 06 06 10 00_Miscellenous Rough Carpentry 8,466 _8,466 9,800_'Estimate'_.',- 1 0.42 06 06 41 16 Plastic Laminate Architectural Cabinets 37,606 32,000 1 23,277 Premier 2 31.14% 0.99 Division 07-Thermal&Moisture Protection 07 ��7 4 00 Fluid Applied Waterproofing Included in 07 92 00 Included in 07 92 00 Includ07 1 00 Buitt Up Bituminous Roofing 147,439 194,180 173,500 Tecta America 7.41 07 07 92 00 Joint Sealants 20,645 23,971 43,800 Metro 1 1.87 Division 08-Openings 08 0811 13 Hollow Metal Doors&Frames 59,380 _58,810_ 63,642 Mills&Nebraska__ 2 12.89% 2.72 08 0831 60 Flood Barrier Not Included Not Included 30,500 Suncor T2 52.23% 08 08 33 00 Overhead Doors 46,323 27,800 30,400 Best Rolling_ 2 32.32% 1.30 08 0841 13 Aluminum Entrances&Storefront 77,419 70,950 69,500 No Limit Glass 3 28.18% 2.97 08 Door&Hardware Install 9,400 10,300 13,500 HRC 2 4.21% 0.58 08 0891 00 Louver 7,000 Included in 23 00 00 Included in 23 00 00 0 Division 09-Finishes 09 09 29 82 Metal Framing and Gypsum Board 252,000 251,000 212,600 Applegate 3 14.96% 9.08_ 09 09 30 00 Ceramic&Porcelian Tiling 43,500 25,329 44,902 PFC 3 26.08% 1.92 09 0951 23 Acoustical Tile Ceiling 19,991 15,950 20,140 Superior Int. 2 0.30% 0.86 09 09 65 19 Resilient Tile Flooring 19,062 21,859 _ 16,669 Zaharion 3 -5.88% 0.71 09 09 90 00 Painting 79,566 78,770 66,705 Color Facto 3 24.93% 2.85 Division 10-Specialties 10 10 14 00 Signage 18,000 12`575 800 Environmental Graphics 2 89.30% 0.03 10 1021 00 Toilet Partitions&Access. _10,912 11,4_62 12,485 All S ecialty 2 15.21% 0.53 10 10 26 13 Comer Guards&Edge Protection _5,000 5,000 700`Estimate` 1 _0.03 _10 104416 Fire Extinguishers&Cabinets 1,000 893 1,296 Triangle 2 0.38% 0.06 10 1051 13 Metal Lockers 14,544 14,654 By Owner 0 - 10 10 00 00 Mechanical Roof Enclosure Not Included Not Included 23,000 Misc.Metal Fab. 2 33.33% Division 11-Equipment 11 1 11 1313 11-oading Dock Bumpers 12,500 1750 1 1,350'Estimate` Division 12-Furnishings 12 12 48 13 jEntrance Door Mal 11,000 11,000 1 350'Estimate' 1 0.01 12 12 93 13 jBike Racks lNot Included INot Included 3,267 Mardale 1 2 1 34.56% Division 14-Conve in E ui nut 14 14 24 23 H raulic Passen er Elevator 63,324 66,083 63,000 Schindler 3 20.50% 2.69 Division 21-Fire Suppression 21 21 13 13 Fire Sprinkler System 153,794 147,300 49,700 Francis 1 2 1 1.97% 2.12 Division 22-Plumbin 22 22 10 00 Plumbin 177,800 1241,300 1 190,8571Manny&Lou Plumbing 3 1 20.14% 15 Division 23-HVAC 23 1 23 00 00 jHVAC 1306,280 1389,500 1 402,500 Cottec 2 1 4.37%1 17.19 Division 26-Electrical 26 j 26 00 00 jElectrical 1435,856 1458,054 1 376,7601C&F Electric 4 1 7.67%1 16.09 Division 31-Earthwork 31 31 00 00 Earthwork 8 Paving 208,791 230,481 335,180 Ronlo 2 5.03% 14.01 31 31 63 13 Auger Cast Grout Piles 104,500 184,500 143,000 Ebsary 2 15.38% 6.11 31 1 31 0000 ITemporary Sheet Piles Not Included ANot Included 55,000`Estimate 1 Division 32-Exterior Im rovements 32 32 13 13 IChain Link Fencing lNot Included 6,328 7,500'Estimate*_ -,- 1 0.32 32 32 84 00 lIrrigation 10,000 3,800 3,950 Billy Goat 2 36.80% 0.17 32 32 93 00 Landsca pe Plants 117,568 16,221 30,417113illy Goat 2 1 4.46% 1.27 Division 33-Utilities 33 1 33 10 00 lWater,Sewer&Drainage Utilities lincluded in 31 00 00 Included in 31 00 00 Included in 31 00 00 0 • liGS7FY/L},7 _ CONSTRUCTION MANAGER'S CONTINGENCY- 0 0 0 OWNER'S CONTINGENCY- 204,193 below 0 PIRTLE SUBGUARD PROGRAM(1.25%of Subcontractor Cost) 1.250% 48,601 49,668 50,343 GENERAL LIABILITY INSURANCE 0.520% 22,551 23,000 22,914 BUILDER'S RISK INSURANCE 0.806% 34.4 26 425 35,120 BR does cwt include Windstrom Deductible Buydown BOND 0.730% 32.067 32 649 32,592 CM FEE 4.500% 221,288 225,258 202,374 Lowered the fee from 5%to 4.5%to assist wl City's Budget (Direct Owner Purchase Program)_- 0 0 0 City to evaluate the DOP Program which typically saves 1.25% _ OWNER'S CONTINGENCY- ___ 0 131_,203_ 0 ADDITIVE ALTERNATE#1-Compressed Air System 0 _ 0 see add to right ADD$18,055 includes mark If desired ADDITIVE ALTERNATE#2-Copper Secondary Feeders_ 0 0_see add to right ADD$7,e35 includes mark ups it desired PERMIT&IMPA6F FEES_:- 69,706 Included in Bids In_cltlded in Bids Sub Permit Fees Only not the Master Permit Fees PREVAILING WAGES GD#FL100126 10/29/10 FL126: 34,85 Included in Bids Included in Bids Refer to Pre-Bid RFI#001 Estimate Grand Total= 4,751,609 $4,861,631 $4,699,564 1ofl CMB Property Mgml Facility-100%CD GMP NEGOTIATION.Asm Form ES4020 Attachment B. a� co a. co 00 t�- It (D 00 O0) J M LO Nt M 00 00 mt 00 LO It N N M 00 2 M .- N tr! 1- 0 a (o (D W r- O O M h M N M M N aD Ncli r N c-: r• n cD 00 M n V v Q N N M O t- M M (p rn rn M Ln to t` co 00 M co 64 Kt N ffi M N M M 'd qt Ili .1 .1 V nj CO- fA 69 69 69 69 fA 69 ff), 6c# m 69 D M CO M r` N N �- 00 tn M 1-_ O co rl 00 u7 00 1 fl- cr) r V- M_ h 6f3 U} {..r N w z ® " E N O o 0�n a o 0 0 o cn Q w co) s ooLn !- O +. r r r M r N M U m > LL Q _ .O C c > o to 3 Q O c H a' L, o a w 0 0 N O t3 N V m w M G� c y o U o m D +, c � U. V O w 'a = n c y o 0 a:+ > ova c � _ C1 N \ U w °o ° o o = o f$ m o CL a a a o ti : �- m w 0 C•E Z7 L Z ca -0 c co O U _ w U ? m m p= o v '� c o v W v _ � (•) �. a. a a U) co < a. i W w CD N o 0 0 y O 0 C) 0 O O Q O O 0 0 0 O LO O O Q Co d O O N a n v � � " O O O 0 0 0 0 0 0 0 Q O N O O Q O O O O N r It7 O fn t!7 (D N (D Oo d O � O r U) O Ir (D 4 O '1 O act to CO OM) OM) Goo) N N "� co d co N (D r CO Q d r LO v Nr O M ti N O ti a (V N N N M M a O O O g N " N r (() N O N r W W O to (O 00 LO Cc f'to to to vi to of ~ N M Q r O - �- N r (D N M N 00 N 16 r N �O O (A ER to (fl 69 69 69 69 N r fH 69 69 69 69 fR fA M Q) N to fR to LO er CO .- O CO M O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C" a a M , U J a 0000000 0000 toOOOO NW Q(V N Lo M g (f) O 0 0 0 0 0 0 0 O u1 0 0 0 N co O N co ao vi N co O 69 to fA W. w w 69 O M * Q 9 f` N to r Ir 69 6% 0% Nt W> In M co fl N O O r- W W 69 69 h x 69 64 r r ER W, 64 co fA b9 6H o LO O 0 0 0 0 0 0 0 O O O O Q O 0 C) 0 C! h Cl 0 0 0 0 0 0 0 (D O O to (() LO d Cl 0 O O 0 0 0 0 0 6 6 O M ap O O (D O O C F- 64 C) 69 69 69 64 E12 69 fA NfA 69 69 69 O 69 O U 69 LO N 0 oM O Q d O O d 0 0 0 O 0 0 0 0 O O Q O �n to O a 0 0 0 0 0 0 0 O N O O In O O O O co O O LO 0 N w co O O O g to O M �t t0 O N .^ (D O O (n d 0 f` O 0) 110 O O N N O (ND (Q N N N r O N d O O O M (D h O m Vt t9 fD 69 r O r M r v-: M _: � r r � M r M J J 69 69 69 fA 69 69 69 69 69 fA 69 69 69 N O O c '.R O O 0 0 Cl 0 0 0 O )A LO 0 0 0 C) 0 0 m O o 0 O O O to d Cl 0 0 0 0 O N O )D (n Cl 0 0 r` m r C) O N M N M O O O'r- r M d d N 0 CO 7 } H 69 O 69 69 69 69 to In O r f!} 6), co 69 60 r (f) r 0 ? mQ O to N tf? 64 9 (�- 6 J U 69 69 fH Ix H O W V Z +`+ C �►+ � a QO " V ~ Zvi liLL >- LL > Q< rLL LL: � liu: fif6 0. W = z f.6 (6 J J (n J (I) J (!1 W J (n J J J J J fn m M V > c Z � � N o fn Cl) C O 7 Q CL N >a V .�. v ad 0 O r O M CO (D N r O to O O M N W LLJ r d N O N T O LO (D O r M d r K Q.O ~ V ® W to N O } (D O f- r M N r M N _IM Q O LL '� m a « to t e) V d N r U Lea Ocm o W d w ++ W LL CL O � v � w . y _N O N m E cm C Y y m O y 0 O U U N CO C O ad cwri C y V w m m 3 c - C O LL C � w m y C a a o m 3 .. C3 72 O 0 W o £ 'C �- m — L m N c 3 c N G C p c co o e m E E':a ,q u 0 3 m Li o o m 0 0 v 3 c a) 0 -o - c c w > a m a� Z o I° o C L a p c c c c c c E m a"mi a"�i c OL d u a. E �.d O V p x '� 'X 'X 'x 'x m m c c 2 w T .� L O O O N O O .0 O O D U U C > p a a a .a R m a c m E m o c c C (a a -0 .v Y •u Q Cl E 3 m ° O o o o o 0 0 0 y m v (0 cg (� c� v E Q m a d °' p co co y — LL E m E E E E E E E 3 3 3 3 3 3 3 > 3 LLW0 a (L V- o IL Co � � � � EY � � W 2ZZZZZllaZ r N M W H 0 0 0 0 0 0 0 0 0 O LO 0 0 0 0 0 0 0 0 0 0 tl) 0 0 0 0 0 0 0 0 0 LO N O O O O O O O O O O f- J O O O Q O O O 0 0 N (O O LO O O to O O O O tO f-'f () O O O LO r 0 0 O 60 N LO O f+ tO O ti to to 0 (O r st M to � O Lfi O 9r v Off to 6) M (D � O N � O O M N Q N r (O r P. N t1 N to 611, P. U), N r N M r r r 0 O r 69 ER (D 69 69 (A 69 69 69 69 69 69 69 69 69 N r EA 69 r IL O O O O O O O O O to 0 0 0 0 0 0 0 0 0 0 J O O O O O O O O tO N O O O O O O O O O O Q 0 0 0 0 0 0 0 t7 N r C () 0 0 (A O n 0 0 (n O O O (O CO O N O Co) O O I- O O N O O (t) 'cr N W M O IV M 69 O r- qw N i tO r' N t0 (O (� - 18 1- s M r N N N N r (y (R Q 69 69 69 69 60P E9 69 69 6% 0 Cl 0 0 0 0 0 0 O tO 0 0 0 0 0 0 0 0 0 0 LO 0 0 0 N 0 0 0 to N 0 0 0 0 0 0 0 0 0 0 CO O O m r (D N O 0) N O (f) O O to O O O N (o t J 1- 69 IV O 69 69 O r a 69 69. to r- O O N O tC) to r N Z Q O 69 ti O 69 '�t N r N (O to to f- (D 69 M _ b9 N 69 69 69 � 69 69 69 69 d9 b9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O a, 0 0 0 0 0 0 0 0 o to 0 0 0 0 0 0 0 0 0 0 U O O O O to O c0 O O to O O LO O tO LO (O U) r O m O N O (D It O (D O N � a0 LO m r- G> N 609 69 C6 I, M O - (Ni M — 609 69 69 6L9 fA to 69 69 69 Cl 0 0 0 0 0 0 0 Co 0 0 0 0 0 0 a 0 0 0 0 o00tno 000 000000000000 C) LO o of 0 CO 0 0) 0 0 0 0 0 0 0 0 co 0 H D F- 10' n O r W O N O r 69 O O U) O LO U) U) LO r 0 Z m (A 69 69 to 69 O 69 O 69 't7 -) N (9 r- m It N 69 69 a U +0 LO w 0> 69 69 1- } LL Q LL (1. U) IL Q LL LL (!J Q Q Q Q Q Q Q LL Q W W w W W W W J U J O O N O O r O (o LO N r r r r- r r r W) r x Cl O co LO (O Cl) O X } N (! N U [Y W LL W Q' a) C a) � IC^6 v CGO 3 a) (] E U) O � C O D. N m C fn a (o 3 a) c a C ° ° (L 0) N 0 � U c c W ° (a a) n = c (D o ° c U L c a. c 4) °? a 3 CL m ' ° z m m -, > -a a) L rn E a) N � � c m �- o and a) .o •NV � cn m O - co c E o c a) x > ° � c 'a9 n � U ro o � L �' E � y °) °) mUCc) yU 4 U) ca d N m U- a a o o d c 4 O 11 Wa- (V N r 2 ;r C'n LL 0 N ' (D U � (O W H d N v ►. c� o �-, C) 0 0 0 0 O 0 0 0 0 0 0 0 0 i ^ r 0 � N 00 to 0000 Cl O O O O O O O O 0 0 0 0 0 O O N 0 0 0 0 0 LO LO O O O O � J 0cN r coo 00 co Co N J O O u•) O LO W O O I- N O Co 0 0 69 Q N N N " Lp Z Q O O DO r-� LO � 00 0 M � N r 0 O NN 04 NN NN NN 04 O O O O M O of LO N a) M N M d' M N M LO Ln 0 69 CO co 69 CO,M N M M F' ~ fA 619, r r r V- 0% 0% 64 U), (fl 69? 09 69 69 (� co N o 0o co o co a O O 0 0 0 0 0 0 0 0 0 0 0 0 0 a N 1:1 O O O O O O O O O O O O O O cl G �1 C N � Q l-- h OD 0o Q O O st LO O O O O O LO Ln LO O O b9l N N rn ch O O v t- LO co O O LO N N 1� O O v_ 69 N O O co �t n a) o am Ln 0) ao 00 Ln O W r "9 W o o tz cri c6 6k r. cri ' ci 69, o cp 00 6s 6R F- M LO N co 00 O v 6% r r r g 6H 6FY V-- 01, of NN EA W, 69 0 0 0 O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O M LO O O LO 0 0 Ln Lo U.) O O J H 0 0 M 1` LO M r LO N 1� 1- tO O O O 6% r N 6F3 r T- q, N M r 0 z Q O O O 6% 6- 681 6L? 63 64 m 60. 00 = gV � � tD M M 0 0 0 O O O O O 00 O O O O O O O O O O 0 O 0 0 0 O O O O O c6 0 0 00 Ln O O O O LO O LO ui O O 6F} 6% O N 0 0 0 v N O 1- N O O m 00 0 m N cD O (D r 00 r N M to O M Di P17 M 00 00 VY O 1 N h Ln cn N L1) CD 69 00 r fA � 6�1 r r r 6H 61,11 69 1 r 60} 6' 1 1 EA 69 61- OA E 69 W V 0 Z c o o o O 0 O O o 0 0 0 0 0 0 0 0 ® o 0 0 0 0 o 0 0 0 O LO 0 0 0 0 0 0 0 CC o 0 o cfl LO o o m o LO o LO ui o 0 Q ++ t O F 69 ER N � U N dN• Nd (rD O a 7 ? m O 69 6C., 6r# 69 69- 6q VS u7 + U x 3 N N m x a Nm o o M ® 2 N c c9 0 Lu Lo u cn W > LJL > t7 y ~ (I) (A Li ?- >- Z LL >•- >- Q c Q V7 m m D J J U U J co d U W U U U J m c aria o '17 y €i yr 3 as ® _ </? V y0 N r r 0o r- Ln O CD 't M r M rn 0 r Al- > _ L N C7 d 3 GD ti M N O r cM 0 N r t Q 0- d l4 co �' p 00 `cf M r co (le) u otj ri° o o N O N � w c or f d U W C'7 ,al 47 R it aN1 .i V m L Q c o o C o N o J � C9 a a J U H O r— O ca N r � W i w Q L d U) C CL co N +—+ 0 m •� La � _ L� Qr LL � I Q ++ (!) (13 r ED'a ++ C m N a O p m — p LL pp LL cc U +, p O v 0 CN o M c E p cn u A £ A y O C _� +. LL_ rn O N v7 oild •� -a U m L6 N car m z L _ o- o c O c *� a) a) � m -a Lax fl.m .E �i 2 E ?° 0 65 o '� m 0) a`) °D � � � o - E � d pMCv m m � t c � ►- .. - -- o .. O N C)o Li w v a` a o 0 m U A. C3 LU c!3 F- C? d a. 1- U Cl) V1 W > > > Lo O O O O O O Q O O O O O O co O O O Q O O O d O Q O O t} Q Q Lo 0 0 0 0 0 0 0 0 0 O O Q O O O O Lo 0 O O O O O J O O O N O 6 C) LA O O N O (D U) O O O O Lo Ln F- O 0 0 0 0 0 00 r I� qt 0 d• r- O M M r O CD It Lo O I` r 00 O LO O O O LO Ln Q (D 1* mlqr M O d M to (D (D M Cl O O N t- Lo O (`M N O O O n r O 00 64 N 69 6-* �j V O co Lo O (Ni 69 N 06 M 69 r- 6 N O ' N n �. 1l- 6F) 69 69 r r r M M 60* r 6% 69 69 M Ef3 64 r Efl 64 (A 69 69 EA bf} 6A 6!4 � tf3 ff} LO O O O O O O O O O O O O O O Co O O O O to O 0 0 0 0 0 J O Q Q O O O O O O O O O Cl O O d O O O O N O O O O O O a Qi a C) a C) 0 C) 0 0 0 0 0 0 LO C) C) C) C) 0 0 T- 0 C) 0 0 0 Q 1� cD CO CD M Lf) 00 f- O O 00 Lo Q Ln O Lo O O Lo Lo O O O O O to to (D M C) M co N 00 N O O 00 M O (D OD r U) O to N r O 00 U) O N 00 64 64 69 Ln bF3 69 N 43 T r- Lf) c7 O 6) N 1 00 6 t Lo I 00 C) N to Q M 6F} 6f? r 69 r M N 69 r Ol 64 00 69 69 64 64 r 69 69 64 69 6R 64 64 bl4 Ef3 69 to O O 00 O O O O O O O O O O O O Q O O to O 0 0 0 0 0 to Q 0 0 0 0 0 0 a a 0 0 0 Q 0 0 0 0 O LO I- O O O O O O M 0 0 Ln to d to O Q O t1j O LO LO N C O O N r O O O O Q O J 64 N O 69 llqr � r LO O Lo M A O 00 N 69 O O Lo 69 69 CO O O O Lo t1) ~ (n 69 69 64 r r 69 O f- 6) 'gr O m N Lo O Lo O M Lo O Ll_ I Z Q 69 07 N 6q 4R t6 69 N 69 Lo r 00 N 69 64 S V br9 N69 64 69 69 69. 69 6% O O O O O O O O O O O O O O O O Q O O O Lo O O O O O O to O O to O O O O O O O O O O O O O Co O O N O O O O O O D: O co O N O O O O O O N O O 0 6 0 0 0 V) Ln w O 0 0 0 6 0 (D N M r r O co O O 00 to to O m (D O to O N (0 0o O Lo O Q Lo Q O O r M r N (0 r r Lo (D r� to 0 N r 64 N L() Lo 69 r O N IN O It cM m M (R EF} 6A 64 6A E9 6A cj r V M Ln 1-7 N f' 'd• N v r er 6% r g ff3 in 6A 64 (4 64 64 EA c 6A NM 69 6+4 (!} O O O Lo O O O O O Q O 0 0 O O O O O O LO LO O O O O O O to Q O N O O O O O O O O O O O Ln O O O (D Il- O O O O O Q (� Lo r LO O O O O O N O O O LO r d. Q LO O O O O O O Q O {- 64 69 r 64 +r N N N O q r (D O M 64 Lo O N 69 6H O to O O Ln O ~ O Ln 69 69 69 69, 6% V) r 64 64 d 64 N L!) Lo O N N 00 r r Z CD O C bf} to 69 LO 6A 69 69 64 U 64 64 69 (VM 64 x x 2 r L� N ~ LL LL LL LL LL LL LL' LL (n Q LL N U) LL LL LL U) U) (� LL LL (!3 Q Q Q Q Q Z U5 J J > J J J -) W � J J J J J J (n (A U) -� W W W W W c° U M o0 N O d O M Lo r N (D CD M 00 O r r r O Lo r r r LO M M w CD r N 6) r M r O CD It It O O O r r :C d7 N Q w LL w oc N U C CL as E E U) E c L o U x (D N J +' 3 a F- Z a) v > O _ _Im -O LO p U FO- .N -O 06 U � Fa C L cn C _ C L W m a) d cco s 0- cn cm 0 Ln c a a) L N U U °) o w c _0 m m c c _ v �° > v a w y �° cn in O � U LL LL o L can Ln m m U O a a o N Z o a m v E J N d '� E �' a a E w Lr= c o o > cn cn O 3 0) J O O L O O M (1 C (n J m 0 0 M � " C N 00 ~ _ > U c m c L 0 0 CL c E E o +- cn ^� v a io ac c c U +� E E N E > m m E :° o a cn N O U E -d o •c Q o m L 0) a) w a) o o cn o v o o cn d a) m w CO m Q Q Z 2 O w w in U Q W o a a L � S U fl. C7 w Z Z m 10 C) o a 0 a a 0 0 U") a a a a a a 0 a a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 o N O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 a J aaaauiaaa (DouiUiaaaaaauiaaaaaaa 0000 Q w 00 LO B O 0 w O IT O N 1` NIT r' 00 O O U7 Ln 00 O 64 CO Ln u) 00 O 00 O O t� r- O O N C() r- CO O 1- r 1- 00 O r M (D O h (D CA qT CD CD In O O (fl ti O r U7 00 N CV M 00 43i Ch M c7 n h d' N M n N rz 00 O C- N 00 0 r �.. 64 O Ef3 r fR EH 613 64 (D G4 64 64 r r r N r ffl 69 64 d3 Ef3 �" 64 EA 69 64 69 64 64 61} I 1 693 613 69 64 613 64 I I 1 1 6%,60), O O O O O Cl O O O O a O O O O O O O O O O O O O O O O O O a O O O O O O O O O M O O O O O O O O O O O O O O O O Cl O O O O O Q O 00 a LO a a a O 00 (D O d O a O O O O O a 0 0 0 a O a LO O a 0 O O O N Lo w O O w M IT to Lo co co a 0 0 0 M � O tf? a 0 0 � O LO O O M O co M O O N (o 1` CD N N M O O 0 O M d• O � co N O to O r V M IW„ ( r- M r- h 1 1-7 N I` N '• 't7 N n I` O 00 U) 00 6113, Ili 64 N N u (6 M N 06 � Q 64 I` 613 61) 6F3 64 N 64 64 64 64 H3 64 M 69 r 0:Y 64 64 64 64 64 643 613 64 613 1 613 Ef3 64 0 0 0 0 o a o 0 a 0 a 0 a 0 0 0 LO 0 0 0 V) o 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 CO "t LO o W o o N 0 LO 0 CO x 0 0 0 0 0 0 0 0 0 O N O W) u) U) O O N O O N O 4r..: Lo r O O O O 00 r r O r O O O O J i- u7 In O r- M N O O 613 bf3 M 64 r 613 611 r 64 6R 613 r- 64 O r- 64 U:3 N 613 O u) O Ul Z 0 M tf3 M N 613 M O r 64 6% 6f3 Nt 64 64 O 64 � r 69 64 64 U), M r- 6% O U 613 bfl 69, 60- 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 O O O a O O O O t- O O O O a O O 00 O O O O O O 00 O O O O O O N a u) 6A a 0 0 00 O a ►A u3 0 0 0 0 0 0 ui a 0 a 0 a 0 to 0 0 0 0 it Nr M to (14 O U) O U) I�- 00 N 1- (o M 00 O O O N V O 61} 00 LO u) O O M O O O I�- r N O O r 'a• N O mt Lo Cn U) r- 'it r O N N O O (o O 1` O (D Nt V) r- m c- 63 Cf) bf3 6A 61)- Cfl ( M tA 1-: tD U) (D to d V C6 c7 N lq C'7 `d' 6% fA 6% 60- g V). N 69� M r M 6% 6% 6% V% r 04 bf} 64 (R 0% 69 6% 6% co Ei} 6f3 6416", 613 64 0 0 0 0 0 0 0 0 u) 0 0 in 0 x 0 0 u) 0 LO 0 0 0 o a LO a a x 0 0 0 0 0 0 0 to O O O Il- In M N O O M O I� (D N O I• 0 0 W N Cl O x 0 0 0 Cl co O LO Iq a a a N M a ce) 1- It It 00 O a O LO a CD LO a N ui a a O O L 00 r to I- 64 O U) a W- 60 613 613 613 6% GO 64 64 64 V< 1- 613 O 613 K} 64 r 613 a r a N 60:� 64 r 69 r e-• N 64 O 64 u1 6<} r- 64 Z coQ 0 64 64 64 64 N 613 613 J U 613 x X U 2 Q LL LL Q LL Q Q Q LL LL LL LL LL LL LL LL LL. u: LL Q LL cn >- LL LL LL LL. Q Q Q Q ca W Uj Uj W 0 W W W Cn to (A (A () UJ (n 6 0 fn (A w U) (n J co (n () w w W w m U CO et M O 0 r- N u3 O O O U) O O O O O O M O O a 0 0U') r M (D CD 2 r 1` "t r 00 N O O N "C v (D O O O 19T O a s u7 � U M N r- � "C I� N CD a CO a O t4 00 N N cD T- M c) r r r r CN (D LO C+ ti N N N (D Q Q r T- r r I.L W U- 1N.1� I.f. c a E 0 Z v x `. (B rn a� ca OL cm c c 0 C:c c L - (o c w o a �, c U CD c —° o > a� o w ° U o N m + Q o a ❑LL av) Qm 0 < N m u, °.) L au)) L a� U� u, L N o c o c n� -a m u U� a M o o o v_0 w a) �to--f o m u m N o o o o a Im o O m m o U U) v :c c L ) ;� o o L � °1U= = N o o o o r o> ° U) U) a . .a oO _ o Q a o o D o — a U -I c c N k = nm wn m ww � 0 r�a n LL co 0 O r W > > F- ❑ ❑ O O O O O O Q 0 ° O O O J O V 69 c O 0 r- 0 69, 6% � C O C f- °o °O ° ° ° 0 ° 0 °v J Q °uio° � ° � o °o w `°• � m ° 6A. 0 0 0 0 0 0 ° ° 0 0 0 ° 0 0 o ui 0 0 J F- Lf) 0 N N ° 0 T T N V r' O Z Q 0 69 69 69 64 fR Lli U cr) 0 0 ° 0 0 0 0 ° 0 0 0 0 u°� °v °6 °6A °o 0 O T 69 T O u N 69 O 00 O O O O O O O LO 0 o to o �� O y � � � o J U N x v U z Q Q Q Q 4 co M W W W W W L U T V O N V T Q Cf W LL W d c E fn 'S U N U N 2 W O Q CD E CD L CL O O W Y m O �a _0 Y f0 O O N W W J p W v U T w W Q 00 r r' M Lo CD u'1 O O O O O Co O a a a o 0 0 0 0 0 0 a a r n! 0 0 0 N M 6q M a a 0 0 0 0 0 0 0 0 0 0 o a a a 0 0 0 J N N N N cN ce) J d o Op o 00 r M (D ;t 0 O NIRt N 0 0 0 0 b9 b9 69 to d9 tf) L!) M GO w O O L(') O M It fl_ N O m Lo � O M � 00 69 64 r r r r ffT Ei? fA 69 �. 69 69 6A N0 0 69 E9 ER 64 Efi 69 � � 64 � LLL. ca Q n N LO �- r O co t.- o O O O O O O O O a Q a 0 0 0 0 0 0 0 a LnC" 'n LO 6% LO4m O0aa0o00000a0000000 N N 'cl M N a N N N Q O O O O Lf� O ZD O (D O O O Ln to 0 0 0 0 C-4 N bi 69 w � N O f�- LO f-- w m o O O h 1*- 0 N w O O EA f 9 a' N N N Ln ti (D M M M v 0 O Ln 0 O Mr- r N H F r 69 69 69 - r m 64 69 69 69 QO 6# r GF), m 64 64 Q a 69 69 64 64 6R} 69 °Q 0 0 0 0 0 0 0 00 0 0 0 0 o a o o a a 0 0 0 0 o W o 0 0 o a o o a o 0 0 0 0 0 0 0 0 to w w N a a a LO LO a 0 a a o W V M O N r 69 M r O N 0 c) N N 0 W O O e- N r M 69 64 69 N 69 EA 64 64 fR r r- � N Z Q O bH 64 6% 69 6t? 69 69 W. 0% D V co CD CD 00 C) o o a o 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 o a a O o 00 a o 0 0 o O a a a o a 0 0 a Itt C14, a co 0 0 0 0 0 to o o 0 0 00 (0 (D O (D ti r N IV LO O LO•h LO CO N O 0 N O 61"9� O N (04 — M M N r r tf} 64 N M q NqCT 69 N N N m m 64 64 69 69 64 64 64 64 64 N 64 64 69 64 64 64 cn Li N W V 0 0 o O O O O O O O O O a O O O O O O O O a Z O o 0 0 F" 0 v o o q O O O a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a p O O O a a N r r r O a O O 0 N O d a O O (j � 069 64 604 69 64 69 63 64 N64 64 (0 69 69 69 � N N N a Z Co O 69 64 M Q '±� i �_ � gU x LA m x QC7 C G O O M O U R LL w N AMU w o WQ _ Q 9 N > � Q Q Q Q Q Q Q Q Q >- w Q Q Q Q U) o M w w w w w w w w w w U U w w w w J p aLL E 0. ° J Lv 2 Q o � Q ,LC O I� „�■ C` (� r 't Ul r N N O W N LLB Ln In f- W N r r r L) j 6' c ` U 0. 7 M M fl r N N r qt N M Np Q O d O r r r N c N O Q p 4.0 y Q 1LI m 10 O O > g y �O LL E Q U 0 a a O U 01 1- J ca W c w CL J ` L c � N � m L x m _LO o LO > .L LL Y Q LO C a) �� _ Q N N ° -� U ' > O Z ��• C ~ 'gin O . rn U x cn ° g .. v M 1° m U ° C7 0 o a o o > m u v >, .. Lu ca Z a a� E •«- v a�i _ a Lin u�i a t Z 'O "_ Leo m O o n. a�i �' U w w > ° r CD L- c � �o Z L im o. o � a� a c � 0 0 2 p CL c � >_ ca .- .° a� .- .0 S E v a�i QM N o ro N N Y U o E Q ° E Lu O M w c ro s m rn E o � 9 aa) Z cc a 'm 'm D- U. w u a` d o co U O cn a_ co = iL a C� t- ¢ w a r w w a. N W � Q m N LO u) to t` v O "Cr O O O O Cl O O d 0 0 0 0 0 0 0 0 0 T Iq Cv v ) M m 69 m Co O O O O O O O o 0 0 0 0 0 0 0 0 0) v n O N O O tci O O O O O d 0 0 0 0 0 0 A n J Cl) m 0Oi kn o o J ti M O O w O O O O ED to � 0 0 N 0 0 Q M co co ch `Q v Q 0 to '- N to O N V O to N 00 Nr O tc3 LO O O~ to cA to t» e9 O Cr1 C �- N r` N T ( C7 (D O 00 of to N F NN GF� (V69 6. 69 64 69 69 69 63 69 69 � 69 (9 V LL o f9 to N 0 60 CV 0 O O O O O O O O O O O O O O O O O N r Ln t^ b9 0 0 0 0 0 0 0 o d d o 0 0 0 0 0 0 in N o to v v g O O 6 0 0 0 O O O acto O O O O O O O O r, 0 r` O O O O trj to to O r O O O O 0: (V (V 6i 69 � to C) M 0 to LO N a) Lo N O 0) V to � O O W to 603' W 00 r r (V to (6 N N (V N to •- N 69 (A (!3 69 69 69 69 63 r T- 0 r Y � � 69 69 69 69 69 R � � Q C! O O to 0 0 0 0 0 0 Cl r- O to O O O O O h 0 0 0 0 0 0 0 0 to to N m O O O O r O d o 0 0 0 0 0 r �- CD O O J O V) O O O to to to to 0 O O O O Z Q O 1-: Ccj r N r r r C7 N to 69 69). 63 69 64 fie b9 (fl 69 69 co 69 69 69 69 69 40 0 N CD 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �f/il th M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 61) Do CD� O N uj O to O O O O O O O O o 0 o 0 O 0 0) 0 O O In N O (D O O tO to 0 to d 0 0 aO O O r Y r` N 64 v Q v m ('7 N O O to v m O E m m ,d. 1 (A N 69 t 9 69 6# w r. M r, O co J J 6t3 69 69 699 69 69 to La O p 69 Z U 0 0 to O O o 0 0 0 0 0 0 0 to U) O O C _O 0 0 0 0 O o v Cl 0 0 0 0 0 0 0 m O r.- M O O 4 O a+ O o O O to 0 0 0 0 0 0 m Iq 0 0 O N O 0 O to to to O 0 O O O(n O N IT N V CM M N to O a 0 o M +� c M Z M C V 69 69 69 (4 69 69 (fl 69 69 69 69 6% 69 69 1 69 69 *0 a W m p W i N U > o U) d � � adda ¢ a a ¢ a .0 v Q � LL o° .. a m w Uwwwwwwu� www � � > O r " y E _ J i7 E O Q O 7 O r 0 0 (D r r 00 r r r r d o O O r r Q .(o t4 '- (D O m oo O O > g C Q -ja a Q a, a O ti to 0 0 0N 4.- � Sao o d a 1 a W o I.I N = Q O~+ a~+ Q O)W y l0 O W M t y U v d y u U 00 m 0F'0 6 oo > �n LL E 2 07a a J U r- OE 0 o J p a �� w Q W d 0 t5 U _(D 0) O a) N N N ) C i N U O o > m 1° U u 3 e E aA Q N LL (� = a) N 'p m yr '0 0 p w U r Qf O N Y r N L ix O v/)� M U- LLLLc�N E 2 w o O C O d O O U (D U U U U- U ,U N Z c a c r a adi " (o � v 000 0 � o (o O d L 2 > c c sa a� Q1 c�. E A d O (n o rn tts L M m M D D C7 LL c/) E .0 LL LL LL a M Y fl. .E R c c m Q > c ui m m � � 3 0 o V Q m E d c O CO) m N m o r Q c 2 Q txX rxx tS Q D D ? j U. a` IL Wp � ZU > > w < LLL Ll uJO 000oo2 0 i O O qt O d O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r 0) o 0O 0 LOU O ti 69 n O C) 0 0 0 0 0 0 0 0 0 0 0 0 n rn ' 0 0 0 0 0 0 0 66 0 0 0 0 m W J 0M0 W) to 00 0 J d O O O U) O m O O O Kt 00 O Q 00 00 00 C) N N a O U) O O r Q O O C) r 0 In 0 o O N B C (n M t` n cfl co h M st ao tp h CIO (A 69 M m H4 N � co 64 69 64 6/4 (V 69 6H 60> EA Q � N N 0 rn C> O to 0 69 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tM U Q fir)' ti)- p er)- Q O O (D 0 0 0 0 0 0 0 0 0 0 0 N r r Q O r (p O O cq O 6n O O 00 O O 69 69 I` O lKr 00 r- O O N 0 O 0 0 O W 69 ftf W (p (rj P- (V N (O (T L L c+i r CM f- N64 64 64). ce) m 6f) � 04 6A Ei} 69 Co O O O O o O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 r O O 00 M co O O N U-) O fl (D �n 0 J h N O r 0 6f} 0 69 N 1. 0 0 6H N O O 6P} 6c} r- ER r 00 69, M O Z Q 0 M 6c3 64 64 6q D 2 U bf} 6F} O co co 0 O) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O o O 463 � O O 00 0 0 0 0 0 0 0 0 0 0 0 6R qt O it o ►n O 6e) O u) O LO O v O N O O M L (o N d O N (O r V LO LO E 0 r T-: (0 69 rl: I Oo C 1 J J ER 6!4 6f} 69 64 6) 6% 6A 0% 6% (A CO W O O Z V c o o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c O o a o 00 0 0 0 0 to 0 0 0 0 0 0 0 0 0 o '� v- 0 o o Sri o co Lo' o Sri Sri Sri o Qa }0 � Obhjy 69, m r m wN1 6 WIt� 0 zm0 t�A = Z �n M U x �- O �; LU N ' M V > LL rn UJ 6S >LL d o U) }' L z Q c .E o .: a U- a a a v) ti co Cb L; (o C6 0 6� r- LL y N J N J J J N .J J (U N (D J N J J ' tT O Q2 ® 0 O In r N 0 0 o O 0 0 0 O O N L. L v N 10 0, j M r N 0 O cM M I` 00 r a CL c4 a .�.. :a Q V OC tN t7 F- m C O M Nr (o O) O u d r%- O H m y VC N O + O W o co O y N w - v V► S 1 v - d Q1 U 6'7 (� Y L - ca N C x 4) L.LL E a a V O !Q J = W LL � W a L (U a a) N = O > •�LL C LO �- a) o c C m N E N C � NL- ��U a N � a Q n � 0 � m .e wU) a w a o V 6Q v �. L '- � = L cx c cl 4m O . 0 �: E 9 0 Q p > E LO 'p m (B O W (0 O O O O D _ !Y� L l ml W U d d T.- •� U') w W H I r c� Sri m rn fff!H r (Ij LO Lc) N F- F- LL N f- fl- r- EH M M fA I- `n o J co cc N m J t`Ci N � GC T- ' — i LL! W r, r y 611, C) o � � U c°n c s c1 °ems o d O O o E m m cn a g N v J 6 W O � V c o 0 o O C O o 0 o 00 co v C o L .•, Z m M O m Q �' L M C U 0 N N = Mv w LL 0 W ; LL H 5 z Q O (n `m � o d L c 'E o ida) LL a r: Q ® O ++ Q R v 3 (f O w a Nt 7 a a Q a 4- " O O d N N N ~ ~ Of W d0 C4 0 4 O W M N •+ m �p w m L u M O •- V UI m C X N ++ V L C O O R 9 - O ® d w w W iTL N t a � ca ++ +v = L > r M O C O p d N o a d .O .. LL O i m O Z O .. Cc O v N M cu o a� F= c L. a d CLME cn CL O M m m a�L. U. w 0 a iL O LL LO W � I- p . co r- U-) u7 LO Ln N t` LO O O (O O N N O O e Ln O L r v 0 v 0) o 00 a) CID O � c) N N M i co o J LO U') LO h Ch � (6 O r 4 (O CD N 69 H9 Q rn rn rn o N M Q M M I-_ CD O N M It N �- oNN4NN � `, � o v N N v M !` C> GON - - N LL ~ ~ (n cn co 'Cf CO r (n o CD 0 C3 O N J N N W � J (O Nt; N � O N N M N Q r r r w Q LO CO 0) t-- N M M r' I\ t- I• r co LO n N O I- to T- r EA N M r-- N �-' r �t (O FW- (f3 4% H r Q Q cc 69 EF3 6+3 61) d4 164 693 69 693 693 I d4 O N c0 O et v M NIct LO d r CD CO V* r Ln I� V- IT 00 LO w LO ti v LO 64 Q&+ 69 693 693 M Z O 69 693 Vfl 6% IN D U co r r 0 O LO o 0 0 O 11 N o (D N 69 N w I' N O M O Oa co�- r N CV O 00 (O 00 69 v (O oo rn v (n CD 1.0 n w 0 V O T N LO M O N Q w cs Q N J J w 0 El4 f!4 (0-, 6C J 4 EF3 693 63 693 64 64 W 0 a o 0 0 Lf) O Ca LO un 00 t-- U) N U z r N M T O VO (q O cA M 0 CD O r 06 O to c') t- N co O N � iI- ® M M N (O 6% r r 69 603 s- Q M � V ~ O Cn 693 6% 693 6% 693 EF} 69 Z m p Q- r r D Z H C 0 m N C Ou W U- Q Q 1(- U- Q Q N� c m LL W W W W W J W WJU} W Q O m O C C7 E Z O to w r N d C C7 m +-' d c0 V) O O O O 00 O CO ®. 3 LL �.• O M (D O N ry N w O3 (C1 L V1 O ® A N CSC°] w m q �, Cl � a o W 1t1 V (D •d A" O O O C U m r W m Co O LL aOU ua c - m = U c m o � ° C ° ° 00 O m > N C W v 'L W d•+ LL U (71 N WQ' cc m W C t' LL N -a b -0 N m - - as O m C .V (V [t N v� C O v° - Q a m LL �a �a o o L r > c ++ p m p O O t .!` t - N O •� CD CD 0) m ° - d 4 _O 0 0 0 0 = Q LL s I-_ t .r � H- .. O •v' m 'a C7 a Q a� ° 0 W cc 0 L z 0 N N N O 0 r v a wo z aQ. Q. sZ U (Lo •� •a �a �'co m F= Q O c�c ;v a -a O m -0 4) c m a z �m._ 0. pG E- - - a> a� c = c O -0 CL a `° Y �M W N W E v x W ) -0 (o LLI Q Em 0) O CO) N z W c c c c Z - m J 0 - v U r o s. W 25 o 0 o o W W (a N F,Fla LL W U a 0- 0 LL Z Z Z Z (� � M -7 F- IZ M m r C� I` M M_ M � O O T- W O V OU) O (D o0N 0 co0O 0 UnMd000tn0n N co 00 co (3) O') n 00 O M ca CA CA (7) O N CO r .- M 0o n co O M J N 6 T- v n V 00 O CO r nr-: n ci N cD ai of N 6 V r O r th Q O 00 V co n O) O co N V n n n O M O t- O CO N t) Ln F. V cD O r N O M M n 0 0 CO N O CO (D n 0) cM CD V CA 00 0 O L - - n N O V n A CT n r N r 69 69 69 69 69 6101 �V!-� to to n `at 0000 OOCO OcDNO OOM0000000 O N w N V (n 00 V C) co '- O V O 0o V M O O CA 0 0 0 Q ' r cD M O N n V O vi M cD V N O w N N N o0 ui o 6 M w r Z to 00 Co O cD r O O (D n n r 00 n CO d' M O W M N n r M N CO r n CO r r- V (D N N M r n M co M Q V C4 1- Ncl'i (D (Dui N 0% 64 64 V)- M W- V3, 69 69 69 1 0% 6%16%160911 1 1 V). 69 69 64 64 61,16%160#1 64 69 N M V V co O M V c0 M 00 M O O O m O 0 0 0 0 0 0 n0 N nVcn nu) r- to v OVrnra " "') 9 nO 00 cci CD -- N O r- •- N to N N V N O w O cD O N O rj O 69 00 0% 6%Co 6g 6%69 69 V). 69, 69 co w O O w M 00 O V n O ~ ~ N N N r r 6469r VI). -r-- IA. 64M r M Z Q O 69 64 69 69 64), 6q 69 N � U 69 6R 00 O O O O co O O V O O co O 0 0 0 O O O O 0 0 0 cD cD O n Ln IT a O M O co rn u) O V N CO r CO o n 00 O O M 00 CA O n v O O aD r N 0 O V: 06 cD CA O oi O 0 (14 O N M O O n CD N CF) N O W r M M N O n D O r CO n r M r V in 0o O O r O CA 00 q;r O r O) N O r- M L 1-7 M CV M N •ct N 69 69 69 64 41-11601-10:311 liale!). 69 ER 6F? 69 69 Ef3 69 (a 0% 6g 6f} 69 El) 69 04 O 0o O O CD O 00 O w 0o O CO 0o O 0 0 0 0 0 0 0 O O O O O cD to m O (D O O) w O O Co O w 0o N CD m m M n v O . . . . . . . . . . . . . m 0o co N N O 0o N N 00 N N c0 O CA Q) Cp r V V V 0 0 0 F r r O 69 64 r r 6% 69 r 69 69 r r CO cD V (O (D O (D n O O Z 0 6<? 6q V E9 69 64 rM 64 64 64 64 6H 69 64 64 6R 0 O � JU 6R x h X ~ as U) LL LL aa LL LL a L. Laa aaaaaaaaaa j W W J J J W W -J -i W J J W W W W W W W W W W W W a� W O C7 r O O r 0 Cl O 00 r of- r M O N V r V r CO N n O O M to N N M O Co n .M r O O Y N r Q N O U is 0 H W LL W d' N > •� N m 0 c v _O O c •� m LL o L U W U U H c co =p V +' [o U- a) .7 E L ° 0 w o L 1. r otf C y c ( c V 4- (J J W Y Z } C G n p t 0 m C3 V U '� }, U '� �. U J vi vi 0 v v c U f- a) o U) '� — v 'S V "� Q 0 4) -a ca co -i v m c 0 O a n U N v m ) *'' c a c m Z � 't 't _ r 0 o m c� x c c x c x 0 c x ,c w a� a� c Q. U U a L) Uo � � � Uo " o EUoo Uoo U) U) —_ � Z LU U) 00 m W w V q� m U W a U pp Q U m w t9 x x J x X E = c� a ❑ �- � W Lu w C'f) co U Cf) C7 J N N w UJ W W J LL M > > > >M M M 110 [L I I (O W _> ol 0 0 0 O O 0 NO O O O co O Il_ O co M O 00 O O O M co O O U) O cn O O O O O O (0 to r I- O) IT � O N 00 O N to w I, r LO M N � e- CO M N I� 00 00 00 M U f ( O a0 CD _1 i` (O �- r r cn CO O 00 I` I- r (D N 00 O U) r I- N (D to O It 00 � Fa- ch O O (D T- O '1 O 00 t~ to O O I- r r (D M �) (D co N O M Lc? M P- CO r v �- M O N e- (V M r M N In N N r 69 69 64 69 64 6�}69 6F} 69 64 64 69 6"1 64 69 v). 69 64 64- 69 64 If.%6A 16-d 0 0 0 O co O i` O) co M O O C) 10, O � M co O O O O O O J O O O O co N d O O O O Cf fl fl � M Op � Qi I` co LO I~ 11 O O u'i N U) - O 00 00 f` r N N N (D M r r N N r O M f�- N CA to O N It W to et h r M h to N ") 00 O In Nt .14t M to M M 00 O) r- o0 H OI;t m L N N r N (O N vi C T' Q r r r r 6F} bl4 EF} 6F} 64 EA 6A ER 6r3 ER 69 69 E9 69 61 04 64 ER 64 69 69 6A f/3 69 O O O O O LO O LO N N M O d co N 1t' O N M 0 0 0 0 0 O O O O 0 0 r7 't O r ►f) O O (D r 1` (D M IQ N r O M 0 0 0 O O N d' co � co O Cl r N " IT cD O r r N M LO 0 O O N It 00 OD (D I- J F' Il_ N (D N co 64 61), 60.1- 0% EA r N 69 69 64 d) 64 64 64 E9 E9 r 69 6T} N r Q 0 O 14, 69 O 00 m 64 64 64 E9 U Or 604 69 0131 66H 6f} 000 0 00000o 0 c 0o0uO0 00 0 (n0 Lo o 0 0 0 O LO N O N O OO 't co O N O IT m O O u') Il Wf M N (n O O u7 I-� O M (D Oi 0 vi N w 1` Op u i of N m 0 co t- O 00 o IT vv r` Inr- IC) OOOD U) -r- if) (DV rMOM (DI' v N M m (D cf) N v 00 O O r- M 00 O LO co M co (D Cl) Nt co M M In 00 a N r- O N lf) �-- �- c+i 11 N v-- r M J (A 69 d4 b4 6-1 d4 ER fH fA (A EA 64 co 16,3� EA Io- 69 o" fA 6f} 16-.-1 EA 0% 64 69 O Cl O O O O IT e- CO r M O O O O M V) 00 r M N r tf) In O a r to I- N f- I-_ (D O O M Iq cf) O O N I-� O O O r r M OO O N N M Nh cf) O 00 M M M O O O oi 0: H Nt Kr N 00 M 6R 69 69 69 69 69 r N 64 64 64 (t3 64 69 69 v- T- (N 64 64 N P- ~ o U) CU M r N 64 69 69 64 64 619- 04 DJ U69ff} (t? 69 x N X ~ QQQ QQ ti. LL LL LLLL ti QQ LL LL LL LL LL LL LL QQQ Q Q z W W W W W J J J J J J W W J J I J J J J W W W W W D v a� W r r I� O N O O O 0 0 0 (D tO 0 0 0 0 0 0 0 O O r M 000000 MN 000to (D (DO ONu) O oO -�r M O N O 00 LO r N r r L r C4 Cl) r 0 tl) O U is w 0 f- W LL W N W X H 0 > > 0 0o N z c J 00 0 •- O O CE Z T o W e W % c c _` U N U J N n N m J L L Y W 06 �o D W Z(D LU -o " U=Uc m QQQ pQF- U N x 0 - O (n x J O Oo N N W N N N O p Q Z N O p 0 N O O W Z Z Z u) N Q) O N N N 7 - 0� LL l L LL LL LL O J C ' O O Q a- 0- a- f- N M r ~ LL LL (/) (D (D (D (D (D co CQ w w > > > > > _> > ti co O a a 0 O O O O m N O m O O N O N (D N to O 0 0 0 0 (D O O O N O d' O M M f- � � f~ •-" O OO O cn 00 O O � LO ccj Q Ul) co 1- Cl) N 00 (D O LO ►n LO 1- N (D O ch (O r N O M (D Ln to t` O O to O r CD O c0 N or 1` f` 14' O r d M Oo r r (0 69 69? 69 cfl 6F? 6R 69 61% 6R? 6A 6f3 6191 W.61% 619. 01 w cD 0 0 a 0 O a 0 a 00 N a I- O O J O (D (O QD co O O O o O r O N 0 O Q O r ti M 1- N 6 O a cM 66 O N a/ CO O (` •- r O 1- 0 M M a O co r W N 0 1,- O O O r r W V N O r- 0 L Q (D r N L cA N M N M N r g fA 6A 6A 6A 6A 69 6i} 6FY 6F3 EA 69 69 69 Ef3 69 fA 69 co000co Ooo00 (D (00 0 0 ,Kt O N co co O a N 0 �t 1- r O r 0 O 0 0 I-� N O 4 CO ai Co (o M O o0 a s N J H It O it CD N of to r (D O U') r-- 0 64 (D cA H cA r 00 M d' N O r c+) r e-- 61) M* M Ln N Z 40 ('6f? V% 0% 6q N 6F) 6!3 6R 6H 63 63 69 U 6F! 64 0 0 0 0 0 O O O O a 0 0 N 0 O O (o O (D O O 0 0 0 0 L.n 0 OD O N h (D O O O to L6 O O M to O O 00 � O n CO M r r m M cA �t O M co c 7 LO O LO v IT m (D r Q r N N N r N a (D .J 6R d9 69 6A 64. 6), ff} 6% 6c* 6 1 6R ul V%6% ER 6F} 6A 00000 O O O o 0 0 0 o N o O O 00 O M Iq O 1l LO 1` (D O cn LO N O f` . . . . . . r- M P- 00 to O M s` m m O O O O O a O CO 00 00 ILO r qt t- m ti w O (D v 69 O N T- N r r r (O 64 r- 69 d1? to Eg 6F3 (D 6A Z co p 6F)- 643 601 69 6% N 6C} D _al U 69 619- x X Q Q Q Q Q Q Q Q Q Q Q LL Q Q (n v Z W W W W W W W W W W W W W w W W J ` � U _N w N N CO N O r 0 0 f-- LO W ti O r r (D O CO } r N d rn O U 0 H tr W U- W CL d C O U E d C a) O 60 O 0 ) (O 64 =, N E +.& C) 4) O Z N U O` O C L 0 U C v uUi N v v '� U c c — 3 rn to a� a (D aEEE � o CD � � C] Ll Q o Q) -0 a� al 5 m m m Ha V C O U N O O CM 4) C W O O O O O O E O (D .`-- +`- 7 � � S co N 3 E ❑ ❑ ,i NrcOM LL0 Win T- u) (DlmLitLLL � U3 W (D J(Dj I I (D (D (D W ATTACHMENT C ATKINSCITY OF MIAMI BEACH-PROPERTY MANAGEMENT FACILITY COST ESTIMATE ESTIMATE SUMMARY CITY OF MIAMI BEACH PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD ESTIMATE OF PROBABLE CONSTRUCTION COST March 24,2014 Summary Direct Cost 'Total • o Cost 2 Sitework(Within Building Limits) $2,674 Total Direct Construction Costs $3,907,256 3 Concrete $1,543,077 4 Masonry $57,134 Contractor General Conditions 10.0% $390,726 5 Metals $57,248 Subtotal Construction Costs incl.Gen.Cond. $4,297,982 6 Wood and Plastic $66,693 Contractor Bonds&Insurance 3.0% $128,939 7 Thermal and Moisture Protection $222,544 Subtotal Construction Costs incl.Bonds&Ins. $4,426,922 8 Opening $233,288 Contractor Overhead&Profit 6.5% $287,750 9 Finishes $346,340 Subtotal Construction Costs incl.OH&P $4,714,671 10 Specialties $24,235 Estimate Contingency 5.0% $235,734 11 Equipment $1,120 Total Construction Costs(incl.markups) $4,950,405 12 Furnishings $11,116 14 Conveying Systems $80,000 - e • for • • $4,560,465 21 Fire Supression $44,462 22 Plumbing $196,080 Owner's Contingency Not Included 23 Heating Ventilation&Air Conditioning $439,659 26 Electrical $200,009 Total Cost $4,950,405 27 Communication $2,915 28 Electronic Safety&Security $48,890 JESTIMATED RANGE OF-CONSTRUCTION COSTS :_ . $4.7M--$5.2M.. 32 Exterior Improvements(Sitework) $329,775 ESTIMATED PROJECT DURATION 12-14 Months 'Total Direct Construction Costs •0 (•prior to markups) Building Cost per SF(with markups)" $204 ("Excluding Sitework) Estimate Excludes: Design/Engineering Additive Alternates(Direct Cost) Escalation(Prices are present day) Alternate#1:Compressed Air System(Allowance) $38,030 Construction Administration(CE&I) Alternate#2:Copper Conducter in lieu of Alum.Service $9,794 Environmental Remediation&Mitigation Fees,if required Davis Bacon Pricing Land Acquisition costs Owner's Soft Cost Summary Page 1 of 15 CITY OF MIAMI BEACH PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD March 24,2014 Basis, Oualifications&Assumptions(BOA) Proiect Specific Building Estimate is based on construction documents drawings provided by Wolfberg Alvarez,dated June 13,20134 Cost estimate assumes that if delivery method changes,construction cost may be impacted. Cost estimate is based on CM@ Risk delivery method. Cost estimate includes the cost for two additive alternates. Cost estimate excludes exterior building signage(NIC) Cost estimate excludes FF&E. Cost estimate excludes all specialty shop equipment. Cost estimate excludes land acquisition cost. Cost estimate excludes any cost for a new emergency generator. Cost estimate excludes allowance for off-site scope(Traffic Signals,Crosswalks,Signage,Roadway Realignment.Etc.) General Unit prices and allowances are based on standard references and historical projects. Estimate excludes Owner's Construction Contingency. Estimate excludes Furniture,Fixtures,&Equipment(FF&E). Estimate excludes all Not-In-Contract(NIC)items noted in the drawings. Estimate excludes any other scope of work,unless noted. Estimate excludes Environmental Remediation&Mitigation Incl.Site,if required. Estimate excludes design,construction engineering&inspection(CEI)fees. Estimate excludes Davis Bacon. Estimate is based on normal bidding circumstances and current market conditions. Estimate assumes that the entire project(all phases)are to be let under a single contract. Estimate only includes construction costs and does not include any pre-construction costs. BOA Page 2 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST 2 Sitework(Within Building Limits) 12"Compacted Fill(SOG) 594 CY $4.50 $2,674 Subtotal Sitework $2,674 3 Concrete 14"Dia.Auger Piles 2,020 VLF $95.00 $191,900 Piles Caps 18 CY $350.00 $6,195 2"Concrete Mud Slab on Grade w/Vapor Barrier 16,042 SF $3.00 $48,126 8"Reinforced Concrete Ground Floor Slab 16,042 SF $8.00 $128,336 Concrete Pad 16,042 SF $3.75 $60,158 Columns 46 CY $600.00 $27,660 Grade Beams 241 CY $650.00 $156,715 Soffit Beams 31 CY $895.00 $27,745 CIP Concrete Beams 10 CY $650.00 $6,500 8"Thick tilt-Up Panel 17,632 SF $12.00 $211,584 10"Thick tilt-Up Panel 798 SF $15.00 $11,970 4"Thick Reinforced Elevated Slab(Eyebrow) 256 SF $7.50 $1,920 4"Thick Reinforced Elevated Slab 6,466 SF $7.50 $48,495 4"Thick Reinforced Roof Slab 16,042 SF $7.50 $120,315 8"Precast Concrete Joists 59 LF $45.00 $2,655 16"Precast Concrete Joists 2,379 LF $90.00 $214,092 24"Precast Concrete Joists 1,730 LF $135.00 $233,604 Control Joint 218 LF $0.75 $164 Misc.Concrete(Allowance) 1 LS $44,943.99 $44,944 Subtotal Concrete $1,543,077 4 Masonry New 8"CMU(Stem Wall) 3,235 SF $14.00 $45,290 New 8"CMU(Elevator) 846 SF $14.00 $11,844 Subtotal Masonry $57,134 5 Metals Hoist Beam-W8x15(Allowance) 1 LS $500.00 $500 Structural Steel Columns 0.8 Tons $4,200.00 $3,288 Columns(HSS 6"x 4"x 3/8") 70 LF Incld.Above 1-1/2"Dia.Aluminum Railing w/Top and Bottom Rail,1-112"Guardrail,Vertical Rails 72 LF $60.00 $4,320 1-1/2"Dia.Aluminum Railing w/Vertical Rails Equally Spaced 72 LF $100.00 $7,200 5'-0"Wide Concrete Filled Metal Pan Stairs 52 RSR $650.00 $33,800 Metal Enclosure-HVAC Equipment Allowance 1 LS $5,000.00 $5,000 Galv.Metal Roof Ladder Allowance 14 LF $10.00 $140 Misc.Metals(Angles,Bolts,etc.) 1 LS 1 $3,000.00 $3,000 Subtotal Metals $57,248 6 Woods&Plastic Rou h Carpentry Allowance 22,231 GSF $1.00 $22,231 Finished Carpentry(Allowance) 22,231 GSF $2.00 $44,462 Subtotal Woods&Plastic $66,693 7 Thermal&Moisture Protection Vapor Barrier SF Incld.In SOG SBS Modified Bituminous Roofing Membrane 17,530 Roof SF $6.50 $113,947 Li htwei ht Insulating Concrete 17,530 Roof SF $2.50 $43,826 Rigid Board Roof Insulation R-30 Min 17,530 Roof SF $1.35 $23,666 Liquid Applied Waterproofing 707 SF $2.50 $1,768 Roof Crickets 2,457 SF $5.50 $13,515 Roof Walking Pads 1 396 SF $8.001 $3,168 Roof Hatch 30 x 42 1 1 EA 1 $800.00 $800 Building Page 3 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST Emerqency Overflow Scuppers 4"x 6" 2 EA $250.00 $500 Emerqencv Overflow Scuppers 6"x 18" 5 EA $600.00 $3,000 Aluminum Downspout 40 LF $6.00 $240 Sealants&Caulking(Allowance) 22,231 GSF $0.50 $11,116 Misc.Thermal&Moisture Protection(Allowance) 1 LS $7,000.00 $7,000 Sub.Therm&Moist.Prot. $222,544 8 Openings Interior Doors Interior Single HM Frame Flush-Door,3'-0"x T-0" 17 EA $700.00 $11,900 Interior Single HM Frame Flush Door,3'-0"x 8'-0" 1 EA $900.00 $900 Interior Single HM Frame Flush Door,3'-0"x T-0"Impact Resistant 2 EA $750.00 $1,500 Interior Single HM Frame Wood Door,3'-0"x T-0" 6 EA $600.00 $3,600 Interior Single HM Frame&Door w Vision Panel 2'-0 x 2'-6",T-0"x T-0" 3 EA $850.00 $2,550 Interior Single Glass/Aluminum Frame&Door,T-0"x T-0" 1 EA $1,400.00 $1,400 Interior Double Louvered Metal Bi-Fold Door,4'-0"x T-0" 1 EA $400.00 $400 Interior Double HM Frame Flush Door,6'-0"x T-0" 1 EA $775.00 $775 Interior Double HM Frame&Door w Vision Panel 2'-0"x2'-6",8'-0"x 8'-0" 3 EA $2,000.00 $6,000 Exterior Overhead Coiling Counter Door,12'-0"x 4'-2" 1 EA $2,740.00 $2,740 Exterior Overhead Coiling Door,12'-0"x 10'-0" 1 EA $2,600.00 $2,600 Interior Door Hardware(Single) 30 EA $900.00 $27,000 Interior Door Hardware(Double) 4 EA $1,350.00 $5,400 Exterior Doors Exterior Single HM Frame&Door,T-0"x 7'-0" 2 EA $700.00 $1,400 Exterior Single HM Frame&Door,3'-0"x 7'-0"w/Solid Mtl Panel Above 1 EA $770.00 $770 Exterior Single HM Frame&Door,T-0"x 8'-0" 1 EA $950.00 $950 Exterior Single Alum./Glass Storefront Door,T-0"x T-0" 1 EA $2,100.00 $2,100 Exterior Double HM Frame&Door,6'-0"x 8'-0" 2 EA $1,100.00 $2,200 Exterior Overhead Coiling Door,6'-0"x 10'-0" 1 EA $1,700.00 $1,700 Exterior Overhead Coiling Door,12'-0"x 10'-0" 2 EA $2,600.00 $5,200 Exterior Overhead Coiling Door,23'-8"x 14'-8" 1 EA $6,000.00 $6,000 Exterior Door Hardware(Single) 5 EA $1,685.00 $8,425 Exterior Door Hardware w/Panic Device(Double) 6 EA $3,100.00 $18,600 Window Interior Fixed Aluminum Windows 34 SF $50.00 $1,678 Exterior Aluminum Fixed Windows/Storefront Systems 1,303 SF $90.00 $117,239 Metal Louver 5 SF $58.00 $261 Subtotal Openings $233,288 9 Finishes Floors Ceramic Tile 1,686 SF $8.50 $14,331 VCT 6,136 SF $3.10 $19,022 Sealed Concrete 13,577 SF $0.45 $6,110 Bases 4"Rubber Base 1,293 LF $2.35 $3,039 6"Rubber Base 1,464 LF $2.75 $4,026 4"H Wood 110 LF $3.80 $418 Walls Wall Partition 3-5/8"Stud,3"Sound Attenuation,5/8"GWB Both Sides-Type P- 7,566 SF $4.50 $34,047 Wall Partition 3-5/8"Stud,3"Sound Attenuation,5/8"GWB Both Sides-Type P- 1,074 SF $5.85 $6,283 1A(1 Hr Rated) Wall Partition 3-5/8"Stud,3"Sound Attenuation,5/8"GWB-All on Both Sides- 2,076 SF $9.00 $18,684 Type P-2 Building Page 4 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION CITY. UNIT UNIT COST TOTAL COST Wall Partition 3-5/8"Stud,3"Sound Attenuation,5/8"GWB-All on Both Sides- 1,254 SF $9.00 $11,286 Type P-2A Wall Partition 3-5/8"Stud,3"Sound Attenuation,5/8"GWB Both Sides-Type P- 1,776 SF $4.50 $7,992 3 Wall Partition 1-1/2"Furring w/Rigid Insulation,5/8"GWB on one Side-Type P-4 5,265 SF $5.10 $26,852 Wall Partition 1-1/2"Furring,5/8"GWB on one Side-Type P-4A 1,876 SF $3.50 $6,566 Textured Coating on both sides of Tilt-Up-Type P-5(Included in Textured $0 Coating Below) Wall Partition 1-1/2"Furring,518"GWB-on One Side-Type P-7A 96 SF $3.40 $326 Wall Partition 1-1/2"Furring,5/8"GWB-on One Side-Type P-713(1 Hr Rated) 485 SF $3.50 $1,698 Wall Partition 1-1/2"Furring,518"GWB-on One Side-Type P-7C(1 Hr Rated) 820 SF $3.60 $2,952 Wall Partition 3-5/8"Stud,Rigid Board Insulation,5/8"GWB on one Side-Type P 521 SF $4.75 $2,475 9 Wall Partition 3-5/8"Stud,5/8"GWB on Both Sides-Type P-9A 84 SF $6.00 $504 Wall Partition 3-5/8"Stud,3"Sound Attenuation,(3)Layers 5/8"GWB on One 1,285 SF $7.45 $9,573 Side and(2)Layers 5/8"GWB on One Side-Type P-10 Interior Painting for Abuse Resistant Gypsum Board 8,204 SF $0.65 $5,333 Interior Painting for Gypsum Board Walls 13,006 SF $0.65 $8,454 Epoxy Painting on CMU/Tiltup Panels 22,302 SF $1.25 $27,878 Epoxy Painting on Gypsum Board 3,873 SF $1.25 $4,841 Epoxy Painting on Exposed CMU 1,204 SF $1.25 $1,505 Porcelain Wall Tile 2,421 SF $9.00 $21,789 Porcelain Tile Bullnose a 368 LF $12.00 $4,416 Ceiling New ACT Ceiling(2 x 4) 5,323 SF $3.50 $18,631 New ACT Ceiling(2 x 2) 803 SF $3.00 $2,409 Gypsum Board Ceiling 1,635 SF $4.00 $6,540 Exposed Structure Painted 13,184 SF $0.85 $11,206 Exterior Natural Stone Veneer 195 SY $48.00 $9,381 Painted Stucco Ceiling 92 SY $50.00 $4,622 Painted Stucco on CMU 291 SY $48.00 $13,989 Painted Stucco on Metal Lath 50 SY $43.00 $2,155 Textured Coating Painted 23,789 SF $0.95 $22,600 Aluminum Metal Cover 60 SF $8.00 $480 Control Joints(allowance) 1 LS $500.00 $500 Misc.Finishes(Allowance) 1 LS $3,429.10 $3,429 Subtotal Finishes $346,340 10 Specialties 36"Grab Bar 1-1/2"Dia. 4 EA $50.00 $200 42"Grab Bar 1-1/2"Dia 4 EA $55.00 $220 Surface Mounted Double Toilet Tissue Dispenser 7 EA $65.00 $455 Soap Dispenser 11 EA $80.00 $880 Paper Towel Dispenser 8 EA $125.00 $1,000 Sanitary Napkin Dispenser 2 EA $150.00 $300 Frameless Stainless Steel 18"x 30"Ht Mirror 11 EA $140.00 $1,540 ADA Toilet Partitions 4 EA $1,300.00 $5,200 Standard Toilet Partitions 3 EA $1,000.00 $3,000 Urinal Screen 1 EA $400.00 $400 Fire Extinguisher Cabinets 4 EA $350.00 $1,400 Fire Extinguisher 2 EA $200.00 $400 Building Page 5 of 15 CITY OF MIAMI BEACH _ ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION OTY. UNIT UNIT COST TOTAL COST Room Signs(Room Name&Number) 48 EA $80.00 $3,840 Room Signs(Handicap Signs Male&Female) 4 EA $100.00 $400 Misc.Specialties(Allowance) 1 LS $5,000.00 $5,000 Subtotal Specialties $24,235 11 Equipment Dock Bumpers(Steel-Face,Laminated-Tread) 4 EA $280.00 $1,120 Subtotal Equipment $1,120 12 Furnishings Window Blinds,etc.(Allowance) 22,231 SF $0.50 $11,116 Subtotal Furnishings $11,116 14 Conveying Systems Hydraulic Passenger Elevator-2 Stops(Allowance) 1 EA $80,000.00 $80,000 Subtotal Conveying Systems $80,000 21 Fire Suppression Fire Sprinkler System-Sprinkler Heads,Piping,etc.(Allowance) 22,231 1 GSF $2.00 $44,462 Subtotal Fire Suppression $44,462 22 Plumbing Floor Mounted Water Closets(WC-1) 2 EA $1,198.20 $2,396 ADA Floor Mounted Water Closets 2 EA $1,231.15 $2,462 Urinal 1 EA $1,115.56 $1116 ADA Urinal 2 EA $1,115.56 $2,231 Countertop Lavatories 7 EA $1,077.00 $7,539 ADA Wall Hung Lavatories 4 EA $1,771.39 $7,086 ADA Shower 2 EA $1,801.00 $3,602 Kitchen Sink(Incld.Rough-In) 1 EA $1,570.00 $1,570 Service Sink(Slop Sink 5 EA $600.00 $3,000 Mop Receptor Floor Mounted Incl Rough-in 2 EA $775.00 $1,550 New ADA Compliant Electric Water Cooler Hi-Low 2 EA $2,332.00 $4,664 Eye Washer(Wall Mounted) 6 EA $500.00 $3,000 2"Floor Drains 4 EA $250.00 $1,000 3"Floor Drains 14 EA $300.00 $4,200 4"Wall Cleanout 5 EA $220.00 $1,100 4"Floor Cleanout 4 EA $350.00 $1,400 3"2-Way Floor Cleanout 2 EA $400.00 $800 3/4"Hosebibb w.Vacuum Breaker 2 EA $225.00 $450 Wall Hydrant 2 EA $350.00 $700 6"Roof Drains 6 EA $600.00 $3,600 Electric Water Heater(50 Gal.,5 KW,208V,.1 PH) 1 EA $2,097.20 $2,097 Oil Interceptor 1 EA $2,500.00 $2,500 Thermal Expansion Tank 4 Gal.) 1 EA $200.00 $200 In-line Recirculating Pump Package RCP-1 1 EA $233.69 $234 Domestic Water Booster Pump Package(BP-1) 1 EA $24,149.26 $24,149 Elevator Sump Pump 1 EA $2,278.46 $2,278 Sanitary&Water Piping(Allowance) 22,231 GSF $4.50 $100,040 Additional Plumbing Accessories-Valves,Tees,Etc.(Allowance) 22,231 GSF $0.50 $11,116 Subtotal Plumbing $196,080 23 HVAC HVAC Equipment(Material Quote as per Johnson Controls&York rep) 1 LS $224,000.00 $224,000 Blower Coil Units Blower Coil Unit BC-1 (3,150 CFM,2HP,85.2 MBH) 1 EA lncld.Above Terminal Units Building Page 6 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION OTY. UNIT UNIT COST TOTAL COST VAV-1201 (1,475 Max.CFM,12"Inlet Size) 1 EA Incld.Above VAV-1202(1,635 Max.CFM,14"Inlet Size) 1 EA Incld.Above VAV-1203(2,360 Max.CFM,16"Inlet Size) 1 EA Incld.Above VAV-1204(1,250 Max.CFM,12"Inlet Size) 1 EA Incld.Above VAV-1205(1,620 Max.CFM,14"Inlet Size) 1 EA Incld.Above VAV-1206(450 Max.CFM,6"Inlet Size) 1 EA Incld.Above VAV-1207(775 Max.CFM,10"Inlet Size) 1 EA Incld.Above VAV-1208(650 Max.CFM,10"Inlet Size) 1 EA Incld.Above Air Handling Unit AHU-1 (10,500 CFM,8.77 HP,339.6 MBH) 1 EA Incld.Above Unit Ventilators UV-1 (995 CFM,1/3 HP,24.39 MBH) 1 EA Incld.Above UV-2(995 CFM,1/3 HP,24.39 MBH) 1 EA Incld.Above UV-3(995 CFM,1/3 HP,24.39 MBH) 1 EA Incld.Above UV-4(2,015 CFM,3/4 HP,50 MBH) 1 EA Incld.Above UV-5(2,015 CFM,3/4 HP,54.35 MBH) 1 EA Incld.Above UV-6(2,015 CFM,3/4 HP,55.93 MBH) 1 EA Incld.Above Air Cooled Chiller ACCH-1 (46.2 Tons,Screw Compressors,Chilled Water:300 Max GPM) 1 EA Incld.Above HVAC Equipment(Material Quote as per Greenheck rep) 1 LS $5,392.80 $5,393 Fan Schedule EF-1 (Ceiling,Fan:Inline Blowers,Direct Drive,550 CFM) 1 EA Incld.Above EF-2(Roof,Fan:Centrifugal Roof Exhauster,Belt Drive,450 CFM) 1 EA Incld.Above SF-1 (Ceiling,Fan:Centrifugal Square Inline,Belt Drive,495 CFM) 1 EA Incld.Above Air Inlet Hood OAIH-1 (Throat Size:32 x 32,1,000 CFM,444 FPM) 1 EA Incld.Above Expansion Tank(Taco-CX 42) 1 EA $1,003.66 $1,004 Electric Duct Heater(99.6 MBH,10,500 CFM,Duct Size:38 x 18)(Allow.) 1 EA $3,600.00 $3,600 Air Distribution Devices Supply Diffuser-Perforated(24 x 24) 41 EA $290.00 $11,890 Supply Diffuser-Fixed Round(12") 4 EA $55.00 $220 Supply Register-Sidewall Dbl.Deflection 8 EA $56.00 $448 Return Register-Eggcrate(24 x 24) 20 EA $105.00 $2,100 Return Register-Eggcrate(50 x 20) 1 EA $200.00 $200 Exhaust Register-Eggcrate(24 x 24) 5 EA $105.00 $525 Return/Exhaust Register-Fixed Horiz.Bars 7 EA $50.00 $350 Outside Air Grille(Allowance) 2 EA $150.00 $300 Ductwork 6,339 LBS $7.00 $44,373 Ductwork Insulation 5,038 SF $3.50 $17,634 [-,Dampers Building Page 7 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST Fire Damper(8 x 6) 3 EA $44.00 $132 Fire Damper(10 x 10) 1 EA $44.00 $44 Fire Damper(20 x 12) 2 EA $64.00 $128 Smoke Damper(26 x 14) 1 EA $425.00 $425 Smoke Damper(34 x 16) 1 EA $485.00 $485 Smoke Damper(38 x 18) 1 EA $460.00 $460 Backdraft Damper(8 x 6) 3 EA $80.00 $240 Manual Volume Damper(6") 3 EA $38.00 $114 Manual Volume Damper(6 x 4) 3 EA $35.00 $105 Manual Volume Damper(6 x 6) 4 EA $38.00 $152 Manual Volume Damper(6 x 8) 2 EA $40.00 $80 Manual Volume Damper(8 x 6) 24 EA $40.00 $960 Manual Volume Damper(8 x 8) 11 EA $42.00 $462 Manual Volume Damper(8 x 10) 2 EA $45.00 $90 Manual Volume Damper(10") 3 EA $48.00 $144 Manual Volume Damper(10 x 6) 1 EA $42.00 $42 Manual Volume Damper(10 x 8) 1 EA $45.00 $45 Manual Volume Damper(12 x 10) 5 EA $48.00 $240 Manual Volume Damper(12 x 12) 2 EA $50.00 $100 Manual Volume Damper(12 x 14) 2 EA $54.00 $108 Manual Volume Damper(14 x 14) 1 EA $61.00 $61 Manual Volume Damper(20 x 12) 1 EA $71.00 $71 Manual Volume Damper(20 x 14) 1 EA $77.00 $77 Manual Volume Damper(28 x 12) 1 EA $101.00 $101 Motor Operated Damper(14 x 10) 1 EA $165.00 $165 Motor Operated Damper(14 x 14) 1 EA $167.00 $167 CO2 Sensor 14 EA $300.00 $4,200 Thermostats 17 EA $250.00 $4,250 Exterior Wall Cap(12 x 10) 1 EA $50.00 $50 HVAC Controls(Allowance) 1 LS $10,000.00 $10,000 HVAC Testing Balancing(Allowance) 1 LS $15,000.00 $15,000 Energy Management System(Allowance) 22,231 GSF $4.00 $88,924 Subtotal Mechanical $439,659 26 Electrical Power Panel MDP(600A MCB,277/480V) 1 EA $17,500.00 $17,500 Panel HL(100A 277/480V) 1 EA $2,800.00 $2,800 Panel LT2(100A 120/208V) 1 EA $1,800.00 $1,800 Panel LR11 (250A 120/208V) 1 EA $3,800.00 $3,800 Panel LR21 (150A 120/208V) 1 EA $2,500.00 $2,500 Panel LM 11 (150A 120/208V) 1 EA $2,500.00 $2,500 Panel LM12(150A 120/208V) 1 EA $2,500.00 $2,500 Panel LM13(150A 120/208V) 1 EA $2,500.00 $2,500 Panel LM14(150A 120/208V) 1 EA $2,500.00 $2,500 Transformer-150 KVA 2 EA $5,115.00 $10,230 Disconnect Switch(3 Pole,400A,250) 2 EA $1,825.00 $3,650 Disconnect Switch(3 Pole,200A,NF,NEMA 3R) 1 EA $1,100.00 $1,100 Duplex Receptacle 77 EA $26.001 $2,002 Building Page 8 of 15 CITY ®FMIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION CITY. UNIT UNIT COST TOTAL COST Duplex Receptacle-GFI 19 EA $75.00 $1,425 Duplex Receptacle-GFI(WP) 3 EA $105.00 $315 Quadruplex Receptacle 21 EA $75.00 $1,575 Junction Boxes 59 EA $40.00 $2,360 Conduit&Wiring for Power(Allowance) 1 LS $14,000.00 $14,000 Lighting Type A(2 x 4 Recessed 2 Lamp Troffer) 33 EA $140.00 $4,620 Type AE(2 x 4 Recessed 2 Lamp Troffer w/Battery Pack) 23 EA $390.00 $8,970 Type B(2 x 2 Recessed 2 Lamp Troffer) 5 EA $126.00 $630 Type BE(2 x 2 Recessed 2 Lamp Troffer w/Battery Pack) 5 EA $376.00 $1,880 Type D1 (6"Recessed) 16 EA $280.00 $4,480 Type D1 E(6"Recessed w/Battery Pack) 19 EA $530.00 $10,070 Type D3(8"Recessed) 2 EA $300.00 $600 Type D3E(8"Recessed w/Battery Pack) 2 EA $550.00 $1,100 Type EE(Exterior Full Cutoff w/Battery Pack) 6 EA $602.00 $3,612 Type F(1'x 4'Pendant Fixture,ceiling/wall mounted) 45 EA $148.00 $6,660 Type FE(1'x 4'Pendant Fixture w/Battery Pack) 49 EA $398.00 $19,502 Type FA(1'x 2'Pendant Fixture,wall mounted) 3 EA $275.00 $825 Type G(Wall Sconce) 4 EA $375.00 $1,500 Type H(Decorative Pendant) 6 EA $250.00 $1,500 Type J(Exterior 6"Recessed) 6 EA $550.00 $3,300 Type J1 (Exterior 6"Recessed Wall Wash) 2 EA $435.00 $870 Type K(1'x 2'Surface Wall Mount) 1 EA $125.00 $125 Type S(Stairwell Fixture) 12 EA $275.00 $3,300 Type X1 (Edgelit Exit Sign-Single Face) 12 EA $240.00 $2,880 Type X1 (Edgelit Exit Sign-Double Face) 3 EA $250.00 $750 Type X2(Exterior Exit Sign-Single Face) 1 EA $477.00 $477 Toggle Switches(Motorized Switch-Unknown) 12 EA $400.00 $4,800 Toggle Switches(Occupancy Sensor) 6 EA $45.00 $270 Conduit&Wiring for Lighting(Allowance) 1 LS $20,000.00 $20,000 Lightning Lightning Protection-Grounding Rods,Conductor Wiring,Terminals,Conduits, 22,231 GSF $1.00 $22,231 Protection Etc.(Allowance) Subtotal Electrical $200,009 27 Communication Voice/Data Outlet 20 EA $90.00 $1,800 Telephone Outlet 7 EA $50.00 $350 TV Outlet 3 EA $50.00 $150 Telcom Backboard(3/4"Plywood) 232 SF $2.65 $615 Subtotal Communication $2,915 28 Electronic Safety&Security Intrusion Detection Motion Detectors 13 EA $150.00 $1,950 Card Reader 5 EA $1,078.00 $5,390 Security Cameras 11 EA $935.00 $10,285 Fully concealed door contact switch/magnet 9 EA $150.00 $1,350 Conduit&Wiring for Intrusion Detection(Allowance) 1 LS $3,000.00 $3,000 Fire Alarm FA Strobe 10 EA $165.00 $1,650 FA Strobe(WP) 1 EA $183.00 $183 FA Horn/Strobe 22 EA $231.00 $5,082 FA Horn/Strobe(WP) 1 EA 1 $244.00 $244 Building Page 9 of 15 CITY OF nnoAnni BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD FACILITY BUILDING March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION OTY. UNIT UNIT COST TOTAL COST FA Smoke Detector 9 EA $180.00 $1,620 FA Smoke Detector(Ceiling Mounted w/relay for elevator recall) 9 EA $689.00 $6,201 FA Heat Detector(Ceiling Mounted) 7 EA $315.00 $2,205 FA Duct Smoke Detector 3 EA $460.00 $1,380 FA Pull Station 5 EA $140.00 $700 Fire Alarm Annunciator Panel"FAAP" 1 EA $450.00 $450 Fire Alarm System connection to fire sprinkler system water flow switch 2 EA $300.00 $600 Fire Alarm System connection to fire sprinkler system water tamper switch 2 EA $300.00 $600 Conduit&Wiring for Fire Alarm(Allowance) 1 LS $6,000.00 $6,000 Subtotal Elec.Sfty.&Sec. $48,890 FACILITY BUILDING Subtotal Direct Costs $3,577,481 Building Pagel 0 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD Sitework March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV I DESCRIPTION CITY. UNIT UNIT COST TOTAL COST Site Demolition Demolition of existing CBS building 2 Story) 3,167 SF $5.00 $15,835 Demolition of existing Plastic Shed 1 LS $500.00 $500 Demolition of existing Metal Containers 2 EA 1 LS $1,500.00 $1,500 Protection of Migration of Debris Allowance 1 LS $5,000.00 $5,000 Clearinq and Grubbing of existing site 1 Acres $2,000.00 $1,098 Remove Existing CBS Wall 373 SF $3.00 $1,119 Sawcut Existing Curb&Gutter 299 LF $1.60 $478 Remove Existing Curb&Gutter 146 LF $3.40 $496 Remove Existing Asphalt 1,609 SY $3.50 $5,633 Sawcut Existing Sidewalk 84 LF $1.60 $134 Remove Existing Sidewalk 371 SY $7.60 $2,818 Remove Existing Gates 2 EA $50.00 $100 Remove Existing Chainlink Fence 240 LF $3.50 $840 Remove Existing Signs 5 EA $25.00 $125 Remove Existing Parking Meter Post 3 EA $20.00 $60 Remove Existing Palm Trees 12 EA $200.00 $2,400 Remove Existing Light Pole 2 EA $800.00 $1,600 Remove Existing overhead low voltage/power lines 353 LF $10.00 $3,530 Demolition of existing site utilities-Redirection of utilities,as needed(Allow.) 1 LS 1 $3,000.00 $3,000 Site Demolition Subtotal $46,267 Earthwork Fill 2,657 SY $8.00 $21,255 Topsoil 6 CY $55.00 $323 Rough Grade 2,657 SY $1.00 $2,657 Fine Grading 2,657 SY $1.50 $3,985 Earthwork Subtotal $28,221 Fencing&Gates 6'Hicih Chainlink Fence 308 LF $25.00 $7,700 Temporary Construction Fence 650 LF $15.00 $9,750 Fencing&Gates Subtotal $17,450 Pla ground Equipment&Courts New Bicycle Racks (Allowance) 4 1 EA 1 $500.00 $2,000 Playground Equip.&Courts Subtotal $2,000 Landscaping&Irrigation Sodding(Allowance) 1 LS $500.00 $500 Gravel Path(River Stone) 15 CY $75.00 $1,125 3"Crushed Limestone(Gravel Path) 1,198 CY $3.50 $4,193 Edging(Gravel Path/Fence) 238 LF $2.50 $595 Mulch 44 SY $6.00 $261 New Trees&Palms(Allowance) 1 LS $10,000.00 $10,000 Shrubs&Ground Cover(Allowance) 1 LS $6,000.00 $6,000 Planter System(Addapave System,Fertilizer Trench)(Allowance) 1 LS $7,500.00 $7,500 Root Barrier(Allowance) 1 LS $2,000.00 $2,000 New Sprinkler System(Allowance) 2,510 SF $2.50 $6,275 2"HDPE Water Line(Irrigation System) 18 LF Incld.Above 1"Irrigation Meter 1 EA Incld.Above 1"PVB 1 EA Incld.Above 6"Saddle 1 EA Incld.Above 2"Corp.Stop 1 EA Incld.Above Sitework Page 11 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD Sitework March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST Sprinkler Heads(Pop-Up/Precision Spray Nozzle) 62 EA Incld.Above Lands.&Irrig.Subtotal $38,449 Site Concrete&Paving New Asphalt Concrete Pavement Infill 24 SY $14.00 $334 New Asphalt Concrete Pavement(Parking Lot) 347 SY $14.00 $4,856 New 8"Thick Limerock Base(Parking Lot) 347 SY $10.00 $3,469 New 6"Concrete Curb 212 LF $15.00 $3,180 New 24"Concrete Curb&Gutter(Bay Road) 114 LF .$40.00 $4,560 New 4"Thick Concrete Band(entrance) 45 SF $4.50 $203 New 4"Thick Concrete Sidewalk 1,342 SF $4.50 $6,039 New 6"Thick Concrete Sidewalk 316 SF $4.50 $1,422 New 8"Thick Concrete Slab 209 SF $5.00 $1,045 New Concrete Pad(Bike Rack) 68 SF $5.50 $374 New Concrete Pavers 217 SF $12.00 $2,604 New Tactile Surface 42 SF $20.00 $840 New Concrete Stairs 89 SF $15.00 $1,335 New Concrete Filled 6"Bollard 2 EA $600.00 $1,200 6" Yellow Stripping(Bay Road) 58 LF $0.85 $49 18" Yellow Stripping(Bay Road) 31 LF $2.00 $62 4" Parking Stall Stripping(White) 107 LF $0.85 $91 4" Double Yellow Stripping 20 LF $1.00 $20 24"White Stop Bar 11 LF $3.00 $33 Concrete Wheel Stops 3 EA $50.00 $150 "Stop"Sign w/Post 1 EA $360.00 $360 "End(L)"Sign w/Post 1 EA $360.00 $360 "End(R)"Sign w/Post 1 EA $360.00 $360 "Bicycle Parking Only"Sign w/Post 1 EA $350.00 $350 Site Conc.&Pavers Subtotal $33,297 Water&Fire 3"PVC Water Line 92 LF $28.00 $2,576 3"Domestic Water Meter(Allowance) 1 EA $1,500.00 $1,500 3"Reduce Pressure Backflow Prevent 1 EA $1,145.00 $1,145 4"DIP Fire Line 110 LF $30.00 $3,300 4"DCDV Fire line 1 EA $1,550.00 $1,550 4"x 3"Reducer 1 EA $250.00 $250 6"x 4"Tap Sleeve 2 EA $920.00 $1,840 4"Tap Valve 2 EA $645.00 $1,290 Water Line Accessories,Connections,etc.(Allowance) 1 LS $3,000.00 $3,000 Water Subtotal $16,451 Sanitary Sewer Cut&Cap Existing Sanitary Line below Gutter 3 LOC $100.00 $300 6"PVC Pipe SDR35 46 LF $10.00 $460 Connection to Existing Sanitary Sewer Lateral 1 LOC $500.00 $500 Sanitary Line Accessories,Connections,etc.(Allowance) 1 LS $1,500.00 $1,500 Sanitary Sewer Subtotal $2,760 Storm Draina e 12"Roof Drain Pipe PVC SDR-35 22 LF $17.00 $374 12"PVC Pipe SDR35 54 LF $25.00 $1,350 18"Storm Drain 28 LF $30.00 $840 18"Exfiltration Trench 90 LF $100.00 $9,000 Catch Basins 1 1 EA 1 $3,500.00 $3,500 Sitework Page 12 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD. Sitework March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST Manhole 1 EA $2,500.00 $2,500 Detention Box(Allowance) 1 LS $1,000.00 $1,000 Head Tower(Allowance) 1 LS $500.00 $500 Storm Drainage Subtotal $19,064 Site Electrical Transformer(provided by FPL) n/a Gate Access System(Allowance) 1 LS $3,000.00 $3,000 Aluminum Pedestal-Gate Access System(Allowance) 1 EA $500.00 $500 In-Ground Pull-Box 2 EA $300.00 $600 Handhold Tx 4'x 4' 2 EA $2,100.00 $4,200 1"PVC Conduit 130 LF $18.00 $2,340 2"PVC Conduit 130 LF $18.00 $2,340 4"PVC Conduit(Service Conductors) 254 LF $25.00 $6,350 (2)Sets 4#500 KCM THWN Aluminum(Service Conductors) 20 CLF $610.00 $12,395 5"PVC Conduit 270 LF $30.00 $8,100 Concrete Ductbanks 3 Cy $250.00 $750 Lighting-Incld.Parking Lot(Allowance) 1 EA $4,500.00 $4,500 Misc.Site Electrical-Connections,Wiring,etc.(Allowance) 1 LS $7,500.00 $7,500 Site Electrical Subtotal $52,575 MOT MOT(Allowance) 1 LS 1 $73,241.40 $73,241 MOT Subtotal $73,241 Sitework Subtotal Direct Costs $329,7751 Sitework Page 13 of 15 CITY OF MIAMI BEACH PROPERTY MANAGEMENT FACILITY ATKINS COMB PROJECT NO.TBD Additive Alternate 1 March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION OTY. UNIT UNIT COST TOTAL COST 3 Concrete Equipment Pad(Allowance) 24 SF $7.50 $180 Subtotal Plumbing $180 22 lPlumbing Air Compressor w/Total Air System(Rotary Screw,5HP,230V,3 Phase,80 Gal. Tank) 1 EA $9,500.00 $9,500 Air Compressor Start-up'Kit 1 EA $150.00 $150 Compressed Air Piping-4"Sch.40 Black Steel(Allowance) 360 LF $60.00 $21,600 Additional Accessories-Outlets,Couplers,Plugs,Etc.(Allowance) 1 LS $1,600.00 $1,600 Subtotal Plumbing $32,850 26 Electrical Power Associated Accessories-Conduit,Wiring,Controls,etc.As Needed(Allow.) 1 LS $5,000.00 $5,000 Subtotal Plumbing $5,000 Additive Alternate 1 Subtotal Direct Costs $389 030 Add.Alternate 1 Page 14 of 15 CITY OF MIAMI BEACH ATKINS PROPERTY MANAGEMENT FACILITY COMB PROJECT NO.TBD Additive Alternate 2 March 24,2014 ESTIMATE OF PROBABLE CONSTRUCTION COST DIV DESCRIPTION QTY. UNIT UNIT COST TOTAL COST Site Electrical Transformer(provided by FPL) n/a Gate Access System(Allowance) 1 LS $3,000.00 $3,000 Aluminum Pedestal-Gate Access System(Allowance) 1 EA $500.00 $500 In-Ground Pull-Box 2 EA $300.00 $600 Handhold 3'x 4'x 4' 2 EA $2,100.00 $4,200 1"PVC Conduit 130 LF $18.00 $2,340 2"PVC Conduit 130 LF $18.00 $2,340 4"PVC Conduit 254 LF $25.00 $6,350 (2)Sets 4#350 KCM THWN Copper(Service Conductors) 20 CLF $1,092.00 $22,189 5"PVC Conduit 270 LF $30.00 $8,100 Concrete Ductbanks 3 Cy $250.00 $750 Lighting-Incld.Parking Lot(Allowance) 1 EA $4,500.00 $4,500 Misc.Site Electrical-Connections,Wiring,etc.(Allowance) 1 LS $7,500.00 $7,500 Site Electrical Subtotal $62,369 Additive Alternate 2 Subtotal Direct Costs $62,369 "Additional Cost is the difference between the Base Site Electrical and the Alternate Site Electrical Additional Costs** $9,794 Add.Alternate 2 Page 15 of 15 Attachment D GMP AMENDMENT No.1 GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT NO.1 TO THE AGREEMENT FOR PRE- CONSTRUCTION SERVICES BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND JAMES B. PIRTLE CONSTRUCTION CO., INC., DBA PIRTLE CONSTRUCTION COMPANY, FOR CONSTRUCTION MANAGER AT RISK SERVICES PURSUANT TO RESOLUTION NO. 2011-27708 ENTITLED "CONSTRUCTION MANAGEMENT AT RISK PRE-CONSTRUCTION SERVICES FOR THE PROPERTY MANAGEMENT FACILITY PROJECT. THIS GMP AMENDMENT NO.1, made and entered into as of this day of ("GMP Amendment No 1") amends that certain Agreement between Owner, the CITY OF MIAMI BEACH, FLORIDA (also, City) and Construction Manager, JAMES B. PIRTLE CONSTRUCTION CO., INC., DBA PIRTLE CONSTRUCTION COMPANY (hereinafter Construction Manager or CM), made as of the day of , for the following described Project: Property Management Facility 1833 Bay Rd Miami Beach, FL, 33139 WHEREAS, the Owner and the CM have agreed to amend the Agreement in the manner set forth herein. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, in the Agreement and the other Contract Documents and for such other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Owner and the CM do hereby agree as follows: 1. This GMP Amendment No. 1 is executed in connection with, and is deemed to be part of the Agreement and the Contract Documents. Wherever the terms of this GMP Amendment No. 1 and the terms of the Contract Documents are in conflict, the terms of this GMP Amendment No. 1 shall govern and control. The terms used herein, unless otherwise defined in this GMP Amendment No. 1 shall have the meanings ascribed to them in the Contract Documents. 2. The following are hereby incorporated into the Contract Documents and made part thereof: a. The construction documents listed on Attachment I,. GMP Amendment No.1, attached hereto, which are made a part of the Contract Documents by this reference (the "Construction Documents"); and b. The specifications listed on Attachment II, GMP Amendment No.1, attached hereto, which specifications are made a part of the Contract Documents by this reference (the "Specifications"); and 1 i C. Those documents listed on Attachment III, Additional Contract Documents, refer to the executed pre-construction services agreement, attached hereto, are made a part of the Contract Documents by this reference; and d. Those documents listed on Attachment IV, GMP Amendment No.1, GMP Book inclusive of CM's Proposal, Qualifications and Assumptions attached hereto, are made a part of the Contract Documents by this reference; and e. Those documents listed on Attachment V, GMP Amendment No.1, the CM's Salary and Wage Schedule attached hereto, are made part of the contract Documents by this reference; and f. The Scope of the Work for the Property Management Facility Project, contemplated in this GMP Amendment No.1, and as described in Attachment I, GMP Amendment No.1, is hereby incorporated into the Work; and g. The Project Schedule will be provided for this Project and is set forth on Attachment VI- GMP Amendment No.1, attached hereto, are made a part hereof by this reference; and h. The CM's Onsite Management and Supervisory Personnel for this Project shall be set forth herein, and incorporated as Attachment VII to this Agreement. i. The date of Commencement for the construction of the Property Management Facility project in this GMP Amendment No.1, shall commence upon the issuance of Notice To Proceed (NTP)#2, by the parties hereto (the "Date of Commencement"). j. The CM shall achieve Substantial Completion of the Work for the Property Management Facility project as contemplated in this GMP Amendment No.1, no later than 335 calendar days from the issuance of NTP # 2, the Date of Commencement (the "Contract Time"), and Final Completion, not later than thirty (30) calendar days from the date of Substantial Completion. Failure to meet either the Substantial Completion or Final Completion dates shall be a material breach of this Agreement and liquidated damages will be assessed thereinafter. k. Upon failure of the CM to substantially complete the Work contemplated in this GMP Amendment No.1, within the specified period of time, plus any approved time extensions, CM shall pay to the City the sum of $1,000 for each calendar day after the time specified in subsection 20)of this Amendment. I. The Guaranteed Maximum Price (GMP)for the Scope of Work contemplated in this GMP Amendment No.1, for the Property Management Facility project, is hereby guaranteed by the CM not to exceed the sum of$4,699,564. (GMP Amendment No.1), based upon the entire Scope of the Work as described in the Contract Documents, as amended herein, and including, but not limited to, the Construction Documents and the Specifications, subject only to additions and deductions by Contract Amendment(s) or Construction Change Directive, as provided in the Contract Documents. The GMP for 2 GMP Amendment No.1 is more particularly itemized in the Schedule of Values prepared in accordance with the terms of the Agreement, which Schedule of Values is attached hereto as Attachment VIII-GMP Amendment No.1, and made a part of the Contract Documents by this reference. Included in the Schedule of Values and specifically identified herein, the Owners' Contingency as defined in Article 1.19 of the Pre- Construction Services Agreement is in the amount of$234,978. M. Should the CM realize any savings from the negotiated Schedule of Values, incorporated as Attachment VIII, the City shall receive 75% of said savings with no line item integrity. The City reserves the right to audit any and all contract related documents at any time during the Project and at the end of the Project. n. The CM shall provide Commercial General Liability Insurance, Automobile Liability Insurance, Worker's Compensation Insurance, and Builder's Risk Insurance, in compliance with the provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. o. The CM shall provide the Public Construction Payment Bond and the Public Construction Performance and Guarantee. Bond, in compliance with the provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. P. By executing this GMP Amendment No.1, the CM acknowledges that it has ascertained and verified all existing underground utilities and has coordinated all correct locations for points of connection for all utilities, if any, required for this Project and has identified all clarifications and qualifications for this Project, if any. Utility Locations shall be identified by the CM and all existing utility connections will be capped as needed, as noted in the Qualification and Assumptions Statement. q. To the extent that the Owner has authorized the CM, in writing, to perform the Work contemplated in this GMP Amendment No.1, for this Project with the CM's own forces, the salary and wage schedule for the CM's personnel performing such portion of the Work, agreed upon by the City and the CM, shall be as set forth on Attachment V- GMP Amendment N6.1, attached hereto, and is made a part of the Contract Documents by this reference. The CM warrants and represents that the salary and wage schedule includes the comparable market rates (including any and all benefits, contributions and insurance) charged by the CM for comparable contracts to other business and individuals for similar services, and that such rates are not higher than the standard paid for this Project(Property Management Facility) . r. Except as expressly provided herein above all of the terms, conditions, covenants, agreements and understandings contained in the Pre-Construction Contract Documents (and as may have been amended pursuant to GMP Amendment No.1), shall remain unchanged and in full force and effect, and the same hereby expressly ratified and 3 confirmed by the City and CM. S. This GMP Amendment No.1 may be executed in several counterparts, each of which shall be deemed an original but all of which shall constitute one and the same instrument. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH Rafael Granado, City Clerk Philip Levine, Mayor ATTEST: CONSTRUCTION MANAGER James B. Pirtle Construction Co., Inc,. dba Pirtle Construction Company 5700 Griffin Road, Suite 200, Davie, FL, 33314 Florida Contractor License: CGCO01110 By: By: Darrell Lipman,Treasurer/Secretary Michael S. Geary, President APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION �pf _ City Attornkor Date 4 Property Management Facility 1833 Bay Rd Miami Beach, FL, 33139 GMP AMENDMENT NO.1 ATTACHMENT I CONTRACT DOCUMENTS: THE CONSTRUCTION DOCUMENTS—PLANS DATED 06/13/13 WITH REVISIONS r THROUGH NUMBER 4, DATED FEBRUARY 10, 2014 (WOLFBERG ALVAREZ& PARTNERS) ATTACHMENT II CONTRACT DOCUMENTS: THE SPECIFICATIONS DATED JUNE 13, 2013 WITH.REVISIONS THROUGH NUMBER 3, DATED JANUARY 13, 2014 (WOLFBERG ALVAREZ) ATTACHMENT III CONTRACT DOCUMENTS: EXECUTED PRE-CONSTRUCTION SERVICES AGREEMENT DATED NOVEMBER 16, 2011 (INCLUSIVE OF GENERAL CONDITIONS DATED MARCH 2011). ATTACHMENT IV CONTRACT DOCUMENTS: GMP PACKAGE DATED APRIL 3, 2014 ATTACHMENT V CONTRACT DOCUMENTS: CONSTRUCTION MANAGER'S SALARY AND WAGE SCHEDULE ATTACHMENT VI CONTRACT DOCUMENTS: PRELIMINARY PROJECT SCHEDULE (OFFICIALrSCHEDULE TO BE SUBMITTED FOR APPROVAL UPON ISSUANCE OF NOTICE TO PROCEED NO. 1) ATTACHMENT VII CONTRACT DOCUMENTS: ONSITE SITE MANAGEMENT AND SUPERVISORY PERSONNEL ATTACHMENT VIII CONTRACT DOCUMENTS: SCHEDULE OF VALUES (TO BE SUBMITTED FOR APPROVAL UPON ISSUANCE OF NOTICE TO PROCEED NO. 1) 5