Loading...
2014-28765 Resor RESOLUTION NO. 2014-28765 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, PERTAINING TO THE CITY CONSTRUCTION PROJECT REFERRED TO AS THE "SUNSET HARBOUR PUMP STATION'S RETROFIT AND DRAINAGE IMPROVEMENTS PROJECT" (PROJECT) THAT THE FINDINGS AND RECOMMENDATION OF THE CITY MANAGER IN DECLARING AN EMERGENCY PURSUANT TO SUBSECTION 287.055(9)(C)(6), FLORIDA STATUTES ARE HEREBY ACCEPTED; AS PERMITTED PURSUANT TO SECTION 2-367(E) OF THE CITY CODE, THE COMPETITIVE BIDDING REQUIREMENTS ARE HEREBY WAIVED BY 5/7THS VOTE, SUCH WAIVER BEING IN THE BEST INTEREST OF THE CITY; THE CITY MANAGER IS HEREBY AUTHORIZED TO TAKE THE FOLLOWING ACTIONS TO PROCURE THE NECESSARY EMERGENCY DESIGN AND CONSTRUCTION SERVICES FOR THE PROJECT, PURSUANT TO A NEGOTIATED DESIGN-BUILD CONTRACT: 1) PREPARE, WHETHER THROUGH THE CITY'S PUBLIC WORKS DEPARTMENT OR THROUGH RETENTION OF AN OUTSIDE DESIGN CRITERIA PROFESSIONAL, AS DETERMINED BY THE CITY MANAGER, A DESIGN CRITERIA PACKAGE (DCP) WHICH COMPLIES WITH THE SPECIFICATIONS SET FORTH UNDER SECTION 287.055(2)(J), FLORIDA STATUTES; 2) UPON COMPLETION OF THE DCP, THE CITY MANAGER IS AUTHORIZED TO NEGOTIATE AND, IF SUCCESSFUL, EXECUTE A DESIGN-BUILD CONTRACT, WITH A GUARANTEED MAXIMUM PRICE (GMP) FOR THE REMAINING WATER, STORMWATER, LANDSCAPE AND STREETSCAPE IMPROVEMENTS FOR THE PROJECT, WITH THE FIRM OF LANZO CONSTRUCTION, CO. (LANZO), WHO IS THE CITY'S CONTRACTOR CURRENTLY WORKING ON THE PROJECT UNDER THE CONSTRUCTION CONTRACT AUTHORIZED PURSUANT TO INVITATION TO BID NO. 060-2013TC(ITB); AND 3) THE CITY MANAGER IS FURTHER AUTHORIZED TO TERMINATE, FOR CONVENIENCE, THE REMAINING PORTION OF THE EXISTING CONSTRUCTION CONTRACT WITH LANZO; AS A CONDITION OF THE NEGOTIATED DESIGN-BUILD CONTRACT, A RELEASE OF ALL CLAIMS AGAINST THE CITY UNDER THE FORMER CONTRACT SHALL BE REQUIRED. THE COMBINED SUM OF THE NEGOTIATED DESIGN-BUILD GMP AND THE AMOUNT NEGOTIATED AS PART OF THE SETTLEMENT OF THE EXISTING CONTRACT SHALL NOT EXCEED $6,836,940.74, WHICH INCLUDES THE $2,586,940.74 CONSTRUCTION AWARD VALUE OF THE CURRENT LANZO CONSTRUCTION CONTRACT AND THE PROPOSED DESIGN/BUILD AMOUNT OF $4,2509000. WHEREAS, the current construction contract with Lanzo is a straight construction contract, requiring the Contractor to proceed based on the Consultant's design, as the engineer- of-record, and does not allow for a "design" component, which would, should the City determine, allow the Contractor to undertake the design of the Stormwater system and the neighborhood improvements along 201h Street; and WHEREAS, any subsequent agreement for the provision of design services is subject to competitive bidding under Section 287.055, Florida Statutes (also known as the "Consultants Competitive Negotiation Act" or CCNA); and i WHEREAS, consequently, any desired design of the stormwater system, under the existing contract structure, would either have to be undertaken by another Consultant, as the engineer-of-record, or be re-bid; and WHEREAS, the Administration recommends that the Contractor be used for the design- build of the Stormwater system along 18th Street and the neighborhood improvements in the Sunset Harbour neighborhood along 201h Street; and WHEREAS, the above recommended alternative would absorb the majority of the delays attributed to the redesign of the storm water system, keep the Contractor mobilized on-site and only extend the construction schedule six (6) months, bringing the new anticipated Project completion date to May 2015; and WHEREAS, in addition to the immediate time related benefits realized by keeping the current Contractor on-site, there are also inherent benefits in having Lanzo finalize the improvements of the Project; and WHERAS, the proposed Design-Build contract shall incorporate all remaining scope of work elements of the Project, and provide any additional scope of work required to modify the current construction. documents, as required by the Public Works Department under the original scope of work; and WHEREAS, the additional scope of work includes: 1) stormwater improvements, along 18th Street; 2) watermain improvements along 201h Street; 3) paving and hardscape improvements along 20th Street; 4) landscape improvements along 201h Street; 5) lighting improvements along 20th Street; and 6) irrigation improvements along 201h Street; and WHEREAS, Lanzo has submitted a cost proposal in the amount of $4,250,000 for the additional scope of work. Public Works staff has reviewed the proposal and deems the amount to be fair and reasonable. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, pertaining to the City Construction Project referred to as the "Sunset Harbour Pump Station's Retrofit And Drainage Improvements Project" (Project) that the findings and recommendation of the City Manager in declaring an emergency pursuant to Subsection 287.055(9)(c)(6), Florida Statutes are hereby accepted; as permitted pursuant to Section 2-367(e) of the City Code, the competitive bidding requirements are hereby waived by 5/7ths vote, such waiver being in the best interest of the City; the City Manager is hereby authorized to take the following actions to procure the necessary emergency design and construction services for the project, pursuant to a negotiated design-build contract: 1) Prepare, whether through the City's Public Works Department or through retention of an outside design criteria professional, as determined by the City Manager, a Design Criteria Package (DCP) which complies with the specifications set forth under Section 287.055(2)(j), Florida Statutes; 2) upon completion of the DCP, the City Manager is authorized to negotiate and, if successful, execute a design-build contract, with a Guaranteed Maximum Price (GMP) for the remaining water, stormwater, landscape and streetscape improvements for the project, with the firm of Lanzo Construction, Co. (Lanzo), who is the City's contractor currently working on the project under the construction contract authorized pursuant to Invitation To Bid No. 060-2013TC(ITB); and 3) the City Manager is further authorized to terminate, for convenience, the remaining portion of the existing construction contract with Lanzo; as a condition of the negotiated design- build contract, a release of all claims against the City under the former contract shall be required. The combined sum of the negotiated design-build GMP and the amount negotiated as part of the settlement of the existing contract shall not exceed $6,836,940.74, which includes the $2,586,940.74 construction award value of the current Lanzo Construction Contract and the proposed design/build amount of$4,250,000. PASSED and ADOPTED this J(Zday of 2014. ATTEST: PHILIP E MAYOR RALPH GRANADA CI= LE •••. �'� f •�� ' APPROVED TO FORM AND GUAGE & FO XECUTION .� .IN-ORD ORATE- 2 yflj City Atto ey Date T:\AGENDA\2014\September\September 30\Public Works\Sunset Harbour Pump Stations Improvements Change Order No 2 RESO (Recovered).doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney,.A,/ Date COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, PERTAINING TO THE CITY CONSTRUCTION PROJECT REFERRED TO AS THE "SUNSET HARBOUR PUMP STATION'S RETROFIT AND DRAINAGE IMPROVEMENTS PROJECT" (PROJECT) AND, WITH RESPECT TO THE PROJECT, ACCEPTING THE FINDINGS AND RECOMMENDATION OF THE CITY MANAGER IN DECLARING AN EMERGENCY PURSUANT TO SUBSECTION 287.055 (9)(C)(6), FLORIDA STATUTES; AND, AS PERMITTED PURSUANT TO SECTION 2-367(E) OF THE CITY CODE, WAIVING, BY 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; AND AUTHORIZING THE CITY MANAGER TO TAKE THE FOLLOWING ACTIONS TO PROCURE THE NECESSARY EMERGENCY DESIGN AND CONSTRUCTION SERVICES FOR THE PROJECT, PURSUANT TO A NEGOTIATED DESIGN-BUILD CONTRACT: 1) PREPARE,WHETHER THROUGH THE CITY'S PUBLIC WORKS DEPARTMENT OR THROUGH RETENTION OF AN OUTSIDE DESIGN CRITERIA PROFESSIONAL, AS DETERMINED BY THE CITY MANAGER,A DESIGN CRITERIA PACKAGE(DCP)WHICH COMPLIES WITH THE SPECIFICATIONS SET FORTH UNDER SECTION 287.055(2)(J), FLORIDA STATUTES; 2) UPON COMPLETION OF THE DCP, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND, IF SUCCESSFUL, EXECUTE A DESIGN-BUILD CONTRACT, WITH A GUARANTEED MAXIMUM PRICE (GMP) FOR THE REMAINING WATER, STORMWATER, LANDSCAPE AND STREETSCAPE IMPROVEMENTS FOR THE PROJECT, WITH THE FIRM OF LANZO CONTRUCTION, CO. (LANZO), WHO, AS THE CITY'S CONTRACTOR CURRENTLY WORKING ON THE PROJECT UNDER THE CONSTRUCTION CONTRACT AUTHORIZED PURSUANT TO INVITATION TO BID NO. 060-2013TC (ITB); AND 3) FURTHER AUTHORIZING THE CITY MANAGER TO TERMINATE, FOR CONVENIENCE, THE REMAINING PORTION OF THE CURRENT CONSTRUCTION CONTRACT WITH AND REQUIRING THAT, AS A CONDITION OF THE NEGOTIATED DESIGN-BUILD CONTRACT, A RELEASE OF ALL CLAIMS AGAINST THE CITY UNDER THE FORMER CONTRACT; WHERE THE COMBINED SUM OF THE NEGOTIATED DESIGN-BUILD GMP AND THE AMOUNT NEGOTIATED AS PART OF THE SETTLEMENT OF THE EXISTING CONTRACT SHALL NOT EXCEED $6,836,940.74 WHICH INCLUDES THE $2,586,940.74 CONSTRUCTION AWARD VALUE OF THE CURRENT LANZO CONSTRUCTION CONTRACT AND THE PROPOSED DESIGN/BUILD AMOUNT OF$4,250,000. Key Intended Outcome Supported: Ensure value and timely delivery of quality Capital Projects. Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summa /Recommendation: The current construction contract with LANZO (the one awarded pursuant to the ITB) is a straight construction contract, requiring the Contractor to proceed based on the Consultant's design, as the engineer-of-record, and does not allow for a "design" component, which would, should the City determine, allow the Contractor to undertake the design of the Stormwater system and the neighborhood improvements along 20th Street. Any subsequent agreement to for the provision of design services is subject to competitive bidding under Section 287.055, Florida Statutes(also known as the"Consultants Competitive Negotiation Act"or CCNA). Given that the facts do indeed support the existence of a public emergency, to the extent that a waiver of the bidding requirements under the CCNA is justified, the Administration recommends that course of action. The City has a contract agreement with Lanzo Construction Co. for work associated with the reconstruction of Pump Station #3,which includes the installation of a new pipe drainage and structures in the 20th Street right of way. The City has commenced survey and geotechnical evaluation for the neighborhood improvements in the Sunset Harbour Neighborhood. This work will not duplicate any of the existing contracted services. The proposed Design/Build contract will allow for some of these neighborhood improvements to be completed along 20th Street while the road is already open for construction. Improvements include additional parkin (referred to as a typical section), landscaping, lighting, water, sewer, drainage and paving. Flooding on 18 h Street, from West Avenue to Purdy Avenue will also be addressed with the installation of a new 42-inch stormwater drainage pipe, allowing for Pump Stations No. 1 and No. 2 servicing this area. All other improvements to this street will be part of a future neighborhood project. THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 $1,159,344 420-2322-069357 Based on timing of the project,we are reappropriating from the North Shore Neighborhood Capital Project to be refunded from the next Water and Sewer bond issue 2 $3,090,656 431-2324-069357 Based on timing of the project, we are reappropriating from the La Gorce Neighborhood Capital Project to be refunded from the Storm Water bond issue OBPI Total $4,250,000 Financial Impact Summary: City Clerk's Office Legislative Tracking: Eric T.Carpenter,ext.6012 Sign-Offs: Departmerlt Director Assistant City Manager city e ETC MT JL T:\AGENDA\2014\September\Public Works\Sunset Harbour Pump Stations Improvements Change Order No 2 SUMMARY.do Agenda Item R 7 E AGENDA ITEM Date - ® MIAMIRFAC'H �._. IM MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION EMORANDUM TO: Mayor Philip Levine and Members oft City Commiss n FROM: Jimmy L. Morales, City Manager DATE: September 30, 2014 SUBJECT: A RESOLUTION OF THE MAYOR ND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, PERTAINING TO THE CITY CONSTRUCTION PROJECT REFERRED TO AS THE "SUNSET HARBOUR PUMP STATION'S RETROFIT AND DRAINAGE IMPROVEMENTS PROJECT" (PROJECT) AND, WITH RESPECT TO THE PROJECT, ACCEPTING THE FINDINGS AND RECOMMENDATION OF THE CITY MANAGER IN DECLARING AN EMERGENCY PURSUANT TO SUBSECTION 287.055 (9)(C)(6), FLORIDA STATUTES; AND, AS PERMITTED PURSUANT TO SECTION 2-367(E) OF THE CITY CODE, WAIVING, BY 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; AND AUTHORIZING THE CITY MANAGER TO TAKE THE FOLLOWING ACTIONS TO PROCURE THE NECESSARY EMERGENCY DESIGN AND CONSTRUCTION SERVICES FOR THE PROJECT, PURSUANT TO A NEGOTIATED DESIGN-BUILD CONTRACT: 1) PREPARE, WHETHER THROUGH THE CITY'S PUBLIC WORKS DEPARTMENT OR THROUGH RETENTION OF AN OUTSIDE DESIGN CRITERIA PROFESSIONAL, AS DETERMINED BY THE CITY MANAGER, A DESIGN CRITERIA PACKAGE (DCP) WHICH COMPLIES WITH THE SPECIFICATIONS SET FORTH UNDER SECTION 287.055(2)(J), FLORIDA STATUTES; 2) UPON COMPLETION OF THE DCP, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND, IF SUCCESSFUL, EXECUTE A DESIGN-BUILD CONTRACT, WITH A GUARANTEED MAXIMUM PRICE (GMP) FOR THE REMAINING WATER, STORMWATER, LANDSCAPE AND STREETSCAPE IMPROVEMENTS FOR THE PROJECT, WITH THE FIRM OF LANZO CONTRUCTION, CO. (LANZO), WHO, AS THE CITY'S CONTRACTOR CURRENTLY WORKING ON THE PROJECT UNDER THE CONSTRUCTION CONTRACT AUTHORIZED PURSUANT TO INVITATION TO BID NO. 060-2013TC (ITB); AND 3) FURTHER AUTHORIZING THE CITY MANAGER TO TERMINATE, FOR CONVENIENCE, THE REMAINING PORTION OF THE CURRENT CONSTRUCTION CONTRACT WITH AND REQUIRING THAT, AS A CONDITION OF THE NEGOTIATED DESIGN-BUILD CONTRACT, A RELEASE OF ALL CLAIMS AGAINST THE CITY UNDER THE FORMER CONTRACT; WHERE THE COMBINED SUM OF THE NEGOTIATED DESIGN-BUILD GMP AND THE AMOUNT NEGOTIATED AS PART OF THE SETTLEMENT OF THE EXISTING CONTRACT SHALL NOT EXCEED $6,836,940.74 WHICH INCLUDES THE $2,586,940.74 CONSTRUCTION AWARD VALUE OF THE CURRENT LANZO CONSTRUCTION CONTRACT AND THE PROPOSED DESIGN/BUILD AMOUNT OF $4,250,000. r Commission Memorandum—Sunset Harbour Pump Stations Improvements Page 2 of 2 ADMINISTRATION RECOMMENDATION The Administration recommends adopting the Resolution FUNDING Funding is subject to the FY 14/15 being approved by City Commission. Amount Account Number $1,159,344 420-2322-069357 Based on timing of the project, we are reappropriating from the North Shore Neighborhood to be refunded from the next Water and Sewer bond issue $3,090,656 431-2324-069357 Based on timing of the project, we are reappropriating from the La Gorce Neighborhood Capital Project to be refunded from the Storm Water bond issue $4,250,000 TOTAL As a result of the timing of this project, we are reappropriating $1,159,344 from the North Shore Neighborhood Project that is not yet ready to be awarded. The reappropiated funding will be replaced from the next Water and Sewer bond issue. As a result of the timing of this project, we are reappropriating $3,090,656 from the La Gorce Neighborhood Project that is not yet ready to be awarded. The reappropiated funding will be replaced from the next Storm Water bond issue. BACKGROUND The current construction contract with LANZO (the one awarded pursuant to the ITB) is a straight construction contract, requiring the Contractor to proceed based on the Consultant's design, as the engineer-of-record, and does not allow for a "design" component, which would, should the City determine, allow the Contractor to undertake the design of the Stormwater system and the neighborhood improvements along 20th Street. Any subsequent agreement to for the provision of design services is subject to competitive bidding under Section 287.055, Florida Statutes (also known as the "Consultants Competitive Negotiation Act" or CCNA). Consequently, any desired design of the Stormwater system, under the existing contract structure, would either have to be undertaken by other Consultant, as the engineer-of-record, or re-bid. The Administration recommends that the Contractor be used for the design-build of the Stormwater system along 18th Street and the neighborhood improvements in the Sunset Harbour neighborhood along 20th Street. The Contractor is currently finalizing drainage installations within 20th Street and is scheduled to be completed with all drainage improvements by the end of this month. The inclusion of the Stormwater improvements for the 18th Street area will also contribute to community relief with an improved level of service. In the alternative, it is critical that the Administration be able to immediately avail itself of a process which would enable it to: 1.) retain LANZO to perform the necessary design services and any other corrective actions; and 2.) I Commission Memorandum—Sunset Harbour Pump Stations Improvements Page 3 of 2 continue with construction of the Project with minimal or no disruption and/or interruption. To that end, the Administration has been meeting with the City Attorney's Office to determine the most practical approach which would allow the City to meet the afore stated goals, while complying with public procurement laws including, without limitation, the CCNA. While the CCNA requires municipalities to publicly bid certain professional services, including architecture and engineering services, this requirement can be waived in cases of valid public emergencies. In this case, the Administration believes that given: 1.) current conditions, both at the Project site and within the neigh_ borhood; 2.) the potential community hardships, quality of life issues, potentially aggravated due to a postponement of the current work in order to undertake a procurement process; and 3.) the fact that this contractor is already performing work in the area, the City Administration, in assessing the totality of factors giving rise to this situation, believes there is ample support to find that a public emergency, necessitating a CCNA waiver of the bidding requirements, exists here. For example, if the City Commission does not waive the public bidding requirement (as both the CCNA and City Code allow it to do, the alternative approach would be to issue an RFQ to obtain a design consultant to revise the Stormwater system; provide the new design consultant with an adequate amount of time to re-design and permit the Stormwater system; and then procure another construction contract through the standard bidding process. It is estimated that this alternative could potentially take an additional twelve (12) months. Given that the facts do indeed support the existence of a public emergency, to the extent that a waiver of the bidding requirements under the CCNA is justified, the Administration recommends the following course of action: 1. That the competitive bidding requirements be waived by 5/7ths vote as permitted pursuant to Section 2-367(e) of the City Code, finding such waiver to be in the best interest of the City, and that the City Manager be authorized to take further actions to procure the necessary emergency design and construction services for the project, via a design-build contract, including authorizing the preparation of a Design Criteria Package (DCP) which complies with the specifications set forth under F.S. 287.055(2)(j) (whether through the City's Public Works Department or through retention of an outside Design Criteria Professional, as determined by the City Manager); 2. That upon completion of the DCP, the City Manager be authorized to negotiate and, if successful, execute a Design-Build contract in a not-to-exceed amount [essentially, a Guaranteed Maximum Price (GMP)] for the remaining water, Stormwater, landscape and streetscape improvements for the Project, with LANZO (as the appropriately licensed Contractor who is most qualified to undertake the Project under the proposed Design-Build contract because LANZO is currently under contract to perform work and is currently working on the Project); 3. That the City Manager be authorized to terminate, for convenience, the remaining portion of the current construction contract with LANZO and that, as a condition to the City and LANZO's execution of the negotiated Design-Build contract, the parties enter into and execute a settlement agreement and release of all claims against the City under the former contract; and 4. That the total sum of the combined negotiated Design-Build contract and the negotiated settlement release of the existing contract be capped at $6,836,940.74 (which includes the Commission Memorandum—Sunset Harbour Pump Stations Improvements Page 4 of 2 $2,586,940.74 construction award value of the current LANZO construction contract and the proposed Design/Build Project amount of$ $4,250,000. The above recommended alternative would absorb the majority of the delays attributed to the redesign of the storm water system, keep the Contractor mobilized on-site; and only extend the construction schedule six (6) months, bringing the new anticipated Project completion date to May 2015. In addition to the immediate time related benefits realized by keeping the current Contractor on- site, there are also inherent benefits in having LANZO finalize the improvements of the Project via the Design-Build method. LANZO has invested a substantial amount of time and effort researching every aspect of the Project. It has a working knowledge of the area, the community, and the challenges lying ahead. The current Project team has overseen several major capital projects throughout the City. Most importantly, LANZO is immediately available at this time, as they are currently mobilized on the site, and are willing to work with the City to minimize the impacts to the community. The proposed Design-Build contract shall incorporate all remaining scope of work elements of the Project, and provide any additional scope of work required to modify the current construction documents, as required by PWD under the original scope, and construct a permittable storm water system. In general, the water main improvements and lighting improvements within 20th Street shall be completed, in their entirety, as part of the current construction.contract. It will be required to finalize and place into service those portions of the water main installation work that has been completed, to-date, as part of_the current construction contract. The remaining scope of work will be performed as part of the proposed Design-Build contract. This scope of work includes, but not limited to, the following: 1. The Stormwater improvements, Along 18th Street; 2. The watermain improvements along 20th Street; 3. The paving and hardscape improvements within 20th Street; 4. The landscape improvements within 20th Street; 5. The lighting improvements along 20th Street; and 6. The irrigation improvements within 20th Street. As a condition to the City and LANZO's execution of the negotiated Design-Build contract, the parties shall enter into and execute a settlement agreement that will release the City of all claims pursuant to the current construction contract. The exact amount of the settlement agreement shall be determined based on the actual cost of the Work performed through the date of termination of the current construction contract. In no event shall be the combined amount of both the current construction contract settlement and the Design-Build contract exceed $6,836,940.74. The above stated conditions have been reviewed with LANZO. (see attachment No. 1: Letter from LANZO dated September 12, 2014). The City has a contract agreement with Lanzo Construction Co. for work associated with the reconstruction of Pump Station #3, which includes the installation of a new pipe drainage and structures in the 20th Street right of way. The City has commenced survey and geotechnical evaluation for the neighborhood improvements in the Sunset Harbour Neighborhood. The proposed Design/Build contract will allow for some of these neighborhood improvements to be completed along 20th Street while the road is already open for construction. Improvements include additional parking (referred to as a typical section), landscaping, lighting, water, sewer, drainage and paving. Flooding on 18th Street, from West Avenue to Purdy Avenue will also be Commission Memorandum—Sunset Harbour Pump Stations Improvements Page 5 of 2 addressed with the installation of a new 42-inch stormwater drainage pipe, allowing for Pump Stations No. 1 and No. 2 servicing this area. All other improvements to this street will be part of a future neighborhood project. Flooding on 18th Street, from West Avenue to Purdy Avenue will also be addressed with the installation of a new 42-inch stormwater drainage pipe, allowing for Pump Stations No. 1 and No. 2 servicing this area. All other improvements to this street will be part of a future neighborhood project. COST ANALYSIS Lanzo Construction Co. has submitted a cost proposal in the amount of $4,250,000 (Attachment) for an additional scope of work which includes the reconstruction of 20th Street by raising the road approximately 9" (addressing sea level rise concerns), the replacement of the existing 20" water main, the replacement of an 8" water main, lighting, landscaping, irrigation, and a new storm water drain pipe on 18th Street. The City's Public Works Department has reviewed the proposal and the cost breakdowns and deems the cost to be fair and reasonable. CONCLUSION The Administration recommends adopting the Resolution Attachment— Lanzo Construction Co. Cost Proposal JLM/MT/ETC/BAM/JR TAGENDA\2014\September\Public Works\Sunset Harbour Pump Stations Improvements 093014 Memo.doc 1 7ULANZ0 CONSTRUCTION COMPANY Dellvft susWbable ln8wbudme safe= Pot&V=wig act September 24,2014 Bruce Mowry,Ph.D, ,P.E. City Engineer City of Miami Beach,Florida Public Works Department-Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Reference: Sunset Harbour Pump Station Retrofit—ITB No. 60-2013TC Sunset Harbour Re-Design Proposal Design and Construction of Sunset Drainage Improvement Change Summary Revised 9/24/2014 Dear Bruce, Please find below and as attached a summary of the proposals you have requested for additional improvements to Sunset Harbour. Item Activity Total 1 20th Street Water Main Replacement $ 1,119,344.00 2 18th Street Drainage $ 664,256.00 3 Water Quality Structures PS1, PS2,&PS 3 $ 562,331.00 4 20th Street Improvements $ 1,837,477.00 5 Landscape Allowance $ 50,000.00 Total With Allowance $ 4,233,408.00 We have included all of the separate proposals,applicable scopes, drawings and quantity take-offs.I am available to meet with you to answer any further questions you may have. Sincerely, Michae Bone,Vice President Lanzo Construction Company Attachment(s) CC: LCC/File 125 SE 5T-'Court Deerfield Beach FL 33441-4749 Phone(954)979-0802 Fax(954)979-9897 www.lanzo.net Z A111M LAIM Li CONSTRUCTION COMPANY far 6MOMWIs a maunma September 24,2014 Bruce Mowry,Ph.D,P.E. City Engineer City of Miami Beach,Florida Public Works Department-Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Reference: Sunset Harbour Pump Station Retrofit—ITB No. 60-2013TC Sunset Harbour Re-Design Proposal Remove and Replace 20 Inch Water Main on 20'h Street Revised 9/24/2014 Dear Bruce, Lanzo Construction Co.,FL.,proposes to design, permit and construct the water main replacement, on 201' Street, from Alton Road, west to Purdy Avenue. The scope of work is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit breakdown sheet. All work per City Standard Details and as summarized below. 1. Install 20"DIP from Alton Road to West Avenue. 2. Install 12"DIP from West Avenue to Purdy Avenue. 3. Install 20" DIP from 20" Main South on West Avenue Approximately (40) LF Tie-In Existing Service,Capped for Future Extension. 4. Install 8"DIP from 20"Main South on West Avenue Approximately(40)LF Tie-In to Existing 8" Water Main. 5. Install 12" DIP from 12" Main South on Bay Road Approximately (40) LF Tie-In to Existing Services. 6. Install 8" DIP from 12" Main South on Bay Road Approximately (40) LF Tie-In to Existing Services. 7. Install 12" DIP from 12" Main South on Purdy Avenue Approximately (40)LF Tie-In to Existing 20"Water Main. 8. Remove all trees. 9. Maintenance of Traffic and Allowance for Police. 10. Remove and Replace All Unsuitable Material per City Standards. 11. Remove all Abandoned DI Water Main,Replaced by the New DI Water Main. 12. Reconnect All Services. The Design and Construction duration is(180)days from NTP. Total Lump Sum Price$1,119,344.00 S Lanzo Construction Company Attachment(s) CC: LCC/File 125 SE 5TH Court Deerfield Beach FL 33441-4749 Phone(954)979-0802 Fax(954)979-9897 www.lanzo.net 8/27/2014 2:29 PM New WM along 20th Street PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT NEW WATER MAIN ALONG 20TH STREET General Conditions I LS Engineering/Design 1 LS 20" DIP WM Restrained Including Fittings 500 LF 12" DIP WM Restrained Including Fittings 988 LF :8"DIP WM Restrained Including Fittings 300 LF De-Muck Pipe Line 1,179 CY Tie into Exising 20"DIP 1 LS iTie into Exising 20" W/12"DIP --- l LS_— 'Tie into Exising 12" DIP 2 LS_ :Tie into Exising 8" DIP_ _— 2 -1 LS i------- __ ....._..... rr -�---- _._ 4 _ EA 12"GV 6 EA .8"GV - 8 EA ARV w/Precast 2 EA Fire Hydrant w/GV 5 EA 2" Water Service w/Box 24 EA Remove and Dispose of existing 20" WM 1,175 LF Remove and Dispose of existing 12" WM 200 LF Remove and Dispose of existing 8" WM 200 LF Remove and Dispose of existing 18"Storm FM 90 LF .Existing Tree Removal _ l _ LS iSample Points �_ _ _ 6 ;_EA _ Fill& Flush Assembly —__ __ _ _ 2 EA_ :Allowance for onsite Police ! 40 — DY LANZO I, P011 AW9 Bid Sheet WM 02 JD.xlsx fi : _.' a ;ate x..� u zti a:Sz 'c •z�.3m`�£ MEN SME •qc gm 4 �r > � e z .3' AAA e' 4; .a �• :t.;' .�V, aM.v �� X24•`" 4[ •.;'gym:°4>. � ,��: :.: . \°L oM;�yv. �c flP 2 s� � .. 3' `a F 6 Vii. .. n AlL Z U CONSTRUCTION COMPANY �sustehaDfe adrarre sof�rtlons farce wngw{s cwmma fees September 24,2014 Bruce Mowry,Ph.D,P.E. City of Miami Beach,Florida Public Works Department-Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Reference: Sunset Harbour Pump Station Retrofit—ITB No. 60-2013TC Sunset Harbour Re-Design Proposal Design and Installation of 18"'Street Drainage Revised 9/24/2014 Dear Bruce, Lanzo Construction Co., FL., proposes to design, permit and construct the drainage, on 18th Street, from West Avenue, west to Purdy Avenue. The scope of work is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit breakdown sheet. All work per City Standard Details and as summarized below. 1. Install 42"RCP from West Avenue west to Purdy Avenue Tie-In to Existing. 2. install(3)84"x 84"junction Boxes. 3. Install(1)60"Round Catch Basin. 4. Replace Damaged Curbing and Sidewalk. 5. Patch Pave Damaged Asphalt. 6. Remove and Replace all Unsuitable Material per City Standards. 7. Maintenance of Traffic and Allowance for Police. The Design and Construction duration is(130)days from NTP. Total Lump Sum Price $664,256.00 Sincerely, A) r Michael R.Bone,Vice President Lanzo Construction Company Attachment(s) CC: LCC/File 125 SE 5TH Court Deerfield Beach FL 33441-4749 Phone(954)979-0802 Fax(954)979-9897 www.lanzo.net 8/27/2014 1:43 PM New 18th Street Drainage PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT DRAINAGE ALONG 18 STREET DRAINAGE -General Conditions LS Engineering/Design 1 LS Install Catch Basins 60" RD i EA Install Junction Boxes 84"x84" 3 EA :Tie in Existing Drainage to New Box 4 EA Drainage Pipe 42" RCP 640 LF De-Muck Pipe Line 2,368 i CY Asphalt 2"Thick S-III .448 j SY Black Base 5" 416 SY F Curb-Red 488 LF 'Sidewalk-Red i 2,92$ SF MOT/Detour and Barrier Wall _ . . _ _ 1 LS _ Allowance for onsite Police 50 —DY J I ,LANZ`' P011 AW9 Bid Sheet 18ST 02 JD.xlsx S. y cl Ti lz IL t RC Box V lo Ile ZO uj 1p IA JJ PIN 7. o. Lu is 0 cn o 00 co 7 CIO LLJ CID lop 000p / 133HS 3=S Jo IMW AO Lo Mm 7 d V)0 0- —————— c)3: 0 ,�Lj'd Al m sa A C6 z + z C� .13 4A (u ui + u: x�z­ _M7�wmam I Rl I Ira, -- ---------------------- --- ------ --- ""Xw B" ---LUTO �j -:5Z N", 1p ;A 5; —LO ce d <m z (n ------- 1.3 V) .I I I.,"E." 11 Pa 1"F ul 1N <M 0 5; D co (36 1 0 (n 0 0 )c CL z C) LLJ _j J LLj 0 cq C, + o+ z 0- < --N A.4 S2 Apm .0 IA + zi 10 F—_ o Lu m > 10000' Ej- z C) + co T. .0000".. o. w 0 z D F In. i"0001 Z' LANZO CONSTRUCTION COMPANY veliu�ring aasfa►nseAe bmas�ructius sa►etlona AW mmam*t cmunumms September 24,2014 Bruce Mowry,Ph.D,P.E. City Engineer City of Miami Beach,Florida Public Works Department-Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Reference: Sunset Harbour Pump Station Retrofit—ITB No. 60-2013TC Sunset Harbour Re-Design Proposal Design and Installation,of PS 1,PS 2,and PS 3 Water Quality Structures Revised 9/24/2014 Dear Bruce, Lanzo Construction Co., FL., proposes to design, permit and construct water quality structures for Pump Stations 1, 2 and 3. The scope of work is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit breakdown sheet.All work per City Standard Details and as summarized below. 1. PS 1 Relocate Existing 6"Water Main. 2. PS 1 Install Contech CDS5640-10-C(I O'Diameter)Water Quality Structure. 3. PS 1 Install Connecting 24"Drainage Pipe. 4. PS 2 Relocate Existing 6"Force Main. 5. PS 2 Install Contech CDS5640-10-C(I O'Diameter)Water Quality Structure. 6. PS 2 Install Connecting 24"Drainage Pipe. 7. *PS 3 Install Contech CDS5653-10-C(I O'Diameter)Water Quality Structure 8. *PS 3 Install Connecting 42"Drainage Pipe. 9. Maintenance of Traffic and Allowance for Police. 10. Replace Damaged Curbing and Sidewalk. 11. Patch Pave Damaged Asphalt. 12. Remove and Replace All Unsuitable Material per City Standards. The Design and Construction duration for PS 1 and 2 is(120)days from NTP. *The design and construction for PS 3 is(30)days after the removal of the existing 20"water main. Total Lump Sum Price $562,331.00 Sincerely, r Michael R.Bone,Vice President Lanzo Construction Company Attachment(s) CC: LCC/File 125 SE 5'H Court Deerfield Beach FL 33441-4749 Phone(954)979-0802 Fax(954)979-9897 www.lanzo.net 8/27/2014 1.46 PM New Defender Boxes PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT DEFENDER BOXES VARIOUS PUMP STATIONS IN SUNSET General Conditions 1 LS Engineering_/Design 1 LS _ Pump Station I-&2 Defender Boxes — _ - 2 .- EA Pump Station 3 Defender Box 1 EA .Hazardous Waste Removal and Replacement PSI 58 C_Y De-Muck Pipe Line _ _ _ I _ 130 --� CY ;Relocate 6"FM 2 locations —I ; LS— Asphalt 2"Thick S-111 177 1 SY_ Black Base 5" 165 I SY i F Curb-Red 80 LF ,Sidewalk-Red 400 SF Allowance For onsite Police 25 DY LANGO P011 AW9 Bid Sheel DEFEN 02 JD.xlsx oa rair N C N EID, . .a... 9. F ,,, OL wa r- _ 111 7Q o 1 ;..._ .. 1 .. WM u I _ yy s so }, o O 2 Y M 6F -- ,,._�!-..._ _ .:'.- -fir-_ •. ,..- r -1. y _ t • e! f IT 0 LLJ a Lu ~ Qz Z U� - W 9pw CL uj I r J { I 1 Aw w.... I 1 ( L I - I - O z ( C LLI t �� , ( ; } Z too =m r—T t- - Z H Ra ZQ t�5p Y 7hU' - �a 1 ( OV a t 1 �tL LLI va a $.0p z ! �. I { CL� �tl ( r } d co D I...,.a. + ! — z .... __. + W_ ac w - f j « gg W JOZ LL ._... i OL Uj 4aa , - I 200 O1 u oa`� N! O N q iD OD O t , VT cn W o Otl AY8 N � CJ - � t +c ��, y�r4 � _. O v LL y L .4 N j m w O F. .. .. ..A Cd JLU O�yyu x+Ow •{{.-,..t °ice U�,OgS� U'K t F t tLj D�( PS fg Qs i u' vtR , `' ter "!s t I E N fl � a ,11' } �. < . : 4 I A t r } I { I y v z AI LU S g rn Ja o� w� o rq� T-LL a �� LU � z o Za odw `�o ra .. m= }E e 1 z S,, M.n> rn a Oo N 006 W�a i '3 ZI3 Y -- r try t s if LLI x z m yr i J c p U » r r i f ! z p W W 0- 6 w a a¢ u°-' fit" '' {- `- •- -r ` t j ° oom .0.6 �w �U x�-i { r .$ 1 (� I'-LL 06 f i I p CL l I ... a :.. ..._ I Iui * r z- - i i i ;; •" V Y g :. -fir -, 4 o w a F -41 NN- ._. . ....._ __..F. :i > .�O z¢Wpa w W n a u � oo�� Z IL . Z w U z O t O N Ni ! i � cm t4olw _.._.................1... !.. vs w �i •i •• y azi z d> W � LnA�N tq n� �i •�.. CY • *b I f 1 1 In N i ( I %'ON 133HS 33S NouvnNUN00 2104 uj 1 FL, J LL po � OJ w ..f �xxW. *� F f �04 z�' v! y�a� to °leeil ; AIL' a t 9'' Fe N ---- -- MiL !3 LLJ LL rn m F. w OR Q µ `t+II /� • O i �i1 V N¢Q1 f? IT poll To Zf a uj ` Bill[ -y Wm� C� 1 7 LL� I LL O' I I • 1 y ........—..... f ---..._..t... _._... NI a:4 pZ!!� .......�... ra �. 9 r • s w CL 0. a. ' t, 1 QQ 1 m �7 i N .V ` 1 Q1.I .Z Si 1 m ° Off" S I ; m e: I o g i $ d to - -- `--- -- O o U d W' Oa i j t; T 3 F a d Oa Nih;�£ W - -_ __ ---- —-- -- Z CL IL N1 di m ? Z r 0 F !1 1 4 v gn I 1 a�•�iI i i i .{. x �L g N � s1 1 d LIJ lI IL d -- --n--- __ co o l T 1 fl t $S'9 qvm ! t'EE eit , o »$W Q; • 1 00'OL+9Z'd1S 3Nl'I H01dW _ „��" d odd9 N i 1 1 ,e LANZO CONSTRUCTION COMPANY netrre, b„setnsre inagsftchn mguffaw Bfr bmamowig ammuWaffs September 24,2014 Bruce Mowry,Ph.D,P.E. City Engineer City of Miami Beach,Florida Public Works Department-Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Reference: Sunset Harbour Pump Station Retrofit—ITB No. 60-2013TC Sunset Harbour Re-Design PrTosal Design and Construction of 20 Street Improvements Revised 9/24/2014 Dear Bruce, Lanzo Construction Co., FL., proposes to design, permit and construct the 20'' Street Improvements. The scope of work is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit breakdown sheet.All work per City Standard Details and as summarized below. 1. Remove Existing Pavement and Raise Road Elevation per Attached Drawings. 2. Remove Existing Curb and Sidewalks. 3. Installation of Geofabric. 4. New Black Base. 5. New Asphalt Roadway. 6. New Curbing. 7. New Sidewalks. 8. Brick Pavers in Roadway Only. 9. Maintenance or Traffic and Allowance for Police. 10. Pavement Markings and Signage. 11. Drive Harmonization. 12. Street Lighting(Per DCP and APEX Visionary LED Lighting) The Design and Construction duration is(90)days after the removal of the existing 20"water main. Total Lump Sum Price $198379477.00 Additive Allowance for Landscaping $509000.00 Total Price Including Additive Allowance $1,8879477.00 Sincerely, Michael R.Bone,Vice President Lanzo Construction Company Attachment(s) CC: LCC/File 125 SE 5TH Court Deerfield Beach FL 33441-4749 Phone(954)979-0802 Fax(954)979-9897 www.lanzo.net 8/27/2014 1:34 PM Raise Road along 20th Street PAGE 1 OF 1 ITEM: DESCRIPTION j QTY i UNIT 4 ROAD BUILDING PAVING AND HARI)SCAPE ON 1 ; 2__0T_H_ ST _ �- Engineering/Design _ 1 LS Asphalt 2"Thick S-III 5,513 SY Black Base 5" 5,774 SY Stabilize Subbase 12"and Install Marifie Paper 5,774 SY Brick Pavers in Roadway(Concrete Pad with Collar) 3,266 SF Drive Way Aprons 1,496 SF F Curb-Red 2,278 i.F Valley Gutter-Red 1,137 LF Sidewalk- Red 18,790 SF Monolithic Curb and Sidewalk _ l LS - Thermo Striping 6" - - —- .-6,820-- L F !Thermo Stop Bar 18" 78 LF Direction Marking(Turn Arrows) 1 __ LS Project Sinage LS :MOT!Detour and Barrier Wall _ 1 LS Remove and Dispose of Asphalt 3"Thick& l"Temp, i 667 C — P _... ._:Remove and Dispose of Concrete wl Rebar 51.4 CY _ Adjust Rim and Valve Box Elevations to Match _ l LS Allowance for onsite Police ' 60 DY k J, hL1`l1r � P011 AW9 Bid Sheet RD 02 JD.xlsx 8/27/2014 11:48 AM New Drainage for Raising Road along 20th Street PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT DRAINAGE ON 20TH STREET Install Catch Basins on Bay Road 2 EA ------- - ------ ............_........ .. -—: Drainage Pipe 24"A2000 Pipe ; 80 LF De-Muck Pipe Line 65 CY E][LANZO P011 Aw9 Bid Sheet DRN 02 JD.xlsx 8/27/2014 1:50 PM New Lighting along 20th Street PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT STREET LIGHTING ON 20TH STREET Engineering/Design _ .._ __ __ -- —._... — --- --- ..__._..... 1 _� LS F&1 2" PVC Conduit,Pull String&Detection Tae 2,500_ LF F&I#6 Wire 2,500 LF_. F&I Connection Point with Pole,Can&Disconnect ] EA F&I Poles&Fixtures l2'Mount for Sidewalk 54 EA �F&I Poles&Fixtures 12'Mount for Sidewalk f 20'far RD 20 EA 13x24" Hand Hole.Quazite 74 EA '•1,LANZO POl 1 AW9 Bid Sheet EL 02 JD.xlsx 8/27/2014 2:31 PM New.Landscaping for 20th Street PAGE 1 OF 1 ITEM DESCRIPTION QTY UNIT Landscaping along 20th Street Engineering!Design 1 LS Mimusops(Street Tree) 14 EA Ficus(Green Island) 200 EA Irrigation Excluding Water Supply or Control,Just Heads l - LS Soil for new Trees 130 - CY :Remove Trees Large 3 EA ........ . . .._.. ..... _._ __ _..._ ... Remove Trees Small 5 ., EA Tree Trust Fund DERM Allowance l LS ! P011 AW9 Bid Sheet LS 01.xlsx V� w fE T �• �r u� :•,;mot,�:•;, ` � `�, I�.•..ijj a ;'.' '.?� .. �' E LQ� oil s y t M i 3r E pi Fi EEF if ilk t.t!t�i _ • yy. • iC '� •�:•::�:':�`�\ ���\\ L�CCU\\\\�\..���\`!E�� ' � • 401MMOMOW- n a \'` ilk • • 4 4 eeeeeo I. wr .5 V) gzo 0 z 0< N onhiSNOD H3(lNn OLL ............ 0 1105 0 Oz<, • � a 7 z C) <Z En z -01 �klILL in 4 ;,�..�• - �•���i_© siE�1►�1t��u�. ".�iFSi�s":�,� ,:m��acrsinarali � � All ' R. MINIM -i. � �C?ef� s��r.���I�r■��L`������ � 1 1'Sj C I!r-a„ r�i e=._._.�_ E'� t _ L_ �,s �'w • '�.wie� � � t =1All!!/�1�►li���111!\�/�Il�"\wl�►�irA��tM�" \\'1���1 `������ • , w�iC'i�lit'elwli Tul®��-� �..��>•���ta�fi�s��� �-��.��_s�ra�cs� �� �I Il �_ i g,l�ll,lr'�+��'sR:��:xn►.•rr- \ _ 004 � ONaii,i��� ter..•_ .:a�iy._ �w�.� _-..a 3.,� �' i►�V, =� ►W, Vii► I - a v � �� �1►uv�i _�-,:. .r �i�O\� \ t���� [Gil`/ ■�� ��..�����[ ��`�n.�:7fi.�r1�' \�\��i■ i�IL��r■�� '\\\\��� ��� I� DO bill I�I ;.�"�. �� �•:--�.�..� i �_.:..- nom.... --��: .l�lR.i;�[�Q �ltQ \�� �11��!e ��/I��i�V�11�1f���A•� ��I X11►,1.�.,� �i/ \M �\lL:V 77 7" � /\.:"\►- --JII -- r c\\a�\� -_Jtn1/_O/��\\,w _ l; '� �GI I ��it%%�'.�9��irt4!\c�ian:►`�:ii�®�., ♦�<:i�r °�.:«�L��,1' j �l� ��l`��a�l��� ��►al��S ellllw� __� �► A M�[i �nomJVH .iDsNns Nt»d JNIAVd 4 N 1332Jis 4loz o N a r I ¢�; HOd�B IW`dlW �O JlllO Z ,N y 103f02id 31111£NIMWO z 0 _U �co N 1 Iv1Nno� C O ® ® ® U :.............._._....................._...._...._................................................................................., a SN3AVd'ONOO ® \� 3 vJ ti • so p i t' *r lL i •--� , 1N3W3AVd'HdSV 1 �Il S u l 0 Z 1N3W3AVd N CL NVI03W SStlNO U 1N3W3AVd' SV 0 1 a., ui c !3t S83AVd'ONOO cr g N l S . � W i ----------.... .............--........-... - - --._.....-._...-.._................... --- - - V........y-L......7f;C7w t. ....-. .................... ..... --- ........._......_.........._._._......._._....................................-- .................................._.._._..........._.._. _._._...................-----------------------------..............-............_.......................................................... Z£ L£ 0£ 6Z 9Z LZ 9Z a p =Q J =Q c�3 x< ~ 2V) m 'x n 1N3W3AVd U In m ® 'HdSV N N ® ® ® ZW U(r ® ® ® ® ® ® ® 1 + O HdSV HdSV w IQMAV 1N3W3AVd ®® ® ....._.......--- ® ® ® VJ it 'HdSV - - - - NV103W 3s 1N3W3AVd'HdSV Q R - - .... o - --.. 1 SN3AVd'ON00 _ w SN3AVd ' W ----------- $' N J Q i i0 z m pp 1F (V x ................. -..............................................................................................._..................--- -..........-------......_.., d Ir 1N3W3AVd o ® 'HdSV z J _ _ \ Tf• U ` 1 ® ® X11 _O .............94 m s ® ----- C ® r i m FKHdS!L—- - z: _ --.-.-. ® 1N3w3AV , E HdSV- CL ® N Z 1N3W3Atld'HdSV ® I v Cl) Q U 1 CL • ui i w mY` $' �v g o 9 Ui +� E$ J O ' J