Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Attachment C: Consultants Response to the (RFP)
1 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) Contact Person/Managing Design Contact: ,�.�� Employee: Greg Mendez, P.E. Rene Castillo, Sr. gmendez @chenmoore.com CHI N�MOt► RE ReneSr@ric-man.us 155 South Miami Avenue, INT'L 1NC. 5246 SW 8th St,Suite 1o2-D Penthouse II-A Coral Gables, Fl 33134 Miami,FL 33130 asEaC�+. Phone:786.505.6601 Phone:786.497.1500 &ASSOCIATES Fax: 954.426.0717 Fax:786.497.2300 <� - __.sue. _•3. ` 'r.-.:01,* .1. tomer.p.‘::041/ "..atorpArl______:_• ..:.•..7 - , .- . 3ll>! • 7 ' �..' ' %.-� �-^.. -.L` ' tip - r :. - Lt. -~ F - '..; it*re Millillig:' MEM 41._ � .■ alit f iire.E� 3 r sr- 3 Or hr illip. ' Pr'. City of Miami Beach et::11 REQUEST FOR PROPOSALS DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 8 : CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS RFP No . 2015-133-YG Due: June 23, 2015 3 p.m. Executive Summary Al CHEN MOORE Central Bayshare South Right-of-Way InlrBStruCFure 4mprovemeaf5 RFP No. 2015-133 YO INT�INC. �� 5246 SW 8th St, Suite 102-O Coral Gables, Fl 33134 Phone:786.505.6601 IN?'L INC. �E'ANO B£ACN.f10 4)1' June 19,2015 Yusbel Gonzalez,Sr. Procurement Specialist DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 Re:DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.8:CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS RFP No.2015-133-YG Please find,following this letter,our proposal for the referenced RFP.We have assembled a team of highly qualified individuals from Chen Moore and Associates(CMA)and Ric-Man International Inc.to make up our Design-Build team.Our intent is to provide the City with the opportunity to select a team who is capable of delivering the quality service the City requires. Our team's goal is to surpass the City and resident expectations in delivering the improvements proposed for Central Bayshore. RMI has a 3o-year track record of completing projects successfully in South Florida.Over the last ten years,RM I has successfully completed several difficult and high-profile projects in Miami Beach.These projects are in excess of$75 million spanning over 25 projects.While we have encountered the typical issues that can be expected with utility construction,we have completed all 25 projects without any issues,litigation or threats of litigation. Additionally,we have working relationships with various sub-contractors and design firms who have working experience in Miami Beach.This prior experience in working together translates into a safe and efficient construction process. The proposed Design-Build Principal in Charge for this project is Rene Castillo.Mr.Castillo has 42 years of roadway and underground utility infrastructure construction experience.Mr.Castillo is familiar with the local permitting and design standards within the City of Miami Beach.His level of expertise will assist in streamlining the design process while providing valuable input during the early stages of design.Our goal is to provide an exceptional service to the residents and the City. The Design Project Manager is Greg Mendez,P.E.Mr.Mendez has more than 17 years of experience in planning, design,permitting,and construction management of water,wastewater,and drainage municipal projects in Florida.He has worked as a project manager and project engineer for various projects in South Florida.CMA and Ric-Man are currently working together on Miami Beach's Sunset 3&4 project.In addition,CMA designed the improvements to Sunset 1&2.When this project goes to construction,the process will be seamless because the construction on Sunset 3&4 will be ending when this project is scheduled to go to construction. We submit this proposal in response to the referenced RFP and welcome the consideration for award of this project. Sincer- Air —e Castillo Sr. President 1-2 Table of Contents Number Section Page Number Executive Summary 1-1 • Letter 1-2 •Table of Contents 1-3 • Proposal Overview 1-4 • Minimum Requirements 1-6 2 Project Team 2-1 • Key Personnel 2-1 •Organizational Chart 2-8 • Resumes 2-9 • Evidence of Prior Working Experience 2-41 •Other 2-44 3 Design/Build Firm(Prime Proposer) Experience&Qualifications 3-1 •Company Information 3-1 •Company's List of Similar Experience and Qualifications 3-2 • Relevant Experience 3-3 •Safety Record 3-21 • Dun&Bradstreet Supplier Qualifier Report 3-22 • Insurance 3-37 •WBE or S/DBE 3-38 4 Lead Designer Experience&Qualifications 4-1 •Company Information 4-1 •Company's List of Similar Experience and Qualifications 4-2 • Florida Registration 4-4 • Relevant Experience 4-5 5 Forms 5-1 •Appendix A 5-3 itiry I IOC- Central Baysaore South Right-o1-Way tntrastrectura Improvements RFP N . 2815-133-Y0 f { CHEN•MOOIRE v Proposal Overview Founded Broward County,Florida 1983,RMI has 3o years of independent private contracting experience South Florida.Working with various government agencies,including the State of Florida Department of Transportation,and counties from Indian River to Monroe,RMI has provided approximately$350 million worth of services and over 1.4 million feet of pipeline;addition,we have worked with 17 municipalities,large and small,including Miami Beach,Fort Lauderdale,City of Miami,Boca Raton,Fort Pierce,Wellington,and the Town of West Palm Beach. RM I has performed over 25 neighborhood improvement projects with up to$35 million budgets consisting of storm drainage,water mains,and sanitary sewers.RMI has installed pipelines of up to 12o-inch diameter consisting of PVC,CI,DIP,PCCP,CMP,BCMP,CAP,RCP,HDPE,clay, elliptical pipe,arch pipe,and box culverts and has performed storm and sanitary pump stations,jack&bores,slip lining,pipe bursting,micro- tunnels,as well as directional drilling. RMI is not a developer-type contractor;what we do is utility and roadwork existing communities.Our personnel are extensively experienced cautiously maneuvering through the tight conditions of neighborhood and business communities.We excel at locating and exposing utilities thereby avoiding breaks.Our personnel routinely find unmarked utilities,improving safety and reducing the impact on residents.Every one of our crews is methodically assembled with multiple construction veterans of over 10 years(often over zo years)to ensure a wide breadth of experience on every task RMI performs. We provide a safe and prosperous environment for our employees resulting dedication,honesty,and pride the work they perform. E V al w a M CHEN-MOORE Central aatrseare Su%�At-at-Way tatrastvectare Improvements REP Ia.2115 133-TO 1-4 f I l Chen Moore and Associates Chen Moore and Associates(CMA)is a multi-discipline consulting firm I with offices in Miami-Dade,Broward,Palm Beach,Martin,Orange and Alachua Counties.Founded in 1986,CMA specializes in civil and -d X''- environmental engineering,landscape architecture,planning,GIS ^1Y j ;j_ analysis and mapping,and construction engineering inspection.We are - . a Florida state and locally certified small business enterprise firm.Dr. -:111_.--: . T__ ,, Chen founded CMA believing that relationships are critical to planning, designing and constructing successful projects.The firm commits to providing responsive quality services while meeting the schedules and specific project needs of our clients. 1 r- r-II CMA actively supports various community organizations including Fir-ri nrii it Habitat for Humanity,Toys for Tots,the Cooperative Feeding Drill_ Program,and Ocean Watch,a non-profit group focused on cleaning ., I i _II_. _ and preserving South Florida's Beaches.Firm staff participates in morn `j - local professional society events including the American Society of ._1 �4 1 a Civil Engineers,Florida Engineering Society,American Society of Landscape Architects,Irrigation Association,Florida Recreation and Y Park Association,International Society of Arboriculture and the United , ' States Green Building Council.We proudly support our industry and the communities in which we live,play and work. • ,..,: '- "..." ' Our services include the following: -c • Infrastructure Master Planning �""'�^ • Pump Station Design and Rehabilitation _. • Water Supply,Treatment and Distribution Design 'I' , •: t:-:' '•- • Stormwater Management System Design and Master Plans _ • Environmental Engineering _ • Roadway Design and Streetscape 4 .,•C._1 g r I I • Traffic Calming Design 9' • Circulation&Roundabout Design - - _ . ._. • Government Permitting • Land Development • Site Development i • Site Planning I • Landscape Architecture �"" ii.4. • Hardscape Design • Irrigation Design • Park Design • Greenway&Trails Design - ' • Pedestrian&Bicycle Pathway Design r. t • Habitat Restoration e' • Wayfinding u. ;:�_- ,° • GIS Analysis and Mapping e ., • Project and Program Management _., i i • Sustainable Design and LEED Solutions i • Value Engineering �n • Utility Rate and Infrastructure Valuation Studies _ • Resident Coordination and Stakeholder Meetings ill M CHEN•MOORE Central eaynkere Sentk Right-st-psay lntrastracturs tntpraveaenis RFP Mr.2115-133-r0 Li Minimum Requirements 1.Firm Licenses/Certifications Ric-Man International,Inc. RICA SCOTT,GOVERNOR KEN LAWSON.SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD C� Y ChilliFlaismese The GENERAL CONTRACTOR Named below IS CERTIFIED ,Vn � Undo eR pro+isom of CDeper 489 FS. ExpoaERn 0688 AUG 31.2016 o,--vo0 ANELEHAN,FRANCIS P INTERNATIONAL INC j�{�� 3085 JUPITER PARK CIRCLE .�.,y�� JUPITER ?Ae JUPITER FL 33438 j'WV. AWED 06(30.2014 DISPLAY AS REQUIRED BY LAW SEA•LI40630PJ41111 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION y i,_, CONSTRUCTION INDUSTRY LICENSING BOARD cUNDSMt. ;J�r : The UNDERGROUND UTILITY&EXCAVATION CO Y: Named.FIR IS CERTIFIED -?- UnoVarpRB:AUG SI,2015 489 FS Explra6on tlah:AU 91,2016 BRENNEN,LAURENCE H °''y''0 RIC MAN INTERNATIONAL NC KY,* 111 JACARANDA COURT ;: y'..5r I ROYAL PALM BEACH FL 33011 �`ff s INURED. D•A:.YJU DISPLAY AS REQUIRED BY LAW DEG.L1IO6_0000C>ss Chen Moore and Associates StatF �_ � rida Boa I10' l :.'� , )•..�y'. _m:.b.•::'eers Cc _t 4pp[ .; is authorized under the proviss:, '-'- j.c,��._;�.. `;)��tL•.t,to offer engineering services to the public through a Profess:' .1 •- • opter 471,Florida Statutes. Expiration:2/28/2017 • f±� .9�� CA Iic No: Audit No: 228201700414 WE - 4593 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION •. •- 'I:O BOARD OF LANDSCAPE ARCHITECTURE L.C.2611=1111 2190041S The ARCHITECT BUSINESS ,C.....-, Named below HAS REGISTERED 0 I - - Under the provisions of Chapter 481 FS. Expiration date:NOV 30,2015 CHEW COORS AND ASSOCIATES,INC FOR W CYPRESS CREEK STE 630 30 FORT LAUDERDALE FL L 33309 RICK SCOTT ISSUED 09/05/2013 SEC•L10090600015E2 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY DJ E I- to > u LI Li.f I a1C CHEN•MOORE Central Baysdore South Right•ot•Way Infrastructure Improvements RFP No. 2015-133-Y0 1-6 INT"� 11C `BEALM� 5'S4X'1.11 r State of Florida Department of State I calif,'hum the words of Mts oti a tW R1C.MAN INTERNATIONAL MC.is a corporation organized under the laws of the Sore of Fond.fled en Joy 11.1983. The document walla of thus avrpowon is 048151. I innha certify that aid corporation has paid all f doer tins office through Docmber 3 1.2 0 1 3.3 10 0 4 0 0 7 0 0 0 06 1 04 7 9 00 0 04.its imam report was filed=April 17.2015.and an its suns is 8,000. I Maher certify that said corporation has not filed Articles of Duwlonoo Gtr..1 hood s Jer Gres 5r.l of A.Sao of nor s r l4a..ee.de Coq..olds W Srwarr*to flan.ION `l• ' Secretor).of State .t 1...a..............a. • ncORCP CERTIFICATE OF LIABILITY INSURANCE I anvm.e REC:NFC nnomns' t". .e°ns COMMUTE° .n COMM. e.r.K.,I�°.'a,n:MOM TM rod 91.204 00100•.,mt..anm.man• Florida Department ofTrnnsportation°^IC"'d�n'I° ""'°' ...."'000nan* rme..is... 000400.:0 A.40..0 7�.—Naa..= IN.. ....woe ran....n.=ono. .[ands rop Oaa anal W` ..W..r..amm s 24..... .c■3.2 =emu NW..Mu*.a...o0 ma Rs.Mennanal Int ea.. 110-101 o raw.tic u+a mina .30010 Tan n ve al a xnrt:wx...10.0 . py g �ptt�/.i�aytBq pY�Pp a...urn..r• 9211.�io ..n MAI ae.a$BTall0"L YfD&'.Dw tw.s 0.WM f0 SW MANKE PANVI SOCATED 1011001•0010*11.10.0 1.0R 0.100.Of Ms CMS..Oft OMR 00.01711.1.010M 10 1111101 MS o .A.is o t ano....u...o. ._.a is usiiw•.r....rr.e.e...ma: e.=tu.: . „ a.: MVO,* •wuar TO Olt.a.Hun as.tat_... amell er_ ..e..s.wau�....east eu.r.r *r.a...ta. "�. r..}_ Ej.... wu.w. Rena II It . I,; !rn=_to or wow..tosr ea so'r.:.taw.: re mu.e...flea Mtn con.yr ms aee0.mt...wt term a ■—"7fi LIB I eta en tan as ma mac.yoffir me .__ r... " r w..a rne . ;t.. %ow. .r_ Q =taw r�s�..s�t._u0 w._...:s f ten..Paniast CI 10.0.1 0. Irma:e.... e.n. .,.n wt tn....ea_tn Ym _ .... a.. n w Morn ors teat..te •... ' ■ ■ . S M.. MOS �rrta 0 0.owt.eas.n428i 0r0e.1001:40.1008000 ®x un 00000.8'.awvu.t. 0 ...wow 0.... art pN = am _ °"' f lin 1010.Ls__c_n rays.armuaT m.aawa.h¢ar ar w..n,c•.r...trr.mow:ra haw. •""�� f1R"1•CT7Pi.t__ NM w•01.1.000.PAM 0MI.S.10..071.0 nc:..:0 MO•.moose 1.10.0. "lo....etr e,..,_ nay. Ina :211.1.11611 •T.w.. Sea an..1..r .out,roe.t ew.He*..r M e:1,21..w ..e.w.er. .._alleme e. ....................... ...........1 W �..o.+e ...two.manna .......4iltlettiar OM<n.. am tor. Q-eca.._ )01,04._ ce.,..:..c rune« c..ceunna. m..e.........r.....Oen.. a.nq.o.p.•ve .us..a.raps',......•. `..p... •taaaIOh Aconu Contaw,T•.Iw.•w...r. 0000...MI m.ACORD nee sad..a..•a..emelt atMCam n3 P_ E Ill Ili > 7 V d) X W A i`, Central Bagshore South Right-of-Way Infrastructure Improvements RFP No. 2015-133-Y0 1-7 il 11R.;7 1111. CHEN•MOORE �`.ro� KTACIT RARE AND OORAT PM FT MA COM.Cep*Mfi F j CITY OF CORAL GABLES.FLORIDA CYST No n.: PECSANNO LOCAL BUSINESS TAX RECEIPT Breasosst <�Y,! ANNUAL FIRE INSPECTION FEE RECEIPT 2014-2015 THIS IS NOT A BILL-DO NOT PAY BUSINESS NAME'RIC4IRN INTERNATIONAL INC LOCATION' 5246 SW 8 ST DNA NAME FRANCIS NELENAN REG AGENT 102D CLASSIFICATION. NO.OE UNITS UNIT DESCRIPTION AMOUNT ENO,S 3W W GENERAL BUILDING CONTRACTOR OUARE FOOTAGE OF SPACE 508 VALE01LT AT LOCATION ABOVE BUSINESS TAX RECO?APq.ICAT. RECEIPT EXPIRES 0e1E12019 TNn nce.l Goes If eoa0lue N20000y to Rep,oMnat,II Inc burin M000 a Local Business Tax Receipt Miami-Dade County, State of Florida •twS V NOT A PL: -DO NOT FAA 0291330 SIC lNaaaIIEMI7OCAT,DN RENETNo EXPIRES macs RIC 22071 ST 206 INC RENEWAL SEPTEMBER 30,21 22071 ST206 6557095 moo 0.A91War90 al NW.01 MIME BEACH Fl 33141 11..1.9m tr..Ca..,.GG. C•P,a EA-Art.91,0 MC MAN NTERNATIONAL NC 196 SPECIAL P'BUILDING CCNTNA.TOR ONTwx tT 510011 Workerisl K CGC150BOpE 5273.00 08/20/2010 PPU05-14-015180 TN...1.la∎Tea aaMINU,Na.nos mono el AN IA.Elsa Tea. N.INNA1 N.ar.eram. MANNA WMlN a NYFEMw•MiN �aweM IANNA a wrrr . TIN BE®TAB.r...ANN..aeNR.Bm rFNamelN..wN.-r.._I Colo Sec•a NAerNNarA.w NNEwrlw.iIO'*MNMN BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S.Andrews Ave.,Rm.A-100.Ft.Lauderdale,FL 33301.1895-954-831.4000 VALID OCTOBER 1,2014 THROUGH SEPTEMBER 30,2015 Roast a21°�i57C>AM CCCroit (GENERAL Businoss Name:RIC MAN INTERNATIONAL INC Business TN'ype: i Owner Name:PRANCES P MBLEHAX Business Opened: 1/23/2004 Business Location:2601 NW 48 ST Slate/CounlyICert/Re9:COC1506008 DEERFIELD BEACH Exemption Code: Business Phone:954-426-1042 Rooms Seats Employees Machine. ProfossLonals Far Vending 9a91n a O„N Numbs 01 EYCNnas: Vending Typo: Tax AR0011 Denser Fee NSF FM Peery Prior Years CoMCEM Cast Toe(Paid 21.00 0.00 0.00k 0.00 0.00 L 0.0a 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is*Wed for Me prhaege oT dolly business wilhh Broward County and N non-regulabay in rehire.You must meet MI County ardor MunieiPE ty plamiry WHEN VALIDATED and zoning requirements.The Business Tax Receipt must be transferred when Me business is sold.business name has charged or you 02Ae moved Ore business location Tt16 receipt does not indicate that the business is legal Or that It is In compliance wM Sete or local laws and regu1150e1s. MSBNO Address: FRANCES P MELEIAN I6aoeipe E100-13-e0013186 2601 NM 48 ST Paid 011/21/7014 27.00 DEERFIELD BEACh, PL 33073 IC • E 2014 . 2015 to a; v v LLI LI i l`1C central Sayyhore South Right-of-Way Infrastructure Improvements RFP Ho. 2015-133-YO 1-8 ' 9 CHEN•MOORE Chen Moore and Associates State of Florida Department of State I certify from the records of this office that CHEN MOORE AND ASSOCIATES,INC. is a corporation organized under the laws of the State of Florida,filed on November 7, 1986. The document number of this corporation is J41454. I further certify that said corporation has paid all fees due this office through December 31,2015,that its most recent annual report/uniform business report was filed on January 8,2015,and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighth day of January,2015 = ;_. 4. • atiNA ' , Secretary of State Authentication ID:CC4270780969 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.orgicertautbver.html iT rts E F v't IV > U v a) X w I1',c•M Central Bayshore Smith Rtabl-ol-Way lairaslrneture Improvements REP Na.2015-133-TO 1-9 0 yin. iNC CNEN•MOORS 7-„-Dr- • 'Plate o ,/! 7(o n4, Minority, Women & Florida Veteran Business Certification Chen Moore and Associates Is certified ander the pr)\-1.--;.-.fl, 2r47 and 295 ] -k-,7 l'iri: id-IStaict,= r. , .1 ;, riod frc.r:: tO 03/10/2014 03/10/2016 . 4 , p„„, 0...e, :.::.... . - DFAIZNEVT OF NIAMGCNIF_\T SERVICES era J N elitslecretary Florida Dep -men of Management Services ""te of tto" ', m,,t,- :: e sr v• ■'_0Eso,anac e•,a, a, - •:a,i,a:.7e ,, - ,-,• 2=,;:2--c 15•w•N ye 7:1 7,, !;'e f E.' cc E C trt oi .13 IJ a; II C.---------—.1--------410 k --w . Central Bayshore South Right-of-Way Infrastructure Improvements REP No 2015-133-Y0 1 wriest CliN•MOORE 1-10 Lir" ....__ """..■!.__,—an.000°' .tell S 1_O Department M� Smell Bamw..w•rtD...4P�±m fohns,si.1 maws-sae API 15.2015 DEN I NO.4424 App.000 DMe 331/2015 000/30 Or do It Chen Expiration DM 3/31/2018 CIEN MOORE AND ASSOCIATES INC 150 SOWN Mime Are PR11a Wan FL33130-0000 Dew 7 Chen W sum•-Cede County Smart Business Devemomen■0001.a deism d IM Internal Samna Department(ISO;hew cpnotetee lilt lenwW 0!your app/cation and mlcnments aubm MO for cell mm Your ore,M oNdally candied a Mwm.Oaee County Small Buenass Enlerpns Arcnrtenlure E Enpneemg(SBEIAE)in accordance wiM 'moon 2-10 a at of Me core of Mum,-Dade County Ties iSEEAEI a45fmaiim,is vele 101 three Years drowned Met you mama•`Continuing(Dlt,/ly AMMO.on 0 telly yes•nnMMry data of Osman 311M the fuel and 0001010 YW el Me One year pored The effete,.mud suture any 01,wges or ro Wnges in yo✓fine peronent 4 your centleaen el,8,dery rl.e a/bmMr of to-trw-c Ehpbdlty As10ave annually men specific mowreng mcumem•on or before yes Am,raftry Dines lPnree to mamas,the three yeas cmndolon You rcxmed d this reepawdey in advance of the Annmenary Del.Failure to comply eM 1M and reap0n541III.s may read)11 anmed•te...on es demley Me Ism 11 at moons Mere A•maeril charge n he firm inducting but no,limned to ownership officers Breda sop.01 wd4 ASAP pe.lotlne0,dry*300,014 aiflalenls)with other businesses 01 Ine 01 Ine Nth.You mat notify 204 oMce In wn5ng wit,n.30)days Notlfiato,should Ice.uepmning 0ocumenair Yen oil .c5ve Arnim instructions from the office s to now you Mould proceed.it neacaery.Llt•100txd9 be Ole only lal0ovr 000111:atron blvd for d1•p.` fan Marna ge40aation or 001001.0 IOereMI4 donna 120 enn,r*m virrl0rAeSILPIM p,,,Ep adll W .says 000WO !002t,rna ed adynln4ueI14 argoe.00.d_Iac Mtn,SESESfomn EMI Wa1_t ES err n u.nt to the w4. You company Is c•nmM1ed in Ine ategones s nsled Lwow eff0101ng you the m0muniy is be and panap.e 1 zrcreca 00th Small Bushes Enonpnee measures Flame note MN the mammas 11000 Cl.very general ono I/O used any 0 scut our customers n OeOdtrg Ine memory fa aril.Nemm 4 mere COW.goal.You Oen N10 the hrin•ap.O.oa4 cerithcaton ped,l as tent es el other ceafied firma oe the Mlan,-Deb County ln4met Semoea Dft•10mea Small Business 0enMOm,sn 00011100 Fins Directory el the vs*4^•/+eretsle m-yduea/S:ASOSart; :allot o—JfIGIemlaa Them you for you.,merest in long dimness with Mum:Dade County &merey 500 Secnm Cho! 0.4.Buses DaoYtpmenl Olvism yM* Nft N 3•011 Miami-Rude County AMI a•e eSew .SW. MIswwww F. 6mP lntrnsol Services Department Mr1a-Oed•Canes.PMarle - Seatenee.et of-Technical Cert(/iontian Categories WORM Dee •Cepere nerd ARCHITECTUREIENGINEERING(AIE) PRE.QUALIFICATION CERTIFICATE Firm CIEaMOOME Amp•carrutfs MC TM Seth Mom Awn.*Pw4ouw t1 A Ft Sa Sam O Moon and Associate Inc. ... v wl o il.wyL.01.Iwlvemols ISS 33001 Moral Maras.PsetrpYN I I A Cr WOORY APo tg EXPIRATION MMIN.PL 33130 0¢ ;alts...... -120 CAW 0618 *00 1601wS.-sys0EMS1MTE OEVELOWENT Mf.i+:%SING COT CRSO. Yion4 twO31• Tre Seta.a Weyer*lepe. esienere*0 fl 4..pr near•Se ever bee.. 310 MIOIMp*Y SYSTEMS-100.Mn3 DESIGN 6136514 6120Ont r•e Mwew•ees ew.ersatseen es se.mo/.a.•r.eel awrmo nary. 1 Pr•Oaaee•le ells eel_n sesame olds 0IW MnnFOM1 Ow.WANce memoea dwe a Me 5A rltieYAy SIStEy.•TaAPtic CALMING r36P1a WSW. lierlee••d Tee•aeMOaM0abft-M Nenr4Y seesaw,merlon met be Myatt meow ea 311* NIGNRIAT SYSTEMS.MOWS PAWNOR 1Mr1RIND.N0 636614 e'10001e CHAMIE OATION P..G.Ifs:CeOle .I00C:meeY1r.ee my sree met Wee*sear Ms,ant saor • reweftere me w•eosem0 aeM4MSn meter•..my re*e wow.d•Pnvg.MPMan CeeMS 631 WAWA AND SVS0ARY SEER SYSTEMS-WATER of rsuorrion ASP 6Mp1a •ele Rse.n ant epeeantpimp=use PIMP.Pll.N.COW.or male ben*Weft e0.a PNeare. 6AIS:A/Y3EWACE C04tC'ION AIp TRNeMSS01aN SYSTEMS • Send Ceeeeearm ewe.d 111 Ns te tea Eyes 1306 Mass R 13126 sues SO sets re..a,• SW WATER NRe SAMTART SEWER SYSTEMS.MAJOR WATER AND 0200' .0.004 meow F mew le 00•!•45 Meese.aT•=es*e.ae ruler N.walleaat.eaaaeaee 5mona.eaed SNKTI..SEWAGE nsa'n6 EAq,rws yes Oml Pus OleM_SCa lfteem • Fees me reseal_b Mew..std Weer,r Mar..be•Cosecs AOWMaa*e Omer 3.3.Morel a 601 WATER TREATMENT I6EVYFA SYSTEMS•WATER M.:IMP Pitt 6/Yie4 MAYAN trees b mween d.eamo mar e..e a Seee arien a strews moss sereal*mr.nee sam0 SEWAGE TREATMENT P14i18 duo mews amo••eaee 51.0' ENVa.M.Mer4000)0 EN41ri.STOsMWAlCA ORMAL4E DEW:WR. e3m64 61N00M E Mew.lo moor"ow an..POs..eseI Pots1301 ay.Pali4 feu wrta orre•..MMV err antrasa5 eJlailFeed:SEPVCES 0m.Al*ems aea*Wes mart 15000 MOews acid Mmeo a Amm=MM. Yes molt Mw el Se 3E3ERN CeV1 ENMREENN0 013604 0310OY .3.10,04 Gin**am era men*ever Arm Imam le eec.WOSwr el eW dee NU..r0C. eves•rm.re...,aremesso seeras awe. *eft•,w ream r•.••••0 ye.'VC r tweemewee G:IrWRIK.ou M0 emEr NI 0,'0654 atp,64 Rem as Ne01* I01 dleYrg an*•m.ee 1a d s.aeeWn•ea.s,ft •yP re eppeaa.9 metes waearae seansa sure ekes lie sal Les amine rare Gary, ate YE.10 TINS AMY trmE10C/l,f 00611206-WAWA Np EAl1RARY Y1n04 tY meow or lot dal Pot Peeet3Tm O MO Oen e.l6eees Ta0Naly C•6RCAe.Omer mew Tea Pct seelleileen wiewmm lea,Ymr�erfrrr L'ertl. fvse.lr.•name*wawa"lie lie 4 4 'eau*.M4.YW3 AND.SSLVOlf COE1M6.GENERA.CAM MM. 0352016 Ism se ores mereem amee,.rm Team et r:eewewaie1.“...Mareer•m'ac ENS+[uwi meSEMISSAMISWIllime / Mama hewn-Dash 00.000 meow".a Imre memo imp mewl Warms eon t Out lemma we, s 9e tNpCJai eRCIevECr.11K as604 IM9IC ON memos.'+M mammies,warm,mat 10.0 aosecaton Ter 03,at..Fes some netnews...*10 TO acme.tale or Pei w40W ash MV Mn..W on ts wara,Nr 0•es seer Mar eft•m em w.e 10.n.4Y•e Oary•eft ms 4 0ea.r•.lie 05 owe.•tee yea ewer as mew*awls.nwreet Owned d web Wee sorraret K Cats ewe Ida ee maw 10.0 Swint /mer••'•3•ne ash- Mem M•.e.Nseft weeded.rase 6seYe•e MaMe*•ee0e Ps.A aia*w.m ea.eaare,.rs•.emderWO mier.W. CO.ey.prea,aer am.+earS tea.ewe a*.em. :, /at.3u a.G6FP.e! tru Mwb.RE e°c•,ii�imee MIAMFOIICEE emeieaseei a.v*.1Cna5MSee im3M11/,;wlsak•e 5N-S,/M31 T 1. 111 E 41 V N X u.l I CHEN•MOORE Central Bayshare South Right-et-Way Infrastructure Improvements REP No. 2015-133-Y0 1-11 �i�0000 s,ASSIWIS 1 S — . Local Sesames Tahoe.ipt LB• T an.•.... ..•... ems ...■.............., ,......,,,. WWII Local Besieges Tax Retie LBT MOO MR•1•04•1A .. .. SIPTEPAIEN 30.2015 Alimi-Oode Own,. BUY el 1•13401•1•EIMOPIPM MOM ..........:.■••awa se lo■••■my 2•Icen. SIM 1.1,10 0.••■••■•■■■• 71771N ••• •••••••••••••• w.....1. IMPS ........ 27•47.a.m..... AMISOMPI LIS ...... ..SIFT11301/1 o 30.2015 Mili•Ifla MOM If .1,=== ..... MS SISM•at NM. 74•1•11 os.........rma./••••■ ...,2,..,.. ......,.. ••••.-1540041 iym.a an maw ......... ................. rs ..................... .===la 1...■•..........=. ...... ,...._................ .. ......• •Nolria.■•••••...••■•••■••..ambe.......• =SP LA U• ••■•••••■•• NM 1 Inv/my •10.2-1.0)161 1•:..==■■•■=2.3aEr:FX=.. ..2:=Z:=•■ '..7a....r...7 sea ....."............“. ..a.a••••••■■■••■•••• .....- ... Local Business R LBT Local Business Tax Receipt (L 13 T s Monli-Ouly Counry. thuto Tax of eceipt Ronda Miami-Ds&County, S of Flan. ••••••■•. asOrroN .1.......ouL ...yr.. IMAM 4•70116 S. ' e.t ............... mow.. MOM •••••■■•••••■•••■ ........... WIREll coma emAncrom m ..... UPTON=30.1011 041.•.•MO A•100•15•Ir ....... carmen 30.20111 1101,•••••••1•MMIA =IMO ... .. . III SINN 0•1•FM•NY •77•••• .... .. . MI.WM ...,,... WY 0.131.10 t........••• Dow•■••••S•• draw= 01•11•30011•0101.11.NC —,..,--- =---- rs,:-........... r,*--4,-,.......... ..-......-,-o--. ........, , BY. 4•1•40 NM 11 PLUM Is12.43.00125 ...••■■••......r.......•••■.....1■roa■■••■•••••• r...-.-......,...,==.,,,,.......,.....-..........-..... __„-___,..., ...... .......... , Iromwr•■• •••••••••■-••••■•••■■•••• ••••••••••••■■•••••••••■•■..■•••■••••••.•-•8 •••■............ . .,, ,.. ,.. .............. Local Business Tax Receipt LBT * è-Dso C.:1w, 02IN at Flotie* .7IM•SWAM,-MET. Ellin 010■11•10 go.w.lift EXPIRIS 11101•MIRCairMIL MN ..... SIPTIIMIN 30,X/111 IS I,RAM••••••■•••■ ,•••••• e........ .........wm IMO IL BM 0•••••-••■••• •••••1 ••.woos.m••■•• ...=== 1.03-11.•01111 ...■7.....I....Ei ZE.F......5.2 .=2."=•• r••■••,........a..*.e...1•••••••••••••••• ......................■ ...............___.....-.■.-.............___. a 0C-1114 . . . I CHEN•MOORE Central Baystrore South Right-et-Way Infrastructure Inapretements REP Na.2015-133-YO J V II1T1-1111C. . , . . '00.41. woo it"■!.....----0. "IN Florida Department of Transportation RICK SCOTT 605 Suwannee Street A'ANTR PRASAD,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETAR', October 3,2012 BEN CHEN CHEN&ASSOCIATES CONSULTING ENGINEERS INC 500 WEST CYPRESS CREEK ROAD SUITE 630 FT LAUDERDALE FL 33309 ANNIVERSARY DATE-Annually on October 3 Dear Mr.Chen: The Florida Department of Transportation(FOOT)is pleased to announce that your firm has been certified under Florida's Unified Certification Program(UCP)as a Disadvantaged Business Enterprise(DBE)in accordance with 49 Code of Federal Regulation Part 28. DBE Certification is continuing,but it is contingent upon the firm maintaining its eligibility annually through this office. You will be notified of your annual responsibilities in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date. Only firms listed In the UCP DBE Directory are certified by Florida UCP Members. Prime contractors and consultants should verity your firm's DBE certification status, and Identify the work area(s)for which the firm Is DBE eligible,through this Directory. Your firm will be listed in Florida's UCP DBE Directory which can be accessed through the Department's website: www.dot.state.fi.us/equalopportunityoffice and then selecting"DBE Directory". DBE certification is NOT a guarantee of work. It allows your firm to compete for and perform contract work on ALL USDOT Federal Aid(FAA,FTA,and FHWA)projects in Florida as a DBE contractor,sub-contractor,consultant,sub-consultant or material supplier. If,at any time there is a material change you must advise this office,by sworn affidavit and supporting documents,within thirty(30)days.Changes include, but are not limited to,ownership,officers,directors,management,key personnel, scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm.After our review,you will receive instructions as to how you should proceed,If necessary.Failure to do so will www.do;.state.f.us October 3,2012 BEN CHEN CHEN 8 ASSOCIATES CONSULTING ENGINEERS INC 500 WEST CYPRESS CREEK ROAD SUITE 630 FT LAUDERDALE FL 33309 ANNIVERSARY DATE-Annually on October 3 Dear Mr.Chen: The Florida Department of Transportation(FDOT)is pleased to announce that your firm has been certified under Florida's Unified Certification Program(UCP)as a Disadvantaged Business Enterprise(DBE)In accordance with 49 Code of Federal Regulation Part 28. DBE Certification is continuing,but it is contingent upon the firm maintaining its eligibility annually through this office. You will be notified of your annual responsibilities in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date. Only firms listed in the UCP DBE Directory are certified by Florida UCP Members. Pnme contractors and consultants should verify your firm's DBE certification status, and identify the work area(s)for which the firm Is DBE eligible,through this Directory. I �,M CHEN•MOORE Central ttayshere South Right-of-Way Infrastructure Improvements RFP No.2005-133-YO 'aft""etcRw"em' ,• Nutting Environmental of Florida Inc. W1_ SOLTH FLORIDA WATER MANAGEMENT DISTRICT State of Florida REGISTERED VENDOR R0.:1an6 Department of State Sepanme 3.2014 CERTIFICATION EOPItATlon DATE Ma NmMa Maryann B.whwa OarabM,e^I Nampo 9.plena.3,N117 Nuenp Emmet.at none*Inc I mnify from the recede of his office HAM NETTING ENGINEERS OF 1310 Nepuw onw FLORIDA INC is a mpormion arystimd Inks tlx lam of the Moe of Florida lannon Bea.F1 33426 Sled on Febmry 16.1967.effective February 16.1967. Tbn decimal amnberof Ihie crp(wem I.3118'.De r an Brryean canpeluroa me Sam Plata want Manaparnam DPW Mena)Imo earthen Km r to a I Inner this mid curpararim has paid sh ken dee this office through Scar Manna Enlenr•(SSE, Toe carunaaan a wW a ante 13)yam and may ppti be December 31.2 013.that in mow moat Dual lapin:uufcan humor aar54 Sn moans w moaned m the lalow+b warm was Bled m January IL 2913.and as Halm is tin. npa[I OM*---14- - r.ar of.11 wp.P.eur..Pya*ft postomer a,.A..tors,env a.•R9....r.r...el.aml 1Archerceniry that mid caporal=has not filed Articles ofDuadu„m. swim sat R.w;.w.-n.,..w..050.i..Y.1.r ...m r an near war wt i 0.M.IMPIIIII anw.ra,.a.e.../,.*FM..M. Rama.a mown tier)ease t3)yaws alb Solid IM manned a maroon al 45 days and m n Move rm.adn dale Glom twee am/eaRY N any throes afar ens your company donna ms conileon Prod sum r ownnlo.aflam OnaswllY.fYn KFawela Manny elan.anima INapbne amber btant etyma.Pans nest.r any.RMIn y eat w raalaawn,YCya n,ih- leans n your SSE Crleramn Ales.you so non can elf n.F mnda0ny 6• Y Star day afrw�F 214.7 mmrave an me menu.conam RRamrdn P your annoy a M Ingo PNLURE IT/REPORT CHANGES MAV RESULT IN OECERnRcsnON. 1.:r. •='e Cenbaed a M a cowman am yea Inn ee ream tan.Mt an aaspaca can your Nm.w ``, F/'-� anon n n Dare's wear.thin ... no loan raewdb.na-aavtomb.oawwrwaa+np gnome �?'z-4,.' Secretary of State ( .zn..IIi1t a..m.mrmccl'sans — , Conon M 0060a Ma aat.ma..emea r.a.wr a.sran Sr COOS,na SpaceM rdsf r.one sw.waa aalb.a. Pan*Bunn aaFldamarteu..Irelam no State of Florida Board of Professional Engineers Attests rho Nuttina Enaineers Of Fla..Inc. I BPI is nnl ork,d under the protiioa of Saa1w iD73,iLeida SWOOPS to offer animating menus to the public through a Praferiond Engineer.dap Named mkt.Chapter 471.Florida Stamm. E4plrn' X 2^8.2015 CA Lk.Ne Avdu Mx 220201502539 Certificate of AutMlvorion 606 State of Florida Board of Professional Engineers Amps that Richard Chase W` ohlfarth,P.E.• �f `-2' Is licensed as o Professional F ginner uncles Chapter 471,Florida Statutes Expiration:208/2015 Pt.I .Ted: Mdin Non 228201522010 50856 R r C E in a, 7 a, I 4dC Central Baysbore South Right-el-Way Infrastructure Improvements RFP Ile.2e15-133-YU 1-14 { I I11T'l 111t CNEN•MO. .. �J Longitude Surveyors LLC rivribx. e•.-Y,OE f h'nESSNwv AUTwgnlV 3790 N W 2`St/ham,e.33142 303.6373277 305.E37..32E3 05-27-14 Reid.n..,w.+Ae:esw.w Comm.* CERTIFICATION a: •QS,-1171•Z •yj 2`•_ m.*.Comma,s..m Lwow se.1,873M LottgItude Surveyors,LLC � . s E+w+•w Der a...�_s,1. R � t 3n• EFFECTIVE DATE: QS/ZZ/2014 a RE. Local Business Certification EXPIRATION DATE: QS./Zf2I 2015 Dear Mr.Eddie Suarez. Prolessfaoal Surveyor had aappr Suzhou u lames. . UllGer Ole pm*of 0.ft- Rona Some, The Miami-Dade Expressway Authority("MDX"),is in receipt of the Local Business Certification Application inclusive of all required documentation.(the"Application"),submitted by your L NCrnswsrsss,so,LLC firm.(the"Applicant'). MDX has reviewed and processed the Application pursuant to the 7,1f 551-*70 ST STE VO i. requirements of the MDX Local Business Participation Policy(the"Policy"). ooau_FL.33tna.3a7t —— — MRT. Based on the information Included in the Application,MDX hereby certifies the Applicant as a .vsc c lmn OF amortvnwr Local Business that has met the criteria described in the Policy.This certification is valid for one(1)year From the effecttve date on this letter,conditioned upon the Applicant's continuous compliance with the criteria described in the Policy. It is the responsibility of the Applicant to ensure Its annual recertification prior to expiration. To avoid a lapse in certification,the Applicant shall submit a completed Application along with required documentation to MDX in sufficient time to allow for processing. An Applicant that provides fraudulent information on the Application or misrepresents Its qualifications as a Local Business In a Proposal or Bid submitted to MD%will lose the privilege to Local Business Certification fora period of up to two(2)years.In addition,the firm may be debarred front all future MDX procurements For a period not to exceed one(1)year from the date the misrepresentation was discovered by MDX. It is the responsibility of the Applicant to notify MDX of any changes in the Information provided in the Application that may affect the Applicant's certification status. In addition, MDX reserves the right to require further verification and updated Information at any time Should you have any questions,please feel free to contact me. Sincerely.. 1 Helen M.Coldero,CPPB State of Florida Manager of Procurement&Contract Administration Department of State I certify from the records of this office that LONGITUDE SURVEYORS,LLC in a limited liability company organized under the laws of the State of Florida, filed on March 12,2004. The document number of this limited liability company is L04000019574. I further certify that said limited liability company has paid all fees due this office through December 31,2015,that its most recent annual report was filed R.ie.It ++..ea.,��.r-.�•s.+,- on March 30,2015„and that its status is active. aa!Aaard,e Req TVisrr.ararJRiV• laNwla de rse,ryre.2oo trofesskual Sarseyr and Napper lkeose UN.. +o...011.eer sum. r3nnann M WAR. caw NwnAVeis,•a nth noon �+ � Given under w5 hand and the DMA,ft.33171 Grew Sea!of the Stare of Florida ADAM n.MINNA at Tallahassee,the Capital.this EvRtasstt7veR OF Aewn271u the Thirtieth day of March.2015 ��. Secretary of State Teseabt Number:CCra72.11e.1e To antbentiente tau eel te..ira the following dte,enter this monitor,had then follow the barnetinns dbpbyea. ,ttrWlwnieean ebioara/Fabgs enHbateOfSttNCersllbnteAu 'albs A • Ceatrae Baysttore Ruth 114kt-et-tray latrastrpctare Improvements REP No.2815-133-YQ L IN C. CHEN•MOO-- Mulr1 Small Business Development Certified Fume as of January 28,2015 EIRRI TOME AIONa CMS=MOammcnTnp0L6 [OSTACT AVMMS FAY CST NO.EXP.DATE TRAK GT[OO.. MSM 4.66FAS.fYYdrPys ICI.IeI Tpo6161 MID C ..MwlCamona aM.slaa 1.611,5F.063AdoiC Typo. bC i a91MU1.311 LC�iw !wig MA 5106 Papo,Cab.YSyra M3110 SaaSeeho Ss. Trffel MS!lease.SermisTyR.flaIS S Pawl emM aapsi1waArrra3 nos T alma.v no ems Mamie Rl W aaegs Ira W.bib Saw 11400 OIE IOa Cae •0 pamY.San Mriil..bmp as 9a WY Capra e4 IS S 1136 IS awls fnp AisaewlJaYaabw IIS1 ISSO 31W Mealy CSESa3 *150 WINS Cry MIA IlseAfeaPs..Orpo6rlra. a0,ht ta.,Pmed 69112 F Fs.1111.WI2 rawer lYYwS1A08661 LONGITUDE 1/1( SUR.TYORS.LIL [oUAR0051ARP2 1MONMMai 305513,0 ll 151 12011515 MKTSOSK 11/11 E MS.FL 331460012 303-311161 PIM CsbOM.n URN 12740 nie0 Wn 16.6.Dia new 0.14=11,61 10121 13/30017 COE TIM 101 Saws Rlepwga..1 Sim+y i*o I .,. ,6 Wiley laws MIIM...we e MWA1E.aa1r SIMMI l Sawa =MO 131 Scares Lyr6rlae ewnyl UabYwwi 0.9Yyla's s<eWkauenayllaliv,ma,are 1.6. 0.0.'se no.In Dra Funs Wed a red 3wr,1!1.6 Mew' w IRDeR mm aarven Ire firm et SOO 10,elmmrw wade. aaxplYwl n ere Earebn f6s.oY.nn DS m ncenaa Onal filar=4Ain'/rub.Reurau yspra2ann may raaueN n eaaan104 ramaralon meow a1 au4a15 Mrvnnryyn Riau..le mw IwwpoMba m na u0mmrp pawn Cowin 00010S376127ll for mole ralsma...40 Pap:712 aws.wrsrs M Small Business Devebpo€ol Certified Firms as of January 28,2015 PIS MARp reme MOMS 6161VCS0 srrumss -- -__- COMPACT ASKS PAS 00,500.op.DAP runs% rns 007000 IFS 11372 See* Asa aheame tEmp 13161 ACDRE Gamins.Swim hi MO Save.4 wet Mere,(Ease rgarD00 Sena. ORE 141176 yes invert LOTS J.SWUM a ASSOCIATES.P.A. 1011151.0001311E 403640.015K 3.900 313'.saI40 Ise 6,13111 ETIE TI®II 010311010 136.IL U1000W 363310.0140 MI Sloe l3 •11.01e1ry NIP 0vite p .� . !Awl IW Sal III•Si lSiaaaua IW OA.MwaylaySlA nY 11 .po.CAaiwlwY■66s WIN besw SM. 1631 M110 Eby SS. IpO. ai1a:01: LOLDIOSSE 51241 Snap dailesw Cara, Lml ESA1'A OHrA NwYw AR[NIIEC15 LUIS NAT'A A A 41. 1 NO*.CS . OSEVA, ere Blvd.SOW 07.16317150 DV Ohl ODD, LM (DM 107.1 01170 Cow*012.al 3311-1-80o0 IS A.alplea IOM wwYYewlfrualrm Muapnwa ^_01 Mile Ceavaaw IR all MR Sorre101, MD! RN Name AeEObe Ralw:ual Pvan Mr SM01 waiRo SwMes.rwbewel w 00Ren• 00Dm,Om Any OayM 35 S* 14w 1wYe pO.r.Aayaaay 0071 IISY0 112.40. 15311 laser Oaiaa f f s 9Yrre.\b Dal Town•A6.6.13anits Mat have 7501 eA4.Me rw3ealbn a3Oac1Resam.O we-woo Reis*'en ewes F ma rmm.6w M not aaO llama Raw.'*,4010Mn m ma Eaeml4r Owe sum es nol rm...raw wwmaal Yoe may DROP Me lnn or MD b sasses may. Tens eann Under Rahn.ea.i0^abs nay..yrar,ea expedited a,poearr masee by sato.,aorwlwnuam rw6M*b e.b 02540I ab1 m en oaten, Goners 100(300.175.2.3131 b men r.slare ryas Pap:713 aawpo.aOreN • 1C IN71IN6. r CHEN•MOORE Central tiaysbore South Rigbt-o7.-Way tolrastrueture Improvements REP N . 2915.133-Y0 nol�R aEA15i &ASSOCIA I S Department of Regulatory and Economic Resources MIAMI-DADE Small Business Development 111 NW 1 Street,19th Floor COUNTY Miami,Florida 33128 Carlos A.Gimenez,Mayor T 305-375-3111 F 305-375-3160 CERT.NO: 15159 December 14,2012 Approval Date:12!14/2012-MICRO/SBE Expiration Date:12/31/2015 Mr.Eduardo Suarez ANNUAL ANNIVERSARY:12/14/2013 LONGITUDE SURVEYORS,LLC 4055 NW 97th Axe,2nd Fl Doral,FL 33178-0000 Dear Mr.Suarez: Small Business Development(SBD),a division of Regulatory and Economic Resources Department(RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2- 8.1.1.1.1 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering your fine ineligible for certification.You are required to submit a"Continuing Eligibility Affidavit'annually with specific supporting documents on or before your Anniversary Date as listed above.You will be notified in advance of your firm's Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an onsite instigation;SBD will also notify you accordingly. If at any time during the certification period,there is a material change in your firm,including,but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business (es) or physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation.You will receive timely instructions from this office as to how you should proceed,if necessary. Your company Is certified in the following categories as listed below,affording you the opportunity to bid and participate on contracts with small business measures. Please note that the categories listed are'very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs. The directory for all certified firms can be accessed on the Miami-Dade County RER website http://www.miamidade.godbusiness/business certification-programs.asp. Thank you for doing business with Miami Dade County. Sin ly, Shen M Dirac Business Opportune upport Services Small Business Development Division Regulatory and Economic Resources Department(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) CONSULTING SERVICES(MICRO/SBE) LAND SURVEYING(MC,RO/SBE) SURVEYING(NOT AERIAL OR RESEARCH)(MICRO/SSE) c: Coralee Walkine-Taylor, Certification Specialist Veronica Clark,RER,SBD DADR0020 v23120706 C• Central Baystiore South Rigkt•oi•'kay Intrastraciure Improvements REP No. 2015-133-Y0 ' t INTIMG CNEN•MOORE _� t`.\SSi)I,\I is MIAMI-DIADE Internal Services Department Small Business Development COUNTY 111 NW 1 Street,19m Floor Miami,Florida 33128 miamidade.;ov T 305-375-3111 F 305-375-3160 December 23,2013 Mr.Eduardo Suarez LONGITUDE SURVEYORS,LLC 3900 NW 79th Ave,Suite 601 Dora!,FL 33166-0000 Anniversary Date: December 23 Dear Mr.Suarez The Miami Dade County Small Business Development (SBD) is pleased to notify you of your firm's continuing eligibility as a Disadvantaged Business Enterprise (DBE) and an Airport Concession Disadvantaged Business Enterprise (ACDBE) under the Florida Unified Certification Program (UCP) in accordance with 49 CFR Part 23 and 26. Your firm is certified in the categories listed below. Your DBE and ACDBE certifications are continuing from the Anniversary Date listed above,contingent upon your firm maintaining its eligibility annually through this office. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Data to maintain your eligibility Your firm will be listed in Florida's UCP DBE Directory, which can be accessed through the Florida Department of Transportation's website:www.dot.state.fl.us/equalopporturiityoffice and then selecting"DBE Directory.' If,at any the time,there is a material change in your firm,you must advise this office,by sworn affidavit and supporting documentation,within thirty(30) days. Changes include, but are not United to, ownership, officers, cirectors, management, ley personnel, scope of work performed, daily operations, on-going business relationships with other firms or indviduals or the physical location of your firm After our review, you will receive instructions as to how you should proceed,if necessary.Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove DBE and ACDBE certifications. If you have any questions or concerns,you may contact our office at 305-375-3111. Sincerely, ,A. 1 Or • Gary artfield,Division Director Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) Suneling And Mapping( pt O ca Senates c: Veronica Clary SBD Laurie Johnson,SBD rn OBORP OBE CONT EUG_APPROVAI,1013172 E ita cu E > a, S, M CH I CHEN•MOORE Central Bayshore South Right-et-Way infrastructure Improvements RfP No.2015-133-TO 1-18 INTI�I11C. Department of Regulatory and Economic Resources MIAMI-DADE Small Business Development 111 NW 1 Street,le Floor COUNTY Miami,Florida 33128 Carlos A.Gimenez,Mayor T 305-375-3111 F 305-375-3160 CERT.NO:15160 Approval Date:12/14/2012-CBE Tier 1 December 14,2012 Expiration Date:12/31/2015 Mr.Eduardo Suarez ANNUAL ANNIVERSARY:12/14/2013 LONGITUDE SURVEYORS,LLC 4055 NW 97th Ave,2nd Fl Doral,FL 33178-0000 Dear Mr.Suarez: Small Business Development (SBD), a division of Regulatory and Economic Resources Department (RER) has completed the review of your application and attachments submitted for certification.Your firm Is officially certified as a Community Business Enterprise(CBE) in accordance with section 2-10.4.01 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering your firm ineligible for certification.You are required to submit a"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date as listed above.You will be notified In advance of your firm's Anniversary Date.Failure to comply with the said responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an onsite investigation;SBD will also notify you accordingly. If at any time during the certification period,there is a material change in your firm, including,but not limited to ownership,officers,Director,scope of work being performed,daily operations,affiliations with other business(es)or physical location of the firm,you must notify this office in writing within(30)days. Notification should include supporting documentation.Ydu will receive timely instructions from this office as to how you should proceed,if necessary. Your company is certified in the following categories as listed below,affording you the opportunity to bid and participate on contracts with small business measures.Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs.The directory for all certified firms can be accessed on the Miami-Dade County RER website http//www.miamidade.gov/business/business-certification-programs.asp. Thank you for doing business with Miami Dade County. Sinc ly, heri McGriff,Dire.or ( i■J Business Opportu ily pport Services Small Business Development Division Regulatory and Economic Resources Department(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) SURVEYING AND MAPPING-LAND SURVEYING(CBE) SURVEYING AND MAPPING(EXCEPT GEOPHYSICAL)SERVICES(CBE) C: Coralee Walkine-Taylor, Certification Specialist Veronica Clark,RER,SBD ro C i- i8L' 'o.:mi][':r. ✓) CU V QI ttr ('1 I �,C Central Bayshore South Right-of-Way lutrastructure Improvements RFP Ito.2015-133-Y0 1-19 W 1. # 1�1f1C. CHEN•MOORE u FDD Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTH PRASAD,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY July 14,2014 Eduardo Suarez, President LONGITUDE SURVEYORS, LLC 8290 NW 64th Street Miami, Florida 33166 Dear Mr. Suarez: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 8 -Survey and Mapping 8.1 -Control Surveying 8.2 -Design, Right of Way&Construction Surveying 8.4 -Right of Way Mapping Your firm is now technically qualified to do work for the Department for minor projects only, enabling your firm to compete for Professional Services projects with fees estimated at below$500,000.00.This status shall be valid until July 14,2015 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell @dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us E 5, > u ai _ w I �� M Central Ilayskore Sante(4111-et-Way laitastreetare Improvements HFP'Mo.2115-133-YO 1-20 i i� l�C CNEN•MOORE j J Project Caine State of Florida '-..-'Tti Department of State State' g. Qrlda Boa eers Ek ��y����3 I cendy Nsm the rnmts of dna oR'e that PRUIECT CAINE.INC'•a 4 e fx -allgier � curyuoon one 009 under the laws of the Sue of Flood.filed on January 19. 4F"� z AFFBPE 200!. C ~.� ': r�nr The document number of tins capon. is P05000009451 aarhorittd under the various. `k� 11✓,.•'._ - M offer services • engineering re the peehc through a Prate•` '- - •,.er 474%eidb Stomas. I further certify that scut emporanon tes nab all fees Wu dos Mice through Bata.....„2,- -Y -11w;r r_,_ f_S tae Ne: Dceembet 31.2015.that Its WU recent annual mon uniform husnes.neon y 1 I was filed.m FehfMrv22.2n15.and msmhn is xtm Au&No: C�^ T'�/ �. 260r I further certify that said corpsradn has not filed Mmlea of aoolmimt Goa*mr head rhr �ardAesre.1Flea �.✓.' “.. ••■•der f,A.t.We ... • rw..o.MI5 "y Star ", 1!1103 : 'ft fir'1 d a 1 Board's.- e sioaal errs Secretary of State . k:It. -11 F-BPE a.m�..•11 B.L1.111411 Is licensed as a Praha: ° �:i r 471,Florida Statutes ..............................................._ ___ Farmaaoo 2(2M2D17 ,..�r'''. RE Mc No: uy.,,.r.....w+�.w..ar Aoe n Nc:7,282017061118 �sn_u 37637 United Engineering,Inc. State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Aruts char. , United Engineerng,Inc. Ac r,a`hat Juan Jose Fuentes,P.E. is ate public under the provisions of Seamen{71.023.Florida Statutes,to offer engineering ate,services Is licensed os a Prof ssiortai Fn eat under Cha ter 471,Florida$totutes to the public through a Professionol Engineer,duly licensed under Chapter 471,Florida Statutes. g Chapter _20"'111' CA U.Nes Expiration:22&2055 P.E.Lit.No: Audit No: 225201564286 Certificate of Authorization 29651 Audit No 225201526291 62426 State of Florida Local Business Tax Receipt LBT Miami-Dade County, State of Florida Department of State -THIS IS NO-A BILL -DO NOT PAY 6907456 nfm ham the red ar as of Om office W UNITED ENGINEERING.INC'n a c morp.-anon amount.Made to laws of We Sum of Mande.filed es Swains,, WWatIE NAMELOCATOON PECEtn No. EXPIRES I-toll UNITED ENGINEERING INC RENEWAL SEPTEMBER 30,2015 The document number of Nn corporation 0 P1(000001155 12595 SW 137 AVE 112 7183346 gust be displayed at Mace of Winneom MIAMI FL 33186 runsu,rn to County Cade 1 father antes that sad commotion has paid all(due den o61ce through Cupw BA-AttE610 Deflied 31.2411a.haiu most mono annul eposueifmm huuNa term was filed m Apnl 29.201a.and in MMus IS KIM 1 WrWer amA Wu mot canon..hers not filed Amok.of DnWm,M ONIN66 SEC.TYPE Of BUSPREEE UNITED ENGINEERING INC 212 P.AIGORP,PARTNERSNIP;IRM PAYMENT EECENEO OY TAX COLLECTOR EinPIOWC(s) I 075.00 09/01/2014 QIECK21-14-041242 W. erSerar'f Viie Le legit Boded.Tex Deseret l.yeselnsa,sat rho lee al Smarm Ta.le ESlt at eat a lieen. w., •11e. a emu. IM heee"m arW4csN1a.de Women.IWv seam*Imil eM geememontel M11 .wegesnaanut antimony Ism NY mpaasr ewerb nth le MO eva S„e:.; f.r. ma RECENT NO.show met be aq epaa en al es .rn,ai vehicles-1111 ^-"-Cole Sec1.-lit. A ■ .” 7”ent ielNmtlek wait Secretary of State • ( IEN•MOORE Cestrn Iaysh.rs Scott•111211d41-tray lltlttikectYtt!swam:teats REP It 2115-13340' • r IIII NC. •` - i ,, 2.Design/Build Firm must have completed at least three(3)projects similar in scope and volume in the past ten(io)years demonstrating the Design/Build Firm's experience in Right of Way(ROW) and infrastructure improvements 3. Design/Build Firm must have completed at least five(5)projects similar in scope and volume demonstrating the Design/Build Firm's design-build project experience in the past ten(10) years.The required experience of five(5)similar projects in scope and volume can be combined experience of the Design/Building Firm and the team 4.Design/Build Firm must have completed three(3)projects similar in scope and volume demonstrating the Design/Build Firm's experience performing deep excavation/dewatering procedures in a coastal environment in the past ten(io)years. Please see the following pages for matrices showing our experience with items 2,3 and 4. lit',C•MA� CHEN•MOORE Central Ralston Soete Rtght-et-Warr iatrastrestaee Improvements RFP tto.2918-133-YO U INi'L�I9C. ---�. ,� Key Projects Project Highlights c 0 +• >, v c y CU 0 -p >. > f 0 l= v m no L a,C o a c > _c lop .., a o C +� +. v C v 0 t10 v 0 CE to U L.r0 G!E 1= N CU O in V City of Surfside Infrastructure and Rehabilitation Project • • • • Palm Beach County Belvedere Homes Infrastructure a a • Improvements Phase 2 Broward County 1B2 Water Main Improvement • • • City of Miami Beach Water Service Proj Irrigation and a Fireline MBch#539•ooPW City of Miami Beach JOC-2 • • • ■ City of Oakland Park Bid Package#3 • ■ e City of Miami Beach Flamingo-Lummus St Improvements ® S (10 E) FKAA Tavenier-Bayridge Improvement • a • Broward County Broadview Park NIP BP 2 I® • • Broward County Broadview Park NIP BP 4 5 • City of Miami Beach Neighborhood No.7 Nautilus s Improvement Project Miami Dade W&S Dept.20"Emergency Repair to existing Force Main at Miami a a • Int.Airport City of Miami Beach Lumus Neighborhood 6 Street to -. • „ .i w Espanola Way ® rt,, City of Miami Beach Washington Avenue 5 • City of • Program a } ;} y Broward County 48”FM Design Build • ® • • City of N Bay Village Repair of 8"Force Main under Biscayne E Bay C) > LI u CU x W �l Ia CHEN•MOORE Central Sayshore South bight-of-Way Infrastructure Improvements fiFP No 2015 133 YO 1-23 0 INT "kit u Ivewwns ani�nDaxiq N Z ¢i c a E E 'o �!EW3 0O -0 o >o I' c0 7 8 s L, O E a o C 0 N CO 0 O . � _ � m m > L .o) 0 _o E C� E > '> co 3 a o E E o w E o F r N M .c co N 0 CO —LO V C) O1 C In © (- Z co V (D 0 N 0 N m m O 0 0 ., L .ti_. C ? N CO O (D M O C C (D 0) ((l N u] 1!7 0) O (D 0 0) N (0 CO 0 r- 0 (n(h O ii) 0) O 0- O c0 0) N-0 0 .-- (D 0) 0 c0 0 r 1� CO m 0 0 0) CD CO C-) C_ Z r N CO co N t[) O V OD n CO M CO M C ,- O) co co M (D h CO (.- CO N - V o o 2 N 0 U C C 5 2 C N ) �[ ce 3 C a V j U N 6] (0 N ° D a w '3 2 O 11 E O y $ o LA = m co m m mm-5 U C co ,-• m 2 = 0 w I 3 310 y- ~Omo)zoo rea aUll.j >- z z z z u ii ,, n n 2LLRI IIp >- } >- >- >- u.=<U_I O w J G OA < < CO O M M 0 O-w O 0 0 0 N 0 2 Y N N N N 0 N C O 0 O O O O cal N O 0 O O O 0 R7 1 O M IG 0 co O 0 O ,_ co .0 o N 0 O 0 0 (0 N O O 0 O OA 0 CO N -, h .- N N •- en N O N N N 2 0_ W U . en y a. • In, wu > U = Eu d ; io = ( CL a ,y, r. 0 CO 7 w a Y Y (n (n C C y m s E r. • , d C. m g E r' °° M Cl. ui(n m rn u m io m J r — w m U c _(n (ri _ > o ^y c x U « O C 2 Q CL .el N N a U .A 3 p. ri "4 C - b 7 cn N m y E E 0 N E a C E C 0 o . , O 2 p To v n a s E o CO C fool F U o LL E d = E c a A © LA w _ min m a E w > c °o - Vin vQ LII ,- � E E o W ° °- oi 7— a c� W F `< m c Z E 6 x E m t j o E a)# w 3 !" O < Y O N. 7 E > d - „,u, (n U u) C r 0 G owl Liz - ua-, 3 w o = d tu .21 m" a � CL c g o m O' a, c ? in0 o > u � � w a2 E: ..7F oaf a) -' m ? a ` GO 1=1 Q 0 (� 0. 0 - Z m E m O. ci o W 0 0 C Z ? < U = < U = m F a Z K = = W 2 U W Z U Y Z Q U E paf W ILI ZNQ CO JOw CO JOw b. ti F otl v O a U. U 2 Z O Q W E < Z (O M f < Z co M c z cn c i3 H ° W (7Camo Q = w < I _. . Ea: U ,� > � 3w ° a u 30 u V 02 W a A (a O I- 3a 0 0 0 UW CC a. d U 0 < F O > F O > Q Y m N O U O IX 0 O 2 0 N w W a Z Q M U U U U LU _ = U 2 0 2 Z p 3 W M LL w 2 0 w Z O V w a a z 0) ? `t Q m0 Z ? Z Z = m J O W m J O w Z 2 0 N w 7 LL p 2 (n S < Q = W m M a = W m M ca ) 5 F m Q 0 N _ U W > O m f F Z a M , Z Q M _ O — 2 FAQ ZFwO O I- W UO2 ° = V co Z O U O U U a I- v 0 � N 2 0 � Z 3 v- 0 s MII £aewwns anpn)ax3 Y N O O „ E m a a 9 c o u o 0 0 0 0 0 0 N ap ■ O O X V CO N O to N R ( h N ((C I-N ((C r co `- Z Cr) N O O O O (7) I"-O O) I"- O C) N- O O O O C) O O V O r u) co O Q a ((C O ((C O N CO ((C M O O CO )f) V ((C C) ((C M O N- O Z i(C co O N C) CO CO O I� O co V M O CO (n V CO Z co W V C) (O h- 3t O) U) to CO N CO CO n CO CO CO N- CO 4 C CO N N CO C C N 0 �U N N 0 C a) � N 0 N >, > a J ate. O N L d' Q) FCF (D (n j CO L ~ L 'O t .0 C ` N U N U C_ -, LL U 0 co I-Li d 2 2 2 C9 W m - m 3X3aW!J za z z > >M _8 > z z z DWI!UO Z a > >- > > >- >- >- > 0 L E,' O M N N N N N N N C-L O O O O O O O O O O .Z Y N N N N N N N N N N 0 Y t) Z Q) O f0 O O O y O CO an CO O 00 O c'. O p O �- (4) O M O p C U) N O CO m 0 0 N O < u'i O co r• O O < c N O .J r• O (O M N N h cC) or; N < O O CO t0 CO p Z N N W CO CO W Leo < CO o AO w w w w Z tL s a Co m C i N 13 di - N O 0 aC '10 C O) C V = o _ c - a2 J U E o ' c w (v ,. m t C m 0 O N c C n. 0G A. = m o m 3 E Q Q N LY Y9 i co 10 E = .0 N 'ti > 2 (a N N H 0 N N .d. _ n O C d A a >_ A U °D O. d _ > N a 0 i to 0 0 2 ~ co LL C fl0 .> (` O O E r 'O O .0 c h Ia c a d a ` D to ?O v Q Q �- CO a s fV " 0 0 2 MI 10 t C > tom +) C C Q E a) CO > E m in v (� c tY m a U j A - ti 0 J J LL z H t.z o C w y Q co U O N W o 0 N y 0 — cc F- cc J 'IS j W W 7 0 a re C O A ; - W f~_1N � 'p (Oa N N C N E « c � m ,_ N 3 V UJ E aa p � n V a ai Q ' > U St 0 0 E L c. ta a c YCC •; tD ' 0 r X an a � o i z c Q a w 0 a E s C Y i 0 >a — Q ` O m m O .0 13 W o w _ a� O > R aE O a)m CO ce 0 Z > W o .c J 00 J U I LL w 00 LA = LL n C (n u. a U = N C w _ a U S U m O W Z U < Y W Z U C 1 d mi d a CO J 0 W ad 0 E = a m J 0 < _ L7 E m r) -0 O 7 E a z m P E y '0 S c a ~ L9 m LL N C m Z ,_ y L M l7 > > Q n 2 Y U W Y Q O O V (22 z 7 > W Z O 2 ci F z c m aM2 o (-) > d y U FW- � � vOf = W f W > to > Uow a C C U05 > c) w c) -cc o c U M LL 0 c, _ E a a 0 ° a O = 0 Y V — O 12 Y msr• I-- Z J J a b o J J J w M > W el LYI Y 2 LL S t S LL S LL = LL ] J J =j U S V 2 O (� h Q V S Q U S a „ Q O = L> M o () p SCM C. 1 w zo w zo I- a (') W ZO w zO w ZO Cr 'C J C D J O a CCI m J O < W 7 J CaJO < CO JOa CO JO4 W O > CM ri W C L LL J — W J — W -, U J Z W — W Z W LL H >. J U.a d Q = M Q = C° M - - r a a) tOg 2 Q a° A 2 Q LL = a J = a J I.- Y W a L J J J /�m W ( a Q S m a ' > Q > Q ..I S C I Y r i O Z a ~ Z _ M I- Z M W O Z _ M Z _ M ~ z M 2 Y d ai 2 0'Au O � LL V _ UO � VO � t V O � 3 LLW � S 00 » O o O O O OU W pOU ■f Wa) w, > > } QC O o > p7 r(jY F of F o a C7 ^ E Oj of F o j F o z S 7- Y H c S �J U co U n cc 0 r R J a 0 r cc 0 r S 0 (- cc U p a o I- • U N _O - 0 — 0 J — O — 0 — C J J 5 LL ME f 0 i ' j 1 3 i i' o B, Z, 1 v , m m C O V U I F � U I U I U U Y - ; Y F E kiewwns annnaax3 N co a (o U c C t, 0 a 0 0 0 0 0 0 U) N00) v N- 0) Z Off) O C) N- 0 0 0 0 00') N- O to C ■ N • i N 0) N C) .0 0 '' CO I- CO a 0 O ." C) V h Ln N N N N LO CO V co (o C) 0) C) r L[) Q) (N N- CO , N- (D r O I, C) O_ Z O 0) C) .-0 V 0 0) O) C) 0) N- N N- O ,- I-- Q c- C) CO (O co co N Y Q O co N C O O .2 W (° q m ,°, 3 0 o o E N c a c v7 w d a c E O L (`o co U c- a o o co v isa awls >- z r z z z >- aural up r > >- > r > > O Lr 7 E C .c 0 O O O O O M>. N C7: N N N N N N 0) O T 01 O Z LOO O h n O (.,j N O tri O !r... a 5 Of 0 til O O N 0 < < CO N r. < N Q T N N 01 O O C N N w (^ N Z w a. a! o w -� c x a - _ O. Ts c • do o _ m `m Hi o«, y m oo c d o E m o 'm 7 E a c p� J E .- U d O)- 0 .d. o m N m o� a m > 0 Co- N = .0 m a c E o• `"> c a • m m m m rn to -. a w u m — c a a m m A ` m Y J J N yl E G ce y g U — m to a = U r a ❑ � J C W (° ❑ N O m N a V 3 a Y a = w A mdl E m N C m >. C .) U — a @ a wZO a La m 3 Z °'• — a v a ) • Y c O U �c :° cn c n m a 3 UJ mm `n a m o3 uL° Z0z ) E 3i 'C O " d w o m m � � U ro fu Z ay rO E o 0 Co rn a' Z m H N to (0 N W W W W n C m Q Q 4 Q U 3 U 0 m = m - O rn O a O O m - tn O 3 u) C C ? Cr) 0 Q O Cl) Q C 2 co z a z > ❑ ❑ LLJ a > a 4 4 1- w W z z z z a °a 0 cc O = I = I a 0 o 0 0 0 2 a a, Cl) ❑ ° W FO ❑ ° Z Z W n Z W i- W i( S CC O J a 3 1 o f - z " - Z M - z n a 0 = C7 W CC W W W CC W W W W z O Z ? z Z = 0 z — z z o Z a W Z a W Z > W - J - W z 0Z ( a. W a OZNaw J (i0 Jei 0 -tr`� O a = wi- n :_ ir. o w j 0 W > O a a a » ❑ W Q U 0 Q W O V C1 LL r F, LL n f' LL n ~ F z a n IX 3z z aN 3z Oz I- ozYOZ � 000 1=� � a N a p N a � o z > o z r o z I-- ° > ,t�f i Oaf N I-o h m a a Iiiii kiewwns anprDax3 d a a) U I MIN-3 co y O 6.C C_ (a < U O Z 0 O_ U O 0 0 O It < < Z < u. .o)) < Z(i Z 7t # O # # CO O c COO # Z 0 O O N < C h n O ([) CO or U) (O N V CO CO C) O) LO CO CO O 0 O) L' O O h. C') O (D (O LC) N. co M O O (O (O CJ 'p co Z 1 Z C)(.0 O CO CO C) Q) V CO CO CO O) 7# N = C C CO C Q Y ,e 1 Oco C _ t= °o 0 .0 w 4 a) 2 > ° 0. U a o L E E Q) .0 O a 0 C m U C, < U O DO c (n ct Jxa awu } z 311111,up >- >- >- >- >- >- >- >- a < O O O O Ol O O O 0 > N N N N N N N N N O _ 0- Z O 0 O O O N O N co O w7 00' 0 M N co ei 0) (O h K> CO O 0) (O O n Of O < N co M CO- N Of O (7 < O h N9 CM„ V cc N 000 N Z N 1- Ny CA 1A CO N Z h N IA p 2 a O 2 d - a U Od X d a - ° • Q 0 O w y A Z 0s . co O O e- -a H a i d, m R *Z 60 41 o w m C C a o m c G) 0) to d ;; CO v C l'-' D N oil o o > O o Ip Of W m Y E.. s O 'O m O 4-, CO d w • J d m d 7 « 'C C . ` O o C 'o W _ C • O • U N W N m d 3 to « 8 a C ID CO a: y( O U d A O o E III t E o W > a c y U v a pan cc Le) oe 2 d A c ` -c 0. m ~ ` Zi o d `p c m xp dp c a y d — o .o . d - x m . w E s c U) m c cc N ° > • mU a V •A — 'A « 0 X �~ co .< m Z a ad O (7 H C c d N w d c 3 ca... < O00 d 0 V 10 _. Q Q 2 O > O 0 d . Z v < m < U c w o w •DU _0 r U C . y U A « C La 0 L c Z d c N O! d d 2 L O Q J m N (O p 1 O S c , <I H R U CC U N O O > U Z > f d O L o N O to 0 A O d _ y o E c Z w < 0 c 7 C 'x (n w — Y 00 d CO G J o C C < U Z Ei Z S 0 N b to 0 = = kJ 0 0 °ewZUQ ad v d Ti 0 L. z co CU 2 0 C Q Z > 0 0 M Z 0 9 (") U 2 2 z < W U Z '� Z a u u >, < 3 C- ac) < c•) J W a' m Z Z N N 2 o N CC E w m < o (� LL O Y 0 N a U 0 = _ cc I- w A el zw .- W0 po w m M � � 2 V U = w � J Q d (") O 7 � < Z < rMi y (,•) U o W .0 < p Q' LL _I 41 J ~ Z P O _, < N 2 < U S =m m -I 0 < d ui J co �' F > J Hw NLL J A U- mJ0 < L) J p W c d > U d z < 1- Z Z 2 C .-I W QS W 2M w ' A >—> J 'OZ OC7 � a< Q } >`p A > QSZmM -ems, ° � FZa � a JC7 m � > � � � OUW > om m = 2 c � a � - Za ()) . OUO2 po = C >, < pro o S C } LLU02 U _ o H m A 0 H U) Z F- d CO 0 O 0 O ° nU e- cc < zO o (Nn2 Z �O L U � •- O 2 U a QyE 0 � p Z Z m MI ic.Lewwns aAUn)ax3 D0 a z # 0 0 0 0 0 0 0 0 R Z Z # it # 0 0 o # v Q C) u7 M C M r_ O M M p LCD O �A M � 0 M O r LO CO Tr o L0 00 C Z # O) N N CO (D �p CO CO CO CO V V In '7 co o to a L a a iti 1 - U) U er C C C OU n ` C aO O .O U) a O m J C a '4 CO Y C -) 2. E O E co E' m m m 7 E O a� o CO r m 7 m `m V G -7 (2 < 0 I- 0 n g m 2 El < 0 IX mu Z Z < Z Z >- ma UQ >- >- >- >- >- >- >- } >- C c rz o 0 0 o O C m rn rn L' 0 0 0 0 o > N N N N N N N N N O O O O t00 CI O O 0 O O o N C. O O O Ca N O M N C co M o N- N O Qf r• N o V Q? c0 CT cm Cs 07 V a r• O el Z W CI N N O O M ! V/ 4, 7- 7- 7- O w w w Z 0 ----, 0. otl _ CO >. C a C A ja - t I� A C a 3 0 `O N b " - j a)LL 2 a: 4— E. a N JU drnwa 0 C . o cN— a) v °7 >: a m • c " Y 4471, 0 a D c -- o c 0 3 > �° o o f vi c ; w m •)p i ° N O x -19 O 0 2 h- d d T 0. L) d p, 0. .__ R y o O c t � v x o `o � � 0 2 2 > ° m °o ° o q °o • o E ,- o f a c �� ao "' _ Q ENCno) uU ooM 0) a 0 E O a M 0 m rt CO > V N 3 o ° w f z o a n o E E C C O d o m H o .m. .m. # ,°. (/) I- 0.lc > ° CCD - E m =co� , to Ln .m m E < w •Ct � N 'c <M c. 03 c a c a z m - a < A ` > > m z 0 Z m �� ° s O C ` = o od u 2 a 3. c m 0.0 00 0a z m m N ) 8 < (a o. s 0 c N - C > m m 11 0 E ; O < ° C ° c a as ='a U to> d ° C w ~ U a o a N m m a>G U d E E i a �n o E m E m 0 0 ac cc o m cm # =m y W e w Op mOZ ' '� o O 0 0 c) U 0 E N X y-)00 > > W m -t m o U U C c U m _ a) '"' J 2 C c V7 LL D) 0/ C -_ m Te = m C _ CO m II m c c m e ti C c F C a l9 m m c Z ti < c0 Z 0 0 O 'r uf) ' G C C D) A d L Z W a m > ~ y Z c M c C cn W v H Q' 2 c g Q .`•� J W W F z w d ad �? •a ` in m `m 0 ad =c7 0< - M if u u Q a. O W W x x J W M I- J J a W W S I LL J > M 0. S LL I F LL . CC') < 0 < 0 I / U. LL1 L h V CO -104 W JLL C a ! JOW C] JO < � LL Hy I U m JO < O m F C n = = QJ Z W-- ' < H m M < y < H m M < Z m r) A N Q = m C',= J S ' Y C Q S W •- J x J W -' co < W ,- < W Q • Y 1-W Q I- Q ILZ Q � F O _ � Q M � Z Z a f Z� x oJ � Z � • 0 0 I_ 1 a o0 ) vw o o ° °o o ° 8 152 CC I- CO2 UOS D _ m N O J U - 0 0 Q x 'o o o >- > o �_ Y Y ic.iewwns aAiamax3 L, a N a s E ° °' ° vl I!EW 3 a) 8 a Y a a) C N C la to to L v .0 .0 0 O 3 .__ 0 .�C 0 0 0 0 0 x v ,- rn G Q a .m v .= C) Q A U) N- N Z Z N-N 0 N- N Z I. Z O) N- 0 7k 0 O 0 ik O) IN-O C) r O 32 N N O c'7 O ■ th O ■ C'7 O N O M j u7 C) CO C) p O IO p O 1� p O O co c Cl O ' CO C) p O Li) CV O) N CI CO CO u') O M CO N. M CO N. (C) tp C C) [O - tf) C) O M co N- i: Z 0 X N U ti c ca C -c a) O O — :a O a U W W W NJ W Om -0 2 H U) `= O i cEu 7 c VJ (n Z c N O ry ,I`� O 17 0 0 m O w O w < 2 o 0 >.W o m w ,,.r.;:. C..) C. < m - H � C - O 0Z CC Ya CC CD ; ixa awms >- z z z >- >- aural up >- y >- >- >- >- >- >. >- C G:.C T O) O) 0) O) co co co co J< O O O O 0 O O O O L lL O O O O O O O O O 2 Y N N N N N N N N N r 0 >- Z O 0 0 0 O 0 0 0 O m O O O O O - O CC) 0 O 1` V °v T 0 M n © 0 O M 0 in< CO O 0 0 O O - o N O M h O M N o 7 1� M N en M O) N Z tO 0) < W• M N )+j o w w w w w w w z w c c a a 0. a o v = � «o g x oz � cz a w o a •- -aa 17 a >- o42 « Q � 0 d m o E c -■ a •- c Q � 4) c Q a) c a Z5 v 2 o 0 C w e to w � 2 ? m - :© c Qm a0 o N n a ao > m ;Om d . O Q LL U. ▪ � d d a co .0 « -'` p) ` O W - OI W to a N S Q.• ? '0 M E E •c c 0 .0 C is d - H m 'n w 1- m "y 0 C7 •y co U w co o "a m "m E 0. .0.2u) m 42 ° Q ZJ Cl)4 m 0ppO - m 0 .- u oop CO m > ° G C 0 m 2 � F Z U d H ° > co m Pi CO W t0 : Z C C O Q G =CC • 0 p Z E W > is W In �p to Q Q d' O N C o 'C E ata Z 0 '- W N w OO CC c m1 a_ > x o - m iv J B Q 'B h- Q to ` y w H 1- t c 'E 3 `a o � aU o � Jm 3m O � m w E zQW 0 corn — S . d g � a d E d — 1a U oU o) w 0) w ' d Of .0 > ._ _ 0) w 0) w E w J m 3 a to 0 J m w w tu m m m '= Om moo CD Um rn .c E vVj � O Z � C � z Q In a m — w a m tn � � � � w � o w .8 cn - 3y o Z S A J F y v ra w J J LL Z m F o S _ LL S a M co cm C H Q W M Q U 2 < U 2 0 C w LL W O J C Co 4) J a M W Z O w Z O C 0 N • - E � � 3J mJOQ ca -10 ... — aye d U m aNmcl m ,-- 0 21- V) Ea ~ m m E < P- mm G E .4 en Tio z 7 F J c c C. z 0 z N = < = 2 M < = 2 M o • to o 0 O V7 T W '5 )a m 3 U W Nm LL 2 c aZ m � m .. Z -3V- W ri, W O UOf ` 3g v 0 U O W V Q 0J> 0 J H J d ce =V ad F W Fe M 0 = 2 = a O F ° > F ° > • rts m f ? m a v o 0 m U ~ Q O - M CO H O M = )` I LL W M Y M a' J o = LL Z _ LL1 t0 2 to m J U 0 S U O S •- M m tU M > W Q LO U 0 2 = Q re) C.)0 )f) w F LL w Z O w Z O O Q C F m 't W Z U O J 03 O m O S J LL 0 !n 1- M m O W lL O J J W S S � J cW J cw W Z LL c .0 0 W } J J ' _ _., � lL > = = V < wmm � < wmo Q � � U Qm CA z PP g, ti E E -o W cca 00 2 2 > > <;203 W Om u. UQo '0 ,_ Z m � 0 UOU o J O w< < a cd °E a U ° >- i o r 0 0 U CO c I- m r r r- ' O . O o O> d ME Rat (uewwns aniimax3 m a, 6 ca © G 0 O �!eW 3 a c a-" OJ 6 Q m m E a 0 Z V O c O o z o aG o .o c E o 0 0 0 ¢ g ¢ ¢ , m LL Z u i u u o rnno Z Z C) C-o O O O Z CO N N. � CI N In CD V O CO op c0 CO n � OI M o■ N G (") CO N. 3L N- N N. a) n C- Z V CD CO O CD N (n CO m W CO Q) (0 V )v O n M m n CO<0 o N -C a) - - y o E .2 cta 0 (0 a) 0 m c o c tz co O J H C a) O a) C .c C N N ra O O W C la N 7 N W U C. 00 0. -) 2 K ad U) 2 ¢ 0d JX3 aw!y z >- > ow!'up >- >- > >- >- >- >- > >- >- a N f_N 00 CO 00 00 00 m 00 00 00 00 00 ...1< 0 0 O 0 O O O O O O O C.(■ 0 0 O O O O O O O O O N N N N N N N N N N N C 7- - c'C C., O 0 0 0 O O 0 O O O O O r'C O O O N O O O r O c O p O N O c•7 _ n M N. N CO O CO Of r) r N < O N m a m CO O Q O N. M O p c7 N 2 N. CO O CT N CO N LW W W N� W N W NN W K m N 2 of a F = c C C LL •- o 'e K 2 u 2 W N > c a ' 7 °p D 'v m C7 °a a .E. I' M a m >, m °tf a y 0 N f2v) • 3 c a LL m E a LL m ;, o 5 0 o. :,- a C V U 2 .0 fn c C N m U i0 W N C C V N 3 cO .�. m 0 > M U C 0 a — o Q .9 C C ' _ C C a a a M •a E 01 O m o m a Lc, U= = Y A V Or a v 9 .� t b: a) W a y a w (- C > 0 y ` y .0 Z N a) as C N c 'v a w d ar .m O a .: a E w 4 0 a, u CC 0• w C Cl a a 0 0 w C N ~ O ra J a' N N t0 Cl,' . O Cl) Y >. w w m V1 LL' C p N Q1 W Q CO 2 m •� 4 2 o) = n E d N xz - U _ p a c Q O C � `m sr c a wO � c � as E N a > a L. d at " E a' A a W E ` N W Cl a a 7 c E a E v t~n > Em 10 « 0 c a E >' z LCo - (.0 m CO a) is T N � = o m w rn °' C: _ m 0 1!! fn 0 N 2 ~ V LL ? ,Er) 17 > al N W E0 . . w p o r c o m O C o+( a - _ > It mU E :° w c E - E QO 0 UO d m ° a' ° is °° Cl) 0 m m O t M T F. a W O C *5 LL y5 W W c an > _ x O - 0 >- - m `0 y 0 c m a) c Q 2 W Z - na c m f u> a c m rn F z 3 an w m v N .5 0 C C < U 00 2 o 4 C W O NU O z C0 W U > U Oa HL CC W aLL Q 0. 3 o x c 5 • J Y W Ln or Z _ LL a' J ao a > c� Y M W J w Z W r _ LL W w ZO w CeM 7 a � 0 `h aQr) 0 � LL � v Ow h � 0 " w ZU V Q Z m = W >- _ 'y O Q LL N LL j N 0 W > J Z Q LL 0 J LL - J W .. ... a = W r2 LL ~ Q L 3 J Q = J Y W>W n (a LL - Q LL J Z Q = J a = W m M at a U0 2 JH CO J u. • Oo po Z _) LLQ LL ~ a UO M s > Uw � a m W ° (n C ' 0 a fa ° N. ° UW o Uw a 1- o > 0 o ' m X00 = .SW CCa 32 Sao O O ' I- 0 < 1- oj 1- °o >- l [ r+:0 cn U 0 N U r J V O N. N V .7 a 0 oc g U .- a s > ,d- EMI WM tiewwns anumax3 m .: 0. @E < c• Is 1!LIN-3 m ° o o 0 0 U cc -o_ co 6 m d C m m 0 3 E co w o ., 3 C 0 0 0 0 cli,72 o O O , 07 m , co rn 4 4 a ° v - m u7 n N ( C )n N .cr .,- 0)CCn N v --C) (C n N v � U) n N Z Z L Z MN- 0 O)n O O MN- 0 fP n O °) n O * it O _ (A O O N lC7 N O i M O D m N V N) to V O C N C` N aJ C O (f) (p N V O N (f7 V7°) O N r7 m O n V O c0 N W a0 .- O O O (() C7 N E Z r. W V U] of O O (h (h l!) M (° N n M V O W m O n V 0 Y ti c ° ` y ° ° E ,)a r a m ° et o m C am a 0 ° a) Q Cl_ ca 0 v dui m uj E co a .0 m Q L � �U G. l2 ° - d Ca =, Qcc o )x3 awh1 >- >- z >- > >- z 0 Er n n n n n n n n n < 0 0 0 0 0 0 0 0 0 Y N N N N N N N N N O O ? a vj icJ wwns an!}nDax3 I!uYV 3 a Z o O o o 0 o CD O Si O _ ■ O _ w Q M Q ■ (n m 0 Z (Ln r- CV Z (Unr-C(N Z ono Z oo) o L Z O St Cr) f` O # 0) N- O # M CO r� O 3L �-h V C) C ‘.n M CO 7 CO CC` a ,- 0 4 N- CO V O N C[) 7 O Cf) M O ") O N < O - C O N. 0 0 N- C CI) CO C) U)CO N CC) C`) N O CO CO O r- O C[) CO N Z m O G Z C) CO - N N CO CO O C) r` N CO N- R M V V C+) (O O O) N- R 3t f` C V) N L O O ` 0 2 O ) c 0 N E (Ca c s) c o CD o c1 O r^ C N( a C c t (0 - > N CO L z' a) (o .c (a co W CO CD -0 CO C -c -O CO CO W U G LL > UU •--c CL xm E2 < f c2 CD a_ axg ami j z >- >- z aan'up >- >- > >- >- >- > > > > O i_C N- r` co CO CD CD CO CO CO CD J< O O O O O O O C O O O O O O O O O O O O 2> N N N N N N N N N N Cr 0 Z C C O O O O O a M N CO O o O O m< a N r` f M D) OOC co cn co 1"�f Co 00 r < °co c ao m CO co (o 0 o v co In D CO C.1 0 M N CO CO O N O CO N L W N O W• ,_ W W eft W W O Z a W . O S 01 cv m = S U (o U R I 7 m (° g n d o m Co ,w c co 3 0_ 'O ~ (D O W in r 3 O Z::, (Oi A m e O c a • N O 1 M a y O N Ci � � � oo � ap - a � UpU E co C,:) O N N D. O a m eo U IS O od J Z Z 1- G > 0 OO II 2 O O 1- ' N m H Z S F O y ♦• J z - p � 0 m (n00 '" OuWiv < W vUi > > a � pvWi = J N O V W O a °� J 2 4 W W 2 1 0 to O H (n = a ii, m X. mY c d L 0r1- IX m � C+f ] 0 C7Z �.� .� S � � a 3•X. z E t O cc m W d D Z CO u W 0. 2 0 z_ m m O r z i. O o ( � d E (n° � 2w CO c °ao Q2 Uv W >, 0 < < m m W m n W -C c7 � > 2 W Ym IX w -I m 3 ~ � w s c 0 rW0 . o SW m0 4 (a JZ �- F C7 J L 6.Z to Z O. j m " W 2 LL ~ a O Cl) W W Z (A •= E = < a, a W . C) W a) ((DD 2 ce W y r I-C < Z C Z (n M Q U U W J CMO ms 5 a) C 0 _L W 1- LL CO J 0 < W U c`v 4= C c in j- .c W O J A W W M z Fa < y z o Z0• . 2 a2Zm (") < < < BOLL a lc2 Z < Z '7 C7Z � < 2 > aM Z Z 2 - Q = Ha Q � mc W rno LUO2 U °t1 � LL1 0 *5 z U '0 Q C < > 0 W SZ0 CC < 2 0 < F U S < Q 3 0 U (/) ,- 0 2 J Cn W M J J W M Z p Z i („)• LL O III Z ILI -I'O J O 7 M J - M i W U I LL J (y 0 J O = 1. U = LL M M U = U = d' M W Z U d F w t Q W M O M W Z U W Z O O M a. Z M C-) m J W O` , A m Z < LL O J LL CO J 0 W m J 0 W 0 J LL 0 J a LL - a = Z °-' " 0 om 5 'E a = _� < = Wm ° a = wm ^ 7 = ; o > mZ Z�; , /- z a M 2 § LLr. p LL F S Z a M M � > _ 0 LLIZy ° /at' � _ LL LL LL LL F 0 W O I oUOo To < � E OZ ~ O � W 0 0 � ouo � O � w 3 Wiz �ri I- c, > ONa f-- a < 1--- oj 1>- °o > H o > Ip m < o W U n S cc O J O < U N- 2 V m O < O J O 1- _ � p m Uva UN J - 0 .- O UNJ 2 zee Qj tiewwns aAn.nDax3 E > 0 MAN a ai � a Q Q CJ72 z z z t {;' 0 o Z E It co o st at o 0 0 0 CO ■ e CO Q Q Q < .4 o $hq. U. Z C) N o C)N o o t 0 0 0 0 0 Z a a) ° CJ M ,fin c7 a0) W co ,- Z c`) a0) CC))M a0) Z Z co lh m a)N Ca 14, V o O^ co L Z a) a) C') a)Co O -N C) 7t a) N O a)Ca O it # O)CO O CO 1� N .o CD M V' u') 0 4) CC) 0 V y ` N co 0) a a 0 ro o a) co c cn cn 0 E c F Y o co p i c Na a) a) c _c o o 0 U m a W o y a a v W c ) a U G a as z0 (D (D Qa 2m zU cn )x3 awLL >- >- z z z z z z amts uO >- >- >- >- >- >- >- >- >- >- >- r a L C ,q 0 ,n u) 1n ,n 1l) l() Cr) ,n < 0 . < o 0 0 0 o O o 0 0 0 0 0 a c o O O o 0 0 0 0 0 0 0 0 2>' N N N N N N N N N N N N O Z O O 0 O O O O O O O O 0 m S O N N ^ 0 O O 'Q o CO en< V ,n a N a, N 0 co M <D M ,n CO M 0 co te C ^ v1:. 0 ,(! N ^ cc; C ri < 0 M CD O cD O co N M O O N Z m ,a w w w w w w L M in W M `q W Z a Z a cc a u gI o Z LL ce yM) ca,) - m h d U Z . z a c m s 0 _ N m io . E d 2a 00 O - Ua' E _Z r. N °0S `c u�im a < < HO Q - r - 0 N O .9 M O CCI LL N ❑ Z Z a7 0 CO- O F 0 0 2 < E. LI C D y °oo N O .a o a.To O - 8 3 a C N to 0 0 G d - d J 1D J _ E Ce N u) ❑ <D Q M M m N O 4_ C) M . S I— N z Q 7 77. a ,- o O LL LL z LL g 7, p I- Ua I- I- OE _ ❑ a ❑ z < = c0 0 O Q 0 Oa m , Hp � (0p � 7 W W CDZN = f jCe M a ^ CCOr2 rsOrm W m w0Z c ZjpQ wpo w ° � O - - a Z 3 zQ w it > a ? J Q ? -J ° Zad < rn � r. Q � oz � � z �-, � z ? z 32z � Q LU -1z c zzz zzz LL < w LULL! 0 Z OQmw Zmwce Q O ❑ Q LLZO V � a m o d r ¢ a raa U � w rn0 H z i W Ow S W w U) m < M O a cn O m U U d 2 U U U Q O y Q Z pw a cc Ea- .. wZw > C7w > m ❑Ili LU • Q c7 _ W w7 LL vU d CO fa 411(7 W m C7 uj Wa' 2LYS Q W Q wUZ ¢ a ZIX0 oIX ¢ LYX ( = Oi aa, U c Lr < 7 Q ¢ 7 LU H <- O ❑ .c � � � � -Irw w - w0 as g3 = � = Q 3 wz r°n LL > ¢ M 1- E cc - w w 3 w cc y CL p 3 W W W U ❑ m CO W H H W T ad J w I- U C7 E Q a a 7 m c - LL a ❑ Z Z E W J W W Z m ❑ ❑ s d« 'C N U J JJ o W (j rte') co co O > ' E 0 7 ¢ 7 d W O M °C a0 ❑ Q LL an z .03 y � Q 2202 ~ ° yv) LL < < ¢ < < ¢ w - C-) L ° 3 a M 001= 0 '' / Q z z z w 'z 2 w p ^ .E c HZ R ") Z yC a U 3v0) QaaN Q Q pia W m < <") J a w Z < Z ° zZo ❑ ❑ -I = M LL W p W O co ¢ o 3 2 0 r. 0 I 0 Z 2 2 E o 2 z _ 1- z v w w y F 2 O CL• LL OXLJi Wp - J � mM OQLL Daw = � M Wp V J 0 � J OZo, OW 7 v N N L H N L fA Q: LL Z S c+) W' LL lL M LL } LL F W M Q' LL F W_I LU ,0 m tUp ad C Cl) JaLL p3Q p3Q oJLLatS C GN) Z m ,v0 ~ ALL at1 c N OQJ .. O. a N 3 7 - W m 7 W ❑ 7 W ❑ Q 3 7 7 a N Z a ? 7 ❑ LL Z O Om 0 0m a) .0 co < Ixz < zz J yL O Om a 'OZ S a .0 ¢ - Sci U 0 O 0 0 0 W 7 c0 3 Z 0 J ❑ W J ❑ W Q = J W 7 moo , --! W L0 ❑ " i ❑ c O C CI 00 LLw ~ FZ ❑ FZ ❑ -) } 0 dC7 ❑ a � O 0 c, 0 � � Q S 3 '2 3 ,a Q O W C7 LL a 7 LL Q 7 LL a J 3 to LL ,- ¢ "'I t Qv) a Q n a o m wz ? Q Apo A a Q m O3 - o E 3 )n E o°) o (7C7J ozJ L.L. zJ OU W ° O Q ,'nn E OZ ~ QOO o LJi. z n o 0 o J 0 r o o rn N a N a Q U _i °o w r o LL r o LL F o0 M Q a U O N ao 1-- c Q Q a V c X CC J O h- r F r U N ¢ 2 J \non dj m m 2 > ea- 3 3 J 2 m U 0 a 2 raw AJewwns aailnDax3 m co a i1ew-a a ai Q uJ N Q Q U 0 0 * o o Z c at 0 0 0 it 0 0 x Q Q v � rn Q v . rn Q . ao . CO Q Q Q A O Z Z t!] r N Z u7 n N Z 0 r N 0 e- Cr, Z Z Z LL Z it it O) n O it Cl e`O it O) N- O O Cr) )` O it it it V O to )n m C N N 7 0 00 N 00 N c0 N Q N C) Q N■ co° O N C 0 )` N co co t` O n .On... 00, 0) Z ll[�7 OM V. E Z M M In m 0) N 0) V f` N U) if)CO O # o U) O O) N O # O IT (O a U = ea U r- ~ ~ _� (n N m 2)- IX Q � w c -° E 'E 2 - O (Li E13 00 `m Q0 CU m 0 (� c N ?: c_ G Q cc x x U 0 a Z U 2 2 a 2 C d z rx lag aunt >- >- >- z > aanl up >. >- } >- )- >- >- r >- >- >- >- } o • L':cY a a ) M M co M M N N N N •- J< O O O O 0 O O O O 0 O O O a.l_ O O O O O O O O O O O O O 1 Y N N N N N N N N N N N N N O Y _ O Ch p O 0 0 O O 0 O O O 0 _ 0 O O O O O O N oo O N N M N 0 M ct1 CO N M cc O cr) co M N O 'M., N cc .- n N O CO rLO - e.," O < m ^ O) Q) el) N N O N M N N N O O a M t0 O O n co O M O z w en w `i w w w w w w w t w z - w d c R y C C cs F- rn o z S _ n ! 5 c Z m W ,- E 0 O. a_ LL 0 0 C •la E O.L vai Y O N 3 COO = o) d C 3 00 co Cs C J 10 a p Q d I` O ~ E a N M N d lY O is/ C? al s-> > LL a W •- N a J M can O 0 C 3 A p M C •, C 9 C c0 N a c0 c 0 ja V O 0 m N N LL E ce cc 0) a) LL• CO y N o g C M 0 O . u G ur J m y N m � J O 2 c o m e O � -:0 Q )■ a S e .- F C en ,- in 0 a Nin o � � m : U � In � mCC„_.- ,- o ° °a ° m N r N N co N O N V cm H LL FO ((i) d Y Z W 3 Z H .Z. a. J O U H W > W 0 W J cn a, 0• Z W d' R 0 W 0 a s W y. a IX W Z - a M W Z F > f- a U a > 3 Q U W a O n c f - w 2 3 zH > - IX IX 030 Zaz am co °. aa31700 o m Wz = caw W Y v0 / Z O = NJ =OO W >- Z E Wa z0 W N 3Ca .. W c67o •a.< 0 ea Q � a°i � 0 z � < z � � Um cs' mQ mmcc ccmF a a O W . ccQa = Jz a0 a a01 PO zw > > ZZO pxZ E 0 4I_ _ 2 ea CI 33w 0 mmz QOa tW7 � z � v = aF- zc� � c N zw � 0 � s -ems CO i Z waa E U � W a � � = QKe6 = 2W a a H w - a 0 LL t r 0▪ 3 0 3 3 w ° a I Wo u o w a p a Z VI a m U, Z m 3 z f e H A > 0 )�Lo eu W C Li ui F m J u°Q L oa y ea d y 0 m - m O u ti m y w m m0 n � m!9 w c • y a ! E E d d ° z 2• w O w DC a u p y a) u C l J 5 J y O 0 y 0 O a d N O 0 < W p - 4 O t Q m U m J Q ea W v Z E LL . g ° =Q Q • W o LL a) O 5 5 0 m °a O =au M 5 x > U LL T J 1... ftl 0 I- T o A LL Z N • n vs a.0 -a J n eo m m > LL 00m 013 J u d �en 0 ei � o O � LL 0 � LL > m ;g `.. d 1.11 -. CC U. o_ a Fat m L Nc4 u. Ed ..s, en ° ,•� ent F eat FmJ CI- Q 0 c i7 u) ai 00 ? d X m -u-.1 J 7 W y H `y LL Cd 7 d en U LL add d J m eeaa m j rca m 0 m ti y R LL c LL i,, 3 0 I Z O ti < O 0 z � 3 o ti T LL a a) a m : m a, •40 ? W n OM > a` x U E D o W 072 u c m A of 0 0 0 o 0 i i m 0 m v p n ~ e_ ea • O J C7 N o c 0 x en ° 0 d 0 m o ° 0 c 0 c 2i400 .5` 0 ° ° _ QOO 12o . u) LLO we w � mN Qo c oao � 2a° 5, ae3�n E Qe3�n E � �o c 0 HN D3 rn Qa U o `o 1- 23 ix QoU c� N A o -0= ONa° pNa 3 � : > = - Vei g U m 0 Q f N > Z `° m m °a U 3 0. _Cto 0 0_ Z LL M to co Mit 20 )Gewiuns anilmax3 m a a) U c Q < �m < 0 0 0 0 0 0 z z a ° z 0 x < < 44m < < _Q < < (o Q < W 0 Z Z to r N Z Z Z Z Z to N- N Z Z L.- Z at # m N- 0 at * u 4t it C) N- 0 st st C to O (AA) 6f) O)7 CO O 0 N O Q ¢ 0, C CO - .0 0 O N- M 0 0)CO CO C) O to ,- Z Z M N- Z 0 h 4- G. Z M Q to M I� C') to R CO 0 0 --to ( 7t 7t N to O it C') C') to _ C ccs• O -O _. N C C O a U c O E = a co = a 0 C. cn 10 2H z z zo a Qz Jx3 aW!Z r y acutl❑p >- >- >- >- >- >- >- >- >- >- >- 0 L a' ,- ,- O O O b _,< O O O O 0 O O o C m 6.t=: O O O O O - O O C Y N N N N N N N C7 Z O O p O O O O O Y 0 0 O O 0 to O 0 O O - a',C O O O O C E b o a O C N O c$C 8 C o n < G 0 O O c' M O h M C (N < O V M b co N M N N o Z w w w w w w — ,- t* 44 h 0 z a 6 6 2 a a L a ' _ .., z U o e4 - - c ' m m ' u C 1 7 4) '4., W N a Z a j Chi m a d r r 1 c 0 N ❑ 7 C to E a N C (O N N a ❑ . fn a 0 - z ; m 2 0 E N a IX N Mco c � � E o u m ;? E O N .N _ C OO v M C •C gym.. o ■o o = O V O ri •.. 7 rn 2 c c w m 2 c c E N co (U U) n W y O ¢ w w Z w 2 g < z avn �? i O 3 c( c 2m (-o _ ❑▪ ? > ❑ a > � cnF c Fpm Z C) Zw �� aJ - 0f Z ? wxm J , w .� FOF W oa = w= w a0 v¢iCO Ca of a Q w 0 c x . a x l ea ▪ 7N0� zZ > cc 1._ m c> Q � wzo as z zoa Qom W° z � o ❑ Y C7 < V) 0 az0 a ❑ < - a= JIL NN z '� Q u) (7; 00 .4., /- 0. „3 < -E ❑ woo ?, ¢z g U > N F a N 0=; - W < W m fn 2 Z z ¢ w w Ce 0 CL CDC ❑ W m Q2 0 7 ❑ z u w w Zpt}n �z 4'F s R w F M _aa0 w 0a za z< W Z Z Q ❑ (.7 W• w w N S. z � c a w rn f 33 ❑ w w y s a a ) a W i F .. 7 a N F- a. V L y, z w 7 a Z W ii n' 3 ac N m 0 9 z ❑• < LL o0 C — tl LL' 0 oa .c a) O z ¢ � � f rn ; z � 3 a, >..t7) oo S. cc a) ❑ O LI z s ,— a om = o z � o >, . of - 03 m ¢O c U 4 F2 p cod c m< W u' Z °_ E O c - a c E k a_ U i j N (ca 2 r. 0 G ❑ a W J J 2 CO z Q W J • Q J a a LL O z J W W a z w In 0 F w Z 2 a 2 Q 7 z = Ill j F 15 -I Q 0 �OQ < O I m W ❑ J ❑ 02 J ❑ Q O W s wa 0 > om ¢ Wa o cr LL C LL < 7 FLL a W ❑ o o J 5 a Q 7 d f < 0 _Wa m < m ozi• < p a W LL ( ?_ M J O W CO m C Q J W A LL C LL C A< w i a • < Q Z ❑ m H w F =w N V w ❑ d N ~H N O J _ O wLLU ` gc,7, alli.r 44 _ 2a � ~ N < 03N ?< a r m O U o f u 0 ¢ C O a a U v a o 0 o d1 0 M I- O ..- m 8 a 2 ,- < V O Q f - 11111 IOW klewwns ani;n)ax3 m -I i!))w-3 a a a z z z o 0 at o at at 0 0 0 0 0 o O x Z v N- rn a a a a_ aim a a a �� � Z )n h N Z Z Z Z CO N- N Z Z Z )n n N Z at O c- O at it at at I�O at at 4t O)- O X L' O • N CO) O V co N V Q CC) cU m < Q R r CO to CO 1- N) O CU CO' O co N C (C)1() .- Cr)CC) ol r O N- O V � )f .- Z O N- V z Z CO CO N- O r C O N- O O N- O f) ,- O r O N V a. Z M co N.. co LO CO at CO CO CC) at at O CO O CO CO)n M O O CO O O CU CO CO CO ))) c')CO h C C _ U C T. 6 U C a) N 0 p C7 (,'�) N an 0 0 a a cu i 0 N a N -1 c9 O 2 > OO a (0 O W O O o m a) E � O E � > > `� E � E � U C. -, a ZU atx m Qw 29 2 — 20 Qcc acc ix3 awl, >- >- > aunt UO >- > >- >- >- >- >- >- >- >- >- >- > O ti a rn C) C) m rn m a m o" m "'01 m rn 'C rn C) rn rn rn m m rn m o) C) C) )- v- .- .- C C 0 .J >- C, o °o oo, 0 0 0 0° o0 00 0 00, °o °o o ") •0' n N) M CO ill 0) Ci o G 62 N CO in CO N O W O O o O O N O O CO N CO CO O M O O C O co O co N N O O co- CO N m co CO O Z co CO < V N M CO CO CO CO p) _ w w w w w w '^ w w CO. N w w a 7. CC `m t = c E ?_ p -- Q - 0 O j0 N N N o. g Z Z Q C N 2 E o c. M c co f� LL a Q C {y 3 0. Y c O m c0 - !n N o r o E .. O V I) O p U CO _ L co CC N co O O Y M C O 2- m E 0 e. N- )` Z 0 0 v < a rn E E w g � Z3 F. > in m < > w W a CO Z rn aMW — a W 0 a N D y to N ? C7 fn 7 O. Z O O O QQj CO Z ^ -1 .. .< a. c. M 0 o n 0 a z o N H m m cn Z Z 0, 71 C a M D_ 7? J p a 0) Fa- _ = 3 iuc< 0 3 = W -j ZW o aw W 1-,,. a c0 cy NL w vi = a, o a ZZ ULL2 c a at m2 FCC c < c o wu wF Za v) - W W Z (n W 0 W Q Z ); U U LI f'c) U CO O z F d C W > Q M a to U > = c J ` ` ,/).o to C tY 3 _a• M p M W C=7 a W re F L F d a 0 E U ; Cp Cp z q O N o O W co W D C7 W 0) a. CO a ce "f z C .0 n LL m c0 0) < O o N N = J a. ca 0 0 = W _1 LL .� LL N CO CO CO 2 N m CI W > at! W > < cd oil 41 N t otl TS s CO J g W = m 3 � = m � � 3 � 3 ~ 3� to c > w Z a = Wmo 3 W < wm go W Qwm c 00 gp 000 worry m p) 00 v O. Z .- = Qn g U. m 00 � • .. 030 .W u 9 ,_ OF OF o- LC QF 'C LL < m n 0 7 0 0 O O 0 Q c g .9. O°o Q a Q a C a _a m a s Uon >-Q, Q U N O t) N 0 y f to Q 0 2 tr _ I • - _ LL d Q f- Q a W co I- I- I- I- a W W Z U p Ce LL m > w' p M LL m j LL W K J O} a' LL p CC LL p M LL p m LL W a p Q' w p fY u_-' V ii, U.1 J •O _I -O J a 9 J mJOa to d a tn m .c to y O .0 Dow F in .6 to C, to to Oc,w to to J F W 0 C J U 0td C CC J m % (,Y Z C O oQ o otJ W as N cn d N E N - ca m rn C d w �, m d w >. m W a 1- m A m c y c y c y m 7 a °� c d °� c y Z a = Z M3aa - ..0 co ova LLwm FNFOom3a) a3C,.0 .0 iLi, nCo 3da W M W 01 W O7 )L W W U 0 W -, C W -) 03 W 7 CO w W ) Co W ) CO Y'EF = aM p JCS w c13 00) 0 w °ot, O > > p co 0 d0 0 d0 pp m0 2J p m0 p 0 doom apo E CO E 00 CO p0 w wOO < ,, na ` aJ ` 000 ` c00 aJ t C7W W a )n Go Oo po m8 Oo A p0>- o > Eau ON ° 2a0 ONE ' _ir F Oal o - aU24U . 4U <u � aU � aU V U U BM IV tiewwns anfnDax3 m ITW-3 0 0 0 0 0 0 o C 0 0 0 0 0 Q Q Q Q Q Q Q Q Q Q Q Q Q ti ^ Z Z Z Z Z Z Z Z Z Z Z Z Z Z # # # # # # # # # st # # # U C) C) C) ■ rn C) ■ C) ■ C) F. O)- ,)V) U) N 0 v 0 I In Ln in l( U) - U) on 0 u) 0 I n n 0 N u)_ 0 O N O • a O r V O O r` V O N. o n o O) C 0 0 N V o ' O I. O r• O r.Z C) C) 0 C) C) A C)[`" N C) CO 0 )) C u) C C) 0 M co N C) N.CO C) C)0 C) CO n C) C) 0 C) C 0 C) M 0 0 0 0 0 0 0 0 0 0 0 0 0 CZ 0 0 C C C C C C C C C C C O V r0 E E E ,0 f0 f0 .a 3 a; E E E E m o c� E 0 E 0 E 0 E � E � E 7 E 7 o s E � E � E � E � E � U G < < X QCC < QG' QCC QCC 2 � < < t QCC QCC < o rx3 awls awtl u0 >- > > > >- > > >- >- >- > > > O u c n I I, N. Is. rn r I, n n r- 1, N- < m a) C) C) a C) C) m rn C) C) co c O) o) C) Cr, o) O) O) C) co O) co O) Ci o z o O o o O O o O O O o 0 0) O O O O O G 0 0 O O O O O O 4 O O O V O 0 ,O h O v O < N O O O) ' O r• N O O 00 7. C .J N CO O O CO CO O O v C z < r. o O N C) N CO CO O O CO a C, Z r` CO CO v V C) C) C) C) N N N a Iz w w w w w w w w w w w w cc o la o c c a - c E m e m e m p` m c K m O 2 m O 2 V . 7 m C O s � 'y LL � 'y LL a LL a c m _ o E.- LL N N 2 07 = o C 0 LL C 0 LL 2 co LL Cd ad m m a N Co m a m a E u E 0, rn CO m 2 u E a° a 'co U. a o m m U. ° ' co 2 LL a. o o o 4 �Z a co ..t p c r. 0 c D i a w a m Q c < z .2 co 0 a m c 111 E N F Z co Q d T U N io LL O, 0 L = f � N0 a W Z � u' E Z uwQ NV , a QQ � N- LL ' , ,n �E C aJ ZJ 3 au~•) O ' IT 2 U � r N 0 i� rQ°° v E mU � zo O � � rn fw fw ° N a_ Cr ,- J N et w W n D: .m. W Z Z � 0 O20 m 0 = Z W . °0Q O¢a p > 0 m ZC )- Zip OQy N •- - izN Utx _o _ O x a Q Otn Q .- F U x � f a = .. WQZZ ce -, -- o QQQ °Dw owa < O h z . o w . J � ,_ Otw 0 U ,~ UQ x .. J m ^ a m N F = w U z<K ~ N m 0 U U N J � r F- a N - Y U rno E rn E °d3 (n � F- O: 3a w z E - ,- w O: J Q J `" ° • r oow o v m -oa - Z 0. I71 O wQ a < a = cc OU F rn rn ~ � � 00 - 0 °° r9i. c °f 3 y ' w • _ * v, U. z 5. 2 z 0 Q. 2 aytn .- a3c7 3 C. N - z > ; � 2 w E0- 0 - Q 0. of ot3 aC c0 Ctl o0 UQ 7 J oa e0 otl aC otl an 0 L L L L h 0 w Z LL 7 7 7 0 7 m V V Q V U ea U m L L L L L S N C C C y C N C 3 C > Q U N C C N C U' C C Z a, 9) aa, C, 0, m ra m2) y O, WOK o z Z w N m o+ m a,, m a, 0 T m U jC C Y C Y E Y E Y C Q O J O m m _E a) _E m _E % E, U V V V U Q. U t, W H Y C Y C Y C Y C Y E ". O - O O O O > > > p Z Q O O O O > > 'm) LLI CO CO m m CO << 00 LL k- m CO 00 M CO m cc r 0 n J _ _ _V N N V y N 0 0 _ 0_ O O 0 0 0 0 0 > v 0 0 0 a 0. 0. 0. 0. 0. I- a aa a a 0. 2 - U Z a 0. a a a I-a. I-a. 1-0. = a " D " o_ QZ • U DTS J 0 O 0 JJ O0 J Dts J w 0VJDOJ 0VJ D " JD J X LL X U. Q' LL CL LL K LL w v J X LL w w Z LL C0 LL O: LL Z LL re LL a6 c d °d c m °O = m 0 c d 05 = d (1,3 m a! c > Q U a1 c otl c otl c � cf = ° c d `. 3 ' : ' � � da ' � da < zw ' . ' dy ' m *sl W - m W - a W - m W - m W -, m w-,A W -, a J O m W A m Wa, a w - a W -a) . LLJ '-, a m 0 m � 0 m (7 O V00 0C� 0 m (7 0 0 O WO w � 000000 p mtD 0 mC77 mC9 J J J J J Q T. - p Z Q Q J Q J Q J Q J Q J IS 0 ,. Do m 00 C0 o m 0o m Qo8 ao co LL3 = Do � 0o m po Do o0 � s t 0O _ OO o0 00 08 2eU _ OO 00 -, OO _ OO _ OO OO OO 1��< 2a0 240 2c0 E4. 0 Ev0 c 2a V > w 2vU2vU fa0 2vU2v0 V� .- Q Q Q Q Q Q i- p Q a Q a a `d: ION J �ewwns aniinDaX3 m CO I!EW-3 z t* 0 0 at 0 0 0 0 0 0 0 a 0 0 < < a a a a a < Q < < < a k; Z z z z z z in N z z z z z z 1, Z It it it it it it 0) r 0 it it it It it it ' fib' C 0) 0) < N p N N N N N Q c ..- . 0) 0) co IN a a 0) 0 co N V' co N O co N O 07 N V 0 N C N If) 11) 0) 1t�fE 0 N- a O N- a Z N-u) •- u)M N-1n,- N-10 c v co c N. v 10 v- Z O n •a 0) 0) c0 G Z co M to M CO 0) it u7 CO 0) to 1n u1 m -,n co 1n O o O In m 7t a M (0) M N. M 0 0 y 0 0 0 0 N _ O O 0 O 0 00 O c �c c -o (0 c -o c -o c -o c , c � � Z a v, c9 o c0 0 Q a c E O a o a 0 a O a o a N 0 a 0) U C Qtr QOC zo 0 - Z z (..) zo ZU zo < CC 2 � ;xa awi,L >. °tuts up >- >- >- >- >- >- >- >- >- >- >- )- >- 0 io J< T O) Of a O) m CO O 0 0) O) 0) O) L L O) 0) O1 0) O) 0) 0' 01 } O O O C7 >- C1 O O O c O Oo O O O O O 0 O .- vi_ N o O O O 0) O O O O ^ N p M O M t 00 co O M N O r M N N 00 N a O 10 N 0P m O N. < M O no t0 N a N a a o io,Z W N 71 N w N r H N N N Z .r. W O_ C W m a 1L d a LL 0_ m o 0 K 2 J a 2 .- 0 a U o o E U U v w o LL 2 f a U W a C a 1 2 c y1 a O E u_ ❑ LL W tL c 0 W f W c m a _ J u. d '6 E C v. a O0 O N .5 C to N J co O O O d in m O ,•-; LL a �' L. 6 o Z c7 Y > a d Z C. M 2 D: 3 Z N a Z to N O LL ix W F N y co = x ~ o U >- c Z J J O )- Q- H ❑ a 2 eE N (1) 2,_ w Z < Q m < a a U) a ¢ y )- z 1- 0 (-) a3 < 30 N- > a wZ = o V) I- dw 3Z `° cnz rn W ce IZ 3 m 310 N « 0 d ¢ o 1- Q W J OI- J > Q W 3 • W • 2Q W OF a a3 r- 23 0E) F_2ON- > m Z1- m a02 o ? O U) o W •a 2 W z Ex W O O H ¢ Q c 10 ch 1. L d '- o 6 y' ❑ - w W . > a . , W ce 1- oz0 ozm a w Va f o 3 c .0 wo w o � � W w �' � s <� 'a ZO � ❑ ❑ Wo J 0O wK � U O10 0 Jin Z z W z mi.- Z ~ a t °° 2 ix e w a C7 f z N d o U. z O w °° o w W '-` n W 0 W a m 12e :r „) ❑ E i o Z o op ad W J = W 10 O 7 > LL V) () co U 'd Q 7 J m Z LL _t t a m W W op 0 Q oQ u) 0) m L WU U H -1 L') J 8 3r 0 b U co Q =(" 0 LLa3a � � 3 } 3 � � 3� z >- o a0 V d O J O m z CO I I Q O < O <O• Y 0 Y C (IMMIX W ❑ W < Q < a z � 0 ❑ ❑ ❑ m m -, H0 a ja 0 a = = ❑ Za Ni Ua 2 a s � a f m 2a 2a a Y w3c ac J J a a < a a U O J f _ cn ° ° OLL O 4 O 1-a a a a 2 _ v I- a W r- I- i- Z a W J LL 0. O. 2 �.o d 1 w 1LL 013J 0 J ❑ aLL a 0 J a 0 -0 -I 0 '0 J a a 3d 0 J aZLL V (I) d re LL U) d W W N J o ce LL V) Cr U. 0 z LL U) lY LL U) (Y W O z J O z J O t,en (/)y z LL m W od O d 05 0 d ❑ a 0 m m °.5 C d "0 c - os C ii, *5 a d a7 a LL ) m . S J atf a m } Q Q ... Z da 'd � QW ❑ ; � d 3 ? 3 mm w LL a s (4e.z w m a ma d d d 3 a d W d O CZ W tS W -3 (0 W 10 J ❑ w W m m W -) 01 W, m W -) < W -) 0) W -, m W A▪ D d0 D mC� z ❑ aJ° C m0 ° 3c 0 d0 C dC7 0l'C7 D3 c7 x r OW w0 co WOm _ = .. < J < J U. a 7 O o : Q J O o m Q J a J O o m O o : LL ❑ O Q J : h<O O =aU 0 0 3 0• iiii tietuuins annn)ax3 U 0 a I!EW 3 - o U 0` 0 N C -6 O O O O O O O O - 3 O a a a ' o� a a Q Q a Q Q g Z Z Z en f` N Z Z Z Z Z Z Z U _ C • u) l[) D) CD N N (O N (D ■ N (O N CO N i o 0 O N V co N V m7 N O_ N. ill N V_ co NJ C_ co N V_ V (f) O C N. CO CO C u) N ch O CO C7 (U C) M I. CO O) O O N- Cr O 0 0 Z cO cam) IN N. LO CO LO N ^LO W N. LCD CO u)CO 0) cO c0 O 01 CO u) V CO M CO LO M CD O Q C j O a) a) a) a) o CCC cn 715 a1 N O C� C V) Ifl ❑ F a o a o a o a y a C G Cn N 9 c9 O 2 C C E o a) 0) Y. 0) a) 0) Y. o a) a) a) 0)) a o m E > C) o. QCY ZU z ZU ZU ZU C7 > a - QC O jxa aula >- °WU.IIQ >. } >- >- >- >- >- >- } >- 0 C) z 0) 0) 0) -a< O) 0) m) m CC CC CC 0) 0) ONE CC Cr W a) rn m m a ^ rn f Y C7 O O O O O M K O O O o O o O O O O M '�' Lb f�I 6 VI G vi O O O oi i T n ^ 'N 7 O ' ,- N .1. ^ r u) N O r G M .O p O co n Na t0 N 0 r M L M N K M w w M N W w O p p p p 2 m. LL. m m G z Ci LL a 3 3 u) m 3 f u = a a LL z E U U 0. n 3 LU q a D D a. a m 0. f N a o ie 1E,Ca 2 Fa 2 M D V C J a N < J J J 3 N Cr LU E O. LL c0 e N M N a h N — O w = 3 W o W o > a d > m Cr III E � cc z wy wv) Da Z a 5 „ o D w IL O » > 3 f ¢ io � a (7 >C..) OM W 3 � o o❑❑ Oc ❑ wm w2 el • = at . m Q H W rn a s n a m ' w z F- Z 3 r Z a w ?' 3 LL. zm Wz3 co ND CC fo f, fo LLf Y ¢ 3 } ONE o A mr — ¢ °� � ¢ (, wZF � Zm aw ¢N m ¢w3 �z (nom ¢ NNE E'.'= o w,u avrn � wW � � moo m> 3> m 3m0 3a 1- 0 : ISOW .0. es .. J 2 U Q Q 1- W m 3 a a w a' ° 3 3 ix y 0, O N a a i` f N s J � � waS ¢ py m se r:-. a5La Na ZV) . OZav3 3 mLL t p _ F. LL w.. w, NN Fa < cca o Z 3 J 3 g a 6 a 3 a 3 Z ^ N e 0 Yy0 z 110 0) 3N ^ < m a "- cc ° 1- m o t cn N cC CO cn 0D J 0 -o J u) m co t ad Cd a CC CU u) } cc W >- ix LL 05 u) — u y } m oe .e .0 I— Id L I— Y) .0 O ❑ 3 h 3 )— 3 3 3 3 Z m m Z m m 3 1- 3 w �. 0 W W W W W W = am O am W Q' W m a) 0) D o D O a c ao ❑O O 00 O 00 00 ❑a u y ¢D F ¢D F c� o� ❑� c� L"-) 0 U U ¢ = a = m , ' D ' D fa i ❑a 5a Ea °a3 m c3 m � = fa L++ Q ¢ Q ¢ a a a a ¢ o E a u-, E a ¢ a = f 2 f 0 2 2 ONa ONa f f 00 a m m 2 H I-- H 0) u) I W •0- a. . a m E olii . a w L CO CO CO =0O J 0O J 0 n a a CJ a w a u_ CC LL W 9 W W W ). te Y, I a LL W C' J ❑L J ❑L J C J I— m t 1— 0 t V) m co 9 J•0Q C T-, 06 C CC co 0) N m e u „ ud) c m.. CO m Z C U Z O O pd C u (U c .0 0 R 0 D ca O) ad.4 3 C .e c 3 m m .9 ..= ] 0 m O G I m a 'a W d W A W A W R W W R Q a J a J J Q J o A m a` G o 0 o ` -g O -. 8 e v❑ p ❑ f a v '; o o ° f 'c 32y0 240 240 a a f a O ,f Q V o 2 f N a N a —J. Q Q Q a WM lewwnS anlln3ax3 ° U a imiN-3 -, E 2 U 2 O O O O O 4t O O .� 3 # # x < < < v 2- co < < < < :c "" Z Z Z to N- N Z Z Z Z Z o zt o it xt CD N- o o Z at u It - 417) .- Q O M < <)f) N V co N V .0(n C _ 0 r` vr (f Z (n (7 O O) O (D M m O Z Z Z r7 r uC a O to of O O) (D) 72 O)([) L ( V (O (C a cD it 3t u) u) Ca 0 n _ N Ca 0 °' -° 'v Z ° ° c ° ° a 0• a a ° ° E° C ° a ° E o aQ ai ° o ° c O ( a) )• ) C) G < 2 Z Z Z 22i U' } 2 -) � H 1X3 awls Z c, Z (,. (,. } Z (•. n. c. (,. 2UIll UO >- } >- >- >- >- >- } >- >- )- d v < < (ri M P') r') M M n< Of e) co 0) 01 0) Of 0) Ol 0) O) 0) 0) C) ` 0) 0) 0) C) C) C) a> O Y L O C O O O O O O O O O (•a D Y7 2 to n O 00)) co O (D .- r a0 N T O 0 N- °7 .n R M O O O V O ,- N- 0) o Z M N) O^ O °p C < M N IR M H K W• <q V! M W o Z: 0_ S D. a 0( C K u 3 ; 0 wm co 0 .c h e 3 E f U) c 2 W N -> 0 O -0 7 D_ S g E z mf a_ < >..2 to v) c v Jm0 c mo 0 3 LL m R z '> 2 a Z W N V < °a .N.. N o o A ) -0 - - r2 00 {i' ^3 v (O W E Q 0) X W ap LL C. N a O C7 a v) W o °Q E • O 00 2 --CO t7) O0 N 03 LL c W W 0 0 %i f3A b O C Z w 6 .`- y u 'n w z z0 *5 m < 0- 7 a0 zoo 0 N , a„, c d mr- LLB } Um °Q O: � a (c zZ Q N .4 0 W w � pv~i ¢ m °� °v3 � a aW � Q00 l- 5 wa > - 3 ^ mN W J w � Oxow u�i w � w � O • � o ¢ w vat R f; °i Q W rn } Q U Pi- gct Z C # } O w ix ■m - ~ , z 0 O < Z 0 - LL O 4 > 3 do" m wow >iS mom c , oz ,e � > 7, Q QV () , 0oLLzw Ea "m0 (/) c0 w m3 ¢ ¢ o QzE2' r 3QU wzO 0Qu) .c d m H C r z ~ m W 1- I- - w C W Q m m ¢ a LLI AN �3 E - < w z Wow 'E °a ~ ae. m � < 02, w � oz owo r > , z O m } WSJ fwQ Z J � LLix co w e N U a 3 p co = c W S cc C) v) *5 wZLL < ° XLL wZLL m W 41 } ▪ 3 � 3r � � 3r cr.) 0 3t = Z c u > - 0 _ z 00 op Op Op d' zw LLH OO 0 0m 2Z W = v LL 0 Z O H O r Q r w O m O H I D U 0 w O Y S a s a Q � Q � 3 � f Q U C 3 c o z < U W f f < < 0 (I) J < < Qu' E 0ai � t= Fa0 v~) 2 0Na } a0 O V- V' O U co U e 12 7. I- a U W w d J w J W I W } W I- a 0 .O J p V J Q Z LL Z 0 T) J O > LL ° "0 LL ¢ S LL H = to J W v Q' LL Ct LL w W H w CC LL d' ¢ Y m W z Cr) V eto• etl c m m 0 °tl = W °C 3 W Q ¢ Q O ¢ LL as c y 0 < m m } ¢ U w Z 3d A 3a2 t?) Z. (7 ..r7 Q Zw Qw y n Qz � 0 om cezw 0_ _ ' W o w-, . w ' co W 10 J O m O " W t0 J O W U (,) J o m Z tf Q " W W QO 0 A 9 0 q 0¢ J — < J — 0 Z < O ^ Q < J • LL < 7 C 3 A O z Q q o .3 o g O E D O A LL 3 Q. .., > — Q O lC < a LL U- 0 6 .2' ) <° rn � 0 p N J LL z `p p Z < E O . i f f 5 O Q aO r}- °vo °o < } °0LL ONa rvo ) 1�.... '- 17 < gin Mil ktewwns aAp.nDax3 .- PrIN-1 a a Q ¢ a z z z Z z z u o xt x 0 =t o it 0 ;t 0 Q . ao a Q N o # or- c.1 xt #Lam Z 0 0 0 0 0 00 0 0 4 Q O_ ¢ • Q° • LOOM N V QM N C LO M O CO L ° Z O h• M Z Z co In Z In M 1, �.1n Z o n o a Z tt M Q In 42 Ct to CO # C) °) M In N U M (0 O C _ C n aO (D m m y m U ❑ t C y N C7 c ca O� o a n C7 ❑ N 7 N N 0 _ U a cn z � a 0_ 2 z ° lX3 aw►Z N- z z z Z z > N. (• z 3 U11 UQ >- >- >- >- r r r >- >- r r 0 E. z M M M M n M N N N ry N .� It 0) O O) 01 0) 0) °) O) or T L Y C) C) C) C) A O) C) 0) °) 0) O Z O O 0 ( f ° O O O O p 0 O O O O O O O O Of n p fm en O IA Q) N OI O N h O O Q O CO O Q O ° O N N V O N w Q N W W N 0 W p y « O `- H Z a u- Cc 0.W Z U a Z O ° > c 0 C 0 0 .. 2 a H d H N m N Z Cl E Z 4 r e a (n « W O a s a O m ❑ T a m (7 6 o 0 tu r ❑ o W oo Q - s•w Q , w oo a co 2 oo E a m a • 0 W or m 1n ^ F Z N m E o m W 0 o N e ' x z c a o w w° CO c 1no N ? N 0-1 n> 1n O � " � O w W O C n ❑ W cc m N; m ._ w za, 0Lj � ce w aw000 z °• c'�i o < z E rn am 001- 'M') 0 we .- < < 0 0 0 ~ N wads. � ti � _ ' 2p C .6' t.) JZ aZ W 6 aU 1nc7a m cn ?� Z U ~ Z ❑ F W In ¢N Caa 0 W f Ua NH W Z W •'j, i u.. 0 U) Ffnce W H - Z J 5O fQ aZ W 0 0 UZ � ? OU ti;am L'3 .2 % .. v Oa • O W2W > 0Z1_ U Nz w2 > 02 N aZ LL V aZmw ZC7 � 7 a m 3F � W z � w xLL Jw Z_ a °mu arnIX -0 E a C7m 1- 820 oa i > 0 IN CC❑ wa0 ULLN N w � a n � 3 Q. � _ � w a Na �Gw =_ ❑ a N Z a °0 N O 2 W N Q a Q IEC H to O � ❑ Z U r` fn Z ~ m ❑ � am 20 L > W J o/ = LL > LL >- LL c Z W Z Z I- CO 2 1- to Z 1n Y m =O 1= z 0 > c 0 J ca c = 3 -1 Z uj W i¢ op IY.• UJW ❑ aLL v 0 4' wa �� c- O aW a O mwa c..pi 3 _17- 2 cr � ZW W a= Optw a OOZZ W © ❑ O ets ca U ❑ : •0 Oa y a W z a ° �Z Wa ix c a am > ❑ q= am > ❑ ajO !of ❑ Naa NaQ aa mww _1 n ¢ LU❑ Z 'F) 0 J 2- •m 0 J O I -, O co U a =Q m -, 1 2 0 ,. a u. 0 O - a O 2 ❑ Q O W 1- •h n W W N w❑ W V 1- J M ❑ v O Z LL U O L J ❑ O L J O W Z fn m J Z w m W a w Z 1.1. 03 -0 J = LL > © ~ } 1 LL C W V O H Z J V o > u. j z F, a J CC-- m CC I- CO m - > h- W .c H O = ❑ z a c 0 m a u_ z 1 z q 0 d, a N N ❑ (n ] CO ❑ m ° C• ? xH- aI- 4 a � • 2 ZU m x ad O. 01 = A o o L Om a • O om Omm yOW CZ (V 7 ~ mow , O O ° Q O V ° E V p Q o O z 0 z Q ❑ c _ ❑ d CD _ t Q o c = CO p � 0 iQ a3 03 � a woa �g O at lj s � W LL IX a " o fa ❑ a z wp aa ec) WE In vi E LLZ 0 E 03 0 0 3 g o � ri ° o ° E 3 2oU Q °° C n LL UJ ONa ° Or a O. O N Lu cc w w a o Ce < < ■ m m m - MM NI ,(JeWwnS anun,ax3 pew-3 a a a a a a a a a x a a a a a U Z z o z Zu o o z o 0 0 'U C a a a a Q U m a a a a • O Z Z Z Z z or-.. m z z Z Z O_ Z at at ;t it it M M U) # 3t 3t it 0 U ❑ = y N O at ixa awiii • z , � z z z z z aUILL up r r r r r r r r r r 0 c 71< a+0) 0 0 ; m m a rn m a w T CU 01 T Or C. o ° ° ° ° 0 0 0 0 , O f`1 N ei o 8. O O O O "" f r d N O O O n r O �r° o o O N N- eS o 0 0 o m a c O O e o a ( r 0 O a y 0) CO 9 4, o H L � M N p y o L 0 M Z CL. 2 Li) 0 03 ,- 2 0 _ O W ', y W a Z m 4 °p (7 aE, 3 . n oom u Q 5 E Q z U io - Q a V) f LL m ix ❑ °a N n Z < U a LL 0. o p Q ' i0 ¢ cc. > d W ❑ c ❑ , i0Cz- - a' o a N - E o ❑ t04U: O ❑ O O • u7 CO N N 1- V ' Q W F- . 1- V a r- p H V) W F-CC 0 O a m w N O a w w O W > w O ❑ Q 2 L _ ~ CO mo 3 om a � Q U) Q0 S w ° >- z0 , ~ 0 _1 m QOd � U �r 3 wa 'a60 > Z w Q0°, Oa .- 7 m 2 ¢ a o W 2 3 N a z < ,,, C 2 " Z m °d 0 LL 7, 0. w ,_, N a W o 3 z is- - w w0 ° °tlo aagc�i > O � f QJp - - mF- Q � � o 0 .. ce W W W Z r ¢ V Z (S W °a a F 2 ❑ W ? W W 3 p 3 Q V o w ul ' a F 3 .-0 a' 2 ❑ H Q U ❑ U w z , .1. .40 a z CE 0 0 U) N > CI- OW ua o - ¢ ¢ � C Q U) � v1 Ww = Q D W Z 3; a' o 4 z S a' Z 0. ❑ O m LL a w U 1- 00. W LL ¢ 0 ,-- o Q O 0 - ? z < rnU3 d f U CO W m 0 ❑ W N Q m ❑ r LL Q a' J U) F- m 0 Z '-' I w w LL LL Q LL o-e LL Z W Z LL F- U w F- U W = Z z Q a t m j 2 7 Z 0 - g T p ti R� m z ❑ W D o w -I w r a -0 �FQ r ¢ V 0 w ¢ 3 w w < j 2 !xm QOz Q Q Q ❑v W a d w U cep, Is-Q al U Z m O W W❑ , w a Q ❑ Q Y T M W w m > LL o eW m m J ❑ QO ❑ zQ Q „ O W O O Q s o m LL 3 � v'v) QQ f c -< = C O d 0QO OmJ 0 J i- O J 0 .c>- N r § ❑ .. m - J ,❑ F- ' Q r d 0 O _U co 57, o F- am m d LL m LL Z Z N C U - U 4 = V O 0 z O O ❑ O Z u. - 0 CO 3 r.)W J m d LL Q Q O 0 co Z LL am LL } > Q a w Z LL w >- Q J N -J C me, ❑ t V aO J m 1 = Q J o L J ❑ F- U t m 7 LL w m m 2 LL QQ F j 0 f Zv � c a O > U ti s � m w Qr ❑ < z m O ° m O � QO OW m m = a O o Q o� E c, JoO Ow w- m V U O Q y iar= S i w 0 = i m J F W F- r U m p O.0 Q U m C # - w '0 U O a LL Q Q ❑ Z Q ❑ ❑ m : R a o.�u. o O a < o A i<a � 1- ~ Y$ d W 2 m r3 Q O mi Q _, 5 4 u E m o N ❑ H U } d W U W U O 0. 2 > V O ~ ❑ u7 LL E N a 0 w —O Z L 1 _H N m V d m - O co U a co - z Mil aa rn tieu.rwnS ani4max3 - - m a t0 0 L Q Q Q Q Q Q Q ita z z z z a 0 0 0 0 0 a 0 < Q Q Q Q Q Q Q Q Q Q > w 2 z z z z Z Z z Z z L Z Yi is ii # 32 u it O # 72 it O D Q Q Q u) A II Q N 1h 0 IA M I: A A o Q Q co C c0 Z Z Z O N- O Z O N- O O N- O O N- O Z Z M h C G Z # xi * M 0 N- U M CO O M 0 N- M CO O 7i it N O O C C W @ C N Y V m N G7 0 O = O T >-. p co C L - r2 - D p O 0 U j ^ U j ^ JX3 aW!J , r � o o o- Z r. Z a 0. a aU1!j up >- r >- > >- > >- > >- Y Y >- C 0 K O O 01 O1 O1 01 O1 CI 0) 0) m 0) 01 0) to tb O m O N O (0 (0 00 en CO Z O O O O O O 0 O 0 0 0 in N LO A 0 h W M O tli en t0 N N M r t0 01 Cl 01 O O r c0 tD c'f 01 co CI 10 N- tO N ° ol el er z co In oi tO 1n t0 N < eel Cl 2 L W w w w w w w w w w w ._ = a W a c m e 0 Q W U < ° o 7 o Q o CO O £ a a N a M Z N w a g o m t0 . N tO Z iO N t6 C VI Q LL N W O 3 N pd O LM m M Q •-to m a la m m O a y a ao �y °. ' • C v .c :o • O Q O ad f rn N N N N 7 to N W d In < N T W M in LOO N C a N a' a' N m N G <V CO O r 15 o Q 6 OJ O O .1 o ad 1n Z to a a ? Z WOW a -) w � L0 N 0 = � X � ww N CL zw w � p �" w a � � rwn LL 2 J W m C _ W -' Z a W Q Q l J W U ago H Z C e 2 W 0 rM7 Q } Q J U E Z t•1 d 3 W Q N J m 1n C 2 a t~- U W 0 W 3 3 Z Z a1 - Q W W W CO C � r2 I J J w O m Ih W W N W 2 W s � zw � Uo1 � w � COU C � � O W Wa G ~ o0 � w2 QOU = y m m � am0 p3 � Z 3 ° 7 I- OCcc Z Ii) I- 0FQ CZ - 2 � � a yW > z Q � aiw � � a mQ' � rnQ zm3 � < a F- ~ 1n z O H O -1 W a O a' rC 1n O CC > 0 co W J O W N = I- 0 A N W ~ ~ Z Q Z s IA ~ = O 0WLLa' 0 Wio00 > aIn Via °° � O s Qz z3it0 rr U mN a2uiz LU = a' U tt? > O W J t11 a U O a Z '- r CC I- W W C' .°5 co J to J CC °0 = r to O Z a1a CC vai oe - 2 Z � 1 za N3 ; O - ae�.IQO as cn W ^ 0 C J = :2 - � CO U H Lcg 1n Z z CO m CC L cn N 0) p In 0 f/) h to - Q Z C Q N op N n0 ott n0 Z a' a U = W a Q r oz I- i1�- < 3 � 31T- 3o- 0 1n U w 0 O In V ot1 2 W E od W C W R W W U 0 c_ ? W CO 0 fn W N O O N 0 3 3 w O n 3 W oo 0 oQ °o < 2 < 2 0 2 2 p - o m ¢ 0 CO = C = - _ - j J O f W a f Y 2Q s 2Q 2Q 2Q Q02 CC < 0 >- c>- a Q Q Q a Q 0 0 o 0 U U 2 2 2 2 f 2 0 U O _ 5 z I 0 2 0 Z U U In a a I- a 0 LU -a < 0 J Q 2 0 o ` S a o CO 11.1 03>- 0 W CO C 3 •r to > M 011 -1 U C 3 < 011 -1011 -1 p11J >. LL _ r M a s c.1 iz LL Q O L M Q' LL R LL LL H Q L V to 2 J C t LL ad C 10 Q 3 O1 J a t c to 0 c 00 2 to Z c a p ` m a Y m W m Y 3 d 1, a Y LL 3 U 3 a, . 3 d U 0 m H U I- Q x -d Y W - to H x L W -) ea W -) 10 W .-) 10 0 E /4it tJ W 7 a W Jp c pZli D JU LL Jp c O J (7 D JU O JC7 x w _ 0 Q a orb o o = o o ° o r 3 Q O E 0 0 m 002 a a a to X LL m 'o° a W >- 0 y 110 10 0 O I- >- 0 Y a) O O O W y en O O 1- z m r1 -- 2vo c:1 - z to 2a02 � U 240 m '4 m V 1TQ >- 2 >- 0 1` J U to Q U I` J Q Q a 2 1 r-- y U aQ U 0 0 a. NSW situ tiewwns an4n)ax3 0 S IAI-3 a a a a a a 0 0 o o z o a 0 uZ 0 z z 0 % Q a , co C Li Z Z Z 0 0 0 0 0 CN- o 0 v 0 0 to A o 0 A 0 Lc-) to O1 Q ¢ to r) o Q .'- to r) o to c-') o o No or o or v Z Z or o Z cO NIC Co ono ON- 0 C Z CO co 0 l7 CO o CO C) 0 7t 3t CO c0 0 It 0 N- N th CO 0 M CO 0 C C C CO C C ti = U' 0 O 0 Co 0 0 i O > T c >^ I >, > L,2.a E t0 N O E C 10 2 U c 2 c) 2 ° a x 2 m 2 ° g o Ixa awiZ t` C- Z Z Z Z Z > Z Z Z Z Z autt j❑p >- > >- >- >- >- } >- >- >- >- Y. >- 0 4L J Q Co m co co co Co Co Co CO Co co Co CO co co cn 7 r O t C,, Z O G O O o o o O O O o C7 O C O O O O O 0 Co O O t0'i N O co O t�j th O O O O C r• to CO N N. . 0 O 0) C O J O rj Co O) N f+) Co Co N N r` t0 Z N V 1") 01 Cam') Ql t00 N ul N o w w w w w '"� •w w w w _ n. La- an W J - W S W 0 O COI 0 fn c z 0. E- Z - Q Z h ° zw 7,a aZZ f 2 H atl ¢ O ¢ Q w v m E E. M W a 7 f p Q Q Q tp Co Co 'O Q Q a ° N co 0.1 C z 4>t sr v e- N •N y ^N W W O U m ° Co 3 ° V s N0 m - - to - T LL N H •0 3 Of O W U Z Co ob Z a C C N _ U 0 c a n a a W a > CC Q F J F U z 0 O J U Z # ° C,> = U H Co a Z 0 P U C i - Z J J CO Z 0 c = F = a`,2 3 0 W 0 m w Z U J 2 W J ,- W ZO Z 3 Co ? ~ la W (7 f a m awN Z y=et i d' ymce Q00 W aW J0Lu = W A Co W W ZU QW - 3 0. o cc al'c)? pyZ 2F (I OI- Z o UccO CC -LL1 W m Y Q W J J O - z c ua 7 W F ad ~ >_O. W J N U W U m U WW W '2 a. O p J S = Z U m F z CC a' ZI- Z uizXcn) LLz5z ¢ xo: i z2a aQZO wa CO Q Q0 Zr2a a m . m - ctH aJaa ° wZ w OF1 35' wF a2 -0 Q z0 20 it= 3w � il (00 o. LO cn z w w 0 X _I- > O � z � � w 0 � � � ° Zrp zoyy zU a CO J U Co (3 ZOa: 0 _ ma 3r� U v°, )O u. ti(j Z m w .,„111 0 aN � Co o O m Z 0. N S Co 0 us us o 0 (0 CO Co e 4 h - z 31- 3� 3I- 3 ,}- a 3 � i � = a =a = = LL I Q w cu z < p < Z < Z O = Q Q Q Ill- E Q g Q H - Q Q a a U Q Q CC E f f 2 g 0 c0 = c C x•I- d O d O C F J !- Z 0. z J 0. Q Q 1w W Co p Z L : W U 'O J = Q LL O w 9 J CC LL 0 O Q LL 0 Q J � LL' V(0 y C w N d Q Q Co p w a N m Oa C m N < O w d f 3 g ,2 ; m a a z z d z 5 it z, o eW m w m q W co w 0 w ) co 0 LL LL , W -) Q Z W -) La 44 $i O ❑ J J W U Q 0 O ' coo LL coo J Co R OO F J 7, Go 2 N E C- y E c O Co p c m p ° ° riP)p0 Ft.) Uv2 ° o a o z < a) o 2yU a w � U w e v QeU Q � U Q a 0. r Q ,- 70 O_ (� LL Co 5. Lead Designer must have completed five(5)similar projects in the past ten(1o)years. Agency Name Project Name Type of Project Percentage Anticipated Firm's Role Completed Completion Date Miami Beach Design Sunset Islands Completion City of Miami 3&4 ROW Neighborhood 8o%(design) 7/2015; Lead Beach Improvement Improvement construction designer Program 8/2016 City of Miami Sunset Islands Neighborhood 100% 3/2013 Lead Beach I&II Improvement designer City Center City of Miami Right-of-Way Neighborhood Closeout Lead Beach and Utility Improvement 100% ongoing/final designer Improvement few weeks Project South Pointe City of Miami Phase III/IV/V Neighborhood Closeout Lead Beach -Right-of-Way Improvement 100% ongoing/July designer Improvement 2015 Project Florida Keys FKAA Cudjoe 100%(design); Construction Aqueduct Regional Sewer construction completion d Lead Authority Wastewater Improvement admin estimatefor designer Collection ongoing 7/2016 • Miami Dade East Bird Design. Water and Rd Corridor Sewer estimated . Lead Sewer Sanitary Sewer Improvement 80% 8/2015; designer construction Department Improvement admin 8/2016 Broward BC UAZ Projects Neighborhood loo%(design) 8/2015 Lead County Improvement designer Euclid City of Miami Streetscape Landscape Improvements Streetscaping 100% 10/2015 p Beach Architecture (Lincoln Center Building) North Shore Civil/ City of Miami Civil/landscape Bandshell Park 100% 4/2015 landscape Beach Improvements architecture P architecture Landscape City of Miami Lincoln Road Streetscaping <5% 2/2016 Architecture E Beach Master Plan E and civil E trt GO 7 a+ V G7 X LLJ Ia C CHEN•MOORE Central 8ayskers South Right-et-Way Iatrastraetere Improvements RFP No.2115-133-YO 1-45 i ! U 6. Design/Build Firm must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County, Internal Services Department, Procurement Management Services Division,for the following categories: • 3.02 - Highway Systems- Highway Design • 3.09- Highway Systems-Signing, Pavement Marking,Channel • 6.01-W&S System-Water Distribution and Sanitary Sewage Collection • 6.02-W&S-Major Water&Sewer Pumping Facility • 10.01 - Environmental Engineering-Stormwater Drainage Design • 16.00-General Civil Engineering INN MIAMI•D Miami-Dade County ■mnnio■m Internal Services Department Statement of Technical Certification Categories Firm: CHEN MOORE AND ASSOCIATES,INC. 155 South Miami Avenue Penthouse 11 A Miami,FL 33130 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION PATE PATE 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 9/3/2014 9/30/2016 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 9/3/2014 9/30/2016 3.06 HIGHWAY SYSTEMS-TRAFFIC CALMING 9/3/2014 9/30/2016 3.09 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING,AND 9/3/2014 9/30/2016 CHANNELIZATION 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 9/3/2014 9/30/2016 SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 6.02 WATER AND SANITARY SEWER SYSTEMS-MAJOR WATER AND 9/3/2014 9/30/2016 SANITARY SEWAGE PUMPING FACILITIES 6.03 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 9/3/2014 9/30/2016 SEWAGE TREATMENT PLANTS 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 9/32014 9/30/2016 ENGINEERING SERVICES 16.00 GENERAL CIVIL ENGINEERING 9/32014 9/30/2016 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 9/32014 9/30/2016 19.06 VALUE ANALYSIS AND LIFE-CYCLE COSTING-WATER AND SANITARY 9/3/2014 9/30/2016 SYSTEMS 19.16 VALUE ANALYSIS AND LIFE-CYCLE COSTING-GENERAL CIVIL 9/32014 9/30/2016 ENGINEERING 20.00 LANDSCAPE ARCHITECTURE 9/3/2014 9/30/2016 4a19c Lana Moorey,P.E.,Chairpe n Technical Certification Com ' R E I_ 11 V > v X w I ri INT I/C. CHEN-MOORE Central Saysbare South Rinkt-et-Way letrastrecture Improvements RFP No.2015-133-YD 1-46 _ . , 7. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than$10 million. �-0\\•1 Brown&Brown of Florida,Inc. 1201 W. Cypress Creek Road,Ste 130(Zip:33309) P.O. Bow 5727 row [1 Fort Lauderdale,FL 33310-5727 954/776-2222•FAX 954/772-7542 i BONDS Statewide 1-800/339-0259 May 29,2015 City of Miami Beach clo Ric-Mon International,Inc. 2601 Wiles Road Pompano Beach,FL 33073 RE: Ric-Man International,Inc. Surety:Arch Insurance Company,A.M Best Rated A+ To Whom It May Concern: Per your request for evidence of bondability,this letter is to advise you that Ric-Man International,Inc.is set up for bonding with Arch Insurance Company. Arch Insurance Company has an A.M.Best Rating of A+with a financial size category of XV. - Based on their past experience,we can consider single jobs of$70,000,000.00 with an aggregate program of $125,000,000.00 but this should not be construed as a maximum program amount. We have found Ric-Main International,Inc.to be an outstanding contractor,with a good reputation in the construction industry. If Ric-Man International,Inc.has a low bid acceptable to all parties,if adequate financing is confirmed,and if all other normal requirements are met,with surety approval,we look forward to providing final bonds. As this is a letter of recommendation,and not a bid bond,Brown&Brown of Florida,Inc.,Arch Insurance Company,their agents and owners accept no liability for its content. The Surety reserves the right to review each submission and base their final decision upon conditions that exist at the time of request. If we can be of additional assistance,please feel free to give us a call. Sincerely, e!� /V 7V- Michael Holmes, rc Attorney-In-Fact for Arch Insurance Company E Expiration: August 29,2015 a) 3 v X w a,C CHEN•MOORE Central Banking Seen 8I$trt-et-Way tatrastrectsre Improvements RFP Yo.2015-133-Y0 1-47 1 INT MC. U Project Team Rene Castillo Sr.has 42 years of experience in overseeing the construction operations of a multi-million dollar company.He oversees approximately $40 million worth of projects per year these projects include the construction and design-build of sanitary sewers,water mains,force mains,drainage,pump stations,directional drilling,aerial crossings,micr• tunnels,and jack&bores.His work has included ten major neighborhood and 15 streetscape improvement projects with as many as 2,10o homes; including,streetscape,lighting,and signalization. Andres Diaz,P.E.has over 10 years of roadway,infrastructure,and underground utility construction and design experience.More recently he has been responsible for the coordination and construction of large diameter pipe in main thoroughfare roads.His proactive and hands- on approach toward communicating with clients has helped Ric-Man International improve our relationships with the different municipalities he has worked with. Victor Menocal has over 15 years'experience in construction management since Feb.1999.He has the experience of overseeing projects ranging from$1.5 million up to$177 million.The project scopes ranges from water main,gravity sewer,force mains,drainage,pump stations,lift stations,directional drilling,streetscape improvements,lighting,traffic signal improvements,ITS,neighborhood improvements and bridges. His experience includes approximately nine major neighborhood improvement projects of over 1,20o homes each.Mr.Menocal has an excellent knowledge of construction software such as Primavera Project Planner,SureTrak,Microsoft Projects,Expedition,E-Builder and others. Michael Jankowski has 6 years of construction management experience since 2009.In Southeast Florida,he has worked with municipalities from Miami-Dade to Palm Beach County and has been instrumental in the completion of major infrastructure improvement and neighborhood improvement projects.His responsibilities include coordinating construction activities with outside agencies,reviewing contractual requirements to meet client's expectations,coordination of maintenance of traffic throughout construction phases,conducting field inspections of water and drainage systems,documenting field change to the design,assisting in processing and obtaining permits,reviewing and updating construction project schedule,and working closely with Public Information Officers in disseminating the project schedule to residents and businesses. Lisandro Reyes has over 13 years of roadway and underground utility infrastructure construction experience,since 2001,working with up to 48-inch pipelines.In South Florida,He has installed water,sanitary sewer, and stormwater drainage utilities for municipalities from Monroe County to Palm Beach County and was instrumental in the completion of several E rti Miami Beach projects such as Prairie Avenue Phase II,Venetian Island CIJ Water Main Improvements,and Flamingo Bid Pack ioE Neighborhood t Improvements.Last year,Mr.Reyes helped complete the Town of o L a ��C CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-Y11 2-1 fl `� A.SST?C41TTS Surfside Infrastructure Rehabilitation Project,which has very similar soil conditions. Guadalupe Guzman has over 17 years of roadway and underground utility infrastructure construction experience,since 1997,with up to 72-inch pipelines.In South Florida,he has installed water,sanitary sewer,and stormwater drainage utilities for municipalities from Miami-Dade County through Palm Beach County and has been instrumental in the successful completion of over ten neighborhood improvement projects.Mr.Guzman is also experienced with directional drilling,pump station installation,and aerial crossings. Luis Hernandez has over 22 years of experience in South Florida working for municipalities from Monroe County through Palm Beach County.He has successfully completed seven neighborhood improvement projects from 21,000 to 105,000 feet of water mains and sanitary sewers.Luis is also familiar with directional drilling,micro tunnel,pump stations,and aerial crossings.Mr.Hemandez is one of Ric-Man International's most esteemed employees for his commitment to excellence and willingness to do what's necessary to perform his duties and please our clients.He has shown great zeal in handling several crews and projects simultaneously while maintaining the highest standards. v V Cl O G �n- iMt CHEN MOQRE Central Onshore South Rtght-of-Way infrastructure Improvements RFP Na.2015-133-Ytt 2-2 Afai I It�. ; Peter Moore,P.E.LEED AP,-as the President of Chen Moore and Associates,is ultimately responsible for all day-to-day operations of the firm and continues to be involved in the successful completion ,il of projects.These projects include sanitary collection improvements,pump station rehabilitation, transportation engineering enhancements,water and reclaimed water consulting along with all �,� other phases of civil engineering design and neighborhood improvements.Additionally,Mr. '� �o Moore serves as the City Engineer for the City of Coral Springs and is the spokesperson for the •q1 City's Engineering Division.Finally,Mr.Moore serves on the firm's QA/QC Committee ensuring the consistency of the quality product throughout the firm. W :; Greg Mendez,P.E.has more than 17 years of civil engineering experience in site and infrastructural - _ - •y development type projects for public and private facilities.He has extensive utilities design itexperience and is also very experienced with fast track projects. His experience includes water, drainage and sewer designs,design reviews,managing designs and construction budgets, f managing field inspection staff and managing client relations. Safiya Brea,P.E.,LEED AP-has over 12 years of experience with neighborhood improvement projects,including the design of roadways,sidewalks,drainage,and water and wastewater infrastructure.As a senior civil engineer,she has managed projects ranging from thousands of dollars to multi- "�-�{� million dollar,large-scale neighborhood improvement programs.Ms.Brea has managed and designed streetscape improvements,roundabouts,lift station,stormwater improvements and '"•., ! master plans,and booster station basis of design reports.Her duties include construction management,managing GIS and Autocad design work and cascade modeling. g Jennifer Smith,P.E.--is currently serving as a senior engineer with Chen Moore and Associates.Her six years ''�' of experience in the civil engineering field includes GIS and AutoCAD design work,detailed design r. .; work on the Broward County UAZ Water and Sewer Improvement Project,Stormwater Master - - Plan for the City of Dania Beach,Drainage Design for the City of Pompano Beach and the Design of GIS Utility Atlases.Current duties include water main,sanitary sewer and lift station design and permitting,drainage design and permitting as well as GIS modeling. Eric Harrison,RLA-recently joined Chen Moore and Associates with over 10 years of landscape architecture experience with several municipalities throughout South Florida.He has provided design services for parks and recreation,campuses,K-u education,corporate % — / executive office,retail commercial development and healthcare facilities. * ,., Cristobal Betancourt,RLA-is Director of Landscape Architecture.He has 18 years of experience A providing planning and landscape architecture design solutions for public and private sector clients.Mr.Betancourt provides a full range of services starting with due diligence and master planning culminating in detailed site design.Most of Mr.Betancourt's current projects involve the design of facilities that are pursuing LEED accreditation through the United States Green Building Council. He is well versed in the use of low-impact development techniques M applied to site planning. g Stefan Bortak,CID-is a designer for Chen Moore and Associates.He has over eightyears of experience with all aspects of irrigation consulting,design,details and specifications.He prepares landscape, 7. r.% � r hardscape,and irrigation plans from concept to construction documents;irrigation distribution ' plans;water use permits;water use analysis;LEED documentation and calculations.Mr.Bortak • also performs construction administration,shop drawing review,and inspections.He is responsible for producing plan and section renderings and graphics,and realistic 3D renderings and fly-through videos. E co I I R1C-M�b :_;: : CHEN•MOORE Central Bayuhore South Ripht-of-Way Infrastructure Improvements REP No. 2015-133-Ytl 2-3 {cy Patrick Kaimrajh,P.E.-has experience in civil engineering design,drafting,permitting and construction inspection.His design experience includes paving,drainage and stormwater management.He has prepared engineering drawings,cost evaluations,design reports and various permit applications.In 1 addition,Mr.Kaimrajh has performed construction inspections for drainage installations and assisted in soil sampling activities.He also is skilled in AutoCAD Civil3D,familiar with FDEP Standard Operating (;)/ Procedures(SOPs)for water sampling,and trained in FEMA Certified Benefit-Cost Analysis(BCA) software. Jason McCiair,P.E.,CFM,LEED AP--is a senior civil engineer with over 16 years of experience in utility infrastructure design,regulatory permitting,and computer aided flow modeling for stormwater collection,water distribution,and sanitary transmission systems.He has lead the design and permitting of multiple water/wastewater utility projects in South Florida and is currently the project t*` manager for the Fort Lauderdale-Hollywood International Airport Stormwater Master Plan Update r' 16,4- ra and the Pompano Beach Stormwater Master Plan. Jose Acosta,P.E. - has over 15 years of design and project management experience including municipal continuing service contracts,parks and recreation design,public facility design,residential campus design,transportation facility design,neighborhood improvement projects,streetscape C} enhancements,utility relocation,bidding assistance and construction administration services for several municipalities throughout Miami-Dade County. Jose McCray-is a senior construction specialist for Chen Moore and Associates.Mr.McCray has over 31 years of construction experience,from surveying through project management.His responsibilities include coordinating and monitoring construction activities including governmental projects and site development for residential,commercial and industrial use projects.He serves as = liaison to owners,contractors,subcontractors,residents and governmental agencies.Additional - - responsibilities include overseeing the review/processing of change orders,progress payments and reports,and representation of owners and engineers at pre-construction meetings and other related conferences. Marcus Austin,GC-is the Director of Construction Services and project coordinator for CMA.He has brought over 20 years of design and development experience in South Florida to CMA.He is currently involved in both vertical and horizontal projects,which have a total construction value of over$167 million.These projects include the Broadview Park Neighborhood Improvement Projects and various civil engineering projects for municipalities such as the City of Coral Springs,Pompano Beach and Ft. Lauderdale.Other building projects include Fire Station 8o for Coral Springs,which will be one of the first"Green"LEED certified buildings in south Florida.He obtained his General Contractor's License in 2002,expanding the firm's construction management capabilities which now include project management for building construction projects and design builds for infrastructure systems.Mr.Austin is also a certified NPDES and OSHA Training instructor and teaches these courses throughout the State of Florida. Carlos Villarreal recently joined CMA as a Construction Inspector in our Miami office.At his previous firm,he handled inspections and technical report writing for construction operations;including clearing and grubbing,subsoil removal,embankment,drainage,concrete,lighting installation,traffic control and roadway sign installations.Mr.Villarreal also performed inspection of special subsoil settlement monitoring operations.These operations include performing various phases of inspections from initiation to completion. ra cu "57 0 OellAk CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-YR 2-4 1, INTL�INC. r.aisona!r, Paula Fonseca,P.E.is a civil engineering graduate of Florida Atlantic University with nearly six years of . experience.She serves as senior engineer in Chen Moore and Associates'West Palm Beach office .-t and serves as the primary hydraulic modeler for the firm. She assists with design work using s AutoCAD,GIS and InfoWater 8.1v.Ms.Fonseca has worked on neighborhood improvement projects for Broward County,utility coordination projects for Riviera Beach Utility District,including water and • sewer designs and permitting,Design of GIS Utility Atlases for the City of Pompano Beach and Solid Waste Authority,as well as Palm Beach County Water Master Plan and Glades Regional Water Master Plan through the use of water modeling software and GIS. Amanda Smith,El-has experience in civil engineering design,drafting,permitting and construction inspection. Her design experience includes paving,drainage and stormwater management.She has prepared engineering drawings,cost evaluations,design reports and various permit applications.In addition, tipi Ms.Smith has performed construction inspections for drainage installations and assisted in soil sampling activities.She also is skilled in AutoCAD Civil3D,familiar with FDEP Standard Operating _ Procedures(SOPs)for water sampling,and trained in FEMA Certified Benefit-Cost Analysis(BCA) illf software. E ra t°—' Y V d O w a I �1v ' CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP Ho.2015-133-YQ 2-S .O0`/ &a»ix iq rti Nutting Engineers of Florida,Inc.has been one of the premier geotechnical engineering firms in South Florida since Nutting its inception in 1967. Prior to this date work was performed under the name Nutting ...moats Om Caermionere E Engineers 14' Engineers, c until 1956.Inc.,Nutting whi's h comprehensive originated in 1956 range preceded of services by include H.C. Nutting geotechnical in Miami exploration from 1932 and engineering including soil borings and groundwater well drilling, monitoring of pile installation,groundwork modification and chemical grouting procedures,quality control/quality assurance testing of construction materials,structural inspections(special/threshold)of structures. Longitude Surveyors,LLC,formerly known as P(3)SM,LLC,is an Disadvantaged Business Enterprise(DBE)and LCommunity Business Enterprise(CBE)established in 2004.Since its inception Longitude has performed work for the Department of Transportation,Miami-Dade County and various municipalities such as;Village of Palmetto Bay,Village of Pinecrest,Town of Cutler Bay,City of Miami,City of Doral,City of Hialeah,City of Miami Beach,City of Miami Shores,City of ORM Homestead, El Portal and City of Coral Gables. Project Caine is a full service consulting engineering firm.A Florida corporation,the firm was established in 2005.Under the leadership of Robert B.Caine,the firm emphasizes responsiveness to client's needs and questions and specializes in timely and quality design.They dedicate themselves to the goals of our clients.From project inception through completion,they work together with our clients to set realistic goals and plan efficient,flexible work programs to meet project needs. United Engineering,Inc.provides structural design services that include New Construction,Expert Witness, t;:. Peer Review,Value Engineering,Forensic Investigation,Rehabilitation/Repair,and Construction Observation.Founded in 2011,the firm provides these services across several market sectors that include governmental,commercial,institutional,mixed-use,residential,healthcare, UNITED specialty structures,and sports facilities.They also have experience with several delivery En:,in:eerinq In` methods of construction such design-build,GMP,CM at risk,and traditional design-bid-build. -- - - E ru a, t— V C7 O a a Ip,C• CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-YQ 2-6 INANK . '.ccx'W 11 1 DESIGN TEAM STAFF AVAILABILITY Team Member Name Team Member Role Availability Chen Moore and Associates Peter Moore,P.E.,LEED AP Principal-in-Charge 30% Greg Mendez,P.E. Design Project Manager 40% Jose McCray Construction Administration 50% Carlos Villarreal Construction Administration 60% Jason McClair,P.E.,CFM,LEED AP* Design Engineer 30% Jennifer Smith,P.E. Civil/Streetscape Engineer 50% Jose Acosta,P.E.* Design Engineer 35% Safiya Brea,P.E.,LEED AP Civil/Streetscape Engineer 50% Amanda Smith,El Government Permitting 50% Paula Fonseca,P.E. Government Permitting 55% Patrick Kaimrajh,PE Environmental Sciences&Permitting 50% Cristobal Betancourt,RLA* Landscape Services 30% Eric Harrison,RLA Landscape Services 50% Stefan Bortak Landscape Services 50% Marcus Austin,GC Construction Administration 50% Project Caine Robert Caine,P.E.* Electrical Services 40% Longitude Surveyors Eduardo Suarez,PSM* Surveying Services 40% Nutting Engineers of Florida,Inc. Richard Wohlfarth,P.E.* Geotechnical Services 40% United Engineering, Inc. Juan Fuentes,P.E.* Structural Engineering 40% *Final Design Engineers/Professionals - - E a, F- v O a1 M Central Bayshore South Ri0ht•of-Way Infrastructure Improvements RFP No.2015-133-YO 2-7 IItiTAINt. CHEN MOOiiE '0 �,wwrp aSUx'wrFt N G m Ti m E v O y j l• C C V a O a \ V . C !C V N 13 > J 7 V i a o N C to SYNq L A 9 L W V N Q LL ell' __. a t3 ui - ., _ 0 ,_.. . ., ,._, Y 0 l7° d i.i V O w W LL a c v o 3 ID a -, v �`a m CC 0-a° o `m v ' E o 2 a ' II w v m v 4l C Z a S E } fb ea X 54 6 2 to rc L.; C a Ill 5 IV Qw 5 Q o LL - r � 7 J V C N A m C r y LN E N r c o v t ci a t co E v C..) a w m rC C C 2 a _ �y O m `E A 4.F. O C K y w N Win V _C C .- to 7 a Z 0 Resumes ro t" v C) _ a ICentral Bayshore South Right-of-Way infrastructure Improvements RFP Ho.2015-133-YQ 2-9 lirrrAINC CHEN•MOORE o �� aS[rxiattti Rene L. Castillo Sr. R CrM President INT'L�INC. Poe mcfron..0,601, Mr.Castillo,President,has 42 years of experience in overseeing the construction operations of a multi-million dollar company. He oversees approximately$40 million worth of projects per year;these projects include the construction and design-build of sanitary sewers,water mains,force mains,drainage,pump stations,directional drilling,aerial crossings,micro-tunnels,and jack&bores.His work has included ten major neighborhood and 15 streetscape improvement projects with as many as 2,100 homes; including, streetscape,lighting,and signalization. HIGHLIGHTS HIGHLIGHTED PROJECT EXPERIENCE 42 YEARS of roadway and underground utility infrastructure Nautilus,Neighborhood No.7 Improvements-Miami Beach,FL construction• •erience,workin:with u.to 120-inch •i.e Design-Build General Manager-$34.8 million,2010 •8 years of design-build experience-since 2006 Design-build project consisted of water,drainage,and roadway infrastructure improvements to a neighborhood composed of 770 EXPERIENCE homes and 35 businesses.Water construction included installing •Ric-Man International,Inc.-Pompano Beach,FL 34,000 feet of 8-inch DIP main(connecting hundreds of homes in -President(2011-Present) both the front and rear).Drainage construction included installing -General Manager,up to$37 million in projects(2004-10) 17,000 feet of 18-to 54-inch HDPE and RCP drainage mains; •Foster Marine Contactors,Inc.-West Palm Beach,FL connecting over 250 structures and 6 pump stations.Roadway and -Project Manager,up to$10 million in projects(2001-04) landscape construction included 134,000 SY of roadwork,6,000 SY •Ric-Man International,Inc.-Pompano Beach,FL of sidewalks&driveways,2,500 feet of curb&gutter,24,000 SY of -General Manager,up to$25 million in projects(1993-2001) swale reconstruction,planting or relocating over 1,100 trees. -Estimator and Project Manager,up to$25 million(1990-93) -Superintendent,up to$10 million in projects(1985-90) Broadview Park NIP BP1-Broward County W&WS Division •Miami-Dade Water and Sewer Authority-Miami,FL General Manager-$10.4 million,2007 -Inspector and Assistant Project Engineer(1979-83) Project consisted of water main and roadway infrastructure •Beiswenger,Hoch&Associates-Miami,FL improvement to a City of Plantation's neighborhood composed of -Inspector,Surveyor,and Draftsman(1971-79) over 2,000 residences,6 businesses,and a major road crossing. Water improvements consisted of installing 105,000 feet of 8-to MEMBERSHIPS&CERTIFICATIONS 16-inch ductile iron water and transmission main,over 2,000 •Cuban-American Association of Civil Engineers-Associate water meters,135 new fire hydrants,14 insertion valves,and 14 •Engineering Contractors Association-Member automatic blow-off valves.This work also required the relocation •Army Corps of Engineers-Contractor Quality Control Mgmt of over 1,400 water services from the rear easements of the homes •Work Zone Traffic Control-Intermediate Certification to their front,which required daily coordination between Ric-Man •Occupational Safety&Health Association-10-Hour Training personnel and municipal representatives&residents.Roadway HIGHLIGHTED PROJECT EXPERIENCE improvements included the milling&resurfacing of 25,000 SY of road,the reconstruction of 22,000 SY of asphalt driveway& Town of Surfside Infrastructure Rehabilitation Project concrete sidewalk and 58,000 SY of swale,and the removal of 17 General Manager-$18.3 million,2013 large trees. The project consisted of water,drainage,and sewer infrastructure improvements to The Town,as well as the St.George East NIP-Broward County W&W Service Division restoring 167,000 SY of road,33,000 SY of swale,4,400 SY of General Manager-$103 million,2007 sidewalk&driveways,and 34,600 feet of curb&gutter.Water Project consisted of complete right-of-way infrastructure construction included replacing a 31,500-foot water main improvements to a Fort Lauderdale neighborhood composed of system consisting of 4-to 8-inch DIP and PVC pipe with 950 500 residences,a school,a park,and a church.Performing water, services;as well as relocating the existing water meters of over drainage,sewer,and roadway construction in this neighborhood 1,600 homes from their rear easements to the front of the required site-specific management of traffic and protection of homes-work which required daily coordination between Ric- school children.Water improvements included installing 23,000 Man and Town representatives&residents.Drainage feet of new 8-to 20-inch DIP main and 38 fire hydrants.Drainage construction consisted of installing 5,500 feet of 10-to 36-inch improvements included installing 1,100 feet of 15-to 24-inch RCP DIP and RCP pipe,47 structures,9 wells,and 3 pump stations. main and 50 structures.Sewer improvements included installing Sewer construction consisted of rehabilitating a 49,500-foot 21,000 feet of 8-to 15-inch PVC main,53 structures,and 1,400 feet sewer system consisting of 8-to 15-inch CIP pipe,over 2,000 of directional drill for a 24-inch force main.Roadway laterals,166 structures,and 2 pump stations;as well as point- improvements included the milling&resurfacing of 56,000 SY of repairing 5,800 feet of existing sewer main and installing 2,500 road,reconstruction of 5,500 SY of sidewalk&driveways and feet of new 12-inch force main. 3,750 feet of curb&gutter,and the planting of 69 trees,as well as 46,000 SY of swale reconstruction,landscaping,and irrigation. 36 2-10 Andres G. Diaz, P.E. i�c'M4/1/ Construction Manager INT' INC. 00* BEACH,"•owM Mr.Diaz has over 10 years of roadway,infrastructure,and underground utility construction and design experience.More recently he has been responsible for the coordination and construction of large diameter pipe in main thoroughfare roads.His proactive and hands-on approach toward communicating with clients has helped Ric-Man International improve our relationships with the different municipalities he has worked with. EXPERIENCE Weston Force Main and Drainage Improvements •10 years of roadway,infrastructure,and underground utility i Owner:City Of Weston $4.3 million,2015 construction experience with up to 72-inch pipelines Reference:Bryan Williams 954-448-5828 •Experience with 46-Inch PCCP Force Main Role:Senior Construction Manager •Pre.are and obtain MOT .ermits •Ric-Man International,Inc.-Pompano Beach,FL Project mainly consisted in the installation of 8,000 feet of 16- Project Manager&Estimator(2011-Present) inch DIP and 8,800 feet of up to 72"Pipe,including several •Chen Moore&Associates-Fort Lauderdale,FL culvert crossing main City thoroughfare roads,requiring lane Field Engineer(2005-2011) shifting,road closures and many detours. Northwest 5th Street to Peters Road.This project required FDOT lane closure coordination. HIGHLIGHTS&CERTIFICATIONS •NPDES,HazMat&Nuclear Gauge Safety Northeast 38th Street Reconstruction •Army Corps of Engineers QC Certification Owner:City of Oakland Park -$3.4 million,2014 •OSHA,10-hour training Certification Reference:Ronald Desburnes,P.E.954-464-5792 •ATSSA,Certified in Maintenance of Traffic Design Role:Senior Construction Manager •Expert Witness experience-Lead Researcher •FL Engineering Society-Broward Chapter President Award As part of a FDOT funded project,Ric-Man performed drainage, •FL Professional Engineer#78185 sewer,and roadway infrastructure improvements to the City of •Work Zone Traffic Control-M.O.T.Advanced Level Cert Oakland Park's Northeast 38th St from Northeast 11th Ave.to North Andrews Ave.Drainage construction included the installation of 1,614 feet of 18-to 48-inch RCP and 60 drainage EDUCATION structures.Utility construction included the demolition or •Florida International University-Miami,FL abandonment of existing sanitary utilities and the installation of Bachelor of Science in Civil Engineering I 450 feet of 6-to 10-inch PVC sewer main,11 laterals,and 4 manholes;as well as 12,500 feet of telecom and electrical conduit Roadway and landscape improvements included HIGHLIGHTED PROJECT EXPERIENCE 17,800 square yards of road construction,8,750 square yards of sidewalk&driveway construction,1,300 square yards of decorative paver work,the planting or relocating of over 80 Section 5 Project 48-Inch PCCP -NW 72nd Ave from NW 8th trees,as well as new landscape plantings and new irrigation. St thru NW 12 St For Condote/Community/Demoya Joint Venture 1B2 Water Main Improvement Owner:MDWSD-$500,000-2015 Owner:Broward County W&WS Div.-$1.3 million,2013 Reference:George Aguiar 786-229-0859,Pedro Vigil 305-205- Reference:Pat MacGregor 954-831-0904 5152,Nelson Cespedes 786-552-8142,Larry Goodwin 786-295- Role:Senior Construction Manager 3754 Role:Senior Project Manager/Construction Manager Project consisted of water main and roadway infrastructure improvements along Cypress Creek Road from I.9S to Dixie The project consisted of 48"PCCP including restrained pipe,fittings, Highway,and on Dixie Highway to Northeast 56th Street.Water closures and connections to existing 48"PCCP.The path of the pipe construction consisted of installing 8,500 feet of 6-to 16-inch was on NW 72nd Ave a 6 lane road with extreme heavy traffic. DIP water main with 13 wet taps,11 fire hydrants,and 18 new Several businesses existed along the path requiring difficult water services.Roadway construction included 12,000 square coordination and access at all times.The worked involved;critical ! yards of asphalt road&concrete sidewalk work as well as 1,000 demolition of existing PCCP,removing sewage from existing pipe, square yards of swales restoration.This project required FDOT sheeting and shoring,extensive de-watering,deep excavations, and Broward County lane closure coordination from I-95 off- installation of access manholes and air releases,dealing with heavy ramp to Dixie Highway. traffic,working on weekends,nights and multiple crews, Difficult utility support and crossings.The project had tight time restraints Garden Acres Sanitary System-Design Build due to existing lines requiring minimal shut down period.We Owner:City of Oakland Park,FL -$700,000,2013 succeeded in completing the Installation and connection within the Reference:Harvey Rambarath,PE 954-630-4478 scheduled time frame. Role:Design-Build Project Manager/Construction Manager Provided all design,materials,equipment,and performed 2-11 installation of 800 feet of 6-to 8-inch DIP water main,2,500 feet Andres G. Diaz, P.E. _ �C-M4N Construction Manager INT'LINC. 1Mao sewcM.Fto""' of 2-inch HDPE sanitary force main,and a 1,700 foot 4-to 6-inch PVC gravity sewer collection system.The sewer system was SR7 WM Replacement equipped with 12 grinder pumps and service connections for Owner:Broward County W&W Division-$1.6 million,2011 individual properties in the project area that connects to the City's Reference:Pat MacGregor 954-831-0904 existing sewer system.As part of our scope,Ric-Man was also Role:Construction Administrator responsible for the development of a cost-effective method for providing power to grinder pumps,as well as a methodology for j The project consisted of the night installation of over 9,800 feet of payment of electrical power costs. 20-inch DIP water main replacement along State Road 7 from 20- inch DIP water main replacement along State Road 7 from Oakland Park BP3 Water Main Owner.City of Oaldand Park,FL$2.2 million,2013 Broadview Park,BP2 Reference:John M.Perez 954-630-447 Owner:Broward County W&W Division-$17.5 million,2011 Role:Senior Project Manager Reference:Pat MacGregor 954-831-0904 Role:Construction Administrator Project consisted of water,drainage,and road infrastructure improvements to 6 disconnected sites near Oakland Park Blvd. I Project consisted of sewer and drainage infrastructure between NW 31st Ave.and NW 18th Ave.Water construction I improvements to a neighborhood of 760 homes.Sewer consisted of installing 8,200 feet of 6-to 8-inch ductile iron pipe installation included 36,500 feet of 6-to 20-inch PVC and DIP with 62 services,and 1,200 feet of 6-Inch PVC directional drill. gravity sewer with 150 manholes,3 sewer lift stations,and Drainage construction consisted of installing 3,900 feet of 15-inch 14,500 feet of 6-to 12-inch force main.Drainage Installation RCP and 37 drainage structures.Road construction consisted included 16,700 feet of 15-to 24-inch RCP and HDPE pipe and 34,000 square yards of asphalt,concrete,and sidewalk 170 structures.The project required the full reconstruction of reconstruction 100,000 SY of asphalt including two 1-1/2 inch lifts.This design also included the reclaiming of 65,000 SY of swales for Broadview Park BP3 additional drainage storage. Owner.Broward County W&W Division-$14 million,2011 Reference:Pat MacGregor 954-831-0904 Role:Construction Administrator Project consisted of the installation of 47,000 feet of 8-to 10-inch PVC sewer mains with 190 structures,20,000 feet of 15-to 24-inch RCP drainage mains with 274 structures,1 lift station,landscaping, streetscapes,road reconstruction,milling&resurfacing. 2-12 Victor G. Menocal IOC-MAN QA/QC Manager INT' INC. �rorMNO seAGH. Mr.Menocal has over 15 years'experience in construction management since Feb.1999. He has the experience of overseeing projects ranging from$1.5 million up to$177 million. The project scopes ranges from water main,gravity sewer,force mains,drainage,pump stations, lift stations, directional drilling, streetscape improvements, lighting, traffic signal improvements, ITS, neighborhood improvements and bridges.His experience includes approximately nine major neighborhood improvement projects of over 1,200 homes each. Mr. Menocal has an excellent knowledge of construction software such as Primavera Project Planner, SureTrak, Microsoft Projects,Expedition,E-Builder and others. HIGHLIGHTS PROJECT EXPERIENCE 15 years of roadway and underground utility infrastructure Town of Surfside Infrastructure Rehabilitation Project construction- •erience,workin:with u•to 48-inch•i•e Senior Project Manager-$18.3 million,2013 •6 years of design-build experience including 2 bridges Project consisted of water,drainage,and roadway •9 major projects totaling$235M infrastructure improvements to a neighborhood composed of •Holds a B.S.from Florida International University(2001) I 770 residences and 35 businesses.Water construction EXPERIENCE included installing 34,000 feet of new 8-inch DIP(connecting •Ric-Man International,Inc.-Pompano Beach,FL hundreds of homes in both the front and rear)and abandoning Project Manager,up to$21M in projects(2009-Present) 17,000 feet of existing water main.Drainage construction •Condone America-Miami,FL included installing 17,000 feet of 18-to 54-inch HDPE and RCP; Project Manager,up to$177M in projects(2008-2009) connecting over 250 structures and 6 pump stations.Roadway •A2 Group,Inc -Miami,FL construction included 134,000 SY of roadwork,6,000 SY of Project Manager,up to$200M in projects(1999-2008) sidewalks&driveways,2,500 feet of curb&gutter,24,000 SY of swale reconstruction,planting or relocating over 1,100 TRAINING&CERTIFICATIONS trees.This project required major coordination with •Army Corp of Engineers-CQM for Contractors homeowners,businesses,two schools,a hospital,and public •Work Zone Traffic Control-M.O.T.Advanced Level Cert transportation to minimize our impact on residents and •Occupational Safety&Health Association-30 Hour Training commerce. ADDITIONAL DESIGN-BUILD EXPERIENCE Broadview Park,BP2-Broward County W&W Service Division •Flamingo-Lummus BP-10E,Streetscape Improvement Project Manager-$17.5 million,2011 -Project Manager-$4.4 million,2011 Project consisted of sewer and drainage infrastructure •State Road 826/Palmetto Expressway,Section 2 improvements to a neighborhood of 760 homes.Sewer -Project Manager-$177 million,2009 installation included 36,500 feet of 5-to 8-inch PVC and DIP •Nautilus No.7,Right-of-Way Infrastructure Improvement i gravity sewer with 150 manholes,3 sewer lift stations,and -Program Manager-$34.8 million,2009 1 14,500 feet of 6-to 12-inch force main.Drainage installation •Lummus BP-10B Neighborhood Improvement included 16,700 feet of 15-to 24-inch RCP and HDPE pipe and -Program Manager-$12.1 million,2008 170 structures.The project required the full reconstruction of •Washington Avenue Infrastructure Improvement I 100,000 SY of asphalt including two 1-1/2 inch lifts.This -Program Manager-$18.2 million,2007 j design also included the reclaiming of 65,000 SY of swales for PROJECT EXPERIENCE additional drainage storage. FDOT District 6 Section 2 Project(Personal Exp.) Design/Build Project Manager-$177 million,2008-2009 Flamingo-Lummus BP-10E Streetscape-Miami Beach,FL This was a design/build/finance project for the Florida Design-Build Project Manager-$4.4 million,2011 Department of Transportation District IV. The work consisted Project consisted of water,drainage,and roadway of the addition of one general use lane in each direction, infrastructure improvements to a neighborhood composed of auxiliary lanes between all interchanges;interchange 1,600 residences and 65 businesses.Water construction improvements and,operation safety improvements long the I included installing 4,600 feet of new 6-to 8-inch DIP and SR826 mainline and ramps. The Interchanges that will be abandoning 5,100 feet of existing water main.Drainage improved with this project are the SR826 Interchanges at SW i construction included installing 3,500 feet of 15-to 48-inch 56 Street/Miller Drive,Sr874/Don Shula Expressway and SW HDPE and RCP connecting over 70 structures and gravity 40 Street/Bird Road. Four of the bridges are over the CSX wells,as well as 900 feet of 3-by 5-foot box culvert Roadway railroad and are comprised of steel girders. The other construction included over 36,000 SY of roadwork,4,500 SY of interchange bridges are design with concrete beams(AASHTO ( sidewalk,driveway&paver work,9,500 feet of curb&gutter, Type IV,Mod.Bulb Tee,Florida I Beams). This project also 65,000 SY of swale reconstruction,planting or relocating over includes a new pedestrian bridge,new drainage,lighting, 200 trees;as well as signalization,decorative lighting,and landscaping,ITS and signalization Improvements installing 1,000 feet of FPL conduit 2-13 Luis Hernandez �1C•IVIa/v Superintendent INrrAINC• MHO such,rrroa� Mr. Hernandez has over 22 years of experience in South Florida working for municipalities from Monroe County through Palm Beach County.He has successfully completed seven neighborhood improvement projects from 21,000 to 105,000 feet of water mains and sanitary sewers. Luis is also familiar with directional drilling,micro tunnel,pump stations,and aerial crossings. Mr.Hernandez is one of Ric-Man International's most esteemed employees for his commitment to excellence and willingness to do what's necessary to perform his duties and please our clients.He has shown great zeal in handling several crews and projects simultaneously while maintaining the highest standards. HIGHLIGHTS PROJECT EXPERIENCE 17 years of roadway and underground utility infrastructure Project DERM01-WASD-NLE-WEST 54"PCCP Force Main construction experience,working with up to 96-inch pipe Owner:Miami-Dade Water&Sewer Department 10 Open Cut Projects from 42"to 72"totaling 117,170 LF Reference:Nelson Cespedes-786-552-8142 20,000 LF of 42"or Greater Pressure Pipe Construction Cost$6,649,092-2005(9,100 LF of 54"PCCP) •6 years of design-build experience since 2008 Role: Superintendent •Occupational Safety&Health Association-10 Hour Training Project consisted 54" PCCP near Opa-Loka Airport NW 57th Ave and Le- EXPERIENCE Jeune Rd.Construction required 54"Plug valves,fittings,access manholes, •Ric-Man International,Inc. Beach,FL air releases, restrained pipe, interior lining, extensive de-watering, deep excavations over 18 foot deep,sheeting and shoring.We constructed open -Superintendent,up to$37M in projects(2006-Present) cut excavation of 30 foot canal, and also NW 57th avenue. Extensive -Foreman,up to$12M in projects(2002-2006) coordination with airport personnel,DOT,including the blocking off South -Pipe Layer,up to$8M in projects(2001-2002) Florida Water Management canal within their strict guidelines and safety -Laborer,up to$6M in projects(1997-2001) protocols. Our crews worked thru the weekends and nights to minimize impacts to NW 57th Ave. The project also included the use and PROJECT EXPERIENCE coordination of SBEs. Access to businesses,on ramps,and the airport was Project:Section 5 Project Installation of 48-Inch PCCP a daily necessity. Owner:Miami-Dade Water&Sewer Department Reference:George Aguiar(786-229-0859),Pedro Vigil(305- Project Emergency Repair of 54-Inch PCCP Flagler Interceptor 205-5152),Nelson Cespedes(786-552-8142),Larry Goodwin Owner:Miami-Dade Water&Sewer Department (786-295-3754) Reference:Nelson Cespedes-786-552-8142 Construction Cost$450,000-2015(200 LF of 48"PCCP) Construction Cost $951,180-2005(1,180 LF of 54"PCCP) Role: Superintendent Role: Superintendent This project was performed for Condotte/CAC/DeMoya, J.V.and It This project required the replacement of 54"PCCP in heavy traffic with was located on NW 72nd Avenue from NW 8th Street thru NW 12th extensive MOT,requiring sheeting and shoring,deep excavations, Street The project consisted of 48"PCCP including restrained pipe, I dewatering.Connecting to existing 54"PCCP with closures,also required fittings,closures and connections to existing 48"PCCP.The path of air release valves,access manholes,pipe lining at joints,paving concrete the pipe was on NW 72nd Ave a 6 lane road with extreme heavy flat work,off duty police,bypass pumping in an urban environment Project traffic.Several businesses existed along the path requiring difficult length,1,400 ft,value$951,180.00 started in October 2004 completed in coordination and access at all times.The worked involved; critical Jay 2005. demolition of existing PCCP, removing sewage from existing pipe, Project Nautilus Neighborhood Improvements sheeting and shoring, extensive de-watering, deep excavations, installation of access manholes and air releases,dealing with heavy Owner:City of Miami Beach traffic,working on weekends,nights and multiple crews. Difficult Reference:Aurelio Carmenates,P.E.,Project Mgr.(305-431-2110) utility support and crossings.The project had tight time restraints Construction Cost $34.2 Mil-2010 due to existing lines requiring minimal shut down period. We Role: Superintendent succeeded in completing the Installation and connection within the scheduled time frame. I Design-build project consisted of water, drainage, and roadway infrastructure improvements to a neighborhood composed of 770 homes Project:Replacement of 48"FM Project No.9088(Design/Build) and 35 businesses.Water construction included installing 34,000 feet of 8- Owner.Broward County WWSS inch DIP main(connecting hundreds of homes in both the front and rear). Reference:Alan Garcia,PWD Director-954-831-0903 Drainage construction included installing 17,000 feet of 18- to 54 inch Construction Cost$4,418,669-2007(4,800 LF of 48"DIP) HDPE and RCP drainage mains; connecting over 250 structures and 6 Role: Superintendent pump stations.Roadway and landscape construction included 134,000 SY of roadwork, 6,000 SY of sidewalks & driveways, 24,000 SY of swale The Project was located in an Urban Area adjacent to Florida's reconstruction,planting or relocating over 1,100 trees. turnpike. The project consisted of 48" force main relocation, requiring careful demolition of existing pipe,connections to existing FM,shoring and de-watering,deep excavation,difficult access and coordination to Florida's Turnpike traffic Support and exploration of main gas lines and other utilities. Restoration of road and property adjacent to residences. 2-14 Luis Hernandez R1C"MaA/ Superintendent INT'LINC. "o•.,wo aeaew rwR►oa. PROJECT EXPERIENCE Project consisted of potable water,sanitary sewer,stormwater drainage, Project Broadview Park BP 2 NIP and hardscape infrastructure improvements to a neighborhood of over Owner.Broward County WWSS 200 homes.Water improvements included the installation of 9,700 feet Reference:Pat Sweet,Project Manager-954-931-3732 of 4-to 8-inch DIP and PVC water main with over 100 services and 16 Constriction Cost$17.2 Mil-2010 fire hydrants.Sewer improvements included installing of 8,800 feet of 4- Role: Superintendent to 6-inch PVC vacuum sewer main with 127 valve pits and service laterals.Drainage improvements included the installation of 3,000 feet of 15-to 42-inch RCP main up to 12 feet deep and 43 manholes and inlets. Project consisted of sewer and drainage infrastructure improvements to a neighborhood of 760 homes.Sewer installation roadwork over 24,0 0 square included yards over 20,con square yards of included 36,500 feet of 6-to 20-inch PVC and DIP gravity sewer with square yards s of 24,000 square yardd of driveway replacement p and 9,000 150 manholes,3 sewer lift stations,and 14,500 feet of 6-to 12-inch square yards of existing sidewalk and driveway force main.Drainage installation included 16,700 feet of 15-to 24 Project Flamingo Lummus Streetscape Improvements BP 10E inch RCP and HDPE pipe and 170 structures.The project required the Owner. City of Miami Beach full reconstruction of 100,000 SY of asphalt including two 1-1/2 inch Reference:Thais Vieira,R.A.,Capital Projects Coord.-305-673-7071 lifts.This design also included the reclaiming of 65,000 SY of swales Construction Cost$4.4 MiL-2011 for drainage storage. Role: Superintendent Project Broadview Park BP 1 NIP Project consisted of water, drainage, and roadway infrastructure Owner.Broward County WWSS improvements to a neighborhood composed of 1,600 residences and 65 Construction Cost$10.4 Mil-2010 businesses.Water construction included installing 4,600 feet of new 6-to Role: Superintendent 8-inch DIP and abandoning 5,100 feet of existing water main.Drainage construction included installing 3,500 feet of 15- to 48-inch HDPE and Project consisted infrastructure improvement to a neighborhood of RCP connecting over 70 structures and gravity wells,as well as 900 feet of over 2,000 residences, 6 businesses, and a major road crossing. 3-by 5-foot box culvert Roadway construction included over 36,000 SY of Water improvements consisted of installing 105,000 feet of 8-to 16- roadwork,4,500 SY of sidewalk,driveway&paver work, 9,500 feet of inch ductile iron water and transmission main, 135 new fire curb&gutter,65,000 SY of swale reconstruction,planting or relocating hydrants, and 28 insertion valves and blow-off valves. Roadway over 200 trees;as well as signalization,decorative lighting,and installing improvements included the milling & resurfacing of 25,000 SY of 1,000 feet of FPL conduit This project required major coordination with road,the reconstruction of 22,000 SY of asphalt driveway&concrete residents, a school, public transportation, restaurants, nightclubs, and sidewalk and 58,000 SY of swale,and the removal of 17 large trees. other businesses to minimize our impact on residents and commerce. Project Town of Surfside Utility Upgrade Project Owner.Town of Surfside Project SW 6&7 Utilities Extension Project Area 3 Reference:Randy Stokes,Project Manager-954-494-7497 Construction Cost$18.3 Mil-2014 Owner. City of Cape Coral Role: Superintendent Reference:Paul Gingham,Utilities Director-239-574-0464 Construction Cost$9.7 MU-2015 Project consisted of water,drainage,and roadway infrastructure Role: Superintendent improvements to a neighborhood composed of 770 residences and 35 businesses.Water construction included installing 34,000 The project consisted of potable water, irrigation, sanitary sewer, feet of new 8-inch DIP(connecting hundreds of homes in both the neighborhood stormwater drainage,and of 844 ape infrastructure improvements to a front and rear) and abandoning 17,000 feet of existing water neighb composed of 844 homes and 2 bridges in Cape Coral, Florida.Potable water improvements included installing 39,800 feet of 6- main.Drainage construction included installing 17,000 feet of 18- to 8-inch PVC water main with 438 services for 734 meters, 34 fire to 54-inch HDPE and RCP;connecting over 250 structures and 6 hydrants, and an aerial crossing. Irrigation improvements included pump stations. Roadway construction included 134,000 SY of installing 43,790 feet of reclaimed 4-to 16-inch irrigation mains with 498 roadwork,6,000 SY of sidewalks&driveways,2,500 feet of curb irrigation services for 844 meters,as well as a flinch and a 16-inch aerial & gutter, 24,000 SY of swale reconstruction, planting or crossing.Stormwater drainage improvements included installing,5,200 relocating over 1,100 trees. This project required major feet of 15-to 36-inch HDPE&PVC main,400 feet of 12x18-to 24x38-inch coordination with homeowners, businesses, two schools, a elliptical HDPE main, and 127 inlet structures. Sanitary sewer hospital, and public transportation to minimize our impact on improvements included installing 41,100 feet of 8-inch PVC gravity sewer residents and commerce. mains up to 16-feet deep including 98 manhole structures and 540 single and double services,2 wastewater lift station,and 5,620 feet of 6-inch Project Belvedere Homes Infrastructure Imp.Ph.2 PVC force main. Hardscape and landscape improvements included Owner.Palm Beach County Utilities Dept 100,000 square yards of roadway reconstruction and hardscape Reference:Joseph Tanacredi,Project Mgr.-561-493-6088 restoration, 95,000 square yards of swale reconstruction, and 11,700 Construction Cost$3.1 Mil-2014 square yards of driveways. Role: Superintendent 2-15 Michael R. Jankowski RIOMAN Assistant Superintendent JNT'INC. �prIAMO lIJCN,fl01UD' Mr. Jankowski has 6 years of construction management experience since 2009. In Southeast Florida, he has worked with municipalities from Miami-Dade to Palm Beach County and has been instrumental in the completion of major infrastructure improvement and neighborhood improvement projects. His responsibilities include coordinating construction activities with outside agencies, reviewing contractual requirements to meet client's expectations, coordination of maintenance of traffic throughout construction phases,conducting field inspections of water and drainage systems,documenting field change to the design,assisting in processing and obtaining permits,reviewing and updating construction project schedule,and working closely with Public Information Officers in disseminating the project schedule to residents and businesses. EXPERIENCE PROJECT EXPERIENCE 5 years of roadway and underground utility infrastructure construction experience,working with up to 72-inch pipe Belvedere Homes Infrastructure Improvements,Phase 2 92,000 feet of water main installed-8-inches or larger Owner:Palm Beach County Water Utilities Department-$2.7 million,2014 •Ric-Man International,Inc.-Pompano Beach,FL Reference:Joseph Tanacredi-561-493-6088 -Vice President(2011-Present) Role:Superintendent -Assistant Superintendent(2009-Present) Project consisted of extensive sewer,drainage,and water •Sterling Management-Pompano Beach,FL infrastructure improvements through a neighborhood of over -Property Manager(2009) 200 homes,as well as over 6,000 square yards of road and -Construction Manager(2009) sidewalk reconstruction.Sewer construction included the installation of 7,700 feet of 6-inch PVC vacuum sewer pipe with EDUCATION over 110 valve pits and service laterals.Drainage construction •Lynn University-Boca Raton,FL included the installation of 3,000 feet of 15-to 42-inch RCP -Bachelor of Science in Business Management-2011 drainage pipe with over 40 structures.Water construction -Studied Infrastructure in Rome,Italy-2010 included the installation of 8,400 feet of DIP and PVC water main with over 200 services. PROJECT EXPERIENCE Project Town of Surfside Utility Upgrade Project Section 5 Protect 48-Inch PCCP -NW 72nd Ave from NW Owner.Town of Surfside 8th St thru NW 12 St For Condote/Community/Demoya Reference:Randy Stokes-954-494-7497 Joint Venture Construction Cost:$18.3 Mil-2014 Owner:MDWSD-$500,000-2015 Role: Assistant Superintendent Reference:George Aguiar 786-229-0859,Pedro Vigil 305- 205-5152,Nelson Cespedes 786-552-8142,Larry Goodwin Project consisted of water, drainage, and roadway infrastructure 786-295-3754 improvements to a neighborhood composed of 770 residences and Role:Assistant Superintendent 35 businesses.Water construction included installing 34,000 feet of new 8-inch DIP(connecting hundreds of homes in both the front and rear) and abandoning 17,000 feet of existing water main. The project consisted of 48"PCCP including restrained pipe, Drainage construction included installing 17,000 feet of 18-to 54- fittings,closures and connections to existing 48"PCCP.The path inch HDPE and RCP; connecting over 250 structures and 6 pump of the pipe was on NW 72nd Ave a 6 lane road with extreme stations. Roadway construction included 134,000 SY of roadwork, heavy traffic.Several businesses existed along the path 6,000 SY of sidewalks & driveways, 2,500 feet of curb & gutter, requiring difficult coordination and access at all times.The 24,000 SY of swale reconstruction,planting or relocating over 1,100 worked involved;critical demolition of existing PCCP,removing trees.This project required major coordination with homeowners, sewage from existing pipe,sheeting and shoring,extensive de- businesses, two schools, a hospital, and public transportation to watering,deep excavations,installation of access manholes and minimize our impact on residents and commerce. air releases,dealing with heavy traffic,working on weekends, nights and multiple crews. Difficult utility support and 1B2 Water Main Improvement crossings.The project had tight time restraints due to existing Owner:Broward County W&WS Div.-$1.3 million,2013 lines requiring minimal shut down period.We succeeded in Reference:Pat MacGregor 954-831-0904 completing the Installation and connection within the scheduled Role:Assistant Superintendent time frame. Project consisted of water main and roadway infrastructure Weston Force Main and Drainage Improvements improvements along Cypress Creek Road from 1-95 to Dixie Owner.City Of Weston- $4.3 million,2015 _Highway,and on Dixie Highway to Northeast 56th Street Water Reference:Bryan Williams 954-448-5828 construction consisted of installing 8,500 feet of 6-to 16-inch DIP Role:Assistant Superintendent water main with 13 wet taps,11 fire hydrants,and 18 new water services.Roadway construction included 12,000 square yards of Project mainly consisted in the installation of 8,000 feet of 16- asphalt road&concrete sidewalk work as well as 1,000 square inch DIP and 8,800 feet of up to 72"Pipe,including several yards of swales restoration.This project required FDOT and culvert crossing main City thoroughfare roads,requiring lane ' Broward County lane closure coordination from 1-95 off-ramp to shifting,road closures and many detours. Dixie Highway. 2-16 Michael R. Jankowski KOC'M4N Assistant Superintendent INT'LINC. `o eeacw,n Oakland Park BP3 Water Main Venetian Causeway Water Main Crossings Owner.City of Oaldand Park,FL$2.2 million,2013 Owner.Miami Beach,Florida-$1.0 million,2011 Reference:John M.Perez 954-630-447 Reference: Role:Assistant Superintendent Role:Assistant Superintendent Project consisted of water infrastructure improvements to the Project consisted of water,drainage,and road infrastructure San Marino,Dilido,and Rivo Alto islands along the Miami Beach improvements to 6 disconnected sites near Oakland Park Blvd. portion of the Venetian Causeway.Water construction consisted between NW 31st Ave.and NW 18th Ave.Water construction of installing 2,800 linear feet of 4-to 16-inch ductile iron water consisted of installing 8,200 feet of 6-to 8-inch ductile iron main,33 water services,and 6 new fire hydrants.Construction pipe with 62 services,and 1,200 feet of 6-inch PVC directional required complex M.O.T.to contend with heavy vehicle and drill.Drainage construction consisted of installing 3,900 feet of pedestrian traffic;as well as direct coordination between 15-inch RCP and 37 drainage structures.Road construction multiple city departments and the contractor performing future consisted 34,000 square yards of asphalt concrete,and roadway improvements. sidewalk reconstruction. 2-17 Lisandro Reyes SIC-MAN Service Foreman INT' INC. ewcN.fw+ao► Mr.Reyes has over 13 years of roadway and underground utility infrastructure construction experience,since 2001,working with up to 48-inch pipelines. In South Florida, He has installed water, sanitary sewer,and stormwater drainage utilities for municipalities from Monroe County to Palm Beach County and was instrumental in the completion of several Miami Beach projects such as Prairie Avenue Phase II,Venetian Island Water Main Improvements,and Flamingo Bid Pack 10E Neighborhood Improvements.Last year,Mr.Reyes helped complete the Town of Surfside Infrastructure Rehabilitation Project,which has very similar soil conditions. EXPERIENCE&HIGHLIGHTS PROJECT EXPERIENCE •13 years of roadway and underground utility infrastructure Twin Lakes South NIP-Broward County W&W Division construction experience,working with up to 48-inch pipe Foreman-$4.2 million,2014 •Ric-Man International,Inc.-Pompano Beach,FL Project consisted of sewer,drainage,and roadway -Foreman(2009-Present) infrastructure improvements to a neighborhood of 300 homes. -Operator&Pipe Layer(2008-2009) Sewer construction included installing 3,500 feet of 6-inch DIP •Occupational Safety&Health Association-10 Hour Training ! force main and 11,500 feet of 8-to 10-inch PVC gravity sewer, 49 manholes up to 19-feet deep,and 1 pump station.Drainage PROJECT EXPERIENCE construction included installing 8,000 feet of 15-to 30-inch Town of Surfside Infrastructure Rehabilitation Project RCP drainage,including French drain,and 66 drainage Foreman-$18.3 million,2013 manholes.Roadway improvements included the The project consisted of water,drainage,and sewer reconstruction and final paving of 36,000 SY of road, infrastructure improvements to The Town,as well as the construction of over 20,000 SY of driveway&sidewalk and restoring 167,000 SY of road,33,000 SY of swale,4,400 SY of 2,200 feet of curb&gutter,and the relocating of 250 trees. sidewalk&driveways,and 34,600 LF of curb&gutter.Water Englewood Storm Sewer Project-City of Miami construction included replacing a 31,500-foot water system Foreman-$600,000,2013 consisting of 4-to 8-inch DIP and PVC and 950 services;as Project consisted of drainage and hardscape infrastructure well as relocating the existing meters of over 1,600 homes improvements,as well as constructing 7 traffic calming from their rear easements to the front of the homes-work improvements,specifically 5 traffic circles and 2 raised which required daily coordination with The Town and intersections,at separate intersections affecting 170 residents.Drainage construction consisted of installing 5,500 residences between SW 18th&20th street and SW 29th&31st LF of 10-to 36-inch DIP and RCP,56 structures&wells,and 3 avenue.Drainage improvements included installing 1,400 feet pump stations.Sewer construction consisted of rehabilitating of 24-inch pipe culvert and French drain,as well as 47 a 49,500-foot sewer system consisting of 8-to 15-inch CIP, manholes&inlets.Hardscape improvements included 7,600 SY over 2,000 laterals,166 structures,and 2 pump stations;as of roadway milling&resurfacing,860 SY of sidewalk& well as point-repairing 5,800 LF of the existing sewer and driveway reconstruction,2,700 feet of curb&gutter,planted installing 2,500 LF of new 12-inch PVC force main. 10 trees,and 3,600 SY of swale reconstruction&landscaping. Flamingo-Lummus BP-10E Streetscape Broadview Park,BP2-Broward County W&W Division Miami Beach,FL Foreman-$17.5 million,2010 Foreman-$4.4 million,2011 Project consisted of sewer and drainage infrastructure Design-build project consisted of water,drainage,and improvements to a neighborhood of 760 homes.Sewer roadway infrastructure improvements to a neighborhood of installation included 36,500 feet of 6-to 20-inch PVC and DIP 1,600 residences and 65 businesses.Water construction gravity sewer with 150 manholes,3 sewer lift stations,and included installing 4,600 LF of 6-to 8-inch DIP and 14,500 feet of 6-to 12-inch force main.Drainage installation abandoning 5,100 LF of existing water main.Drainage included 16,700 feet of 15-to 24-inch RCP and HDPE pipe and construction included installing 3,500 LF of 15-to 48-inch 170 structures.Project required the reconstruction of 100,000 HDPE and RCP connecting over 70 structures and gravity SY road and 65,000 SY of swales for drainage storage. wells,as well as 900 LF of 3x5-foot box culvert Roadway and Oceanfront Neighborhood(Phase II-West)-Miami Beach,FL landscape construction included over 36,000 SY of roadwork, Foreman-2.1 million,2010 4,500 SY of sidewalk,driveway&paver work,9,500 LF of Project consisted of water infrastructure and hardscape curb&gutter,65,000 SY of swale reconstruction,planting or improvements to a neighborhood composed of 5,000 residents relocating over 200 trees;as well as signalization,decorative and SO businesses.Water improvements included installing lighting,and installing 1,000 LF of FPL conduit This project 6,000 feet of 8-to 12-inch DIP water main and making 17 required major coordination with residents,a school,public connections to existing main.Hardscape improvements transportation,restaurants,nightclubs,and other businesses included sidewalk and curb&gutter replacement,new street to minimize our impact on residents,tourists,and commerce. lighting,and 20,000 SY of road milling&resurfacing. This project was in a coastal environment __ - 2-18 a Guzman .M Guadalupe P INT' INC. Foreman ENO stwcM fLaw* Mr.Guzman has over 17 years of roadway and underground utility infrastructure construction experience,since 1997,with up to 72-inch pipelines.In South Florida,he has installed water,sanitary sewer,and stormwater drainage utilities for municipalities from Miami-Dade County through Palm Beach County and has been instrumental in the successful completion of over ten neighborhood improvement projects. Mr.Guzman is also experienced with directional drilling, pump station installation,and aerial crossings. EXPERIENCE&HIGHLIGHTS PROJECT EXPERIENCE •17 years of roadway&underground utility infrastructure Flamingo-Lummus BP-10E Streetscape-Miami Beach,FL construction experience with up to 72-inch pipelines Foreman-$4.4 million,2011 •Ric-Man International,Inc.-Pompano Beach,FL Design-build project consisted of water,drainage,and roadway -Foreman(2011-Present) infrastructure improvements to a neighborhood of 1,600 •Foster Marine Contractors,Inc residences and 65 businesses.Water construction included -Foreman(1997-2011) installing 4,600 LF of 6-to 8-inch DIP and abandoning 5,100 LF •Occupational Safety&Health Association-10 Hour Training of existing water main.Drainage construction included installing 3,500 LF of 15-to 48-inch HDPE and RCP connecting PROJECT EXPERIENCE over 70 structures and gravity wells,as well as 900 LF of 3x5- Belvedere Homes,Phase 2 foot box culvert Roadway and landscape construction included Palm Beach County,FL i over 36,000 SY of roadwork,4,500 SY of sidewalk,driveway& Foreman-$2.7 million,2014 i paver work,9,500 LF of curb&gutter,65,000 SY of swale Project consisted of extensive sewer,drainage,and water reconstruction,planting or relocating over 200 trees;as well as infrastructure improvements through a neighborhood of over signalization,decorative lighting,and installing 1,000 LF of FPL 200 homes,as well as over 6,000 square yards of road and conduit This project required major coordination with sidewalk reconstruction and over 21,000 square yards of residents,a school,public transportation,restaurants, landscaping.Sewer construction included the installation of nightclubs,and other businesses to minimize our impact on 7,700 feet of 4-to 6-inch PVC vacuum sewer pipe with over residents,tourists,and commerce.This project was in a coastal 110 valve pits and service laterals.Drainage construction environment included the installation of 3,000 feet of 15-to 42-inch RCP drainage pipe with over 40 drainage structures.Water i Prairie Avenue,Phase II-Miami Beach,FL construction included the installation of 8,400 feet of DIP and Foreman PVC water main with over 200 services. Project consisted of drainage roadway,landscaping,and hardscape improvements including coordination with the Town of Surfside Infrastructure Rehabilitation Project Public Works Department Miami Beach High School,and the Foreman-$18.3 million,2013 Prairie Avenue Neighborhood Associations. The project consisted of water,drainage,and sewer infrastructure improvements to The Town,as well as the Poinsettia Ave&33rd Street-City of West Palm Beach restoring 167,000 square yards of road,33,000 square yards Foreman of swale,4,400 square yards of sidewalk&driveways,and Project with proposed improvements including,but not limited 34,600 feet of curb&gutter.Water construction included to,curb&gutter improvements and storm water replacing a 31,500-foot water main system consisting of 4-to improvements of 36-to 72 inch pipelines. 8-inch DIP and PVC pipe with 950 services;as well as relocating the existing water meters of over 1,600 homes from their rear easements to the front of the homes-work Broward County W&WS Division North County NIP BP6 which required daily coordination between Ric-Man and I Superintendent Town representatives&residents.Drainage construction Broward County W&WS Division North County NIP BP7 consisted of installing 5,500 feet of 10-to 36-inch DIP and Superintendent RCP pipe,47 structures,9 wells,and 3 pump stations.Sewer construction consisted of rehabilitating a 49,500-foot sewer I Broward County W&WS Division North County NIP BP8 system consisting of 8-to 15-inch CIP pipe,over 2,000 Superintendent laterals,166 structures,and 2 pump stations;as well as point- Three Broward County projects with infrastructure repairing 5,800 feet of the existing sewer main and installing improvements including,but not limited to,sidewalk 2,500 feet of new 12-inch PVC force main. improvements,curb&gutter improvements,storm water, water main improvements,and sewer improvements. 2-19 Peter M.Moore,P.E.,LEED AP As the President of the firm,Mr.Moore is ultimately responsible for all day to day Principal-in-Charge operations of the firm.Mr.Moore works as the Client Project Manager for work in Broward County,Pompano Beach and Deerfield Beach and continues to be involved Education in the successful completion of projects.These projects include sanitary collection improvements,pump station rehabilitation,transportation engineering enhancements, Bachelor of Science,Civil Engineering, water and reclaimed water consulting along with all other phases of civil engineering University of Florida,1997 design and neighborhood improvements.Additionally,Mr.Moore serves as the Master of Engineering,Civil Engineering, Assistant City Engineer for the City of Coral Springs and is the spokesperson for the City's University of Florida,2004 Engineering Division.Finally,Mr.Moore serves on the firm's QA/QC Committee ensuring the consistency of the quality product throughout the firm. Registration Project Experience Professional Engineer,Florida,58709,2002 City Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates Professional Affiliations is under contract with the City of Miami Beach to perform planning,design and American Society of Civil Engineers construction administration services for the infrastructure redevelopment within public right-of-way areas of the City Center neighborhood in downtown Miami Beach.The Florida Engineering Society project scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch Florida Stormwater Association water main infrastructure improvements,along with streetscaping,landscaping,and lighting upgrades.The project required extensive coordination with the public,RDA,and National Society of Professional Engineers historic districts. Certifications South Pointe Phase III/IV/V-Right-of-Way Improvement Project Chen Moore Certified Stormwater Inspector and Associates is the prime consultant and is responsible for providing surveying, planning,geotechnical investigation,design,permitting,preparation of construction LEED Accredited Professional documents,bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/ IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements induding 9,300 LF 8"water main replacements, stormwater drainage improvements,paving&grading,streetscaping enhancements, landscaping improvements,lighting improvements,and roadway reconstruction FKAA Cudjoe Regional Wastewater Collection.Chen Moore is designing this$90 million design-build sanitary sewer collection system that will convey sewage from four lower keys to a transmission force main and/or master lift station located along USi/Overseas Highway.The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility before December 31,2015.This project will help eliminate untreated wastewater effluent from polluting the nearshore waters of the Florida Keys. Turnpike 48"Force Main Relocation.Chen Moore and Associates was the prime consultant of a design-build team tasked to design,permit and construct the relocation of a 48"Force Main in the Turnpike Right-of-Way.This project involved the open cut installation of approximately 5,400 LF of 48"DIP followed by the removal of the existing PCCP.Coordination activities included Florida's Turnpike Enterprise of the Florida Department of Transportation,South Florida Water Management District,the Florida Department of Environmental Protection and Broward County Water and Wastewater Services.The project schedule was an aggressive 112 days from Notice to Proceed to completion. Broadview Park Neighborhood Improvement Program.The Broadview Park Neighborhood Improvement Program(BPNI P)was the last of the Neighborhood Infrastructure Improvements projects to be carried out by Broward County in the unincorporated areas. Chen Moore and Associates was selected as the prime consultant for the Basis of Design Report(BODR)and subsequent bid packages. The Bid Packages addressed the sanitary sewer and drainage improvements,as well as improvements to the community's sidewalks,roadway and landscape.The basis of design report included E population projections,an analysis of water source and sewage discharge points and a F hydraulic model of the water,wastewater and stormwater systems. d ' C Central Seashore South Right-of-Way Infrastructure Improvements REP No.2015-133-YQ 2-20 3 INT1 ��1�� CHEN•Nf00RE Greg Mendez,P.E. Mr.Mendez has more than 17 years of civil engineering experience in site and infrastructural development type projects for public and private facilities.He has Design Project Manager extensive utilities design experience and is also very experienced with fast track projects. Education His experience includes water,drainage and sewer designs,design reviews,managing designs and construction budgets,managing field inspection staff and managing client Bachelor of Engineering,Architectural relations. Engineering,University of Miami,1998 Project Experience Registration Miami Beach Sunset Islands 3&4 ROW Improvement Program.Chen Moore and Professional Engineer,Florida,64718,2006 Associates is providing civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of two islands(Sunset Islands 3 and 4)off the Miami Beach west coast,along the inter-coastal waterway.The project was publicly bid as a design-build and funded by the City of Miami Beach.It will require coordination with various agencies including the City of Miami Beach,the Miami-Dade Water and Sewer Department,the Miami-Dade Public Works Department,the Miami-Dade Regulatory and Economic Resources Department and others. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities,new service connections to all properties,complete roadway reconstruction and grading with new pavement section and curb,landscaping,signage and striping. East Bird Rd Corridor Sanitary Sewer Improvement Chen Moore and Associates(CMA) is providing civil engineering services for sewer improvements along the corridor of Bird Road(SW 40th Street)from Red Road(SW 57th Avenue)and Ludlam(SW 67th Avenue)within the commercial corridor(Exhibit A)on both sides of the street utilizing low pressure sewer design concepts.The project intends to connect various small commercial sites on both sides of the Bird Road Corridor as well as the shopping center at the NW corner of Red Road and Bird Road and nearby David Fairchild Elementary School.The project includes an initial engineering analysis phase with the preparation of a technical memorandum with options and recommendations for pump strategy,small and large pump station selection,power,maintenance,permitting considerations,etc Post approval of the concept,the project includes 30%,70%,90%,and l00%submittals, government permitting coordination,bidding services and limited construction services addressing and design low pressure force main and pump stations and necessary design and specifications for the school and shopping center noted and a standard design to assist the connection of the smaller offices. MDWASD PSIP*0336 Improvement.Pump Station(PS)0356 is a wet well pump station and is located in a mainly residential area.Chen Moore and Associates is responsible for the design criteria to upgrade Pump Station 0356 to obtain a Miami Dade RER permit to carry out the project.The upgrade consisting of the installation of two(z)new submersible pumps in a new 8-foot inside diameter wet well with a minimum of t-foot increase in depth will bring PS 0356 into compliance with the peak flow and Consent Decree regulations. E L(0 r u O i _ d I � ,e• 1/! CHEN•MOORE Central Bayshorc South Right-of-Way Infrastructure Improvements RFP No. 2015-133-YQ 2-21 p IMT'�INC n.»uxw;r ti Safiya T Brea,P.E.,LEED AP Ms.Brea has over 13 years of experience with neighborhood improvement projects, induding the design of roadways,sidewalks,drainage,water and wastewater Civil/Streetscaping Engineer infrastructure.As a senior civil engineer,she has managed projects ranging from Education thousands of dollars to multi-million dollar,large-scale neighborhood improvement programs.Ms.Brea has managed and designed streetscape improvements, Bachelor of Science,Civil Engineering, roundabouts,lift station,stormwater improvements and master plans,and booster University of Florida,2002 station basis of design reports.Her duties include construction management,managing Registration GIS and Autocad design work,Cascade modeling,sewer modeling,and report preparation for municipalities throughout South Florida. Professional Engineer,Florida,66388,2007 Project Experience Professional Affiliations Center Right-of-Way and Utility Improvement Project.ght y ity mp Jett Chen Moore and Associates American Society of Civil Engineers is under contract with the City of Miami Beach to perform planning,design and Engineers Without Borders construction administration services for the infrastructure redevelopment within public right-of-way areas of the City Center neighborhood in downtown Miami Beach.The Florida Engineering Society project scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping,and Certifications lighting upgrades.The project required extensive coordination with the public,RDA, Qualified Stormwater Management and historic districts. Inspector South Pointe Phase III/IV/V-Right-of-Way Improvement Project.Chen Moore and OSHA Certification Associates is the prime consultant and is responsible for providing surveying,planning, geotechnical investigation,design,permitting,preparation of construction documents, LEED AP bid and award and construction engineering and inspection services for infrastructure Advanced Work Zone Traffic Control improvements within the public right of way areas of the South Pointe III/IV/V Certification neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,30o LF 8"water main replacements, storrwater drainage improvements,paving&grading,streetscaping enhancements, landscaping improvements,lighting improvements,and roadway reconstruction Broadview Park Neighborhood Improvement Program.The Broadview Park Neighborhood Improvement Program(BPNIP)was the last of the Neighborhood Infrastructure Improvements projects to be carried out by Broward County in the unincorporated areas. Chen Moore and Associates was selected as the prime consultant for the Basis of Design Report(BOOR)and subsequent bid packages. The Bid Packages addressed the sanitary sewer and drainage improvements,as well as improvements to the community's sidewalks,roadway and landscape.The basis of design report included population projections,an analysis of water source and sewage discharge points and a hydraulic model of the water,wastewater and stormwater systems. The Central County Neighborhood Improvement Project(CCNIP).The CCNIP is the second of three neighborhood infrastructure improvements projects carried out by Broward County in the unincorporated areas.The project included improvements to the drainage,water,sewer,and roadway systems.Chen Moore was selected to be the design engineer for four bid packages under this neighborhood improvement program,including the Franklin Park,Washington Park,St George West and St.George East neighborhood areas.Under the CCNIP project,Chen Moore and Associates was responsible for managing the design,permitting,and construction administration of these bid packages.Chen Moore and Associates was also part of a team of engineers that completed the basis of design report(BOOR),and served as the project reviewer that made recommendations resulting in substantial savings to the project's budget. Neighborhood Improvement Project-CDBG Program.Under the 30th Year Community Development Block Grant program,Chen Moore and Associates was hired by the City of Dania Beach to conduct a Needs Assessment for seven communities and a E preliminary Crime Prevention Through Environmental Design Study. The study also m included the assessment of Boisey-Waiters Area. The study covered street lighting, F- traffic calming,sidewalks and neighborhood beautification. 0 IOC'MIgN Central 8ayshore South Right-of-Way lntrastructire improvements RFP No.2G15-133-YQ 2-22 IMT11111C CNEN•MOORE � ��� .ASSIT<IATis Jennifer L Smith,P.E. Ms.Smith is currently serving as a senior engineer with Chen Moore and Associates. Her nine years of experience in the civil engineering field includes GIS and AutoCAD Civil/Streetscape Engineer design work,detailed design work on the Broward County UAZ Water and Sewer Education Improvement Project,Stormwater Master Plan for the City of Dania Beach,Drainage Design for the City of Pompano Beach and the Design of GIS Utility Atlases. Current Bachelor of Science,Civil Engineering, duties include water main,sanitary sewer and lift station design and permitting, Florida Atlantic Engineering,2006 drainage design and permitting as well as GIS modeling. Registration Project Experience Professional Engineer,Florida,72232,2011 City Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates Professional Affiliations is under contract with the City of Miami Beach to perform planning,design and construction administration services for the infrastructure redevelopment within American Society of Civil Engineers public right-of-way areas of the City Center neighborhood in downtown Miami Beach. Florida Engineering Society The project scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping, Florida Water and Environmental and lighting upgrades.The project required extensive coordination with the public, Association RDA,and historic districts. National Society of Professional Engineers Turnpike 48"Force Main Relocation.Chen Moore and Associates was the prime consultant of a design-build team tasked to design,permit and construct the relocation Certifications of a 48"Force Main in the Turnpike Right-of-Way.This project involved the open cut Stormwater Management Inspector installation of approximately 5,400 LF of 48"DIP followed by the removal of the existing PCCP.Coordination activities included Florida's Turnpike Enterprise of the Florida Department of Transportation,South Florida Water Management District, the Florida Department of Environmental Protection and Broward County Water and Wastewater Services.The project schedule was an aggressive 112 days from Notice to Proceed to completion.This project involved extensive permitting and coordination with the FDOT Turnpike as the entirety of the pipeline project fell within the Turnpike's Limited Access ROW.MOT and utility plans were permitted through the Turnpike including staging areas for pipe stringing and lay-down yards.Additionally,extensive coordination with the Turnpike Construction Office was required as this project immediately preceded a Turnpike widening project and several restoration efforts were as-built and communicated. Sunset Islands 1&a.Chen Moore and Associates is the prime consultant responsible for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I&II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements,stormwater drainage improvements,paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Extensive coordination with adjacent residents and with environmental agencies was necessary due to the projects environmentally sensitive location and surrounding environmental resources. Broward County BCWWS WWED UAZ 307/315 Utilities.Broward County Water and Wastewater's Utility Analysis Zone(UAZ)307/315 Utilities project included replacing existing undersized water main and providing sanitary sewer for County Service Areas in an urban neighborhood within the City of Dania Beach,near Griffin Road and Ravenswood Road.The main technical components included replacing a 1,900 LF of 12-inch water main on Ravenswood Road,replacing 10,961 LF of 8-inch of residential water mains,including services,providing sanitary sewer to connect existing septic tanks and rehabilitating and installation of new lift stations and force main.In order to achieve the necessary information,site visits concentrated on contacting residents to determine the location of existing tanks.A great deal of coordination was required to accommodate developer projects,tie into County projects,and obtain easements E ro for crossing private properties.GIS was used to keep track of all ongoing projects and determine/update projected utility flow rates.A total of 12,800 LF of water main replacement,three lift stations and 14,000 LF of sanitary sewer,which will tie in over 400 parcels,were designed for this project. Chen Moore and Associates also o �A1 performed construction administration for this project. M^* Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-Y4 2-23 litt; 1 INC. CHEN•MOORE Eric D.Harrison,RLA Mr.Harrison has over 13 years of landscape architecture experience with several municipalities throughout South Florida.He has provided design services for parks Landscape Services and recreation,university campuses,K-12 education,corporate office,commercial Education developments and healthcare facilities. Bachelor of Sdence,Landscape Proms Experience Architecture,University of Florida,2002 Wiles Rd from Rock Island Rd to State Rd 7.Chen Moore and Associates is providing Associate of Arts,Palm Beach Community landscape architecture services as a subconsultant to Kimley Horn and Associates for the College,1996 widening of Wiles Road between SR7 and Godfrey Road in Coral Springs. CMA's scope of work includes hardscape,landscape,and irrigation design. CMA is also preparing Registration public outreach documents to coordinate landscape impacts and improvements with Registered Landscape Architect Florida, abutting residential neighborhoods and government permitting agencies. LA6667129,2012 South Pointe Phase ill/IV/V-Right-of-Way Improvement Project.then Moore and Associates is the prime consultant responsible for providing design,permitting, preparation of construction documents,bid assistance and construction engineering and inspection(CEI)services for infrastructure improvements within the public right of way areas of the South Pointe III/IV/V neighborhood of Miami Beach.This neighborhood improvement project required our firm to develop a quality urban environment consistent Miami Beach's world famous South Beach character while providing the necessary infrastructure to accommodate the everyday business life of this important commercial and residential district of the City.The project encompasses approximately 19,000 LF of ROW infrastructure improvements induding:streetscape enhancements, landscape improvements,lighting improvements,9,300 LF 8"water main replacements, stormwater drainage improvements,paving&grading,and roadway reconstruction. FIU-Biscayne Bay Campus Student Housing.Chen Moore and Associates currently works as a subconsultant to PGAL for the design,permitting and construction administration of a new 595 bed student dormitory on the Biscayne Bay Campus of Florida International University.The public private partnership led by the development firm Servitas,provides a state of the art living facility for FIU's students with stunning views of Biscayne Bay. CMA's responsibilities include providing all site services for the project induding survey, geotechnical,civil and landscape services. The site program includes a resort style swimming pool with hammocks,barbecue areas,outdoor seating,and cabana,bicycle parking facilities,pedestrian pathways,site seating and a 300 space parking facility. Sandwiched between the Kovens Conference Center and the Marine Sciences building, the five acre site offers many challenges including naturally low topography,sensitive mangrove areas and poor draining soils. CMA is applying its experience with Low Impact Development(LID)techniques to provide site design in the highly constrained site. The project is being designed to a LEED silver standard. Veterans Wayside Park.then Moore and Associates developed master plan concepts for the Veterans Wayside Park(VWP)in the Village of Pinecrest. VWP is the only passive, unprogrammed park in the Village. The site consists of a one half acre lake surrounded by passive open spaces with a mature tree canopy and a modest veteran's memorial. The site is bounded on the west side by the very heavily trafficked Pinecrest Parkway. The master plan assignment arose as the result of a group of local citizens that were petitioning the City for conversion of the site into an off leash dog park.CMA developed two concepts for the 3.25 acre park. One concept focused on incorporating large dog and small dog areas into the park,while the second added modest improvements such as pedestrian pathways and seating areas to enhance the park for passive use. Both concepts recommended enhancing the existing veteran's memorial. CMA's scope of work included public input sessions,master plan and opinion of probable cost services. The master plans were presented to the public at Village commission. E re H CHEN•MOORE I a•MAC Central Bayshore South Right-of-Way litrastructare Improvements RFP No.2015-133-YQ 2-24 Q IrTNG 5 Cristobal A.Betancourt,RLA Mr.Betancourt is Chen Moore and Associates'Director of Landscape Architecture and Planning. He has experience providing planning and landscape architecture design Landscape Services solutions for public and private sector clients. Mr.Betancourt provides a full range of Education services starting with due diligence and master planning culminating in detailed site design. He is well versed in the use of low-impact development techniques applied to Bachelor of Science,Landscape site planning. Architecture,Cornell University,1995 Project Experience Registration City Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates Registered Landscape Architect,Florida, is the prime consultant responsible for providing design,permitting,preparation of LA6666941,2008 construction documents,bid award and construction engineering and inspection(CEI) Registered Landscape Architect,New services for infrastructure improvements within the public right-of-way(ROW)areas of Jersey,AA000949,2006 the City Center neighborhood of Miami Beach.The neighborhood improvement project required our firm to develop a quality urban environment consistent with the tourist Registered Landscape Architect,New York, image of Miami Beach while providing the necessary infrastructure to accommodate 001959,2005 the everyday business life of the government and commercial core of the City.The Professional Affiliations project encompasses approximately 24,000 LF of ROW infrastructure improvements induding:streetscape and landscape enhancements;decorative,landscape and American Planning Association roadway lighting improvements;8,700 LF of 8-inch water main replacements;sewer improvements,stormwater drainage improvements;paving&grading;roadway/traffic American Society of Landscape Architects improvements(streets,sidewalks,curb and p ( gutter,drainage,traffic control devices East Stuart Main Street Design Committee including striping,signing and channelization);and roadway reconstruction. Florida Recreation and Park Association South Pointe Phase lll/IVJV-Right-of-Way Improvement Project.Chen Moore and Associates is the prime consultant responsible for providing design,permitting, FloridaNetwork of Research,Science,and preparation of construction documents,bid assistance and construction engineering Technology Parks and inspection(CEI)services for infrastructure improvements within the public International Society of Arboriculture right of way areas of the South Pointe III/10 neighborhood of Miami Beach.This neighborhood improvement project required our firm to develop a quality urban Martin County Overall Extension Advisory environment consistent Miami Beach's world famous South Beach character while Committee providing the necessary infrastructure to accommodate the everyday business life of National Association of Industrial and this important commercial and residential district of the City.The project encompasses Office Parks approximately 19,000 LF of ROW infrastructure improvements including:streetscape enhancements,landscape improvements,lighting Improvements,9,300 LF 8"water Urban Land Institute main replacements,stormwater drainage improvements,paving&grading,and roadway reconstruction. Certifications Council of Landscape Architectural Wiles Rd from Rock Island Rd to State Rd 7.Chen Moore and Associates is providing Registration Board landscape architecture services as a subconsultant to Kimley Horn and Associates for the widening of Wiles Road between SR7 and Godfrey Road in Coral Springs. (MA's scope of work includes hardscape,landscape,and irrigation design. CMA is also preparing public outreach documents to coordinate landscape impacts and improvements with abutting residential neighborhoods and government permitting agencies. Dixie Highway Improvement Project Streetscape Plan.Chen Moore and Associates is developing a streetscape master plan for Dixie Highway in the Middle River Terrace Neighborhood of Fort Lauderdale,Florida.CMA was contracted by the City to work with the local homeowners association who received a grant to fund the development of a complete streets master plan.The neighborhood was developed prior to many current planning and zoning standards being implemented in the City,as a result,the community has concerns about unsafe conditions for pedestrians and bicyclists due to unregulated land development patterns.CMA is developing the master plan to include pedestrian and bike trails,to narrow the width of the travel ways,and to add hardscape and landscape beautification,induding the development of gateway features into the neighborhood.In order to facilitate the master plan,CMA is analyzing the area with regard to current zoning and right of way conditions and conducting field studies at different times of the day to understand on the ground conditions that are affecting resident safety. R'MAM CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No. 2015-133-YO INTrAIltlt. _� t:1\socI.Arr', Stefan Bortak,CID Stefan Bortak is a certified irrigation designer-commercial for Chen Moore and Associates.He has more than eight years of experience with all aspects of irrigation Landscape Services consulting,design,details and specifications.He prepares landscape,hardscape, Education and irrigation plans from concept to construction documents;irrigation distribution plans;water use permits;water use analysis;LEED documentation and calculations. Bachelor of Science,Interdisciplinary Mr.Bortak also performs construction administration,shop drawing review,and Studies,University of Central Florida,2012 inspections.He is responsible for producing plan and section renderings and graphics, Professional Affiliations and realistic 3D renderings and fly-through videos. Irrigation Association Project Experience Certifications South Pointe Phase III/IV/V.Right-of-Way Improvement Project.Chen Moore and Associates is the prime consultant responsible for providing design,permitting, Certified Irrigation Designer preparation of construction documents,bid assistance and construction engineering and inspection(CEI)services for infrastructure improvements within the public right of way areas of the South Pointe I II/IV/V neighborhood of Miami Beach.This neighborhood improvement project required our firm to develop a quality urban environment consistent Miami Beach's world famous South Beach character while providing the necessary infrastructure to accommodate the everyday business life of this important commercial and residential district of the City.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including:streetscape enhancements,landscape improvements,lighting improvements,9,30o LF 8"water main replacements,stormwater drainage improvements,paving&grading,and roadway reconstruction. Sunset Islands i&2.Chen Moore and Associates is the prime consultant responsible for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I&II neighborhood of Miami Beach.The project encompasses t11,o00 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements,stormwater drainage improvements,paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Extensive coordination with adjacent residents and with environmental agencies was necessary due to the projects environmentally sensitive location and surrounding environmental resources. Wiles Rd from Rock Island Rd to State Rd 7.Chen Moore and Associates is providing landscape architecture services as a subconsultant to Kimley Horn and Associates for the widening of Wiles Road between SR7 and Godfrey Road in Coral Springs. CMA's scope of work includes hardscape,landscape,and irrigation design. CMA is also preparing public outreach documents to coordinate landscape impacts and improvements with abutting residential neighborhoods and government permitting agencies. Dixie Highway Improvement Project Streetscape Plan.Chen Moore and Associates is developing a streetscape master plan for Dixie Highway in the Middle River Terrace Neighborhood of Fort Lauderdale,Florida.CMA was contracted by the City to work with the local homeowners association who received a grant to fund the development of a complete streets master plan.The neighborhood was developed prior to many current planning and zoning standards being implemented in the City,as a result,the community has concerns about unsafe conditions for pedestrians and bicyclists due to unregulated land development patterns.CMA is developing the master plan to include pedestrian and bike trails,to narrow the width of the travel ways,and to add hardscape and landscape beautification,including the development of gateway features into the neighborhood.In order to facilitate the master plan,CMA is analyzing the area with regard to current zoning and right of way conditions and conducting field studies at different times of the day to understand on the ground conditions that are affecting rc resident safety. The Project requires coordination with the City of Fort Lauderdale and cu District 4 of the Florida Department of Transportation. cu a 0 CHEN•MOORE Central Bayshore South Right-ot-Way Infrastructure Improvements RFP No. 2015-133-Y0 2-26 ItITL�Irc. �� .\'xi-1'IS Patrick D.Kaimrajh,PE Mr.Kaimrajh has experience in civil engineering design,drafting,permitting and construction inspection.His design experience includes paving,drainage and Design Manager stormwater management He has prepared engineering drawings,cost evaluations, Education design reports and various permit applications.In addition,Mr.Kaimrajh has performed construction inspections for drainage installations and assisted in soil sampling activities. Master of Science,Civil Engineering,North He also is skilled in AutoCAD Gw113D,familiar with FDEP Standard Operating Procedures Carolina State University,Raleigh,2013 (SOPs)for water sampling,and trained in FEMA Certified Benefit-Cost Analysis(BCA) Bachelor of Science,Civil Engineering, software. University of Miami,2010 Project Experience Registration City Center Right-of-Way and Utility Improvement Project Chen Moore and Associates Professional Engineer,Florida,78535,2015 is under contract with the City of Miami Beach to perform planning,design and construction administration services for the infrastructure redevelopment within public Professional Affiliations right-of-way areas of the City Center neighborhood in downtown Miami Beach.The American Society of Civil Engineers project scope induded stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping,and American Water Works Association lighting upgrades.The project required extensive coordination with the public,RDA,and historic districts. South Pointe Phase Ill/IV/V-Right-of-Way Improvement Project Chen Moore and Associates is the prime consultant and is responsible for providing surveying, planning,geotechnical investigation,design,permitting,preparation of construction documents,bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/ IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8"water main replacements, stormwater drainage improvements,paving&grading,streetscaping enhancements, landscaping improvements,lighting improvements,and roadway reconstruction Sunset Islands i&2.Chen Moore and Associates is the prime consultant responsible for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I&II neighborhood of Miami Beach.The project encompasses±ii,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater drainage improvements,paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Extensive coordination with adjacent residents and with environmental agencies was necessary due to the projects environmentally sensitive location and surrounding environmental resources. Broadview Park Neighborhood Improvement Program.The Broadview Park Neighborhood Improvement Program(BPNIP)was the last of the Neighborhood Infrastructure Improvements projects to be carried out by Broward County in the unincorporated areas. Chen Moore and Associates was selected as the prime consultant for the Basis of Design Report(BODR)and subsequent bid packages. The Bid Packages addressed the sanitary sewer and drainage improvements,as well as improvements to the community's sidewalks,roadway and landscape.The basis of design report included population projections,an analysis of water source and sewage discharge points and a hydraulic model of the water,wastewater and stormwater systems. BC UAZ 303,314&318 Bid Pack 1.The Broward County Utility Analysis Zone(UAZ)303, 314 and 318 Utility Improvement Project was Phase.'of what was projected to be an$8.8 million project for replacing the existing water main system and providing sanitary sewer for County Service Areas in urban neighborhoods within the City of Dania Beach,just east of State Road 7,north and south of Griffin Road. The main technical components induded replacing 7,55o LF of 12-inch water mains on County roads,replacing 26,350 If of 8-inch residential water distribution systems,providing sanitary sewer systems to eliminate existing septic tanks,and rehabilitating or installing new lift stations. In order cis to obtain the necessary information,site visits concentrated on contacting residents to Cu determine the location of existing tanks. C) 0 L e ri 1•�^ Central Bayshore South Right-of-Way Infrastructure Improvements RFP No. 2015-133-YQ 2-27 11111:1 }IIN� CHEN•MOORE c Jason J.McClair,P.E., CFM,TEED AP Mr.McClair is a senior civil engineer with experience in utility infrastructure design, regulatory permitting,geotechnical engineering,and computer aided flow modeling Design Engineer for stormwater collection,water distribution,and sanitary transmission systems.He is Education currently the project manager for the Fort Lauderdale-Hollywood International Airport Stormwater Master Plan Update and the Pompano Beach Stormwater Master Plan. Bachelor of Science,Civil Engineering, University of Florida,1996 Project Experience Registration City Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates is under contract with the City of Miami Beach to perform planning,design and Professional Engineer,Florida,56962,2001 construction administration services for the infrastructure redevelopment within public Professional Affiliations right-of-way areas of the City Center neighborhood in downtown Miami Beach.The project scope included stomiwater drainage,sanitary force main,and 8,700 LF of 8-inch American Public Works Association water main infrastructure improvements,along with streetscaping,landscaping,and lighting upgrades.The project required extensive coordination with the public,RDA, American Society of Civil Engineers and historic districts. Broward County Gator Club South Pointe Phase 111 JIV/V-Right-of-Way Improvement Project.Chen Moore and Florida Engineering Society Associates is the prime consultant and is responsible for providing surveying,planning, geotechnical investigation,design,permitting,preparation of construction documents, National Society of Professional Engineers bid and award and construction engineering and inspection services for infrastructure University of Florida Alumni Association improvements within the public right of way areas of the South Pointe III/IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of Certifications ROW infrastructure improvements including 9,30o LF 8"water main replacements, SewerCAD Master Modeler(Haestad stormwater drainage improvements,paving&grading,streetscaping enhancements, Methods) landscaping improvements,lighting improvements,and roadway reconstruction WaterCAD Master Modeler(Haestad FKAA Cudjoe Regional Wastewater Collection.Chen Moore is designing this$90 million Methods) design-build sanitary sewer collection system that will convey sewage from four lower keys to a transmission force main and/or master lift station located along US1/Overseas ICPR Modeler(Streamline Technologies) Highway.The State of Florida mandated that all customers within Monroe County be Radiation Safety Officer(Troxler) connected to an advanced wastewater treatment facility before December 31,2015. This project will help eliminate untreated wastewater effluent from polluting the Nuclear Density Gauge Operator(Troxler) nearshore waters of the Florida Keys. Certified Floodplain Manager Sunset Islands 1&2.Chen Moore and Associates is the prime consultant responsible 4 for planning,design,permitting,bid and award and construction engineering and FDOT LAP Compliance services for infrastructure improvements within the public right of way areas of the SWMM Stormwater Modeler Sunset Islands I&II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,90o LF of 8-inch water main Advanced Work Zone Traffic Control(FICE) replacements,stormwater drainage improvements,paving&grading,traffic pavement J•;< {I marking and signing related enhancements and roadway reconstruction. Extensive coordination with adjacent residents and with environmental agencies was necessary due to the projects environmentally sensitive location and surrounding environmental resources. , Turnpike 48"Force Main Relocation.Chen Moore and Associates was the prime consultant of a design-build team tasked to design,permit and construct the relocation xl of a 48"Force Main in the Turnpike Right-of-Way.This project involved the open cut f t;{ installation of approximately "" PP Y 5�40o LF of 48 DIP followed by the removal of the �•,�Mv1 existing PCCP.Coordination activities included Florida's Turnpike Enterprise of the Florida Department of Transportation,South Florida Water Management District, i " Y the Florida Department of Environmental Protection and Broward County Water and Wastewater Services.The project schedule was an aggressive 112 days from Notice to Proceed to completion.This project involved extensive permitting and coordination with the FDOT Turnpike as the entirety of the pipeline project fell within the Turnpike's Limited Access ROW.MOT and utility plans were permitted through the Turnpike including staging areas for pipe stringing and lay-down yards.Additionally,extensive coordination with the Turnpike Construction Office was required as this project immediately preceded a Turnpike widening project and several restoration efforts were as-built and communicated. • I117.� lMC j CHEN•MOORE Central Bayshore South Right-et-Nay Infrestruetere Improvements RFP No. 2015-133-YQ `� -MD-t \SSrxlA;is Jose L Acosta,P.E. Mr.Acosta has over 15 years of design and project management experience in various industries,including municipal continuing service contracts,K-12 education,higher Design Engineer education,healthcare,transportation,and commercial/residential/industrial private Education development.His background includes neighborhood improvement projects,streetscape enhancements,utility relocation,on-and off-site infrastructure design,bidding assistance Masters of Business Administration, and construction administration services for several municipalities throughout Miami- Master of Business Administration,Auburn Dade,Broward and Palm Beach Counties. University,2003 Project Experience Bachelor of Science,Civil Engineering, City of Miami,1999 y Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates is under contract with the City of Miami Beach to perform planning,design and construction Bachelor of Science,Architectural administration services for the infrastructure redevelopment within public right-of- Engineering,University of Miami,1999 way areas of the City Center neighborhood in downtown Miami Beach.The project Registration scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping,and lighting Professional Engineer,Florida,63827,2004 upgrades.The project required extensive coordination with the public,RDA,and historic Natl.Council of Examiners for Eng.& districts. Surveying,41987 South Pointe Phase MAW-Right-of-Way Improvement Project.Chen Moore ;i's,' and Associates is the prime consultant and is responsible for providing surveying, Professional Affiliations planning,geotechnical investigation,design,permitting,preparation of construction American Society of Civil Engineers documents,bid and award and construction engineering and inspection services for - infrastructure improvements within the public right of way areas of the South Pointe III/ i r Cuban American Association of Civil IV/V neighborhood of Miami Beach.The project encompasses approximately 19,00o LF Engineers of ROW infrastructure improvements including 9,300 LF 8"water main replacements, Florida Engineering Foundation stormwater drainage improvements,paving&grading,streetscaping enhancements, • landscaping improvements,lighting improvements,and roadway reconstruction Florida Engineering Leadership Institute FKAA Cudjoe Regional Wastewater Collection.Chen Moore is designing this$90 million Florida Engineering Society design-build sanitary sewer collection system that will convey sewage from four lower Florida Engineers Political Action keys to a transmission force main and/or master lift station located along USt/Overseas Committee Highway.The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility before December 31,2015.This National Society of Professional Engineers project will help eliminate untreated wastewater effluent from polluting the nearshore Society of Military Engineers waters of the Florida Keys. Urban Land Institute University Drive Improvements.The Chen Moore Team designed a new right turn lane and bus bay from University Drive(FDOT SR 817)into the future entrance to the Town Certifications Center component of the Monterra Development in Cooper City(north of Sheridan Street). The project required the design and construction of two-9 foot box culverts Stormwater Management Inspector (approximately 120 LF),the demolition and relocation of+/-2,000 LF of water main from ICPR Modeler(Streamline Technologies) Davie Utilities and doubled the width of+/-2,000 LF of the existing Central Broward Water Control District(CBWCD)canal along University Drive. Coordination efforts were conducted with the CBWCD,Town of Davie Engineering,Town of Davie Fire Marshall, Town of Davie Utilities,Cooper City Utilities,Broward County and the Florida Department •f� of Transportation.The project was completed simultaneously with the University Canal Expansion Project.Chen Moore and Associates'services included roadway, drainage,earthwork and utility design;government permitting;conducting public bidding for the Monterra Community Development District(CDD);construction observation and closeout services. Lake Patricia Roadway&Drainage Improvements.Chen Moore and Associates is implementing drainage improvements identified on the most recent Town of Miami Lakes Stormwater Master Plan for approximately one square mile of an existing residential neighborhood near Lake Patricia in southern Miami Lakes near Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, E bidding assistance,construction administration and statements of work completion. The final design included approximately 1,900 LF of exfiltration trench and rehabilitation/ f' upsizing of 6 existing outfalls.CMA is also assisting Miami Lakes with the acquisition of potential grant opportunities. a` SAC„"14Ali CHEN•MOORE ! Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-YQ 2-29 ASSOCIA 11 IMTiNG ! Jose B.McCray Mr.McCray is a senior inspector for Chen Moore and Associates.Mr.McCray has over 31 years of construction experience,from surveying through project management.His Construction Administration present responsibilities include coordination and monitoring of construction activities Certffications including governmental projects and site development for residential,commercial and industrial use projects.He serves as liaison to owners,contractors,subcontractors, FDOT—CTQP Asphalt Level I residents and governmental agencies.Additional responsibilities include overseeing Troxler Radiation Safety Officer the review/processing of change orders,progress payments and reports,and representation of owners and engineers at pre-construction meetings and other Troxier Nuclear Density Gauge Operator related conferences. OSHA 8 Hour Trench Safety Course Project Experience PSMJ Project Management Bootcamp City Center Right-of-Way and Utility Improvement Project.Chen Moore and Florida Stormwater and Sedimentation Associates is under contract with the City of Miami Beach to perform planning,design Control Inspector and construction administration services for the infrastructure redevelopment within public right-of-way areas of the City Center neighborhood in downtown Miami Beach. FEC Railroad Contractor Safety The project scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping, IMSA Traffic Signal Inspector and lighting upgrades.The project required extensive coordination with the public, RDA,and historic districts. South Pointe Phase III/IV/V-Right-of-Way Improvement Project.Chen Moore and Associates is the prime consultant and is responsible for providing surveying,planning, geotechnical investigation,design,permitting,preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8"water main replacements, stormwater drainage improvements,paving&grading,streetscaping enhancements, landscaping improvements,lighting improvements,and roadway reconstruction FKAA Cudjoe Regional Wastewater Collection.Chen Moore Is designing this$90 million design-build sanitary sewer collection system that will convey sewage from four lower keys to a transmission force main and/or master lift station located along US1/ Overseas Highway.The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility before December 31,2015.This project will help eliminate untreated wastewater effluent from polluting the nearshore waters of the Florida Keys. Pine Needle/Rodc Garden Lane-Design,Permitting&Construction Services.Chen Moore and Associates provided a stormwater analysis study of a+/-90 acre residential area within the Village of Pinecrest to address resident concerns regarding drainage. The Rock Garden Lane and Pine Needle Lane basin areas of the Village are closed drainage basins with elevation changes of+/-10 feet from the highest portions of the basin to the lowest portions and currently served only with exfiltration trench. Initial analysis conducted by CMA utilizing LIDAR data assisted in identifying the basin boundaries and contributing area to be+/-90 acres. Key West Public Transportation Facility.Chen Moore and Associates is responsible for the planning,design,permitting,design/build package preparation and overseeing construction for the City of Key West Department of Transportation Public Transportation Facility. The new facility serves as the transportation operations and administration building for the City of Key West and the primary terminal/transfer station for lower keys shuttle bus service,which serves Marathon to Key West.It provides parking for public transportation customers and employees. Unique to this project is its proximity(immediately adjacent)to the City owned closed - landfill and the project sites previous use as a solid waste to energy and solid waste ro transfer station operation. As a result of these elements,extensive coordination was necessary throughout the project to ensure closure of the adjacent landfill, appropriate demolition of existing onsite elements including lead based paint and asbestos testing,and testing to ensure proposed development would meet and/or a exceed regulatory requirements. .L 11171.41111C.11171.41111C. CHEN•MOORE Central Bayshore South Right-of-Way infrastructure Improvements RFP No.2015-133-Y0 2 30 =�■■"'"". t,ASXxlaifs Marcus T.Austin,GC,LEED AP Mr.Austin is the Director of Construction Services and project coordinator for Chen Moore and Associates.He has brought over zo years of design and development Construction Administration experience in South Florida to CMA.He is currently involved in both vertical and Education horizontal projects,which have a total construction value of over$167 million.These projects include the Broadview Park Neighborhood Improvement Projects and various Associate of Science,Civil J Architectural civil engineering projects for municipalities such as the City of Coral Springs,Pompano Engineering,Hudson Valley Community Beach and Ft Lauderdale.Other building projects include Fire Station 8o for Coral College,1987 Springs,which will be one of the first"Green"LEED certified buildings in south Florida. He obtained his General Contractor's License in 2002,expanding the firm's construction Registration management capabilities which now include project management for building General Contractor's License,Florida, construction projects and design builds for infrastructure systems.Mr.Austin is also a 1506546,2003 certified NPDES and OSHA Training instructor and teaches these courses throughout Certifications the State of Florida. Red Cross Instructor Project Experience NPDES Instructor for DEP City Center Right-of-Way and Utility Improvement Project.Chen Moore and Associates is under contract with the City of Miami Beach to perform planning,design and FDOT Training courses in:Bridge construction administration services for the infrastructure redevelopment within construction,Foundations,Storm public right-of-way areas of the City Center neighborhood in downtown Miami Beach. Drainage The project scope included stormwater drainage,sanitary force main,and 8,700 LF of 8-inch water main infrastructure improvements,along with streetscaping,landscaping, MOT Workzone Traffic Control: and lighting upgrades.The project required extensive coordination with the public, Intermediate Level RDA,and historic districts. Water Distribution System Operator Level Turnpike 48"Force Main Relocation.Chen Moore and Associates was the prime II consultant of a design-build team tasked to design,permit and construct the relocation CTQP Earthwork Construction Inspection of a 48"Force Main in the Turnpike Right-of-Way.This project involved the open cut Level i installation of approximately 5,40o LF of 48"DIP followed by the removal of the existing PCCP.Coordination activities included Florida's Turnpike Enterprise of the CTQP Earthwork Construction Inspection Florida Department of Transportation,South Florida Water Management District, Level 2 the Florida Department of Environmental Protection and Broward County Water and Hidden Risks of Green Buildings:Why Wastewater Services.The project schedule was an aggressive 112 days from Notice to Building Failures are Likely and How to Proceed to completion. Avoid Them Broadview Park Neighborhood Improvement Program.The Broadview Park Workzone Traffic Control Neighborhood Improvement Program(BPNIP)was the last of the Neighborhood Infrastructure Improvements projects to be carried out by Broward County in the Asphalt Roadway I and Asphalt Roadway unincorporated areas. Chen Moore and Associates was selected as the prime II consultant for the Basis of Design Report(BODR)and subsequent bid packages. The Nuclear Density Gauge Certification Bid Packages addressed the sanitary sewer and drainage improvements,as well as (Troxler) improvements to the community's sidewalks,roadway and landscape.The basis of design report included population projections,an analysis of water source and sewage OSHA Instructor discharge points and a hydraulic model of the water,wastewater and storrtwater systems. The Central County Neighborhood Improvement Project(CCNIP).The CCNIP is the second of three neighborhood infrastructure improvements projects carried out by i`44t;) Broward County in the unincorporated areas.The project included improvements to the drainage,water,sewer,and roadway systems.Chen Moore was selected to be ci(4 the design engineer for four bid packages under this neighborhood improvement program,including the Franklin Park,Washington Park,St.George West and St.George East neighborhood areas.Under the CCNIP project,Chen Moore and Associates was responsible for managing the design,permitting,and construction administration of these bid packages.Chen Moore and Associates was also part of a team of engineers that completed the basis of design report(BODR),and served as the project reviewer that made recommendations resulting in substantial savings to the project's budget. it1C-M4 CHEN•MOORE Central Bayahore South Right-of-Way Infrastructure Improvement:REP No. 2015-133-Y0 MINK r.ASSI)CIA rr-S Carlos Villarreal Mr.Villarreal recently joined CMA as a Construction Inspector in our Miami office.At his previous firm,he handled inspections and technical report writing for construction Construction Administration operations;including clearing and grubbing,subsoil removal,embankment,drainage, Certifications concrete,lighting installation,traffic control and roadway sign installations.Mr. Villarreal also performed inspection of special subsoil settlement monitoring operations. Earthwork Level 1&2 These operations include performing various phases of inspections from initiation to MOT(Maintenance of Traffc) completion. Project MOT(Maintenance of Traffc) Experience Q.C.Manager FKAA Cudjoe Regional Wastewater Collection.Chen Moore and Associates is designing this$90 million design-build sanitary sewer collection system that will convey sewage Asphalt Paving Level I&2 from four lower keys to a transmission force main and/or master lift station located Asphalt Paving Technician Level z along US1/Overseas Highway.The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility before Earthwork Construction Inspection-Level 1 December 31,2015.This project will help eliminate untreated wastewater effluent from polluting the nearshore waters of the Florida Keys.The project-the single largest in Concrete Field Inspeclor terms of value and number of customers served ever undertaken by Monroe County Licensed Insurance Adjuster -consists of wastewater service to the islands of Ramrod Key,Lower Sugarloaf Key, Little Torch Key,and Big Pine Key.The collection system includes approximately 500,000 Troxler Certified Work Zone Safety linear feet of gravity sewer and low-pressure grinder sewer with 47 neighborhood lift Final Estimate Level I stations that serve approximately 4,50o customers.The transmission system consists of four master pump stations and PVC and HDPE pipeline laid along US Highway 1.The Concrete Field Technician-Level 1 project requires close coordination with the local,state and federal permitting agencies. Earthwork Construction Inspection-Level 2 Chen Moore participated in neighborhood meetings to explain to the residents the scope of work. Final Estimates-Level 1 E ro v cr 0 a IR ' CHEN•MOORE Central Danboro South Right-of-Way infrastructure Improvements RFP Ni.2015-133-YQ 2-32 lin NC. _ �itl`"dp �A�uxla.rs Paula Fonseca,P.E. Ms.Fonseca is a civil engineering graduate of Florida Atlantic University with nearly six years of experience.She serves as senior engineer in then Moore and Associates'West Government Permitting Palm Beach office and serves as the primary hydraulic modeler for the firm. She assists Education with design work using AutoCAD,GIS and InfoWater 8.1v.Ms.Fonseca has worked on neighborhood improvement projects for Broward County,utility coordination projects Bachelor of Science,Civil Engineering, for Riviera Beach Utility District,including water and sewer designs and permitting, Florida Atlantic University,2008 Design of GIS Utility Atlases for the City of Pompano Beach and Solid Waste Authority, Registration as well as Palm Beach County Water Master Plan and Glades Regional Water Master Plan through the use of water modeling software and GIS. Professional Engineer,Florida,2014 Project Experience Professional Affiliations Storm Water Utility Property Database.Chen Moore and Associates updated the American Society of Civil Engineers City Stormwater Utility Fee and created a tax roll for collection through the County Certifications Property Appraiser. CMA collected the latest parcel data and high resolution aerial from the County. All non-residential properties were digitized for impervious areas. Stormwater Management Inspector All properties were categorized according to land use and the appropriate formulas were applied per land use to calculate storrnwater fees. The database of values was compared to previous utility billings to verify billings. Updates were made to the database to reflect recent developments and City records of Certificate of Occupancy records. The calculations database was converted into a tax roll and submitted to the Property Appraiser,both TRIM notice and Final. A detailed calculations spreadsheet was submitted to the City for reference during the appeals process. The impervious data was posted in ArcGIS Online for the City to verify appeals. MLK Phase C City.Chen Moore and Associates was asked by the City of Riviera Beach Utility District(RBUD)to coordinate the relocation of underground utilities which are in conflict with the last phase of a proposed road widening project for Martin Luther King Jr.Boulevard(SR 71o).The widening is being performed by the Florida Department of Transportation(FDOT). For this project,CMA is required to produce water and sewer relocation plans according to FDOT standards,utility work schedules,construction cost estimates and technical specifications that will accommodate the new road and drainage facilities. The project will be completed through a Joint Project Agreement (JPA)between FDOT and RBUD in which part of the work will be paid for by the FDOT. Also included in the scope of work are coordination with FDOT,RBUD,and the Palm Beach County Health Department;plan preparation with supporting documents; permitting;bidding assistance;and construction administration. Riviera Beach US 1 Utility Relocation.Chen Moore and Associates assisted the City of Riviera Beach Utility District(RBUD)with coordinating the relocation of underground utilities which are in conflict with the road widening project for USi.The widening is *, . being performed by Florida Department of Transportation(FDOT). Cf` The scope of service included the following: ,t. • Coordination with FDOT • Coordination with RBUD • Coordination with the Palm Beach County Health Department • Coordinated utility test holes with RBUD equipment • Prepared utility relocation design and traffic management plans necessary for FDOT • Permitting • Bidding Assistance • Minimal Construction Administration Hawthorne Rd Corridor Improvements.CMA created this visioning document for the Hawthorne Road Corridor from the Eastside Gateway feature(at approximately SE 14th Street)to SW 24th Street. This task included three main sub-tasks: assess the infrastructure in the corridor and identify any deficient infrastructure that could impede redevelopment; analyze current and future land uses and zoning to identify where current uses or zoning could impede redevelopment of adjacent parcels,and; Provide a Final Concept Plan for the Corridor to include overall pedestrian,bicycle,and motor vehicle circulation;hardscape treatments(paving,bus shelters,benches,trash �-• ~ rece• es,etc,li. tin:standards,and si� a:e. IMTt�C. CHEN•MOORE Central Royalton.South Right-of-Way Infrastructure Improvements RFP No. 2015-133-Y0 =K1O`� AACV)CIA ITS Amanda C.Smith,El Ms.Smith serves as an associate engineer for CMA.Her previous experience includes sustainable design from project conception through construction with a focus on Government Permitting diligent and timely document control and client coordination.Her experience includes Education water reuse,energy recovery/efficiency and financial engineering. Bachelor of Science,Civil Engineering, Project Experience Florida State University,2010 FIL$iscayne Bay Campus Student Housing.Chen Moore and Associates currently works Registration as a subconsultant to PGAL for the design,permitting and construction administration of a new 595 bed student dormitory on the Biscayne Bay Campus of Florida International Engineer In Training,Florida,1100014430, University. The public private partnership led by the development firm Servitas,provides 2010 a state of the art living facility for FIU's students with stunning views of Biscayne Bay. Professional Affiliations CMA's responsibilities include providing all site services for the project including survey, geotechnical,civil and landscape services.The site program includes a resort style American Water Works Association swimming pool with hammocks,barbecue areas,outdoor seating,and cabana,bicyde Florida Engineering Society parking facilities,pedestrian pathways,site seating and a 300 space parking facility. Sandwiched between the Kovens Conference Center and the Marine Sciences building, Habitat for Humanity the five acre site offers many challenges including naturally low topography,sensitive mangrove areas and poor draining soils. CMA is applying its experience with Low Impact Tampa Chamber of Commerce Development(LID)techniques to provide site design in the highly constrained site. The project is being designed to a LEED silver standard. Downtown Coral Springs Streetscaping.then Moore and Associates has been contracted by the City of Coral Springs to assist the Coral Springs CRA in the planning, design,permitting and construction support of various streetscaping improvements in Downtown Coral Springs.As the prime consultants,CMA is providing civil engineering, landscape architecture,environmental permitting and construction engineering and inspection services for the project The project includes implementing Complete Street concepts for NW 31st Court,NW 94th Avenue and NW 32nd Street.Additionally,CMA is implementing the culverting of the canal along NW 31st court to provide space for a linear park,currently called the"Art Walk",which is an important pedestrian connection between the downtown pathways project and The Walk development.Finally, the project includes the implementation of turn lanes along Sample Road,median improvements in Sample Road and minor improvements to adjacent alleyways and pedestrian pathways. Pembroke Road/SR824 RRR(E of 195 to US*).Chen Moore and Associates is a subconsultant to TRACE Consultants,Inc for the Pembroke Road(SR-824)Resurfacing, Restoration,and Rehabilitation(RRR)project for District 4 of the Florida Department of Transportation(FDOT).Responsibilities include providing drainage analysis and utility coordination services.The project limits are along Pembroke Road between 1-95 and US- 1,which consists of approximately 7,500 feet of right-of-way. CMA will investigate the project site and evaluate drainage issues.CMA will also meet and coordinate with FDOT and the City of Hollywood regarding the existing drainage. With this information,CMA will prepare a Drainage Design Documentation Report(Mini- Drip Report)to be submitted to FDOT. Brighton Drainage Improvements.The Brighton Seminole Indian Reservation encompasses approximately 57 square miles in Glades County,Florida,within the Indian ;*Zs Prairie Water Use Basin on the northwest side of Lake Okeechobee.The Reservation is , :�,+ ;, located within the boundaries of the Lake Istokpoga—Indian Prairie Basin hydrologic -i system.The Indian Prairie Basin is located to the south of Lake Istokpoga in Highlands and Glades Counties and encompasses an area of approximately 367 square miles. Recent changes in land cover have resulted in periods of extended flood inundation in the community areas(Group"B"Water Management Area)of the Reservation. Remedial measures taken last year with the use of portable pumps and emergency E ditching warrant an engineering analysis for long-term solutions.As a result,the m proposed engineering design analysis project was developed to provide the required permanent drainage infrastructure south of Hamey Pond Road.This area,west of Reservation Road and south of Harney Pond Road,provides drainage for approximately w 1,110 acres. r` I •A^* Central Bayshore South Right-at-Way Infraatrustare Improvements RFP No.2015-133-YQ 2-34 11111.1611C. CHEN•MOORE Richard C. Wohlfarth, P.E. Principal/ Director of Engineering FORMAL EDUCATION: PROFESSIONAL EXPERIENCE: University of Florida, Mr. Wohlfarth, P.E. is the Director of the Engineering Department which includes Gainesville, Florida professional and technical personnel. He also has overall responsibility for the Special Inspection, Construction Materials Testing and Geotechnical Engineering Divisions Bachelor of Science, where he directs training, quality system review and personnel evaluations. His Civil Engineering responsibilities include report review, signing and sealing geotechnical engineering, structural inspection and laboratory testing reports for the company, providing contract PROFESSIONAL negotiation and administration, budget estimating and project management. REGISTRATIONS: Registered Engineer- Mr. Wohlfarth has 25 years of experience (20 with NEF; 5 with other) in various State of Florida#50858 aspects of geotechnical engineering which include determining feasibility of site development,foundation design analysis and recommendations, providing engineering Registered Building Inspector- evaluation for bridge and roadway construction, pavement design for roadways, State of Florida BN#3580 roadway subgrade stabilization by geotextiles and other means, design of shoring systems for utility trenches and other deep excavations, dewatering methodology for SBCCI#6528 trench and other excavations and backfill procedures, setting up and monitoring pile load tests,and providing value engineering for foundations. ACI Level 1 #991175 PROJECT EXPERIENCE AS SENIOR PROJECT ENGINEER: UBCI • Various projects for the Palm Beach County Board of Commissioners:Qualification PROFESSIONAL Based Contract(1986-2000;2011 -ongoing)Environmental Assessments, AFFILIATIONS: Geotechnical Engineering,Material Testing,Structural Inspections Florida Engineering Society • Kirk Road Bridge over LWDD L-9 Canal(2012516),2014 *Past Chapter President • Village of Palm Springs Water Interconnection 9 (WUD 11-146),2013 National Society of Professional • 10th Avenue North Water Main Extension(WUD 12-073),2013 Engineers • Riddle Road,Karl Road,Willow Road&Pine Road Water Main Extension,2013 REFERENCES: • Belvidere Road&Haverhill Road Intersection Improvements(2004516a),2013 Palm Beach County- • South County Water Services Replacement Phase II(WUD 12-082),2013 Department of Engineering and Public Works • Town of Mangonia-Pioneer Road Sanitary Sewer Extension(WUD 13-010), 2300 North Jog Road 2013 West Palm Beach, Fl.33411 • Tamarind Avenue Improvements,West Palm Beach,Ongoing since March 2014: Mr.David Young, PE Performing material testing during infrastructure improvements. 561-684-4149 • City of Delray Beach:Atlantic Avenue Improvements-1-95 to NW 12"'Avenue, Carmo Engineering east of 1-95 north and south side of Atlantic Avenue;new piping,paver brick/pacer 228 East Ocean Avenue sidewalks,decorative street lamps,landscaping,curb extensions to define where Lantana, Florida 33462 parallel parking is along the street and widening the sidewalks.Converted the Mr. Dave Carmo signalized intersections at 12th, 10th and 8th Avenue to trombone mast arms. 561-586-1111 • City of Delray Beach: Homewood Boulevard Bike Lane Widening -Widening of 2000 If of Homewood Boulevard—6 feet to accommodate a bike lane. C3TS Stantec 21301 Powerline Road • Village of Royal Palm Beach:Various roadway evaluations Boca Raton, Florida 33433 • Florida Mango Road and Donna Road, West Palm Beach: Improvements Mr.Terry Glunt include the installation of 6"force main 561-487-3379 Nutting 1 Engineers 1 J 2-35 UNITED PUN J. FUENTES, PE, SE, LEED AP BD+C ENGINEERING, INC. Overview • Mr. Fuentes has twelve years of structural engineering Education experience. During this time, he has been involved in all B.S.Civil Eng.,2000 aspects of a project from design concept through B.S.Architectural Eng.,2000 construction administration. He has worked on a variety of University of Miami project types including educational,healthcare, institutional, Cum Laude municipal and sports facilities. Memberships Holding an architectural engineering degree,Juan has a true American Society of Civil Engineers(ASCE) appreciation for the artistic vision the architect is creating. American Institute of Steel Construction(AISC) He exhausts every option- pushing the envelope to create American Concrete Institute(ACI) the landmarks that define a city. His personal philosophy is Florida Structural Engineers Association(FSEA) to provide the soul of a city through the seamless So FL Chapter President combination of architecture, structure,and vision embodied in Frank Lloyd Wright's Kaufmann Residence. Registration Professional Engineer Mr.Fuentes is able fulfill this philosophy through his intimate Florida#62426 knowledge of building materials and construction methods; Structural Engineer working meticulously with the architect through all the Illinois#081006736 stages of a project's life cycle. The combination of his real LEED AP BD+C world experience and work ethics forms a perfect complement to our Company Culture. Project Experience Traffic Circle Monument, Village of Palmetto Bay, Florida - Project manager and engineer of record responsible for the design of a new traffic circle monument that included an obelisk and water fountain.The obelisk served as a foundation for a public art sculpture"Balance of Life."The sculpture attached to the obelisk and consisted of groupers spiraling and ascending the tower. Deering Estate Weir Glade Rehydration Project, Miami-Dade County, FL-Project Engineer for the design of a weir structure located on the Deering Estate, immediately adjacent to a historic rock bridge. The weir consisted of cast-in-place retaining wall with interchangeable wood panels to allow the owner to vary the amount of water impounded behind the structure. The weir was designed to aesthetically blend in with its surrounding environment. Consideration of construction methods and equipment was required due to the lack of access to the weir location and to minimize the damage to the environment from construction activities. Deerfield Beach Middle School Park, City of Deerfield Beach, Florida - Project engineer responsible for the design of 5 new park buildings that included a 550 sq.ft.pool entry building,3,200 sq.ft.pool building,2 story-3,000 sq.ft.baseball pavilion,2 story-2,300 sq.ft.football pavilion,and 900 sq.ft.picnic shelter. Lauderdale Lakes Community Center, Lauderdale Lakes, Florida - Project engineer responsible for the design and preparation of construction documents for the community center. The facility consists of two buildings,a 6,000 square-foot activity building,and a 2,000 square foot athletic center that share an outdoor landscaped plaza. Warfield Park, Ft. Lauderdale, Florida - Project engineer responsible for the design and preparation of construction documents for the 4,000 square foot community center. The facility had an indoor basketball court which required special attention to the exterior wall and roof design. Jacobs Aquatic Center, Key Largo, Florida - Project engineer responsible for the construction documents and design of the 2-story building. Project required special attention to detailing to maintain the Key West architecture. 2-36 �� U N ITED PRINCIPAL FUENTES, PE, SE, LEED AP BD+C II ENGINEERING; INC. Other Experience • Lauderdale Manors,City of Ft.Lauderdale • Vincent Torres Park,City of Lauderdale Lakes • Driftwood Pool Complex,City of Hollywood • Carver Ranches Park,City of Ft.Lauderdale • Riverside Park,City of Coral Springs • Croissant Park,City of Ft.Lauderdale • Pierce Park,City of Coral Gables • Miramar Pool Complex,City of Miramar Miami-Dade Public Schools Continuing Services Contract-Special projects consultant to School Board for miscellaneous structural services. Mossy Head Elementary School, Mossy Head, Florida - Project engineer responsible for the design and construction documents for new $20 Million, 90,000+ sf K-5 school. School required compliance with State Requirements for Educational Facilities(SREF)for portions designated as emergency shelters. Structural steel framing combined with load-bearing masonry walls veneered with brick. School District of Palm Beach County Continuing Services Contract-Project engineer responsible for the design and construction documents for Royal Palm Beach High School Auditorium platform repair. Florida International University Continuing Services Contract-Project engineer responsible for the design and construction documents of the following miscellaneous projects: • BA Building Glass Block Replacement-Replaced structural steel supports due to severe corrosion from water intrusion. • CMP Building Glass Block Replacement - Replaced structural steel supports due to severe corrosion from water intrusion. • Academic II Stairwell-Settlement analysis of existing stairwell at the Biscayne Campus. • Chiller Plant Column Repair- Repaired column with excessive spalling due to water intrusion at the Biscayne Campus. • Piping Extensions-Miscellaneous valve box designs throughout the campus for mechanical piping. City of Sunny Isles Beach Continuing Structural Services Contract - Project manager for the structural assignments of the continuing services contract. This contract intends to implement the City's comprehensive plan. 2-37 project CAINE Robert B. Caine, PE, LEED® AP President/ Electrical Engineer Education Background Mr.Caine has a wealth of expertise in his field having over 30 years experience in design Bacheior of Science in Electrical and construction of sophisticated building systems.As President of 'reject Caine. Inc. he Engineering,Villanova University brings the knowledge of starting and growing branch offices, bringing divisions back to Graduate Studies In Telecommunications, profitability, developing client loyalty, international experience, and polished presentation George Washington University skills. Understanding the need to establish and nurture his client relationships, Mr. Caine prides himself in being involved from the onset in all of the firm's projects. Registration Experience Professional Engineer-FL,DC Pioneer Park Lighting, Stuart, FL Prime: Miller Legg Details: new lighting, $100K Professional Affiliations construction cost Fort Lauderdale Chamber of Commerce Ocean Front Park Lighting, City of Boynton Beach, FL Prime: Miller Legg Details: new Foil Lauderdale $100K construction cost Broward Days City of Miami Continuing Services Contract i Miami, FL Services provided for this contract included: Mechanical,Electrical and Plumbing Fort Lauderdale Utility Advisory Committee Engineering services: Puerto Rico Hotel Association IESNA Parks Projects corn completed under this: (President and formed the PR section 2003) P EV Ready Broward(Committee Chairman Gibson Park Pool and Tennis Court,Miami,FL 2001) • Completion Date(actual or estimated): 2009 Florida Engineering Society(FES) • Total Cost of Project $200,000 Aa Miami Solid Waste Locker Room,Miami,FL • Completion Date(actual or estimated): 2008 NSPE • Total Cost of Project: $1,000,000 TMACA(President 1988) Roberto Clemente Park Building Renovation,Miami,FL • Completion Date(actual or estimated): 2007 IEEE • Total Cost of Project: $2,000,000 Jackie Gleason Bathrooms, Fort Lauderdale, FL Prime:Singer Architects Details: New 1 story,800 SF restroom.Services included the electrical design included lighting and power mechanical design included ventilation and plumbing systems.$500 k construction cost. Westwind Community Center, Fort Lauderdale, FL Prime:Singer Architects Details: New 6,000 SF Community Center which included meeting rooms,gym,game room,offices and bathrooms. The electrical design included lighting, site lighting, power, fire alarm security and communication systems. Mechanical design included heating, ventilating, air conditioning and plumbing systems. Sunny Isles Pier, Sunny Isles, FL. The project consisted of the lighting design and plumbing design for the renovation of the Sunny Isles fishing Pier which is about 635'long. • Olympus Community Center, Olympus Condominiums, Aventura, FL. This project consisted of the renovation and upgrades to the 24,000 SF Community Center.The facility was on two levels and included meeting space, a kitchen, offices, and bathrooms. The facility had drainage problems that were addressed in the design. Services Provided: Mechanical,Electrical and Plumbing Engineering. Project Caine,Inc. 1948 E.Sunrise Blvd.,Suite 1•Fort Lauderdale,FL 33304 954.767.8886 phone•954.767.9934 fax www.projectcaine.com 2-38 LONGITUDE SURVEYORS, LL - GPS I GIS .. ., S JJ Location nets Area of Expertise: Eduardo M.Suarez,PSM President > Project Management > Boundary Surveys SUMMARY > Route Surveying Eduardo Suarez has been surveying in South Florida for the last 28 years. > Roadway Design Surveys '' Beginning in 1985 to 2001 he worked for Manuel G. Vera and Associates > Control Surveys and Miami-Dade County. Licensed in 2001 he established his own firm. > Topographic Surveys Over the last 12 years his firm has surveyed as a Prime or subconsultant for > FEMA Elevation Certificates the following entities; Village of Pinecrest, Florida Department of > Platting .• Transportation, Miami-Dade County, City of Miami, City of Miami Beach, Professional Registration:'=..,;; -, City of Coral Gables, Village of Key Biscayne, Village of Palmetto Bay, Town of Cutler Bay, City of Homestead, City of Doral, Miami Shores, North Miami, > Professional Surveyor and '' Mapper. Florida LS6313 North Miami Beach and El Portal. Mr. Suarez brings a varied skill set along, (2001) with experience that allows him to provide excellent project management. Professional Affiliations: SELECTED RELATIVE PROJECT EXPERIENCE > Florida Surveying and City of Miami Glenroyal Corridor Drainage improvements: • (7.5 miles) of Mapping Topographic Survey/ Established vertical and horizontal control for future construction / All utility information provided / Cross sections (spot elevations) / Tree information / All improvements shown from Right-of-Way to Right-of-Way. }` City of Miami Beach Capital improvements Project Neighborhood No. 7 Nautilus: (9 miles) of Topographic Survey / Established vertical and '`, ,' c,, Y �, `' horizontal control for future construction / All utility information provided / l 'mot; < x '''''''-=, . ' , Cross sections (spot elevations) /.Tree information / All improvements shown _ t7- from Right-of-Way to Right-of-Way. g= 'r' >`' '4-1. -''-�'._ Miami-Dade County-DERM, SW 157 Ave. from SW 64 Street to SW 42 Street, Miami: Provide all canal right of ways, easements reservations, roadway ti �_ haw y, Y', right of ways, and drainage easements. Horizontal control. Baseline tied in = to section lines, fractional section lines, land lines, etc. All canal R/W lines x`t°, and easements All existing topographic features, including but not limited •� to trees, utility poles and encroaching features such as sheds, pools, fences, , headwalls, outfall pipes, and utility canal crossings. GIS Data Base was delivered. T E07-WASD-07A Design of Distribution of Pipeline for Reclaimed Water System ,fk r -1-'-i,1:1;:',. from Central District Wastewater Treatment Plant to Key Biscayne (5 miles) , ,, " ; Including the Bear Cut Channel Survey : (5 miles) Survey-Topographic Survey / Show all improvements from Right-of-Way to Right-of-Way / Establishing Horizontal and Vertical Control for future construction / Cross sections (spot elevations) /All utility information provided/Tree descriptions Miami-Dade County Transit ROW & Util. Division, MIC EarMgton Heights Connector Project: Provided Map of Boundary and Topographic Survey for the acquisition of 5 parcels of land for the MIC Earlington Heights project for MD County Transit ROW & Utility Division Overtown Transit Village. City of Miami Glenroyal Corridor Drainage improvements: • (7.5 miles) of Topographic Survey/ Established vertical and horizontal control for future construction / All utility information provided / Cross sections (spot elevations) / Tree information / All improvements shown from Right-of-Way to Right-of-Way. Miami-Dade-DERM, Survey of Lake and Canal Outfalls, Multiple Sites (E09- PW-01): Provided Land Surveying and Mapping Services. Performed � ____,___Y _ .,,__,, location and As-Builts of Outfalls and Culverts on several locations 2-39 LONGITUDE SURVEYORS 4055 NW 97 Avenue•2nd Floor•Doral,FL 33178•ph.:305.463.0912•fax 305.513.5680•LB 7335 •,. t, . m - GPB i GIS ...v. ocati determined by DERM. Performed reconnaissance of the assigned area. Established Horizontal & Vertical Control. HADONNE delivered a GIS Data Base. NE 87th St.from NW 2nd Ave.to Farm Road and along N Miami Ave.,City of El Portal, New Millennium Design Consultants-Prime: Horizontal and Vertical Control Survey, Topographic Survey, Digital Terrain Model (DTM), served as Project Surveyor. Town of Medley, Water Distribution Loop Survey, NW 121 Way from approximately 500 ft. SW of its intersection with FEC railroad to its € Intersection with 102 Rd.: Performed Topographic Survey, included h=; pavement, curb, and gutter. R/W and Property Line for project area and adjacent properties. Overhead utilities, signs, manholes, catch basins, r; r;: , valves/valve boxes were included in elevation certificate. "�"s /.4,- SW 192 Street from SW 197 Avenue to SW 177 Avenue(Krome Avenue)(FM No.:425457-1-52-01): (2 miles) Topographic Survey/Show all improvements r ya,• from Right-of-Way to Right-of-Way / Establishing Horizontal and Vertical 4."0 -• ,t1 r Control for future construction / Cross sections (spot elevations u `.'- -..,!" Maintenance R/W SR 9336 with aerial photographs, served as Project Surveyor. *' 9 , 17 , 1+ . Town of Medley, NW South River Drive Corridor: Survey and Mapping Services. Prepared a base map of NW South River Drive with Boundaries of - ,, + the Town of Medley. Requested from SFWMD the Canal 5 Base Line Control ; :, Survey to digitized the base line and Canal Right of Ways. ' I-75/SR826 PD&E Study from NW 103 St to Miami-Dade/Broward County Line J q ,,5 e 1 -,e• . -1.4-i. i�{_ (FM No 420669-1-22-01): 10 miles) Topographic Survey / -Show all improvements from Right-of-Way to Right-of-Way / Establishing Horizontal 'e.,;.,r,+F and Vertical Control for future construction / Set Aerial Targets for .' s ^ ` `"4, -Imo. Photogrammetry Control/Cross Sections (spot elevations . -;" .5.'' NE 87th St.from NW 2nd Ave.to Farm Road and along N Miami Ave.,City of ,..: El Portal, New Millennium Design Consultants-Prime: Horizontal and Vertical Control Survey, Topographic Survey, Digital Terrain Model (DTM), served as Project Surveyor. E07-WASD-07A Design of Distribution of Pipeline for Reclaimed Water System from Central District Wastewater Treatment Plant to Key Biscayne (5 miles) Including the Bear Cut Channel Survey : (5 miles) Survey-Topographic Survey / Show all improvements from Right-of-Way to Right-of-Way / Establishing Horizontal and Vertical Control for future construction / Cross sections (spot elevations) /All utility information provided/Tree descriptions Miami-Dade Water&Sewer Department(WASD)72-Inch Raw Water Pipeline (E06-WASD-06): (5 miles) of Topographic Survey along NW 58 Street between NW 72 Avenue and the Florida Turnpike-Homestead Extension / Established vertical and horizontal control for future construction / All utility information provided / Cross sections (spot elevations) / All improvements shown from Right-of-Way to Right-of-Way. 2-40 LONGITUDE SURVEYORS 4055 NW 97 Avenue•2nd Floor•Doral,FL 33178•ph.:305.463.0912•far 305.513.5680•LB 7335 Evidence of Prior Working Ric-Man International(RMI)and Chen Moore and Associates(CMA) Experience have been working together since 2000 when we won the hard bid for the Washington Park Neighborhood Improvement Project for Broward County Water and Wastewater Services.As opposed to being adversarial, the relationship became collaborative when the two firms teamed to develop an alternate design for the stormwater system when the sanitary collection system(owned by the City of Fort Lauderdale)was found to have an unforeseen conflict condition.The resulting work yielded a significant value engineering change to the project benefitting both the owner and the contractor.RMI executed the construction for four more CMA designs,including the St.George East and St.George West Neighborhood Improvement Project,as well as Bid Packages 1(water mains)and 2(sanitary sewer,stormwater,paving and landscaping) for the Broadview Park Neighborhood Improvement Project also for Broward County Water and Wastewater Services.These projects combine for over$35M(at the time of construction)in improvements in existing neighborhoods with existing utilities.All of these projects were completed on time and within the County's budget. In addition, the team also working outside of the hard bid environment together as a design-build team,with CMA subbing to RMI.After a successful repair project in Biscayne Bay for Miami-Dade Water and Sewe Department,the firms combined to team up on a directional drill project passing three utilities through Florida's Turnpike.The firms combined again for the hugely successful 48"Force Main Replacement project in the Florida's Turnpike again for Broward County Water and Wastewater Services.After this project,RM I continued to us CMA for support roles for projects for the City of Miami Beach(Flamingo Improvements and Sunset 3&4)and North Bay Village.Both as individual firms,but especially as a combined team,RMI and CMA have a depth and breadth of knowledge with each other,with similar projects and with executing in existing neighborhoods. - - - E ft 0 4-, U C2 O iiit-MALpi 1 mr, 6c. ! CHEN•MOORE Central Bayshore South Right-of-Way infrastructure improvements RFP No.2015-133-YQ 2-41 El a∎ `attirx'ra r FS C a, Co a, F a, )10 E c c c =ft; O bD>- c a c c •� .F, c v + c 0 1.1° E O p to .c °O +9+. - ; o c vi a N _ _ cu Final o o -' na a a) Owner Contract Amount u 0° 0- st . B II. P .1- -CMAD- • F &RMIC. • • --- _ Broward Design- � County Build for WWS Alan Garcia Replacement of $4,419,000 2007 48"Force Main 954.831.0903 Project City of Miami Beach Miami Beach Fernando M. Sunset Islands In Paiva Jr.,AIA, 3&4 ROW $7,750,000 NCARB,LEED Improvement progress AP Program 305.673.7071 Neighborhood Improvement Projects-CMA Owner Consultant&RMI Contractor Broward County WWS Broadview Pat Sweet, Park,Bid-Pack 2 $16,925,000 2011 111111111111111 300' 954.931.3732 Broward Broadview County WWS Park,Bid-Pack 765' Pat Sweet, $1,692,000 2010 954.931.3732 4 Broward County WWS Broadview Pat Sweet, Park,Bid-Pack 1 $10,446,000 2007 954.931.3732 Broward County WWS St.George East $10,282,000 2006 1111111111,400' Alan Garcia, 954.831.0903 Broward County WWS Alan Garcia, St.George West $7,336,000 2005 954.831.0903 E ru 1- a, a) T5' a SIC-MAN' Central Bayshore South Ripht-of-Way infrastructure Improvements RFP No.2015-133-YQ 2-42 Q irr In 1 CNEN•MOORE Y a) te L E a, to ro aa) i= v bp E C c 0 r O 0 ruv to. 0 o by •L a +! c v CU +-� ++ v .> L L r0 _C in i" r9 a1 4/ a) V1 C v 4/ r0 C �' 'd W 4,-,' r0 t1 cu-EL cv E E n `° v1 0 = Q a) Final `o =a. v Owner Contract Amount V U u Broward Washington County WS Park Water W Pat Sweet, Main $8,046,000 2002 Replacement& 954-931-3732 Storm Sewer Additional Joint Project Experience—CMA Owner Consultant&RMI Contractor City of Water Main Plantation Infrastructure: IIIIIIIIII New 8" $121,000 2010 Dan Polio, • Water Main 772.462.1712 Installation City of Replace Plantation Existing 8" Dan Polio, Water $133,000 2010 772 4621712 Main&Services on Peters Rd. City of Streetscape 1111111111 Plantation Replacements: Dan Polio, Sidewalks, $50,000 2010 Swales& 772.462.1712 Driveways E to t°—' r V CU •o L a I %C44 p 1 CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-YR 2-43 a INT'L�INC. 7.ASSrX1A1 r' Other N/A n3 v d O Q RlC"MAM CNEN•MOORE Central Bayshore South Right-of-Way Iafrastractare Improvements RFP No. 2015-133-TO 2-44 ORM6. Design/Build Firm (Prime 1. Company Information Proposer) Experience & Founded Broward County,Florida 1983,RMI has 3o years of independent Qualifications private contracting experience South Florida.Working with various government agencies,including the State of Florida Department of Transportation,and counties from Indian River to Monroe,RMI has provided approximately$350 million worth of services and over 1.4 million feet of pipeline;addition,we have worked with 17 municipalities,large and small,including Miami Beach,Fort Lauderdale,City of Miami,Boca Raton,Fort Pierce,Wellington,and the Town of West Palm Beach. RMI has performed over 25 neighborhood improvement projects with up to$35 million budgets consisting of storm drainage,water mains,and sanitary sewers.RMI has installed pipelines of up to 120-inch diameter consisting of PVC,CI,DIP,PCCP,CMP,RCMP,CAP,RCP,HDPE,clay, elliptical pipe,arch pipe,and box culverts and has performed storm and sanitary pump stations,jack&bores,slip lining,pipe bursting,micro- tunnels,as well as directional drilling. RMI is not a developer-type contractor,what we do is utility and roadwork existing communities.Our personnel are extensively experienced cautiously maneuvering through the tight conditions of neighborhood and business communities.We excel at locating and exposing utilities thereby avoiding breaks.Our personnel routinely find unmarked utilities,improving safety and reducing the impact on residents.Every one of our crews is methodically assembled with multiple construction veterans of over 10 years(often over 20 years)to ensure a wide breadth of experience on every task RMI performs. We provide a safe and prosperous environment for our employees resulting dedication,honesty,and pride the work they perform. w V C Q1 QJ 0- X . 3 -• m • C bD- t • a a • Central Bayahore South Right-et-Way Infrastructure Improvements RFP No.2015-133-Ta 3-1 urn ttG i CHEN•MOORE 2.Company's List of Similar Experience and Qualifications Ric-Man International Inc. ittC-IVIgH Projects>$1 Million in the Last 10 Years INTrAINC. "or�.ew ...mow* Ts w w 6 i a 2 X a o° 1 3 Final 6 E' A A d A 3 I°o TA ° E" a Owner Contract Amount v° o c°> > v1i rn e` m Txe `.4 City of Miami Beach Nautilus Right-of-Way Infrastructure NIP $27,110,000 2010 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of Miami Beach Washington Ave.Improvements Program $18,230,000 2008 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Broward County WWS Broadview Park NIP,Bid-Pack 2 $16,920,000 2011 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Town of Surfside Infrastructure Rehabilitations NIP $16,010,000 2014 ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of Miami Beach Lummus Bid-Pack 10B NIP $13,110,000 2008 ✓ ✓ ✓ ✓ ✓ Broward County WWS Broadview Park NIP,Bid-Pack 1 $10,450,000 2007 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Broward County WWS/OES St George East NIP $10,280,000 2006 ✓ ✓ ✓ ✓ ✓ V V V V ✓ Broward County WWS/OES Roosevelt Gardens No.Central County $8,480,000 2005 ✓ ✓ ✓ ✓ V V V ✓ ✓ Broward County WWS/OES St George West NIP $7,340,000 2005 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Miami-Dade WASD NLE West 54-Inch Force Main Project $6,650,000 2005 V. ✓ ✓ ✓ ✓ Palm Beach County Utilities La Mancha Ave.Pipeline Extension $4,960,000 2007 ✓ ✓ ✓ ✓ V V V Broward County WWS 48-Inch Force Main Replacement $4,420,000 2007 ✓ ✓ ✓ City of Miami Beach Flamingo-Lummus,Bid-Pack 10E NIP $4,110,000 2012 ✓ ✓ ✓ ✓ ✓ V V V V ✓ Palm Beach County Utilities Belvedere Homes Improvements Ph-2 $3,000,000 2014 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of Boca Raton Utility Drainage Improvements Area II $2,500,000 2007 ✓ V V V V V V V V ✓ St Lucie County South 26th St.Area Improvements $2,230,000 2008 ✓ ✓ ✓ ✓ Town of Jupiter Utilities Recharge Stormwater Drainage $2,110,000 2008 ✓ ✓ ✓ City of Oakland Park Oakland Park,Bid-Pack 3 $2,080,000 2013 ✓ ✓ ✓ ✓ • Vero Beach Business Park State Rd.60 Industrial Park $2,080,000 2008 ✓ ✓ ✓ ✓ City of Miami Beach Oceanfront West NIP $2,020,000 2010 ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of Miami Beach Prairie Ave.NIP $2,000,000 2009 ✓ ✓ ✓ ✓ ✓ ✓ No.Palm Beach County Offsite Directional Bores&Drills $1,770,000 2007 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Miami-Dade WASD WM Along Rickenbacker Bridge $1,730,000 2010 ✓ ✓ ✓ ✓ Broward County WWS Broadview Park NIP,Bid-Pack 4 $1,690,000 2010 ✓ ✓ ✓ ✓ ✓ City of Plantation Turnpike&Sunrise Blvd WM Relocation $1,570,000 2006 ✓ ✓ ✓ ✓ ✓ ✓ Broward County WWS Wiles Rd.Reclaimed Water Main $1,500,000 2009 ✓ ✓ ✓ Miami-Dade WASD 30"WM Crossing at Miami River Canal $1,470,000 2007 ✓ ✓ ✓ City of Lauderhill NW 56th Ave.Water&Sewer $1,380,000 2006 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Key Largo Wastewater Vacuum Collection System Basin B Ph-II $1,150,000 2009 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Town of Jupiter Utilities Stormwater Improvements $1,130,000 2008 ✓ ✓ Florida Keys Aqueduct Auth. Bayridge Subdivision&Tavernier $1,030,000 2012 ✓ ✓ ✓ ✓ ✓ ✓ Village of Wellington Water Main Extension,Ph-I $1,030,000 2005 ✓ ✓ ✓ ✓ ✓ ✓ Miami-Dade WASD Water Main&Force Main Relocation $1,030,000 2004 ✓ ✓ ✓ ✓ ✓ ✓ Key Largo Wastewater Vacuum Collection System Basin B Ph-II $1,020,000 2009 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Broward County WWS 1B2 Water Main Improvement $1,010,000 2013 ✓ ✓ ✓ FL Dept of Transportation Repair&Upgrade of Drainage Systems $1,010,000 2004 ✓ ✓ ✓ ✓ — Final Projects Amount: $185,610,000 • • • I'�, CHEN•MOORE Central Baptism sett U Rki-et-Wey lilrutraetore I*pn»msts RFP 110.2015-13340 r' 3. Relevant Experience NEIGHBORHOOD NO. 8 SUNSET ISLANDS 3&4 RIGHT-OF WAY INFRASTRUCTURE IMP. Client Name: City of Miami Beach s, ,- - .,.,.=_:,t:..„y .`; -, - . Address: 1700 Convention Center Drive,• Miami Beach,FL 33140 �-,,..sr '' "'a�.;:-s•-.:,,.- Contact Person: David Martinez, PE. str'' ':: - -1•,,,- :1 CIP Director 4. _ Phone Number: (305)673 7490 ,s ., of ;E ,*` Email: adenis @miamibeachfl.gov t ` ' Consultant: Chen Moore&Associates vain 4.11 ' Consultant Contact Person: Peter M.Moore Phone Number: (954)730-0707 Construction Completion Date: July 31,2015 Construction Cost: $7,774,967.51 Scope of Work: Project consists of developing and producing design drawings to be used for construction of desired improvements. Our highly experience Engineers and design team approach the design phase considering key objectives including cost, constructability and effect on neighborhood residents/merchants. The construction phase rely heavily on the in-house performance of major construction features such demolition, construction of new drainage facilities, roadway reconstruction Including subgrade and base preparation, water main construction, including water services and transfer of homes onto new water system, conduit installation for undergrounding of overhead utilities and final grading after major construction activities on Islands 3&4. Key Personnel DB Principal in charge Rene Castillo Sr. Construction Details o Design and Permitting o Franchised Utilities Undergrounding o Storm water Drainage System o Storm water Pump Stations 05 Water Distribution System u c cu o Street Lighting System a x w Streetscape Improvement LL Sanitary Sewer Collection System 7- 7 m • c CA- c, _ c • � •M Central Ba shore South Right-of-Way infrastructure tmarovemeAts RFP No.2015-133-YQ 3-3 tW11.1i11C CHEN•MOORE Y o r 1.AcsnrL„r c Flamingo-Lummus BP-10E Streetsca e M Ai g P Miami Beach,Florida INTyL" INC. PO'gMMO aEA CM.F...oR►a' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Design-build project consisted of water,drainage,and roadway infrastructure SCOPE OF THE WORK improvements for the Flamingo-Lummus neighborhood of Miami Beach composed of 1,600 residences and 65 businesses located between Washington and Meridian Avenue from 7th to 9th Street Water construction included installing 4,600 feet of new 6-to fl- inch DIP water main and abandoning 5,100 feet of existing water main.Drainage construction included installing 3,500 feet of 15-to 48-inch HDPE and RCP drainage mains connecting over 70 structures and gravity wells,as well as 900 feet of 3-by 5-foot box culvert along Meridian Avenue.Roadway and landscape construction included over 36,000 square yards of roadwork,4,500 square yards of sidewalk,driveway&paver work,9,500 feet of curb&gutter,65,000 square yards of swale reconstruction,planting or relocating over 200 trees;as well as signalization,decorative lighting,and installing 1,000 feet of FPL conduit This project required a major coordination effort with residents,a school,public transportation,restaurants,nightclubs,and other businesses to minimize our impact on residents,tourists,and commerce. OWNER City of Miami Beach • • CLIENT Thais Vieira RA .. - •'i� •" Capital Projects Coordinator ' .'i1 x� PHONE (305)673-7071 1 �I �� EMAIL thaisvieira@)miamibeachfl.gov ADDRESS 1700 Convention Center Drive Miami Beach,FL 33140 -e GENERAL CONTRACTOR Victor G.Menocal,Project Manager " ' PERSONNEL Luis Hernandez,Superintendent Eric A.Gonzalez,Asst.Project Manager ar .= -. "' F ,i. COST&COMPLETION YEAR $4.4 million,2011 rt • CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 4,600 LF(6"-8"DIP) FPL Undergrounding 1,000 LF New Fire Hydrants 15 Residences 1,600 Rear Easement Services 0 Businesses 65 STREErSCAPE STORMWATER DRAINAGE Trees 220 each Drainage Mains 3,500 LF(15"-48"HDPE&DIP) 05 Decorative Lighting 20 each Box Culvert 900 LF(3'x5'box culverts) v Sidewalks&Driveways 5,000 SY Manholes 29 c Curb&Gutter 9,500 LF Catch Basins 30 Decorative Pavers 500 SY Disposal Wells 10 a. w ROADWAY SANITARY SEWER E Milling&Resurfacing 11,000 SY Sanitary Manholes 0 • Roadway Reconstruction 25,500 SY Sanitary Sewer Main 0 -a • Swale Reconstruction 65,000 SY Sewer Lining 0 m • Signalization Yes Sewer Pump Stations 0 c - no- a, o • I0C4114/IMiiihjNt CHEN•MOORE Central Seashore South Right-of-Way Iafrastroctere Improvement:RFP Me.2015-133-Y0 3-4 1 Nautilus - Neighborhood No. 7 RAC-N1AN Right-of-Way Infrastructure Improvement INT'L INC. Miami Beach,Florida 'oiiuro ae�c►+ F�oa+ox ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Design-build project consisted of water,drainage,and roadway infrastructure SCOPE OF THE WORK improvements for the Nautilus neighborhood of Miami Beach,composed of 770 residences and 35 businesses.Water construction included installing 34,000 feet of new 8-inch DIP water main(connecting hundreds of homes in both the front and rear)and abandoning 17,000 feet of existing water main.Drainage construction included installing 17,000 feet of 18-to 54-inch HDPE and RCP drainage mains;connecting over 250 structures and 6 pump stations.Roadway and landscape construction included 134,000 square yards of roadwork,6,000 square yards of sidewalks&driveways,2,500 feet of curb&gutter, 24,000 square yards of swale reconstruction,planting or relocating over 1,100 trees.This project required a major coordination effort with homeowners,businesses,two schools,a hospital,and public transportation to minimize our impact on residents and commerce. OWNER City of Miami Beach }•-- CLIENT Aurelio Carmenates P.E. _ Capital Projects Coordinator - l PHONE (954)999-8731 ' ti EMAIL acarmenates( corradino.coni , ADDRESS 1700 Convention Center Drive Miami Beach,FL 33140 - ,011. GENERAL CONTRACTOR Ric-Man International,Inc. e� '-e .i. .._ , Rene Castillo,Design Build General Manager Victor G.Menocal,Project Manager �,v '�( :.'r Luis Hernandez,Superintendent vai�t; ;4,.. # Eric A.Gonzalez,Assistant Project Manager CONSTRUCTION COST $34.8 million „A,, 7.—.— irj COMPLETION YEAR 2010 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 34,000 LF(8"DIP) FPL Undergrounding No New Fire Hydrants 23 each Residences 770 Rear Easement Services 190 HDD;620 open-cut Businesses 35 Abandon Existing Main 17,000 LF STREETSCAPE STORMWATER DRAINAGE Tree 1,100(Planting/Relocating) Manholes&Inlets 166(92 Manholes,74 Inlets) Sidewalks&Driveways 6,250 SY(750 SY Pavers) Drainage Mains 17,000 LF(18"-54"HDPE/RCP) al Curb&Gutter 2,500 LF Pump Stations 6 v Decorative Lighting 190 Disposal Wells 46 each a ROADWAY&LANDSCAPE SANITARY SEWER X Milling&Resurfacing 64,000 SY Sanitary Manholes 0 Road Reconstruction 64,000 SY Sanitary Sewer Main 0 Swale Reconstruction 24,000 SY Sewer Lining 0 aL Signalization No Sewer Pump Stations 0 3 m c - nn- , a) a • IiiiTCaC-Mq/i■ im Vic. CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No. 2015.133-Y0 3-5 0 „.per •1SNXiA ifs 30-Inch Water Main Crossing at Miami River Canal ctiC-Ma/V Miami-Dade Water&Sewer Department INT'LINC. P0minto aea 0H,FLC ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Design-build project consisted of water main infrastructure improvements across the SCOPE OF THE WORK Miami River Canal at Southwest 2nd Street,an area with 80 residences designated as Historic,requiring the presence of an archeologist to ensure proper preservation and full-time marine patrol for security.Construction included the removal and disposal of an existing 20-inch cast iron water main located on a barge,and replacing it with a new subaqueous 30-inch ductile iron water main with 5 air-release valves. Subaqueous construction required 1,000 feet of directional drilling as well as cutting- in and tapping into existing 20-inch water main twice.Closing the project in this Historic location required the full restoration of all damaged asphalt road,concrete sidewalk,brick walkway,swales,and removed trees. OWNER Miami-Dade Water 74 r-; &Sewer Department " CLIENT Armando Rubio •,: •- . Construction Manager w 'r PHONE (305)375-5419 r w -47' - • EMAIL ajrub01 miamidade.gov 14 _ ADDRESS 3071 SW 38th Avenue .-- _ Miami,Florida 33146 . _ CONTRACTOR Ric-Man International,Inc. - ..— ` ., PERSONNEL Rene L.Castillo Sr. - Sr.Project Manager •� . +- ' fioir stir -- CONSTRUCTION COST $1.5 million ' - r_. .-r""s' ' CT COMPLETION DATE 2007 % CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 350 LF(30"DIP) Historic Work Area Yes Directional Drilling 1,000 LF(30"DIP) Residences 80 Cut&Taps into Existing 2 Underwater Construction Yes Air-Release Valves 5 STREETSCAPE STORMWATER Tree Relocation Yes Drainage Mains 0 Brick Walkway Restoration Yes Drainage Laterals 0 Sidewalks Restoration Yes Drainage Structures 0 Curb&Gutter Restoration Yes Drainage Pump Station 0 0' v ROADWAY SANITARY SEWER d Milling&Resurfacing Yes Sanitary Sewer Main 0 cu Swale Reconstruction Yes Sanitary Pump Station 0 a ha- ii; • a, _ p • �, y Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-Y0 3-6 a INT'L1INC CHEN•MOORE ` r..ACM SLA'IS Lummus BP-10B Neighborhood Improvement i*C-M44 Miami Beach,Florida INT'L INC. ro'~P4.: sencN,F..C�M ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Design-build project consisted of potable water,stormwater drainage,and streetscape SCOPE OF THE WORK infrastructure improvements to 10 city streets in Miami Beach's heavily trafficked tourist district of South Beach.Performing construction from storefront to storefront on the lateral streets between Washington and Collins Avenues from 6th Street to Espanola Way,an area encompassing over 100 residences,almost 500 businesses,and a school required Ric-Man personnel to coordinate closely with business owners, residents,school officials,and public transportation officers,as well as design site- specific maintenance of traffic to protect pedestrians and minimize construction's impact on commerce.Potable water infrastructure improvements included installing 8,000 feet of 6-to 16-inch DIP main,120 water services,and 16 new fire hydrants. Stormwater drainage infrastructure improvements included installing 3,200 feet of 8- to 36-inch PVC,HDPE,and RCP main,42 manholes,40 catch basins,and 7 disposal wells.Streetscape improvements included the one-way-pair conversion of 2 streets, 24,000 square yards of roadway milling&resurfacing,10,750 square yards of sidewalk &driveway reconstruction,12,500 feet of curb&gutter replacement,planting or relocating over 150 trees,over 50 decorative lighting installations,and traffic signalization. OWNER City of Miami Beach R 1 - p •" 1:-- 1'7 , CLIENT Aurelio Carmenates P.E. 1 + 1- r.-_- Sj• y r Capital Projects Coordinator • , `•�''"� - PHONE (954)999-8731 EMAIL. acarmenatesOcorradino.corn `' �,.; �,"`c ADDRESS 1700 Convention Center Drive _ '"' Miami Beach,FL 33140 _ ;_ 1 Y - f GENERAL CONTRACTOR Rene Castro Sr.,Project Director sue— d Victor Menocal,Construction Manager ‘... --- - - `. for Program Manager - ' CONSTRUCTION COST $12.1 million ss� COMPLETION YEAR 2008 ,, -.�` ,-.w� _ CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 8,000 LF(6"-16"DIP) Residences 119 New Fire Hydrants 16 Businesses 485 Water Services 120 ad STREETSCAPE STORMWATER v u Trees 154 Drainage Mains 3,000 LF(8"-36"PVC,HDPE,RCP) a Decorative Lighting 59 Manholes 42 .c Sidewalks&Driveways 10,750 SY Catch Basins 40 x Curb&Gutter 12,500 LF Disposal Wells 7 ui ROADWAY SANITARY SEWER LL Milling&Resurfacing 24,000 SY Sanitary Manholes 0 Swale Reconstruction 0 Sanitary Sewer Main 0 • Traffic Signalization Yes Sewer Pump Stations 0 c -- in • _ o • 1a,C Ceatral snFskre seam root-sl-way islrtsttactart Impriramatts RFP Rs-2918-133-Ya 3-7 0 : I 11I~ CHEN MOpRE Washington Avenue Streetscape Improvements mprovemets TiC4iiiii-r' _ N Miami Beach, Florida • ro'r.ANO eE_52. now. ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Design-build project consisted of potable water,stormwater drainage,and streetscape SCOPE OF THE WORK infrastructure improvements to 12 city blocks in Miami Beach's heavily trafficked tourist district of South Beach.Performing construction from storefront to storefront from 5th to 16th Street along Washington Avenue in an area encompassing 500 residences and 200 businesses required Ric-Man personnel to coordinate closely with business owners,residents,and public transportation officers,as well as design site- specific maintenance of traffic to protect pedestrians and minimize construction's impact on commerce.Potable water infrastructure improvements included installing 6,500 feet of 8-to 12-inch DIP main,200 water services,and 12 new fire hydrants. Stormwater drainage infrastructure improvements included installing 4,000 feet of 4- to 42-inch PVC,HDPE,and RCP main,350 feet of 24x18-to 36x60-inch box culvert,132 manholes,40 catch basins,and 26 disposal wells.Streetscape improvements included, 30,500 square yards of roadway milling&resurfacing,7,000 square yards of sidewalk &driveway reconstruction,5,500 feet of curb&gutter replacement,planting or relocating over 160 trees,and over 150 decorative lighting installations. OWNER City of Miami Beach 1Q W w CLIENT Aurelio Carmenates P.E. NM II∎ Capital Projects Coordinator 1Q IQ ' PHONE (954)999-8731 !N ti EMAIL acarmenatesPcorradino.cont MX p °- ADDRESS 1700 Convention Center Drive P- T • . ' P- --- .--••Miami Beach,FL 33140 . .- 'C. Sr - 1 s- :.y.' ./GENERAL CONTRACTOR Rene Castro Sr.,Project Director ''p . - , -�• Victor Menocal,Construction Manager for Program Manager ; a ,Ark Z —� , ', CONSTRUCTION COST $18.2 million �">.1 ,�,` -'.. Y�.r:;-: COMPLETION DATE 2007 "t= CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 6,500 LF(8"-12"DIP) Residences 500 New Fire Hydrants 12 Businesses 200 Water Services 200 STREETSCAPE STORMWATER Trees 165 Drainage Mains 4,500 LF(4"-42"PVC,HDPE,RCP) tu Decorative Lighting 158 Box Culvert 350 LF(24x18°-36x60") c Sidewalks&Driveways 7,000 SY Structures 132 Manholes&40 Catch basins as Curb&Gutter 5,500 LF Disposal Wells 26 x ROADWAY SANITARY SEWER Milling&Resurfacing 30,500 SY Sanitary Manholes 0 r+ Swale Reconstruction 0 Sanitary Sewer Main 0 -a Traffic Signalization No Sewer Pump Stations 0 n• c _ a, • C3 _ �a • �1C°�A� Central Bayshore South Flight-at-Way Iafrastracarre Improvements RFP tie.2015-133-YQ 3-8 1117711111C. CHEN•MOORE VISOCIA 11.S Venetian Causeway Water Main Crossings RiC-MAN Miami Beach,Florid a INT' INC. ro*DANO EACH,flOR'DI' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Project consisted of water infrastructure improvements to the San Marino,Dilido,and SCOPE OF THE WORK Rivo Alto islands along the Miami Beach portion of the Venetian Causeway.Water construction consisted of installing 2,800 linear feet of 4-to 16-inch ductile iron water main,33 water services,and 6 new fire hydrants.Construction required complex MOT to contend with heavy vehicle and pedestrian traffic;as well as direct coordination between multiple city departments and the contractor performing future roadway improvements. OWNER City of Miami Beach -.- •_ "'s - r CLIENT Roberto Rodriguez - •-',• Capital Projects Coordinator - PHONE (305)673-7071 - •EMAIL RobertoRodriguez @miamibeachfi.gov = f,��a. }�,c «= ADDRESS 1700 Convention Center Drive - '"ftsi,ts.. Miami Beach,FL 33140 `r i •fi•;7-fiyvr :,n, i?.;_i : }.S CONTRACTOR Rene Castillo,Project Director : .. ,13 s'e t' 11" �'� PERSONNEL Victor Menocal,Project Manager _ - Luis Hernandez,Superintendent -,-"3.': .. - r,,• Eric A.Gonzalez,Asst Project Manager Michael Jankowski,Asst.Superintendent "rte 4,�"' ` ' ''-`tl��''+r; CONSTRUCTION COST $1.0 million COMPLETION YEAR 2011 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project Yes New Water Main 2,800 LF(4"-16"DIP) FPL Undergrounding No New Fire Hydrants 6 Residences 33 Services 33 Businesses 0 Rear Easement Services 0 STREETSCAPE STORMWATER DRAINAGE Tree 0 Manholes&Inlets 0 Sidewalks&Driveways 0 Drainage Mains 0 Curb&Gutter 0 Pump Stations 0 Decorative Lighting 0 Disposal Wells 0 ROADWAY SANITARY SEWER cd Pavement Restoration 0 Sanitary Manholes 0 v Road Reconstruction 0 Sanitary Sewer Main 0 ev Swale Reconstruction 0 Sewer Lining 0 e Signalization No Sewer Pump Stations 0 w E - . vn C) CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-10 3-9 ! INTI7VIC. (� °�'°% &.atitirxraIi Surfside Utility Upgrade Project itir"MAN Surfside,Florida INT' INC. 00•.4.0 sucH,f�cw°n ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE The project consisted of water,drainage,and sewer infrastructure improvements to The SCOPE OF THE WORK Town,as well as the restoring 167,000 square yards of road,33,000 square yards of swale,4,400 square yards of sidewalk&driveways,and 34,600 feet of curb&gutter. Water construction included replacing a 31,500-foot water main system consisting of 4- to 8-inch DIP and PVC pipe with 950 services;as well as relocating the existing water meters of over 1,600 homes from their rear easements to the front of the homes-work which required daily coordination between Ric-Man and Town representatives& residents.Drainage construction consisted of installing 5,500 feet of 10-to 36-inch DIP and RCP pipe,47 structures,9 wells,and 3 pump stations.Sewer construction consisted of rehabilitating a 49,500-foot sewer system consisting of 8-to 15-inch CIP pipe,over 2,000 laterals,166 structures,and 2 pump stations;as well as point-repairing 5,800 feet of the existing sewer main and installing 2,500 feet of new 12-inch PVC force main. OWNER Town of Surfside CLIENT Randy Stokes,Sr.Project Manager PHONE (786)459-5131 EMAIL rstokes@)townofsurfsidefl.gov ADDRESS 9293 Harding Avenue Surfside,FL 33154 111111 GENERAL CONTRACTOR Ric-Man International,Inc. Victor G.Menocal,Project Manager Luis Hernandez,Superintendent Paul R.Jankowski,Assistant Project Manager ! Michael Jankowski,Assistant Superintendent CONSTRUCTION COST $18.3 million COMPLETION DATE July,2013 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No Water Main 31,500 LF(4-8"PVC/DIP) FPL Undergrounding 23,300 LF Fire Hydrants 46 Residences 1,600 Rear Easement Services 350 HDD;700 Open-Cut Businesses 65 Water Services 632 Single&323 Double STREETSCAPE STORM DRAINAGE Trees 25 each Manholes&Catch Basins 41 Decorative Lighting 03 Drainage Mains 5,500 LF(10"-36"DIP/RCP) Sidewalks&Driveways 1,500 SY Pump Stations 3 °d Curb&Gutter 34,600 LF Disposal Wells 9 Decorative Pavers 2,900 SY Control Structures 6 ROADWAY SANITARY SEWER Milling&Resurfacing 167,000 SY Manholes 166(Rehab.of Existing) Roadway Reconstruction 6,750 SY Sewer Main 5,800 LF Repair,2,500 LF New Swale Reconstruction 18,333 SY Sewer Lining 46,600 LF ■ Signalization Yes Pump Stations 2 (Rehab.of Existing) m • c bA• tn a to CHEN•MOORE I Central Bayshore South Right-of-Way Intrastructere Improuemantt RFP No.2615-133-Y6 3-10 IIIT1111C. Broadview Park, Bid-Pack 1 %0C-MAN Neighborhood Improvements Project INT' INC. Broward County,Florida Pool, :a,,, ,; encn.ft. ,' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Project consisted of water main and roadway infrastructure improvement to the City of SCOPE OF THE WORK Plantation's Broadview Park neighborhood composed of over 2,000 residences,6 businesses,and a major road crossing.Water improvements consisted of the installation of 105,000 feet of 8-to 16-inch ductile iron water and transmission main,over 2,000 water meters,135 new fire hydrants,14 insertion valves,and 14 automatic blow-off valves.This work also required the relocation of over 1,400 water services from the rear easements of the homes to their front,work which required daily coordination between Ric-Man personnel and municipal representatives&residents.Roadway improvements included the milling&resurfacing of 25,000 square yards of road,22,000 square yards of asphalt driveway&concrete sidewalk reconstruction,58,000 square yards of swale reconstruction,and the removal of 17 major trees. OWNER Broward County Water& I - ` ---r' •'Tx Wastewater Services Division '� CLIENT Pat MacGregor,Project Administrator ,_ ' PHONE (954)831-0904 a . - _ 1 EMAIL pamacgregorC)broward.org 1 � ��i . ADDRESS 2555 West Copans Road,Bldg.1 e V. Pompano Beach,FL 33069 -- - _ k —v E.. f GENERAL CONTRACTOR Ric-Man International,Inc. Victor G.Menocal,Project Manager j � J 1 Luis Hernandez,Superintendent s•. •- J� - CONSTRUCTION COST $10.4 million ,• . COMPLETION DATE 2007 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No New Water Main 105,000 LF(8"-16'DIP) FPL Undergrounding No Rear Easement Services 1,450 all relocated to front Residences 2,000 Water Meters Connected 2,000 Businesses 6 Fire Hydrants 135 STREETSCAPE STORMWATER DRAINAGE Large Trees 17 Manholes 0 Sidewalks&Driveways 22,000 SY Catch Basins 0 Curb&Gutter Yes Drainage Mains 0 "6 a Decorative Pavers No Pump Stations 0 u c a ROADWAY SANITARY SEWER Milling&Resurfacing 25,500 SY Sanitary Manholes 0 w Swale Reconstruction 58,500 SY Sanitary Sewer Main 0 g Signalization No Sewer Lining 0 Roadway Reconstruction No Sewer Pump Stations 0 . - • m • c - tt0 un • as 0 • CHEN•MOORE Central Bayahors Soatb RIEbt-al-Way[atraatractare Improvements RFP IIs.2015-133-YQ 3-11 Southwest 6 & 7 Utilities Extension Project itLC-Nl4N Contract II - North Central Area 3 INT'"INC. Cape Coral,Florida roar��NO sewex•FLORID!..... ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE The project consisted of potable water,irrigation,sanitary sewer,stormwater drainage, SCOPE OF THE WORK and hardscape infrastructure improvements to a neighborhood composed of 844 homes and 2 bridges in Cape Coral,Florida.Potable water improvements included installing 39,800 feet of 6-to 8-inch PVC water main with 438 services for 734 meters,34 fire hydrants,and an aerial crossing.Irrigation improvements included installing 43,790 feet of reclaimed 4-to 16-inch irrigation mains with 498 irrigation services for 844 meters,as well as a 4-inch and a 16-inch aerial crossing.Stormwater drainage improvements included installing,5,200 feet of 15-to 36-inch HDPE&PVC main,400 feet of 12x18-to 24x38-inch elliptical HDPE main,and 127 inlet structures.Sanitary sewer improvements included installing 41,100 feet of 8-inch PVC gravity sewer mains up to 16-feet deep including 98 manhole structures and 540 single and double services,2 wastewater lift station,and 5,620 feet of 6-inch PVC force main.Hardscape and landscape improvements included 100,000 square yards of roadway reconstruction and hardscape restoration, 95,000 square yards of swale reconstruction,and 11,700 square yards of driveways. OWNER City of Cape Coral 'Y- CLIENT Paul Clinghan ':' �. .Y:i UEP Director +� --'. PHONE 239-574-0464 - _ EMAIL clin ha@ca ecoral.net _ — ADDRESS P.O.Box 150027 , Cape Coral,FL 33915-0027 - `tea naaa-1+s+�+..► ,. GENERAL CONTRACTOR Victor G.Menocal,Project Manager ''�� `' " _". PERSONNEL Luis Hernandez,Superintendent -c'''�'-„t'49'- .%^� cJ ,,',_1 COST&COMPLETION YEAR $9.7 million,2014 - -, . . -.- CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No New Water Main 39,800 LF(6"-8"PVC) FPL Undergrounding 0 Water Services 142 Single&296 Double Residences 844 New Fire Hydrants 34 Businesses 0 Aerial Crossings 3(4-Inch,8-inch,16-Inch) STREETSCAPE SANITARY SEWER Trees 0 Gravity Sewer Main 41,100 LF(8"PVC) Decorative Lighting 0 Structures 98 Manholes 05 Driveways 11,700 SY Sewer Services 234 Single&306 Double a) Decorative Pavers 600 SY Duplex Lift Stations 2 c Curb&Gutter 0 Force Main 5,600 LF(6"PVC) cu a, n. ROADWAY STORMWATER DRAINAGE I.J. Milling&Resurfacing 1,100 SY(Bridge) Drainage Main 5,200 LF(15"-36"HDPE&PVC) E Roadway Reconstruction 100,000 SY Elliptical Main 400 LF(12x18"-24x38"HDPE) ti -- Swale Reconstruction 95,000 SY Structures 127 Inlets • = - C tut)- N • as wb Q • 41 ^� Central Bayshore South Right-of-Way tntrastreetere Improvements RFP No.2015-133-Ytl 3-12 E., iMiIIIG CHEN•MOORE y ` NR ,•,nn4 as Broadview Park Neighborhood Improvement Project i jC•M4N Bid Package 4 - 20-inch Water Main Installation INT'L INC Broward County Water&Wastewater Services Division ro.,M—=H,n°1696. ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Due to our performance and qualifications this project was negotiated added scope to our SCOPE OF THE WORK Broadview Park Bid Pack 2 contract.This Neighborhood improvement project consisted of potable water main infrastructure improvements to the City of Plantation's Broadview Park neighborhood along State Road 441,a six-lane commercial road with over 60 businesses.Water infrastructure improvements consisted of installing 8,300 feet of 10-to 20-inch ductile iron water main(most of the work at night due to heavy traffic)and 16 air-release and butterfly valves,including 765 feet of directional drilling required to run the water main below Sunrise Boulevard,a six-lane bridge overpass plus access lanes and canal.Additional streetscape improvements included 14,500 square yards of roadwork and installing 12 traffic detection loops,as well as new curb&gutters,landscaping,and irrigation. OWNER Broward County Water — &Wastewater Service Division '' CLIENT Patrick Sweet,Project Manager + : _- 4 PHONE (954)931-3732 N> �'� ADDRESS 115 S.Andrews Avenue Suite A600 �` :: Fort Lauderdale,FL 33301 44 GENERAL CONTRACTOR Ric-Man International,Inc. "'� '` • ~ • Rene L.Castillo Sr.,Sr.Project Manager .►: - Victor G.Menocal,Project Manager °;`' Luis Hernandez,Superintendent -R.jankowski,Assistant Superintendent ;� CONSTRUCTION COST $1.7 million COMPLETION DATE 2010 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No Water Main 8,300 LF(10-20"DIP) N.I.P. Yes Directional Drill 760 LF Businesses 62 Connect to Existing Yes STREETSCAPE STORM DRAINAGE Curb&Gutter Yes Manholes&Catch Basins 0 Sidewalk&Driveway No Drainage Mains 0 Brick Pavers No Pump Stations 0 ROADWAY SANITARY SEWER °2S Milling&Resurfacing 14,500 SY Manholes 0 Traffic Detection Loops 12 Sewer Main 0 °' Signalization Yes Pump Stations 0 °J a x WF 7 m C bat! I CI • I� C-MwM CHEN•MOORE Central Bayskare See*Right-at-Way latrastreetare I proremeets REP Na.2015-133-YQ 3-13 IKi'L�iNt. Bayridge Subdivision Upgrade,Tavernier Distribution Vtie-PRA / Upgrade &Snake Creek Relocate INT''1NC. Florida Keys Aqueduct Authority ,hoar a, Puvo sewcN.f�oR+ ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE This neighborhood improvement project's original plan consisted of potable water main SCOPE OF THE WORK infrastructure improvements at three separate locations in the Florida Keys along the Overseas Highway(US-1);however,the Snake Creek Relocate portion of the project was removed by the owner due to pipe size and alignment plan errors and Ric-Man International was only asked to complete the Bayridge Subdivision Upgrade in the town of Islamorada and the Tavernier Distribution Upgrade in the town of Tavernier. Construction was completed on time despite having to contend with heavy traffic and a coastal environment in an area encompassing over 150 residences and 20 businesses along a major road,as well as an extensive coordination challenge presented by a separate utility contractor working in the vicinity installing a PVC sanitary vacuum system.Water infrastructure improvements included the installation of 10,400 feet of 6- to 8-inch C900 PVC water main with 133 services extending into private property to 147 meters-work which required daily coordination between Ric-Man and Town representatives and residents.Water construction also included the installation of a large meter vault,7 fire hydrants,and 14 connections to up to 16-inch wide existing water mains,as well as a major road crossing requiring 200 feet of directional drill work below the four lanes of the Overseas Highway at Jo-Jean Way in Tavernier.Streetscape improvements included the restoration of 12,000 square yards of roads and driveways, swale reconstruction,median restoration,and tree replacement. OWNER Florida Keys Aqueduct Authority _ ;,- -: CLIENT Joe Ivey,Project Administrator '� 'i PHONE (305)295-2158 ADDRESS 1100 Kennedy Drive ¢ " Key West,Fl 33040 — C.; GENERAL CONTRACTOR Ric-Man International,Inc. ' Andres Diaz,Project Manager 4 Luis Hernandez,General Superintendent y Paul R.Jankowski,Superintendent CONSTRUCTION COST $1.0 million COMPLETION DATE 2011 ' . - , CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN N.I.P. Yes Water Main 11,500 LF(6"-8"C900 PVC) Residences 150 Directional Drill 200 LF alS Businesses 20 Rear-Easement Services 133 services to 147 meters a, v STREETSCAPE STORM DRAINAGE ac i Curb&Gutter Yes Structures 0 i Driveway Yes Drainage Mains 0 x Tree Replacement Yes Pump Stations 0 ROADWAY SANITARY SEWER Milling&Resurfacing 12,000 SY Manholes 0 3 Median Restoration Yes Sewer Main 0 m . Swale Reconstruction Yes Pump Stations 0 c - IR • CU a • . Central Baytiore Eutf Rigid-of-Way Iafrastreetare Improvements RFP Na.2015-133-YQ 3-14 0 11--14------11410 1m�INC. CHEN•MOORS ..\,v)ri.\,I' Belvedere Homes Infrastructure Improvements, Phase 2 "iC-MAN Palm Beach County Water Utilities Department INT'LINC. brP4wo eewcM FLowa' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Project consisted of potable water,sanitary sewer,stormwater drainage,and hardscape SCOPE OF THE WORK infrastructure improvements to a neighborhood of over 200 homes.Water improvements included the installation of 9,700 feet of 4-to 8-inch DIP and PVC water main with over 100 services and 16 fire hydrants.Sewer improvements included installing of 8,800 feet of 4-to 6-inch PVC vacuum sewer main with 127 valve pits and service laterals.Drainage improvements included the installation of 3,000 feet of 15-to 42-inch RCP main up to 12 feet deep and 43 manholes and inlets.Hardscape improvements included over 20,000 square yards of roadwork,over 24,000 square yards of swale reconstruction,and 9,000 square yards of existing sidewalk and driveway replacement OWNER Palm Beach County Water Utilities Dept — ' CLIENT Joseph Tanacredi,P.E. Project Manager PHONE (561)493-6000''* r, Emu. jtanacredi@pbcwater.com ADDRESS 8100 Forest Hill Boulevard West Palm Beach,FL 33413 Are_____ - GENERAL CONTRACTOR Eric Gonzalez,Project Manager PERSONNEL Michael Jankowski,Superintendent -7S '� PROJECT COST $3.1 million COMPLETION YEAR 2014 . _ � :''fir _ .'•• .i. ...s, ..�� CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No New Water Main 9,700 LF(4"-8"DIP&PVC) FPL Undergrounding No Water Services 18 Single&100 Double Residences 218 New Fire Hydrants 16 ROADWAY SANITARY SEWER Milling&Resurfacing 3,200 SY Vacuum Sewer Main 8,800 LF(4"-6"PVC) Roadway Reconstruction 20,600 SY Valve Pits 127 Swale Reconstruction 24,000 SY Sewer Services 127 STREETSCAPE STORMWATER DRAINAGE Sidewalks 3,300 SY Drainage Main 3,000 LF(15"-42"RCP) Driveways 5,700 SY Structures 43 manholes&inlets c6 CU Fx m • 00 IR • CU IP1 irT'L�IgG CHEN•MQQRE Centre{Beyzfrere Scott Right-et-war lofrestrectare Improvements RFP No.2116-193-CQ 3-15 0 tc La Mancha Avenue Pipeline Extension Project iite-Mitki Palm Beach County Water Utilities Department INT'L INC. % FLoREAGN,FIORId` ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE This projected consisted of potable water infrastructure improvements along La Mancha SCOPE OF THE WORK Avenue in the village of Royal Palm Beach,an area encompassing 390 residences. Improvements involved the extension of an existing 36-inch water main with the installation of 15,700 feet of 36-inch DIP water main and 16,800 feet of 36-inch DIP force main through challenging terrain.Construction in this terrain required 4 aerial crossings, 4 sub-aqueous crossings,and 1,200 feet of 36-inch directional drilling in order to install the new water main below existing storm water drainage culvert at 2 locations. Additional improvements included 8,000 square yards of roadwork,1,500 feet of new curb&gutter,34,500 square yards of sodding&seeing,planting or relocating 39 trees, and irrigation. OWNER Palm Beach County -1.;l ' ...a• • Water Utilities Department , , 1 '44-6 "---',.- ;--; . CLIENT Joseph Tanacredi,P.E. - - Project Manager I V ` 1� PHONE (561)493-6088 4.-„O% - : • ,Y EMAIL jtanacredi@pbcwater.com ADDRESS 8100 Forest Hill Boulevard I y West Palm Beach,FL 33413 GENERAL CONTRACTOR Ric-Man International,Inc. ; . • /- Rene L.Castillo,Sr.Project Manager ` �' 1�'^ Luis Hernandez,Superintendent A.. k, . CONSTRUCTION COST $5.0 million .., i COMPLETION DATE 2007 ,1,,, — CONSTRUCTION DETAILS STREETSCAPE POTABLE WATER Milling&Resurfacing 8,000 SY Water Main 15,700 LF(36"DIP) Curb&Gutter 1,500 LF Force Main 16,800 LF(36"DIP) Tree Replacement 39 Directional Drill 1,200 LF(36"DIP) Sodding&Seeding 34,500 SY Aerial Crossings 4 Irrigation Yes Sub-aqueous Crossings 4 SCOPE OF WORK SANITARY SEWER Design-Build No Sewer Main 0 Completed On-Time Yes Structures 0 Residences 390 Pump Stations 0 a! v C v 'a w a x F C VI • m I 111711111C. CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure improvements RFP No.2015-133-YQ 3-16 0 -ocra .ASS(X•IA,r•, Northeast 38th Street Reconstruction ,R%C-MAN City of Oakland Park,Florida INr7A1NC. %MNO aEAGM,Fl-Ob* ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE As part of an FDOT funded project,Ric-Man performed drainage,sewer,and roadway SCOPE OF THE WORK infrastructure improvements to the City of Oakland Park's Northeast 38th St from Northeast 11th Ave.to North Andrews Ave.Drainage construction included the installation of 1,400 feet of 18-to 48-inch RCP and 60 drainage structures.Utility construction included the demolition or abandonment of existing sanitary utilities and the installation of 450 feet of 6-to 10-inch PVC sewer main,11 laterals,and 4 manholes;as well as 12,500 feet of telecom and electrical conduit.Roadway and landscape improvements included 17,800 square yards of road construction,8,750 square yards of sidewalk&driveway construction,1,300 square yards of decorative paver work,the planting or relocating of over 80 trees,as well as new landscape plantings and new irrigation. OWNER City of Oakland Park =_ ... CLIENT Ronald Desbrunes P.E.,Project Manager PHONE (954)630-4482 . *.. '~ _ EMAIL RonaldDCnoaklandparkfl.gov ''T� . ADDRESS 5399 North Dixie Highway,Suite 3 - _ ' - `-''.,ir Oakland Park,FL 33334 ' f l 7 '1115 c `s,. GENERAL CONTRACTOR Ric-Man International,Inc. / _i Andres G.Diaz E.I.,Project Manager "1 Chris Tharrett,Superintendent ;.;" 1' Paul R.Jankowski,Assistant Superintendent ' '' CONSTRUCTION CosT $3.4 million 'a s, COMPLETION DATE September,2014(projected) ;.,-4-'- §t�, . CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No Water Main 200 LF Conduit 12,500 LF(telecom&electric) Fire Hydrants 0 Residences 320 Rear Easement Services 0 Businesses 24 Water Services 45 STREETSCAPE STORM DRAINAGE Trees 82 Manholes&Catch Basins 14 Manholes,38 Catch Basins Decorative Lighting Yes Drainage Mains 1,400 LF(18"-48"RCP) Sidewalks&Driveways 8,750 SY Hydrodynamic separators 4 Curb&Gutter 14,500 LF Control Structures 4 Decorative Pavers 1,300 SY De-silt Existing Main 7,700 LF(24"-60"pipe) ca ROADWAY SANITARY SEWER a) a Milling&Resurfacing 17,800 SY Manholes 4 u c Roadway Reconstruction 0 SY Sewer Main 450 LF(6"-10"PVC) °' Swale Reconstruction 9,200 SY Sanitary Laterals 11 a Signalization Yes Pump Stations 0 v ba to ai _ a • ,j�/ M • Central Bankers Saatt RI ht-of-Play lafrutructare Improvements RFP Me_2013-133-TO 3-17 1���6 CHEN MOORE Q "0rk.,e,,,Qw► St. George East Neighborhood Improvement Project RlC-MAN Broward County,Florida INT' INC. roMtANO aEACM,F<oa►o' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE Project consisted of complete right-of-way infrastructure improvements to the eastern SCOPE OF THE WORK portion Fort Lauderdale's St.George neighborhood composed of 500 residences,a school,a park,and a church.Performing water,stormwater drainage,sanitary sewer, and roadway construction in this neighborhood required site-specific management of traffic and protection of school children,as well as for Ric-Man personnel to routinely coordinate work through the homeowners association and attended their meetings. Water improvements included installing 23,000 feet of new 8-to 20-inch ductile iron water main and 38 fire hydrants.Drainage improvements included installing 1,100 feet of 15-to 24-inch RCP main and 50 structures.Sewer improvements included installing 21,000 feet of 8-to 15-inch PVC main,53 structures,a submersible pump station,and 1,400 feet of directional drill for a 24-inch force main.Roadway improvements included the milling&resurfacing of 56,000 square yards of road,the reconstruction of 5,500 square yards of sidewalk&driveways,3,700 feet of curb&gutter,and the planting of 69 trees,as well as 46,000 square yards of swale reconstruction, landscaping,and new irrigation. OWNER Broward County Water&Wastewater ef�l�'y ;r' . ",!* -_-'' Services Division CLIENT Pat MacGregor,Project Administrator • - ai PHONE (954)831-0904 4 '" EMAIL DamacEregorftbroward.org T;_'�` ADDRESS 2555 West Copans Road,Bldg.1 + ' • Pompano Beach,FL 33069 . GENERAL CONTRACTOR Ric-Man International,Inc. '\ Rene Castillo Sr.,Project Manager Luis Hernandez,Superintendent ' '' CONSTRUCTION COST $10.3 million - COMPLETION DATE 2007 CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No New Water Main 23,000 LF(8"-20"DIP) Residences 500 New Fire Hydrants 38 each Schools 1 Rear Easement Services Yes STREETSCAPE STORMWATER DRAINAGE Trees 69 Structures 50 each `tt Sidewalks&Driveways 5,500 SY Drainage Mains 1,100 LF(15"-24"RCP) Curb&Gutter 3,750 LF Pump Stations 0 °r ar ROADWAY SANITARY SEWER X Milling&Resurfacing 56,000 SY Sanitary Manholes 53 each Roadway Reconstruction 0 Sanitary Sewer Main 21,000 LF(8"-15"PVC) Swale Reconstruction 46,000 SY Directional Drill 1,400 LF(24"FM) . Signalization No Sewer Pump Stations 1 --- — — — — —— — — — — c to to, • a, • �'a'C• Central Bayshore South Right-of-Way Infrastructure Improvements RFP No. 2015-133-Y0 3-18 CHEN•MOORE City of Weston Drainage Improvements fitIC"MaN City of Weston,Florida . INr INC. �rµo eeACH.no/6°1' ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE This neighborhood improvement project consisted of major stormwater drainage SCOPE OF THE WORK infrastructure improvements to 12 separate locations throughout the City of Weston, directly impacting over 1,400 residences and local businesses;specifically,replacing existing drainage mains at 8 separate sites and large diameter culvert pipes connecting canals beneath roads at 4 separate sites.Total drainage improvements included the installation of 8,500 feet of 15-to 72-inch CAP and RCP drainage mains and 400 feet of 53x83-inch CAP and RCP elliptical drainage main up to 14 feet deep,as well as 73 inlets and 34 manholes.Additional utility improvements included installing 60 feet of 8-inch ductile iron water main and 50 feet of 8-to 10-inch PVC gravity sewer main.Streetscape improvements included 15,900 square yards of milling&resurfacing,800 square yards of sidewalk&driveway restoration,and 850 feet of curb&gutter.Landscape improvements included 15,000 square yards of swale reconstruction as well as protecting,removing,or relocating 180 trees and setting 2 tons of riprap. OWNER City of Weston - CLIENT John IL Flint,City Manager PHONE (954)385-2000 EMAIL jflint@)westonfl.org ,10" ADDRESS 17200 Royal Palm Boulevard swam ; Weston,Florida 33326 GENERAL CONTRACTOR Ric-Man International,Inc. PERSONNEL Andres Diaz,Project Manager Michael Jankowski,Superintendent ,-1 PROJECT Cos�r $1.9 million , ,- ;, .!_:i~' �j"�-- COMPLETION DATE August 2014 ' , _ CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No Water Main 60 LF(8"DIP) N.I.P. Yes Water Services 0 Residences 1420 Pump Station 0 STREETSCAPE STORMWATER DRAINAGE Trees 180(45 remove or relocate) Drainage Main 8,500 LF(15-72"CAP&RCP) Sidewalk&Driveways 800 SY Elliptical Main 400 LF(38x60-53x83"CAP&ERCP) Curb&Gutter 850 LF Drainage Structures 107(73 inlets&34 manholes) °d ROADWAY SANITARY SEWER Milling&Resurfacing 15,900 SY Sewer Main 50 LF(8-10"PVC) eL Swale Restoration 15,000 SY Sanitary Structures 0 4x • m • o.- v • C1 • I i a' CHEN•MO ORE Central Sayslere Saat4 Rtaat-of-Way Iahastrectere Impreveaa•ats RFP Ile.2115-133-YQ 3-19 IMTIIMC. City of Weston Force Main Improvements %%C-M14H Project Areas 1, 3, 4, 5, and 6 INT'!. INC. City of Weston, Florida roap,,,,o sewoN,FWpa� ROLE Ric-Man International served as the prime contractor DESCRIPTION OF THE This neighborhood improvement project consisted of stormwater drainage force main and SCOPE OF THE WORK streetscape improvements to 5 separate locations throughout the City of Weston,directly impacting several businesses and a school.Stormwater drainage improvements included the installation of 8,500 feet of 8-to 16-inch DIP force main and 15 48-inch manhole air- release valve structures,work that required 280 feet of directional drilling and 2 bore pits. Streetscape improvements included over14,000 square yards of milling&resurfacing,270 square yards of sidewalk restoration,and 350 feet of curb&gutter.Landscape improvements included 7,800 square yards of swale reconstruction and 17,000 square yards of swale restoration. OWNER City of Weston .ti' , ° .1 i E CLIENT John It Flint,City Manager , PHONE (954)385-2000 _ ;'_ - EMAIL jflint @westonfl.orE _ . ADDRESS 17200 Royal Palm Boulevard Weston,Florida 33326 ta: f 4 GENERAL CONTRACTOR Ric-Man International,Inc. PERSONNEL Andres Diaz,Project Manager P t. ..Y Michael Jankowski,Superintendent - • PROJECT Corr $2.1 million •. COMPLETION DATE October 2014 4- r . CONSTRUCTION DETAILS SCOPE OF WORK WATER MAIN Design-Build Project No Water Main 0 N.I.P. Yes Water Services 0 Schools 1 Pump Station 0 STREETSCAPE STORMWATER FORCE MAIN Curb&Gutter 350 LF Force Main 8,540 LF(8-16"DIP) Sidewalk Restoration 270 SY Directional Drill 280 LF Drainage Structures 15 manhole air-release valve Tapping Sleeves 9(up to 16x30"DIP) ROADWAY SANITARY SEWER Milling&Resurfacing 14,100 SY Sewer Main 0 Swale Reconstruction 7,800 SY Sanitary Structures 0 Swale Restoration 17,000 SY Pump Stations 0 c a., cu CL m • c , • a • �I s1 CNEN•MOORE Central larder.loath Rt$ht-st-Way lakaatraotore Impra�remesta RFP Ns.2115-133-TO 3-20 a IIRI�INC. r 4.Safety Record McNish Group, Inc. 26622 Woodward Avenue*Suite 200 McNish Financial Services,Inc. Royal Oak,Michigan 48067 Jlc\ish Agency,Inc. 26622 Woodward Avenue•Suite 200 Telephone:(248)544-4800 735 S.Garfield Ave.Ste 205 Royal Oak,Michigan 48067 Fax:(248)544-4801 Traverse City,Michigan 49686 Telephone:(248)544-4800 Telephone:(231)947-9050 Fax:(248)5444801 Fax:(231)947-3158 March 31.2015 To Whom it May Concern: RE: Ric-Man International,Inc. Anniversary Rating Date: 2/1 Ow captioned Insured's Workers Compensation policies were issued with the following NCCI Experience Mod;fication factors for the current and past 3 years as follows: 2015/2016 .89 2014/2015 .98 2013/2014 .98 2012/2013 .95 Should further clarification be required in this matter,please call our office. Sincerely, Wiliam 1.McNish President a u C cu ar t .� 17 a],�11 .. r4,(F 1.,1),Fn;\,,-I Sr;,,;:r- 3 CO • C 110 vt • • 11� C CHEN•MOORE Central limbers$sot∎ -of-Way Ixfraatracture Improvements RFP N .2015-193-YQ 3-21 • IR•L�I11G O 5. Dun & Bradstreet Supplier Qualifier Report Please see the following pages. v V aJ d XE - - ii, .3 • m • C to- vl a) D •t"7 41C• Central Bayshore South Right-at-Way totrastrustere Improvements RFP No, 2015-133-YU 3-22 CHEN•MOORE ASSOC &1012015 D&B Supplier Qualifier Report RIC-MAN INTERNATIONAL,INC Supp'1e.r Qualifier Report RIC-MAN INTERNATIONAL, INC. Print Entire Report D-U-N-S® Number 11-414-4074 ®E mai Repot Copyright 2015 Dun&Bradstreet-Provided under contract for the exclusive use of O Save HTML Report subscriber 100150009 ATTN: RIC-MAN INTERNATIONAL,INC. Report Printed:JUN 09 2015 In Data Overview Nistwy& cd,.,ir' & , .��.�.:,i?: f r :_ ;.�'��. ; bn Opw�twn: k' PUBLIC FILINGS The following Public Filing data is for Information purposes only and Is not the official record.Certified copies can only be obtained from the official source. UCC FILINGS O About UCC FihngS Collateral: Account(s)and proceeds-Chattel paper and proceeds-Contract rights and proceeds-General intangibles(s)and proceeds-Equipment and proceeds Type: Original Sec.party: JOHN DEERE CONSTRUCTION&FORESTRY COMPANY,JOHNSTON, IA Debtor. RIC-MAN INTERNATIONAL,INC. Filing number. 201400596252 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL Date filed: 01/21/2014 Latest Info Received: 01/31/2014 Collateral: Account(s)and proceeds-Chattel paper and proceeds-Contract rights and proceeds-General intangibles(s)and proceeds-Equipment and proceeds Type: Original Sec.party: JOHN DEERE CONSTRUCTION&FORESTRY COMPANY,JOHNSTON,IA Debtor. RIC-MAN INTERNATIONAL,INC. Filing number. 201309858444 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date flied: 09/18/2013 Latest Info Received: 10/04/2013 Collateral: Account(s)and proceeds-Chattel paper and proceeds-Contract rights and proceeds-General intangibles(s)and proceeds-Equipment and proceeds Type: Original Sec.party: JOHN DEERE CONSTRUCTION&FORESTRY COMPANY,JOHNSTON,IA Debtor. RIC-MAN INTERNATIONAL,INC. Filing number. 201309858428 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE,FL Date filed: 09/18/2013 Latest Info Received: 10/04/2013 Collateral: Account(s)and proceeds-Contract rights and proceeds-Chattel paper and proceeds-General intangibles(s)and proceeds-Equipment and proceeds Type: Original Sec.party: JOHN DEERE CONSTRUCTION&FORESTRY COMPANY,JOHNSTON,IA Debtor. RIC-MAN INTERNATIONAL,INC. Filing number: 201105714983 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date flied: 11/23/2011 Latest Info Received: 12/08/2011 Type: Termination Sec.party: JOHN DEERE CONSTRUCTION&FORESTRY COMPANY,JOHNSTON,IA Debtor: RIC-MAN INTERNATIONAL,INC. Filing number. 201503850569 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 05/27/2015 Latest Info Received: 06/01/2015 Original UCC filed date: 11/23/2011 Original filing no.: 201105714983 There are additional UCC's In D&B's file on this company available by contacting 1-800-234-3867, 3-23 &1012015 D&B Supplier Qualifier Report:RIC-MAN INTERNATIONAL,INC The public record items contained in this report may have been paid,terminated,vacated or released prior to the date this report was printed. GOVERNMENT ACTIVITY 0 About Government Activity Activity summary Borrower(Dir/Guar): NO Administrative debt: YES Contractor: NO Grantee: NO Party excluded from federal program(s): NO Congressional District: 21 The details provided in the Government Activity section are as reported to Dun&Bradstreet by the federal government and other sources. 2013 --- 2014 --- --- --- --- --- --- --- 2015 --- -- SEP DEC MAR JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN Supplier 66 68 68 68 68 68 68 68 68 68 68 79 80 78 78 78 PAYDEX Industry PAYDEX(Based on 29 establishments in SIC 1623) UP QRT 79 79 79 79 79 79 79 MEDIAN 73 73 73 73 73 73 74 LO QRT 65 65 65 65 64 64 64 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun& Bradstreet trade file. •score: 13%o (1,..10U YtK 1U,UUU) Average Probability of Supplier Ceased 5.60°k (560 PER 10,000) Operations/Becoming Inactive: -Average of Businesses in D&B's Supplier Database Q CREDIT DELINOUENCY SCORE: 535 DIVERSITY O About Diversity Historically Underutilized Business: N/A Minority-Owned Business: N/A Veteran-Owned Business: N/A Women-Owned Business: N/A Vietnam Veteran Business: N/A Disadvantaged Business Enterprise: N/A Disabled-Owned Business: N/A Small Disadvantaged Business: N/A Historical College Classification: N/A HUB-Zoned Certified Business: N/A YES SBA 8(a) Certified: N/A Labor surplus area. (2015) Small Business: YES (2015) SPECIAL EVENTS Q About Soeaai Events 05/18/2015 A Rating change has occurred on this company. 03/02/2015 A Rating change has occurred on this company. CUSTOMER SERVICE If you have questions about this report,please call our Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. If you are outside the U.S.contact your local D&B office. - Additional Decision Support Available •*• 3-24 8/102016 D&B Supplier Qualifier Report RIC-MAN INTERNATIONAL,INC Additional D&B products,monitoring services and specialized investigations are available to help you evaluate this company or its industry.Call Dun&Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S.or visit our website at www.dnb.com. 3-25 Order Summary Page 1 of I _AM i` Bradstreet Go ernment :Joiuiions dun&bradstreet Contractor ;Management Portal Step 3 of 3 View Registration Status I Find lour Coot pans D&B Supplier Certification Receipt 2 Provide Pa∎ment Information Date Time Company D-U-N-S Product Cost 3 \iew Registration Status 06- 16:54:12 RIC-MAN 114144074 Supplier Sub 591.95 15- INTERNATIONAL, Portal Total 2015 INC. Registration Product Yearly Tax 50.00 Total Cost 591.95 For further information or darification Please contact our Customer Resource Group by clicking on the Customer Support link at the bottom of the page. • Print Sack To progress through the portal,use the Powered Customer Support Pnvacy Pclicy iietp available navigation buttons Do not i O: use the back or forward buttons on your browser window 3-26 dun & b radst reet Supplier Qualifier Report To save report(s)to your PC, click here for instructions. g Print this Report Copyright 2015 Dun& Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 ATTN: CHEN MOORE AND ASSOCIATES, INC. Report Printed: MAY 27 2015 In Date BUSINESS INFORMATION CHEN MOORE AND ASSOCIATES, INC. 500 W Cypress Creek Rd Ste 630 Fort Lauderdale, FL 33309 This is a headquarters location. D-U-N-S® Number: 85-945-9547 Branch(es) or division(s) exist. Telephone: 954 730-0707 ® D&B Rating: 1R3 Number of employees: 1R is 10 or more employees. Fax: 954 730-2030`® Composite credit appraisal: 3 is fair. D&B Supplier Risk: 4 Chief executive: BEN CHEN, CHM SUPPLIER EVALUATION RISK(SER) RATING FOR THIS Year started: 1986 FIRM : 4 Employs: 49 (18 here) 9 8 7 6 5 4 3 2 1 History: CLEAR High Medium Law Financing: SECURED D&B PAYDEX® D&B PAYDEX: 72 When weighted by dollar amount, payments to suppliers average 12 days beyond terms. 0 100 120 days slow 30 days slow Prompt Anticipates Based on up to 24 months of trade. SUMMARY ANALYSIS D&B Rating: 1R3 Number of employees: 1R indicates 10 or more employees. Composite credit appraisal: 3 is fair. The IR and 2R ratings categories reflect company size based on the total number of employees for the business.They are assigned to business files that do not contain a current financial statement. In 1R and 2R Ratings, the 2, 3, or 4 credit worthiness indicator is based on analysis by D&B of public filings, trade payments, business age and other 3-27 important factors. 2 is the highest Composite Credit Appraisal a company not supplying D&B with current financial information can receive. For more information, see the D&B Rating Key. Below is an overview of the company's rating history since 10/15/05: D&B Rating Date Applied 1R3 10/28/13 1R2 06/14/12 1R3 12/11/09 1R2 11/26/08 1R3 10/14/08 FF4 06/15/07 CBI 07/17/06 CB2 05/08/06 GG4 10/28/05 1R3 10/15/05 The Summary Analysis section reflects information in D&B's file as of May 25, 2015. RISK SCORE ANALYSIS SER COMMENTARY: - Higher risk industry based on inactive rate for this industry. - Proportion of slow payment experiences to total number of payment experiences reported. - Proportion of past due balances to total amount owing. PROBABILITY OF CEASED OPERATIONS/BECOMING INACTIVE SUPPLIER EVALUATION RISK RATING: 4 The probability of ceased operations/becoming inactive indicates what percent of U.S. businesses is expected to cease operations or become inactive over next 12 months. Probability of Supplier Ceased 3.7% (370 PER 10,000) Operations/Becoming Inactive : Percentage of US business with same SER 13% (1,300 PER 10,000) score : Average Probability of Supplier Ceased 5.60% (560 PER 10,000) Operations/Becoming Inactive : - Average of Businesses in D&B's Supplier Database CREDIT DELINQUENCY SCORE: 467 DIVERSITY Minority-Owned Business: YES Historically Underutilized Business: N/A Asian Veteran-Owned Business: N/A Ethnicity Classification: American Vietnam Veteran Business: N/A Women-Owned Business: YES Disabled-Owned Business: N/A Disadvantaged Business Enterprise: YES Historical College Classification: N/A Small Disadvantaged Business: YES Labor surplus area: YES HUB-Zoned Certified Business: N/A (2015) SBA 8(a) Certified: N/A Small Business: YES (2015) CUSTOMER SERVICE 3-28 If you have questions about this report, please call our Customer Resource Center at 1.800.234.3867`®from anywhere within the U.S. If you are outside the U.S. contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet's Customer Resource Center at 1.800.234.38674)from anywhere within the U.S. or visit our website at www.dnb.com. HISTORY The following information was reported 02/19/2015: Officer(s): BEN CHEN, CHM PETER MOORE, PRES JAMES BARTON, V PRES JASON MCCLAIR, TREAS OSCAR BELLO, SEC SEAN DANNELLY, CFO DIRECTOR(S): THE OFFICER(S) The Florida Secretary of State's business registrations file showed that Chen and Moore and Associates, Inc. was registered as a Corporation on November 7, 1986. Business name changed from Chen and Associates Consulting Engineers, Inc. to Chen Moore and Associates, Inc. by charter amendment on July 2, 2013. Business started 1986 by the listed officers. 100% of capital stock is owned by Ben Chen. BEN CHEN born 1946. 1986-present active here. PETER MOORE born 1962. 1986-present active here. JAMES BARTON born 1955. 1986-present active here. JASON MCCLAIR born 1956. 1986-present active here. OSCAR BELLO. 2004-present active here. SEAN DANNELLY. Antecedents not available. BUSINESS REGISTRATION CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF MAY 15 2015: Registered Name: CHEN MOORE AND ASSOCIATES, INC. Business type: DOMESTIC CORPORATION Corporation type: PROFIT Date incorporated: NOV 07 1986 State of incorporation: FLORIDA Filing date: NOV 07 1986 Registration ID: J41454 Federal ID: 592739866 Status: ACTIVE Where filed: STATE DEPARTMENT/CORPORATION DIVISION, TALLAHASSEE, FL 3-29 Registered agent: PETER M MOORE, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 Principals: PETER M MOORE, DP, 915 WEST LAS OLAS, FORT LAUDERDALE, FL, 333120000 JASON J MCCLAIR, DT, 524 ORTON AVENUE #504, FORT LAUDERDALE, FL, 333040000 CRISTOBAL A BETANCOURT, D, 4838 SE GRAHAM DR, STUART, FL, 349970000 Safiya T Brea, Secr, 4393 NW 42 Ct, Coconut Creek, FL, 330730000 OPERATIONS 02/19/2015 Description: Provides engineering services, specializing in consulting (100%). ADDITIONAL TELEPHONE NUMBER(S): Facsimile (Fax) 954 730-2030ty. All sales cash. Terms are on a contractual basis. Sells to government. Territory : Local. Nonseasonal. Employees: 49 which includes officer(s). 18 employed here. Facilities: Rents 6,000 sq. ft. in a multi story concrete block building. Location: Commercial section on main street. Branches: This business has multiple branches, detailed branch/division information is available in Dun & Bradstreet's linkage or family tree products. FAMILY LINKAGE This business is at the head of its corporate family tree. It is not a subsidiary of any other business. UNSPSC UNSPSC(United Nations Standard Product and Services Code) is a globally accepted commodity (Product and Services) classification system. CHEN MOORE AND ASSOCIATES, INC. offers the following product(s) and service(s): 81100000 Professional engineering services NAICS Beginning in 1997, the Standard Industrial Classification (SIC) was replaced by the North American Industry Classification System (NAICS). This six digit code is a major revision that not only provides for newer industries, but also reorganizes the categories on a production/process-oriented basis. This new, uniform, industry-wide classification system has been designed as the index for statistical reporting of all economic activities of the U.S., Canada, and Mexico. 541330 Engineering Services SIC Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. 87119903 Consulting engineer D&B PAYDEX 3-30 The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on up to 40 payment experiences as reported to D&B by trade references. 3-Month D&B PAYDEX: 71 D&B PAYDEX: 72 When weighted by dollar amount, payments to When weighted by dollar amount, payments to suppliers average 14 days beyond terms. suppliers average 12 days beyond terms. o 100 0 100 120 clays slaw 30 clays slow Prompt Anticipates 120 days slaw 30 days slow Prompt Arlo pates Based on trade collected over last 3 months. Based on up to 24 months of trade. When dollar amounts are not considered, then approximately 72% of the company's payments are within terms. PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: Total Total Dollar Largest High Within Days Slow Rcv'd Amts Credit Terms <31 31-60 61-90 90> (#) ($) ($) (%) (%) Top industries: Misc equipment rental 5 14,000 5,000 30 49 21 - - Misc business credit 5 4,500 2,500 75 22 3 - - Telephone communictns 2 2,550 2,500 100 - - - - Misc business service 2 3,500 2,500 64 36 - - - Management services 1 35,000 35,000 100 - - - - Engineering services 1 10,000 10,000 100 - - - - Ret mail-order house 1 7,500 7,500 50 - - - 50 Whol office supplies 1 5,000 5,000 50 - 50 - - Public finance 1 2,500 2,500 100 - - - - Ret furniture 1 1,000 1,000 100 - - - - OTHER INDUSTRIES 6 1,850 1,000 93 7 - - - Other payment categories: Cash experiences 13 700 100 Payment record unknown 1 5,000 5,000 Unfavorable comments 0 0 0 Placed for collections: With D&8 0 0 Other 0 N/A Total in D&B's file 40 93,100 35,000 The highest Now Owes on file is$30,000 The highest Past Due on file is $1,000 D&B receives over 600 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. 3-31 • PAYMENT DETAILS Detailed payment history Date Reported Paying Record High Credit Now Owes Past Due Selling Terms Last Sale (mm/yy) ($) (#) (5) Within (months) 05/15 Ppt 500 250 Lease Agreemnt Ppt-Slow 30 1,000 750 0 1 mo Ppt-Slow 120 7,500 1,000 500 1 mo 04/15 Ppt 35,000 30,000 0 1 mo Ppt 10,000 0 0 6-12 mos Ppt 1,000 250 0 1 mo Ppt 50 50 0 i mo Ppt-Slow 30 5,000 1,000 500 1 mo Ppt-Slow 30 2,500 2,500 0 1 mo Ppt-Slow 30 2,500 1,000 1,000 1 mo Ppt-Slow 30 500 250 100 Lease Agreemnt 1 mo Ppt-Slow 30 250 0 0 4-5 mos Ppt-Slow 30 250 250 100 Lease Agreemnt 1 mo Ppt-Slow 60 5,000 1,000 500 N30 1 mo Slow 30-60 1,000 500 1 mo Slow 30-60 5,000 0 0 4-5 mos Slow 30-60 250 100 100 Lease Agreemnt 2-3 mos 03/15 Ppt 2,500 2,500 0 1 mo Ppt 50 0 0 4-5 mos 02/15 Ppt 2,500 2,500 0 1 mo 12/14 Ppt 2,500 1 mo (022) 5,000 1 mo 07/14 Ppt 50 1 mo (024) 50 Cash account 6-12 mos (025) 50 Cash account 1 mo 06/14 (026) 50 Cash account 1 mo (027) 50 Cash account 4-5 mos (028) 50 50 Cash account 1 mo (029) 50 50 Cash account 1 mo (030) 50 Cash account 1 mo (031) 50 Cash account 4-5 mos 05/14 (032) 250 1 mo 0000 000®Satisfactory. (033) 50 Cash account 1 mo (034) 50 Cash account 1 mo 04/14 Ppt 1,000 0 0 6-12 mos (036) 100 Cash account 1 mo (037) 50 Cash account 1 mo 12/13 Ppt 1,000 0 0 N30 6-12 mos 07/13 (039) 50 Cash account 1 mo 3-32 04/13 Ppt 250 0 0 6-12 mos Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. PAYMENT TRENDS SUPPLIER VERSUS INDUSTRY PAYDEX -> PRIOR 4 QTRS CURRENT 12 MONTH TREND 2013 --- --- 2014 --- --- --- --- --- --- --- 2015 --- --- --- --- JUN SEP DEC MAR JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY Supplier 78 76 77 77 77 76 76 76 75 75 76 74 72 74 72 72 PAYDEX Industry PAYDEX (Based on 146 establishments in SIC 8711) UP QRT 80 80 80 80 80 80 80 80 MEDIAN 79 79 79 79 79 79 79 79 LO QRT 73 74 74 74 74 73 73 74 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun& Bradstreet trade file. All amounts displayed within this report are in local currency. FINANCE 02/19/2015 Three-year statement comparative: Fiscal Fiscal Fiscal Dec 31 2004 Dec 31 2005 Dec 31 2006 Current Assets 128,437 195,298 (75,114) Current Liabs 123,904 71,309 18,232 Current Ratio 1.04 2.74 Working Capital 4,533 123,989 Other Assets 1,624 13,232 110,913 Net Worth 6,157 137,221 17,567 Sales 3,103,458 4,584,743 Long Term Liab 0 0 0 Net Profit (Loss) 2,567,782 271,476 On FEB 19 2015 Melvia Rogers, Admin Asst, deferred financial information. KEY BUSINESS RATIOS 3-33 Statement date: DEC 31. 2006 Based on this number of establishments: 146 Firm Industry Median Quartile Rank (Supplier) Return of Sales: UN Return of Sales: 4.5 N/A Current Ratio: ( 4.1) Current Ratio: 2.4 4 Quick Ratio: UN Quick Ratio: 2.0 N/A Assets/Sales: UN Assets/Sales: 35.2 N/A Total Liability/ Net Worth: UN Total Liability/ Net Worth: 75.7 N/A UN = Unavailable PUBLIC FILINGS The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. UCC FILINGS Collateral: Negotiable instruments including proceeds and products- Leased Inventory including proceeds and products - Account(s) including proceeds and products - General intangibles(s) including proceeds and products - and OTHERS Type: Original Sec. party: KEY EQUIPMENT FINANCE INC., HOUSTON, TX Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS INC Filing number: 200602828463 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 06/06/2006 Latest Info Received: 06/15/2006 Collateral: Inventory including proceeds and products -Account(s) including proceeds and products - General intangibles(s) including proceeds and products - Fixtures including proceeds and products - and OTHERS Type: Original Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS, INC. Filing number: 201206984854 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 06/20/2012 Latest Info Received: 07/03/2012 Collateral: Leased Equipment including proceeds and products Type: Original Sec. party: REGENTS CAPITAL CORPORATION, COSTA MESA, CA Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201401416916 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 05/14/2014 Latest Info Received: 05/30/2014 Type: Amendment Sec. party: SUSQUEHANNA COMMERCIAL FINANCE, INC., MALVERN, PA Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201401586161 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 06/10/2014 Latest Info Received: 06/20/2014 Original UCC filed date: 05/14/2014 Original filing no.: 201401416916 Collateral: Leased Fixtures including proceeds and products Type: Original Sec. party: GREATAMERICA LEASING CORPORATION, CEDAR RAPIDS, IA 3-34 Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS, INC. Filing number: 200604381881 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 12/18/2006 Latest Info Received: 12/29/2006 There are additional UCC's in D&B's file on this company available by contacting 1-800-234-386V. The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. GOVERNMENT ACTIVITY Activity summary Borrower(Dir/Guar): NO Administrative debt: NO Contractor: YES Grantee: NO Party excluded from federal program(s): NO Congressional District: 24 The details provided in the Government Activity section are as reported to Dun & Bradstreet by the federal government and other sources. Copyright 2015 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 3-35 Additional D&B products,monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun&Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S.or visit our website at www.dnb.cQm. 3-36 6. Insurance AFRO' CERTIFICATE OF LIABILITY INSURANCE �� ,� """' THIS CERTIFICATE IS ISSUED AS A MATTER OF REFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFRtSATSVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDRIONAL INSURED,the policy(Ms)must be widened. I SUBROGATION IS WAIVED,soiled to the tams and conditions of the policy,certain policies may'squire an endorsement. A statement on this certlaeefe does not confer rights to the certificate holder In lieu of such endorsement(s). PROduCER CONTACT Keni Marsalese jos McNish Group,Inc. P."1 -FAR-- 26622 Woodward Ave.Ste.200 248544.4800 Royal Oak MI 48067 kmarsalose@rrlcnish.com NOIMER N APre1ems COYIM= 11.41C MUM A:Amerisure Insurance Co. 19488 Sh ORm RICMA-2 armeet s:Mtansure Mutual Insurance Co. 23398 Ric-Man International Inc. BMW O: 2601 Wiles Road Pompano Beach FL 33073 alearet a sOUPERP: --- _ COVERAGES CERTIFICATE NUMBER:1527293311 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICES.UMrTS SHOWN MAY HAVE BEEN REDUCED SY PAID CLARAB. I Rl Q I 1a ONWRAM r � a ARMY j um A X OOrlICIOLas1O11L MILT' CPP2061SMO• e1410IS VMS met commerce 81.010A00 I CLANSMAN ©OCCUR mar reereem 8800.000. X rm6eedela t®OIOtt►_Bweel 8,4000. P.OmvLaAOVman BIAOOrnO. MIL AGGREGATE LIST APPLES Mt MEtlLAIMMINN1a FISCO e1L r ,� POLICY I�J JECr Lx .ImJCTS-otwtvAee e:.maeeo. oltBt • A AOIVINOLE MW? CA20S2os7os MEOW 2ITrR11 LA=FAAMAIX iligmatL X NIVMITO •0G.YwIMY(Pei wow) $—NAM' 1Rii�rrNm SttOLYPIARV per memo e X IeereAUroS X Amos re.m=ravRe • R X IrISJAlJAB X OCCUR CU2061S7007 2,14015 2JVJAIO mar O°Q/11■J01 $14000050 S51JS8 - CUMICA OE AOCISOA1a $10.000.000 lac IX IRflEITOUSNme 71 8 A Am A�tJAiBn wrxo6feeem 4rtm16 BIGOTS X laws I I IR" Y� ELWIlMfa7ER $1,000.O1S RR'r lIIMIS�eltllsms II/A Q realm E.LO�IISR.NMAM SIAM= 1�IAl4FQeMT101EmYr 1A,0IS1AS1-POLICY UNIT •11100.000 A Dellip esnNas WOW CPP2051659os 75 /1120111 14.04100,0006:11 82,000,000 Ago. NOTION or OPERATO A I tOCAT10EB I MACIAS IACO ND/a1.Addlomi AIo.rb swA4,may M it..d I. .r le mufti CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF SHE ABOVE OESGEED POLICY In CANCILLIID BEFORE THE EXPIRATION DATE THEREOF, NOTICE WE L NE RE MERED M Sample-Design Srvc ACCORDANCE WITH THE POLICY PN0618I01t8. Allele PIEPRESENTNITIE O 1SS11-2014 ACORD CORPORATION.All rights reserved. OJ ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD U O! OJ CL x Lu LL - CD • C • a • 0C• k CHEN Central Bayshore South Right-of-Way Infrastructure Improvements RFP No.2015-133-TO 3-37 IrT MOORS � Vi=a AASS(XIATIS 7.Minority/Women-owned Business Enterprise(MWBE)or Small/Disadvantaged Business Enterprise (S/DBE) • oral Minority, Women & Florida Veteran Business Certification • • Chen Moore and Associates Florida Department of Transportation 00•0 003 Sworn,Seer Te45.vw.r.Dy2w.ayD .r er, 03/10/2014 03/10/2016 0 000 3 2012 reeslse0r:f [�,- 4.7 1( .>:J I CIENa ASSOCIATES CONSULTING ENGIEERSSERVICES :..1 S33 WEST CYoRESS 33309 CREEK ROAD SURE 623 FT ANNIVERSNW DATE.4arily on 0Oober 3 ,_.a ~�• Der W.Cher The Rowe Depamrll of Trrl.pr0bl(MDT)E pl.seed b Mole.Or peer Inn n..been celled under Fire.%01ihe Cer1Me.bl Pewee(UCP)ea• D.00Mraeged Weems Ene.or•e IDoe;en.onme.w del*tee.el Wee. Pewee.Pen 21. weeteal Severn D.eseseeel DBE C.e:mo re anlnump.out d e contingent upon me Mm m 011411/9 es MIA* Smell Buena*D0o .ere .tpp9h annuiy Mogh 15i once Yo wA be reeled A you annual anon oleee .S'.-+IU me0mo AIK AnnerSeA Deb IOU Ialr ekr111110 annul AFFIDAVIT FOR e+'••r+•s z.l setae r s554..vaec C0N'NUING ELIGIBILITY no 1.135 than the Arwsaraery Dole. thug Wm Wed.n Me UCP DBE Daectory ere ce11ed by Rosa UCP/tempera, Ann IS:3015 CERT NO 4a24 ra.Itarts should yemy you.'r.rms DEE candler ee.s. Apemen Date 131020:5 .SBE AF end:deftly the sort areal.)for...Me arm o DBE Wires through Ns 09001•.7. Dr Bee N Care Foe..Doe 131!2018 1011 Mtn s0 De.seal n Fade=s UCP OBE CREW MOORE AND ASSOCIATES INC Jncbry wall on Pe y rMaree 165 60135 Norm Ave Pn-11.• 0reur Deper wp's wove aww dp WN!unouol[pprrrM1;y06Ct Nom.FL 33130-0000 Wk WM niece.MBE D=ecay OBE mate.0,,•NOT a gonna A wre a allows yon Art cameo Ire and prlam correct wen en ALL 1500.Fe0ere AW(FM.110.04 FMNA)010 11 e De Jr Gem ROOM es p DBE 10rmx;0 9.4100102010,04N1/\N.Ol•Onetter or mate.,.upper Mores-Dade Cwner Small Busmen Dweeomenl'SOD',a One.of We Meer.Serve Dew..ZISO)Iw M.el arty one Men re a Aside dump you see Oree Mrs Wee.by raWMed M.New M yOW ap.Otan end NCM1nente abn0lee car er*1alwn VOW em a 05k.1y cendrin swam aeva1t and.emote,'documents..let My(301 ape_Gla se.=We. as a 9Mem.Dade CAtS0 WPM Burro..Elmo Are..rre 6 050050nrg 15BEME)M 0/o arden.wen Out are ro'meed 15.ownar058.deem.Orrbe.nonermmenr.my 50400.. moon 2.104.014 M code of FamewDede County. MO0001sea eeN0nn14.fe50pwebs.ongoing btairien nealenalle.eel PAW gene The(8BE/AEI mefase0n s viol fa Mr.years prow.M e you spore•'Comm g E14Any Mg*en r Mr ammo..a 10 00*as Mould of wowed Net 050 pax noose you so nsMUreaes u now pas nlprm oared rrocesny Fee...4 0/M' woe your eran or acmealamrn your Inn Ore ere 0 end aemmyear 0/.v IMeeyvprod TM.I. new MOCaaM deco..mmr.epnanrten 0110 Neto..elocol me or bee.00uremwne t 0IA Elfre.4y AKENR e10*10 we,epegfo sa0atny dom4na10 on m babra your*renew Ore a memo a resasn me Toe year wndoolon you 001a notfuda Me nosoean5y M swoon el de aerrm.m,.J *averse.,Owe Prune a comply wee the veld reapm.Rldw may reset In elem..actor ape.rely Me Mm II Le any taro Mere s e normal 00.5.90 m Me Wm In021000 but not:rmt.4.lensed orcers Napa.*cope of 0010001].0012 Arre you eve 1100:1 t 40*..one..vetOl 30)anMonts WDSSmeo moue moue saw..OpeanreeerfYOU* mown Seely wear...Iron Ma OMCe as le now you Would pore..It mummy Toe ear 000 d M1.ash 4o2000.Opfca0On..peed for We duet..or y00r fee's ler40 45.01 eelNra0On.M pal Iron Awn, BEN CHEN errs...or Pecero 5 reelable demo Me inns rear 04101,0*on avese roe ne 0 ano.o.0058.e bleeey4 en.OMneMeivs we..Nn LaM[11OB2 renrficauon Iv ew. red By1b1.R�Ma 583. ::'Q•ASSOCIATES CONS0ATNG ENGNEERS INC SN WEST CYPRESS CREEK ROAD SUITE 630 cannery n eamn..0 Me meow,.a'.Oleo 1151001 Beard,you Me 000aerev to be and 1800'Pele>. R LAUDERDALE FL 13307 =moon r0&nil Busmen Ememnee measures ANNIIERS30Y DATE-Armen On Dnepr 3 else. rrpnrro2 fmm5 to meet conr1a al era as the seeseouterew4mm�zr as ea a0 mo.o 0 up.wer esn10*0. Gm Or Cn•n' =teen'toothed Ems on Me hearse 000 Coney Interne:Senmo s Depetmea Small Busmen De occreem Cert.M1ee Anne'Deem,r Me 0005110^el.=.0000 mlyn_IAAt Tee Woo.Deeertment Or Trsesrepn(FDOTI a Planed to brows man y• Orr nee men Aec weer Rmeee a e C rcaon Program tuCP:n a Dra=v.a.yea B0rr+=Eees as IOBE:u.rar5aece wee n COS.r cee rTent pm fa you merest n stony bsron vole mCbmH RegWien Pert 211. S prey DBE CrSr�erar s �n,a.. .cone...xe amp ny �.' roomer.)rmee,'moo hen area Nov ey,be nweaf a you roe 111101 n.s. w'o a ee Amnon 0 Der Yw m4W w.mn:010 eon,.40r,�A.�T=;w SOD Sec.0. Cnor L'ONTINUING EL41011_no eM Man My Ann.rsery Date Smo'&ins DNb[pmene Preen D0 Pro CP DBE 0010.05 se cote.by F:oeka UCP eemeers 4euk eetdy yes Mm's DBE 40 111 Lon QJ ...reify wort meets Lw.aloeIM een 0 NE eon.mreupr tau Dimmer, V C Gl C) x W se • C a• .— CU • C 0CeM M Q INTI�INC. CHEN•MOORE Central Baysharo South Right-of-Way Irttrastractare Improvements REP No. 2015-133-YQ 3-38 feASSOCIA(N t SOUTH FLORIDA WATER MANAGEMENT DISTRICT oa.rvnmaaew••AV 9404 Eaa.m.R..uw IMlIwRR�1 ..a 01494904001.4.s AL4476RD VENDOR N0.'10191. «x`"r'° .man.., ..947040. Milli.fa ff. baci.Pm 7.24.7 Sem0el 3 2014 .94.00.04 a.. aea 9.4.00f CEII1/.CACN E009010l DATE 4.,snb.r.altdt.e Ms N.V.B•M•s.00 Dw.a•nri0Untg• 3,3017 0C ..r...aax.W.10..•0005 Mang E...al Pan.Inc '04094'0' bea.;m 10®0 1310 Nai.I•Ono B•PYS B..dt FL 3344 o..e,.. ._t_.._brit fl.4.0e.AMAae.m Mammy Area.Om....`f0. . ia r cos as D0.9100 Mnn ...A e • 1041.1•ser.an� C9000 ..•SaM Flon.Wax*9.n.Pn..40.0,94(Dlemnl b.00.1.0 You.linn 00 0 °rOSa' 9440&s. 641111100..MBE Ps a.iueun s 0400 a Me 131 Han and May oat N ...N.9o-nv.•.•b•.em~No am we ne arm••••ss...M.*• .va ...a e.ie Se.0.a yga.0r •re mSOW elm Weelesr.cnoaed a.11ll..M6..g) ......0.4.4...001.01.141..ra r. de ems ].0,.•s. r P1a•er.illlml.a..•Gmeeleme Ma.a a•4 yes.00.04 t.mel�•u ei.ir.°...mit e�..a.. a.rM.e• •0a .M].•4agV 1.......wrr.......wareY.ra.Y......i.rrrrs....s.rr..( .•••w••..••• .l.nr..ar••.....r am.�...t94l34pt49em.el.ea.0.r.MeA.•r 040...0..M..r..rr I .AMww.....4000....•a..9.......err 1•••re.w.is j amors.fam.f t 1.'M.....wI40044.... ism.Mil oW..•....I r I..you Mn.1•m Ms•obi a.0 OM ew aae.0n �(.IY.e.0.a.vw..+.o1.rya.P..e.MM.... ame Roma tomnd aw,Me(Imat and NO.ber M..a in..of 45 OaH as YIN rsm•aels..eMS s••lwrm.m••• • aowa ap0ads MO..*w an. 4..1.......41•40�Y N a•••••..../..q /01.94..w a a...e.•ISme�.00.....•4•:Ma Musa.114 se 0 any Changes row40tyour w494,1Y 0/04 M1 o0.0,10n Vend 1/00 as 1994015 alio ...0.9949.ea.o-•4+.mar.004.94•4 Mum RN 0940 0 A.1..0.0.MMW0ne numb...Wrong Maus gross revenue or any..0.0{14 NM .•w..IFaw n.n.Mp•m•4..s.0.vw.�a.4..m. 3BE C.nAUUm Maui n a w.mn.r0y. M Y • on...M.a.Manlanenam 490,.0,m Hur M]a..14 ENSURE 70 REPO!? l..w.b.0..s.m rre0.1.1.rr CHANGES We RESULT IN OEfERTIFICATION . YaA. an / ,,aoY �..y Duna.veneer delw.e.. •m wY mama wont n. arum. H..1004..e ••••••asirg1.l erg em a.m.4.a.ma- We J..n.w0d to a nniily b.n.Ananso.one 1..5049494 M•Y°]m.a..+...rew.a•.1m.esq 9./04-9'9. -y� B�; 00.00 v..v....e4wMa•••..r...0.s..w �, ionl 11IIIA4•✓ a..s..,.evw.aa.+.a.m.. 0.0.0011ab4 14.00.o•••••Wee. M.Ce.il.4N.SW...I -..•4.1....0000...se0 aw•.m•w•e.•1 No 4. allweb.OglbrMl D 0 .1 arm..... ..st® ] . .e.r 9041:111. .ma..a.. :a.nra.n.9asN.a1. Deena tl Mk 0...040 • &000009 11.4.a.u.uc 1111..►.9040E1 M.,0011i110 ••••m mm*•• 5...00011 x04.wet Ts.04.00.Dm Carry 9.•Mum.0..0....(•i•••••••0•45 F.0 w.n1. Amite dm..•Cu....1.e.s.=bermes.7*m w I..em 0.14..5 O0•e.i.•• • 9annee..;E.a•1.ELm-5.1..•0 hum...v■n mesw.e99u.av]awa ea.4...9.ee.nme...11 NNW. Vas OE•• a•o...ar....Mns.M.....00.01 ea.....WV 00..••.•..1.0.r......w.,e..•...m MVO.4.IMO .0.001.n 0000.r It 04..44004.No ti a•94..49 47040,0494. ctwroa:•0aaury w ow r.e..ru.IOr•O r MI...94509 Yoe Mr1.1r ®x1519=�f0.s.5Cl m a srs a.0.r 04.00940,.5.. * ..m.+vwrw....mo....VW sue' I.laggialin.1.0•M.NN10••e.sa 00...00.00...A..aem•4.1•00.•4] wow..Y Sower.vow ore ll4...Cl*•.Ass .. a`..•■•••••••••••r 0m.ma•0,E.0•..I..air amass..r. sewn wawa..weals•ems•..was me...auks•4..•4 W 04 name 4....Ir•aY••m•.MSam.94.0400.Ammo a.0O•l 9400. Y 0.14.0 11•wsaw••∎•∎••aes..a. ..E.•COE or.m .a..ma•rre..mm.•944040404•m a..394 5•11 1 .04.0. 1- y1` J �Y 00.1 0976•0•••• 1•1111111•1=e0••••••• ti 1•1111111•1=e0••••••• LA 9IC®In.rwe••...rra....a•.e...•.w....e...we++ CJ a■•••.cwwo 0- Im.l.1. - V0. n X w E C: r.h- U n w G 1 �, •�^� Central ttayshore South Right-et-Way Infrastructure Improvement: RFP No.2015-133-YQ 3-39 ; INT„��116 CHEN•MOORE _-`=4�� &Acs(lflAli.ti Lead Designer Experience 1. Company Information & Qualifications Chen Moore and Associates(CMA)is a multi-discipline consulting firm with offices in Miami-Dade,Broward,Palm Beach,Martin,Orange and Alachua Counties.Founded in 1986,CMA specializes in civil and 1 environmental engineering,landscape architecture,planning,GIS , ` analysis and mapping,and construction engineering inspection.We are • yr ra "�� m` 1 4 locally a Florida state and local) certified small business enterprise firm.Dr. - :41 '._ r Chen founded CMA believing that relationships are critical to planning, designing and constructing successful projects.The firm commits to 'i — 1; providing responsive quality services while meeting the schedules and " `'' specific project needs of our clients. CMA actively supports various community organizations including `. Habitat for Humanity,Toys for Tots,the Cooperative Feeding 1-1 il Program,and Ocean Watch,a non-profit group focused on cleaning 1 II; t and preserving South Florida's Beaches.Firm staff participates in 1 X 1 11 Ii local professional society events including the American Society of : s., . :..i f �� tt r•‘ Civil Engineers,Florida Engineering Society,American Society of 1 y- _ Landscape Architects,Irrigation Association,Florida Recreation and �. ` _ �- Park Association,International Society of Arboriculture and the United States Green Building Council.We proudly support our industry and the communities in which we live,play and work. Our services include the following: -+ ,^"._: • Infrastructure Master Planning • Pump Station Design and Rehabilitation • Water Supply,Treatment and Distribution Design • Stormwater Management System Design and Master Plans ^' • Environmental Engineering • Roadway Design and Streetscape • Traffic Calming Design '-.-12-- .. • Circulation&Roundabout Design -_ y ▪ Government Permitting • Land Development • Site Development • Site Planning • Landscape Architecture ••• } • Hardscape Design -'tom._ . • Irrigation Design _ _ • Park Design I !►' _ • Greenway&Trails Design -. • Pedestrian&Bicycle Pathway Design a) --'' • Habitat Restoration ,. - _ Ir/. :tom •Wayfinding v i 1. `�-±— ; "1. • GIS Analysis and Mapping X Q _ 0 1 • Project and Program Management "' a f „- iv I i• • Sustainable Design and LEED Solutions "`• • Value Engineering �—," 'T- - • Utility Rate and Infrastructure Valuation Studies in - • Resident Coordination and Stakeholder Meetings v • I ...J ACM • IIITiliI/C. CHEN•MOORE Central Bayshore South Right-at-Nay Intrastructure Improvements RFP No.2015-133-Y0 4 1 ftftasugLitoPa r.as�r'In:ts 2.Company's List of Similar Experience and Qualifications Agency Name Project Name Type of Project Percentage Anticipated Firm's Role Completed Completion Date Miami Beach Design City of Miami Sunset Islands Neighborhood Completion Lead 3&4 ROW 80%(design) 7/2015; Beach Improvement Improvement construction designer Program 8/2016 City of Miami Sunset Islands Neighborhood Lead Beach I&II Improvement 100% 312013 designer City Center City of Miami Right-of-Way Neighborhood Closeout Lead Beach and Utility Improvement 100% ongoing/final designer Improvement few weeks Project South Pointe City of Miami Phase II IJIVJV Neighborhood Closeout Lead Beach Right-of-Way Improvement g00% ongoing/July designer Improvement 2015 Project Florida Keys FKAA Cudjoe 100%(design); Construction Aqueduct Regional Sewer construction completion d Lead Authority Wastewater Improvement admin estimatefor designer Collection ongoing 7/2016 Miami Dade East Bird Design Water and Rd Corridor Sewer estimated Lead Sewer Sanitary Sewer Improvement 80% 8/2015; designer Department Improvement construction admin 8/2016 Broward BC UAZ Projects Neighborhood 100%(design) 8/2015 Lead County Improvement designer Euclid City of Miami Streetscape Landscape Beach Improvements Streetscaping 100% 10/2015 Architecture (Lincoln Center Building) City of Miami North Shore Civil/landscape Civil/ c Beach Bandshell Park architecture 100% 4/2015 landscape a Improvements architecture v ,2 Streetscaping/ Closeout Landscape w City of Miami City Center gc: a, Beach Lincoln Road Neighborhood 100% ongoingJfinal Architecture a Improvement few weeks and civil to • N . a) • t0 cu J • a1C•M4i Central Bayshote South Right-of-Way Infrastructure Improvements RFP No. 2015-133-YQ 4-2 4 IMT �MC CHEN•MOORE Lam..,„,ate �- -_ ,,Asuxnwrrs c ffl c L in .L O v ll'i O al t- 10 V 7 N 'O e v E L C to n ` E o E c o o E — �' 0 o c C fu C VI V1 L y {, ra E >, (� O v O = C N CU V Li GJ > 0 f° n v v '++ v tcl ra H o c a °—' v a) .0 °V t rcv m _O F C a"' v O 7 bD c O in al 4 *' c O Oa C C D Lj m co Miami Beach Sunset Islands 3&4 ROW • • MI • • • Improvement Program Sunset Islands I&II • • • • • • • City Center Right-of--Way and Utility Improvement • • • • • Project South Pointe Phase III/IV/V-Right-of-Way • ■ ■ ■ • • • Improvement Project Wastewater water Regional ■ ...In= Wastewater Collection East Bird Rd Corridor Sanitary Sewer • IIIIIMIIII Improvement BC UAZ Projects • Ell= • • MEM Euclid Streetscape Improvements(Lincoln • • 111111111 • Center Building) North Shore ell as Park Improvements menu • • • ,a City Center 9c:Lincoln • ■ ■ ■ Road as CU v C a) a) CL X W c h4.* a) ' 0 (Q J • I - "i" 0 Im t CHEN•MOORE Central Bnyahore South Right-of-Way intrastruotvre Improvements RFP No. 2415-133-�Q �-3 ).ASCOCIA'TS 3. Florida Registration ... Stag° rida Boa e%•b ' , sinrial eers Cb-r .,1 Art+ i�c r2�• • is authorized under the proviu'h ss - - ' 4.to offer engineering services to the public through a Profeuidgpl A°psi" ' .`�•hapter 471,Florida Statutes, Expiration:2;28/201' t• a- r'_;-;.'~,s CA lit.No: AsaditNo: 228201700414 4'r�11 �V ~1 � 4593 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ©:t "a BOARD OF LANDSCAPE ARCHITECTURE LC2e000t25 �t. The LANDSCAPE ARCHITECT BUSINESS —,f. L.- - Naned below HAS REGISTERED G Under the provbrons of Chaplet 481 FS, Expiration dets NOV 30,2015 CHEN MOORE AND ASSOCIATES.INC 500 W CYPRESS CREEK RD STE 830 tt FORT LAUDERDALE FL 33309 mt hams RICK SCOTT ISSUED. 05052013 SEa•1.1309050001552 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY Dtt a) v C v .` a CL x Lii a _ c • ta.• tn a) 0 rD ' J • I II unt-"Ikpc. SAC MqN CHEN•MOORE Central Bayshore South Right-of-Way Infrastructure Improoetneats RFP No.2015-133-YO 4-4 6 1.ASS131'IA IFS 4. Relevant Experience Miami Beach Sunset Chen Moore and Associates is providing civil engineering and landscape Islands 3 & 4 ROW architecture for the utility infrastructure and roadway reconstruction Improvement Program of two islands(Sunset Islands 3 and 4)off the Miami Beach west coast, along the inter-coastal waterway.The project was publicly bid as a Miami Beach, FL design-build and funded by the City of Miami Beach.It will require coordination with various agencies including the City of Miami Beach, Names,addresses,telephone the Miami-Dade Water and Sewer Department,the Miami-Dade number,fax number,and contact Public Works Department,the Miami-Dade Regulatory and Economic name for the following: Resources Department and others. Owner or Agency City of Miami Beach The project consists of the replacement of 8"potable water mains, 1700 Convention Center Drive the lining of existing sanitary sewer mains,a completely new storm Miami Beach, FL 33139 water drainage system,including discharge pumps and outfalls, (305)673-7071 the undergrounding of all existing overhead utilities,new service Maria Hernandez, RA connections to all properties,complete roadway reconstruction and grading with new pavement section and curb,landscaping,signage and Architect or Landscape Architect, striping. or Engineering Consultant Chen Moore and Associates 155 South Miami Avenue, Penthouse II-A Miami, FL 33130 (786)497-1500 Greg Mendez, P.E. 510 SE Dixie Highway Stuart, FL 33494 (772)919-7018 ext. 1078 Cristobal Betancourt, RLA General Contractor(if work performed as a Sub Contractor) Ric-Man Construction 2601 Wiles Road Pompano Beach, FL 33073 (954)426-1042 Rene Castillo,Sr. Name of General Contractor's project manager and field superintendent Rene Castillo,Sr. Awarded contract amount and final contract amount$454,244 (fee);$7,750,000(cost) Explanation of differences between awarded and final a) contract amounts,if difference exceeded 5% N/A or Date of project completion.The m • proposer should reference if the v • project was completed on time ° - The project is currently under ' J • constr ction. OC-IWAii Central Bayshore South Right-of-Way infrastructure improvements REP No. 2015-133-TO 4-5 iwr�iwc CHEN•MOORE v � ` � t,A'SO(Wi1S Sunset Islands I & II Chen Moore and Associates is the prime consultant responsible Miami Beach, FL for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I&II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water Names,addresses,telephone main replacements,stormwater drainage improvements,paving& number,fax number,and contact grading,traffic pavement marking and signing related enhancements name for the following: and roadway reconstruction. Extensive coordination with adjacent Owner or Agency residents and with environmental agencies was necessary due to City of Miami Beach the projects environmentally sensitive location and surrounding 1700 Convention Center Drive environmental resources. Miami Beach, FL 33139 (305)673-7071 As part of the project stormwater and drainage services,extensive Maria Hernandez, RA analysis was conducted utilizing ICPR modeling and GIS to meet and/or Architect or Landscape Architect, exceed required stormwater Level of Service standards.The proposed or Engineering Consultant stormwater design included the introduction of catch basins and Chen Moore and Associates stormwater piping to effectively collect and route the stormwater toil existing outfalls to Biscayne Bay. Due to the environmental 155 South Miami Avenue, sensitivity of Biscayne Bay design and implementation of water quality Penthouse II-A treatment measures was an important consideration and design Miami, FL 33130 factor of the system prior to outfall to the Bay which included utilizing (786)497-1500 exfiltration trench. Additionally,as the outfalls were existing a review Greg Mendez, P.E. and evaluation of the conditions of the outfalls was conducted and 510 SE Dixie Highway rehabilitation,upsizing and retrofitting the existing outfalls was a part Stuart, FL 33494 of the final design.This project was closely coordinated with regulatory (772)919-7018 ext. 1078 agencies at the outset of the project and throughout the design to Cristobal Betancourt, RLA ensure an expedient review and issuance of the permit. General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent Rene Castillo,Sr. Awarded contract amount and final contract amount$89,831 (fee);$5,600,000(cost) Explanation of differences between awarded and final contract amounts,if difference exceeded 5% N/A Date of project completion.The proposer should reference if the project was completed on time 3/18/2013 v a, C. x w C) C 00 • C) • a rp • -i • RiC.MAN �j j INT'�INC CHEN•M0ORE Central Boyabore Seel9 Right -Way Infrastructure Improvements RFP No.2015-133-YO 4 6 { City Center Right-of-Way Chen Moore and Associates is the prime consultant and is responsible and Utility Improvement for providing surveying,planning,geotechnical investigation,design, Project permitting,preparation of construction documents,bid and award and construction engineering services for infrastructure improvements Miami Beach, FL within the public right of way areas of the City Center neighborhood of Miami Beach.The project encompasses approximately 24,000 LF of Names,addresses,telephone ROW infrastructure improvements including:8,700 LF of 8"water main number,fax number,and contact replacements;sewer improvements,stormwater drainage name for the following: improvements;paving&grading;roadway/traffic improvements Owner or Agency (streets,sidewalks,curb and gutter,drainage,traffic control devices City of Miami Beach including striping,signing and channelization);streetscaping and 1700 Convention Center Drive landscaping enhancements;decorative,landscape and roadway Miami Beach, FL 33139 lighting improvements;and " :c . ," ' 7 (305)673-7071 roadway reconstruction. tr, i ,`- - , (305)673-7073 Additionally,due to existing '' I • ~ listed contaminated sites Maria Hernandez, RA .} - - Il'` -. Architect or Landscape Architect, within the proximity of the R/ �� u , ' - /l TA right of way improvements, - or Engineering Consultant environmental coordination Chen Moore and Associates 155 South Miami Avenue, including contaminated sites analysis and consideration of the radius of ' Penthouse I I-A influence was necessary for coordinating dewatering operations. Due to the existing mixed residential and commercial environment of this Miami, FL 33130 neighborhood,special design efforts were made to incorporate (786)497-1500 walkable community elements including meeting ADA requirements, • Greg Mendez, P.E. providing street furniture,incorporating bicycle routes,upgrading 510 SE Dixie Highway sidewalks,incorporating specialty treatments at crosswalks, Stuart, FL 33494 landscaping improvements with specialized tree wells to provide a (772)919-7018 ext. 1078 walkable surface and bulb outs to increase pedestrian friendliness and (772)919-7019 safety. This project also required extensive coordination with the Cristobal Betancourt, RLA public,adjacent CRAs,historic districts and various regulatory agencies. General Contractor(if work As part of the proposed stormwater and drainage services,extensive performed as a Sub Contractor) analysis was conducted utilizing ICPR N/A •' ,.:10 Modeling and GIS to meet and/or Name of General Contractor's r _ . exceed required stormwater Level of project manager and field ' ° Services standards. The proposed superintendent N/A _ _ . ._._, stormwater design included the Awarded contract amount and - = introduction of catch basins and final contract amount$3,466,466 t stormwater piping to effectively (fee);$21.2 million (cost) ���.' collect and route the stormwater to 16 Explanation of differences t drainage gravity wells with overflow 05 between awarded and final outfall connections to Biscayne Bay. Due to the environmental et contract amounts,if difference sensitivity of Biscayne Bay design and implementation of water quality v exceeded 5% N/A treatment measures was an important consideration and design factor E. Date of project completion.The of the system prior to outfall to the Bay and was closely coordinated US proposer should reference if the with regulatory agencies during the permitting process. c project was completed on time to • The project is currently under This City Center 9A project is currently in the close-out phase of CMA c, • Pprovided construction administration services,on-site field observation, , and staff RPR services during construction. a C•MgM CHEN•MOORE Central Bayshore South Right-ot-Way tatraatructare Improvements REP No. 2015 133-Y0 ∎-7 I*ir%uc . �4 nO.. ,.ASSOCIA1T', South Pointe Phase III/ Chen Moore and Associates is the prime consultant and is responsible IV/V - Right-of-Way for providing surveying,planning,geotechnical investigation,design, Improvement Project permitting,preparation of „ ' construction documents,bid and -'`- , Miami Beach, FL award and construction ;, r,,.,'. engineering and inspection ;(( = r • Names,addresses,telephone services for infrastructure = , number,fax number,and improvements within the public .,:. `�`=s- ;, contact name for the following: right of way areas of the South } ` '-- ," _ Owner or Agency Pointe III/IV/V neighborhood of 4 , , ;4;:214 City of Miami Beach Miami Beach.The project :;:zr.777 17th Street, 3rd Floor encompasses approximately •_ '. ` r- Miami Beach, FL 33139 19,000 LF of ROW infrastructure `�'~ °.i- ' (305)673-7000 ext.6264 improvements including 9,300 LF _ L (305)673-7073 8"water main replacements, F I a Carla Dixon stormwater drainage till,-Architect or Landscape Architect, improvements,paving&grading, a _ `vim; or Engineering Consultant streetscaping enhancements, Chen Moore and Associates landscaping improvements, _ .. = '~.. 155 South Miami Avenue, lighting improvements,and ? i< . k Penthouse II-A roadway reconstruction. Miami, FL 33130 Additionally,due to existing listed contaminated sites within the (786)497-1500 proximity of the right of way improvements,environmental Greg Mendez, P.E. coordination including contaminated sites analysis and consideration of the radius of influence was necessary for coordinating dewatering 510 SE Dixie Highway operations.Due to the existing mixed residential and commercial Stuart, FL 33494 environment of this neighborhood,special design efforts were made to •`� (772)919-7018 ext. 1078 incorporate walkable community elements including meeting all ADA (772)919-7019 requirements,providing street furniture,providing bicycle lanes, Cristobal Betancourt, RLA upgrading sidewalks,incorporating specialty treatments at crosswalks, General Contractor(if work landscaping improvements with specialized tree wells to provide a performed as a Sub Contractor) walkable surface and bulb outs to increase pedestrian friendliness and N/A safety. This project also required extensive coordination with the Name of General Contractor's public,adjacent CRAs,historic districts and various regulatory agencies. project manager and field As part of the proposed stormwater and drainage services,extensive superintendent N/A analysis was conducted utilizing ICPR Modeling and GIS to meet and/ Awarded contract amount and or exceed required stormwater Level of Services standards. The final contract amount$1.9 proposed stormwater design included the introduction of catch million (fee);$10.5 million (cost) basins,and stormwater piping to effectively collect and route the ets Explanation of differences stormwater to 16 drainage gravity wells and stormwater pump a) between awarded and final station with overflow outfall connections to Biscayne Bay.Due to the v environmental sensitivity of Biscayne Bay,design and implementation v contract amounts,if difference of water quality treatment measures was an important consideration ,) exceeded 5% N/A and design factor of the system prior to outfall to the Bay and was v Date of project completion.The closely coordinated with regulatory agencies during the permitting o.• proposer should reference if the process. a • project was completed on time The project is currently under a cons • on Ia -MA�' Central Bayshore South Right-of-Way letrastractere Improvements RFP Mo.2015-133-r1 A-8 0 rin VC. CHEN•MOORE ....aoK,0.ned r,acstxw?T, FKAA Cudjoe Regional Chen Moore is designing this$90 million design-build sanitary sewer Wastewater Collection collection system that will convey sewage from four lower keys to a transmission force main and/or master lift station located along US1/ Key West, FL Overseas Highway. The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility Names,addresses,telephone before December 31,2015.This project will help eliminate untreated number,fax number,and wastewater effluent from polluting the nearshore waters of the Florida contact name for the following: Keys. Owner or Agency The project-the single largest in terms of value and number of Layne Heavy Civil Inc. (Prime) customers served ever undertaken by Monroe County-consists of 2003 Bluestone Circle wastewater service to the islands of Ramrod Key,Lower Sugarloaf Birmingham,AL Key,Little Torch Key,and Big Pine Key.The collection system (770)696-4040 includes approximately 500,000 linear feet of gravity sewer and low- (205)623-1275 pressure grinder sewer with 47 neighborhood lift stations that serve Wesley Self, P.E. approximately 4,500 customers.The transmission system consists Architect or Landscape Architect, of four master pump stations and PVC and HDPE pipeline laid along or Engineering Consultant US Highway 1.The project requires close coordination with the local, Chen Moore and Associates state and federal permitting agencies.Chen Moore participated in 155 South Miami Avenue, neighborhood meetings to explain to the residents the scope of work. Penthouse II-A Miami, FL 33130 (786)497-1500 • ! J, ,. y;,%;-, w . . Jose Acosta, P.E. General Contractor(if work �-. performed as a Sub Contractor) ,*' N/A - �lj Name of General Contractor's ~�- � a ' project manager and field f S • _� superintendent N/A . •..« + • ` i ,` "J?wee M> Awarded contract amount and !_ yj - 1 r'�s ‘k:-:+c/an ":.. 4 rte. final contract amount$1.4 f 4 '` million (fee);$90 million (cost) • Explanation of differences Ffo da Keys Aqueduct AUrnodty between awarded and final .- ~ ..,r. Cudoe Regional Wastewater Coltecrion System(Non-Central, vs. contract amounts,if difference - exceeded 5% N/A Date of project completion.The ?; proposer should reference if the v project was completed on time The project is currently under construction c bD.' a ro ar '�1C-M '` Central Bayshore South Right-of-Way Infrastructure Improvements RFP No. 2015-133-YQ 4-9 El M MC CHEN•MOORE East Bird Rd Corridor Chen Moore and Associates(CMA)is providing civil engineering Sanitary Sewer services for sewer improvements along the corridor of Bird Road(SW Improvement 4oth Street)from Red Road(SW 57th Avenue)and Ludlam(SW 67th Avenue)within the commercial corridor(Exhibit A)on both sides of Miami, FL the street utilizing low pressure sewer design concepts. The project intends to connect various small commercial sites on both sides of the Names,addresses,telephone Bird Road Corridor as well as the shopping center at the NW corner number,fax number,and of Red Road and Bird Road and nearby David Fairchild Elementary contact name for the following: School. The project includes an initial engineering analysis phase with the preparation of a technical memorandum with options and Owner or Agency recommendations for pump strategy,small and large pump station Miami Dade Water and Sewer selection,power,maintenance,permitting considerations,etc. Post Department approval of the concept,the project includes o% o% o% and i00% 3575 South LeJeune Road pp p p 3 ,7 ,9 , submittals,government permitting coordination,bidding services and Miami, FL 33146 limited construction services addressing and design low pressure force Vivian Galvez, C.G.C./B.N. main and pump stations and necessary design and specifications for (786)268-5118 the school and shopping center noted and a standard design to assist Architect or Landscape Architect, the connection of the smaller offices. or Engineering Consultant Chen Moore and Associates 155 South Miami Avenue, Penthouse II-A Miami, FL 33130 (786)497-1500 Greg Mendez, P.E. General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent N/A Awarded contract amount and final contract amount$$199,187 (fee);$N/A Explanation of differences between awarded and final contract amounts,if difference exceeded 5% N/A Date of project completion.The proposer should reference if the project was completed on time Q The project is currently under construction. c • on • v ro Central Bayshore South Right-of-Way lafrastroctrre Improvements RFP No.2015-133•YQ 4-10 0 IIITINC. CHEN•MOORE "0��� r.:icSr,cIA 1is BC UAZ Projects UAZ307/315 -The Broward County UAZ 307/315 Utilities project Broward County, FL induded replacing existing water main and providing sanitary sewer for County Service Areas in the -' 441 �- , ' City of Dania Beach,near r--4,,yam J•,y , s ' . t - Griffin Road and _ "i!1 I'mil, ;�.,<} , Ravenswood Road.The - — Names,addresses,telephone main technical components =_ k l i included replacing a12-inch , 1 _� 1-. number,fax number,and f - water main on Ravenswood * .�-= ;1 1 contact name for the following: ' r, •-9-1-41.,— Road,replacing the = s ! .L Owner or Agency residential water Broward County distribution system,providing sanitary sewer to connect existing septic 2555 West Copans Road tanks and rehabilitating and installation of new lift stations and force Pompano Beach, FL 330691233 main.In order to achieve the necessary information,site visits Patrick MacGregor concentrated on contacting residents to determine the location of (954)831-0904 existing tanks.A great deal of coordination was required to Architect or Landscape Architect, accommodate developer projects,tie into County projects,and obtain or Engineering Consultant easements for crossing private properties.A total of 20,000 linear feet Chen Moore and Associates of water main replacement,three lift stations and 14,000 linear feet of 500 West Cypress Creek Road, sanitary sewer,which will tie in over 40o parcels,were designed for this Suite 630 project.Chen Moore and Associates is also performing construction Fort Lauderdale, FL 33309 administration for this project. (954)730-0707 Jason McClair, P.E., CFM, LEED AP UAZ 303,314 and 318-The Broward County UAZ 303,314 and 318 project ' It' , -- "-- was part 1 of what was General Contractor(if work a J projected to be an$8.8 million performed as a Sub Contractor) .-3,_ : _ _ project replacing existing N/A ;T „wre - water and providing sanitary Name of General Contractors V. II f sewer for County Service project manager and field I , ; " Areas in the City of Dania superintendent N/A r ? # ::-.4" - ._77,!,.. Beach,just east of State Road -0' ---M- '-' 7,north and south of Griffin Awarded contract amount and Road.The main technical components included replacing water mains final contract amount$903,416 on County roads,replacing the residential water distribution system, (fee);$3 million providing sanitary sewer systems to eliminate existing septic tanks,and Explanation of differences rehabilitating or installing new lift stations.GIS was used to keep track between awarded and final of all ongoing projects,log pertinent site information,determine the contract amounts,if difference projected flow rates,track questions from residents of the area and exceeded 5% N/A track responses from utility companies regarding their existing Date of project completion.The facilities. The design of these improvements began in January 2009 ,a proposer should reference if the and UAZ 303 has been completed. a; project was completed on time UAZ316-The Broward County UAZ 316 project is part 2 of the v The project is currently under estimated$8.8 million project servicing Broward County utility zones a construction. in the City of Dania Beach which includes replacing existing water and ` providing sanitary sewer just east of State Road 7,and south of Griffin mo Road.The main technical components include replacing water mains, a� • replacing the residential water distribution system,providing sanitary .- sewer systems to eliminate existing septic tanks and rehabilitating or a • _C installing new lift stations. ' J''{ �1 •MA� Central Bayahore South Right-of-Way Infrastructure Improvements REP No.2015-133-TO '-11 I UIT-INC. CNEN•MOORE pops ii Euclid Streetscape Chen Moore and Associates is providing civil engineering and landscape Improvements (Lincoln architecture services for the pedestrianizing of Euclid Avenue between Center Building) Lincoln Road and Lincoln Lane in the City of Miami Beach.This stretch of road will be incorporated into the historic pedestrian street known Miami Beach, FL as Lincoln Road Mall.The project is funded by the City of Miami Beach through a developer's agreement with Lincoln Center Associates which owns the retail building at the intersection of Euclid Avenue with Names,addresses,telephone Lincoln Road.The project requires coordination with various agencies number,fax number,and including the City of Miami Beach Planning Department,Public Works, contact name for the following: Greenspace management,and Capital Improvements,as well as Miami- Owner or Agency Dade County Environmental Protection,Traffic,and Utilities.The scope R&0 Studio LLC of work includes providing site design and permitting including layout, 5901 SW 74th St Ste 208 hardscape,landscaping,lighting,drainage,and utilities. Miami,FL 33143 Omar Moreno,AIA (305)741-4220 Architect or Landscape Architect, or Engineering Consultant 510 SE Dixie Highway Stuart, FL 33494 (772)919-7018 ext. 1078 (772)919-7019 Cristobal Betancourt, RLA General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent N/A Awarded contract amount and final contract amount$60,000 (fee); N/A Explanation of differences between awarded and final contract amounts,if difference exceeded 5% N/A Date of project completion.The proposer should reference if the project was completed on time The project is currently under construction. v CJ C � CJ • a _ ru • it "'ill IMT'L�IMC. CHEN•MOORE Central Sa�shore South Right-of-Way Infrastructure improvements RFP No.2015-133-TO 4 12 El h ASSOC' 11 S North Shore Bandshell Park This project consists of proposed improvements to the existing Improvements Bandshell Park located east of Collins Avenue between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new Miami Beach, FL walkway connecting the park to the beachwalk at 72nd Street;the Names,addresses,telephone widening of the south sidewalk at 73rd Street which will require either number,fax number,and the removal or reconfiguration of on-street parking;the demolition contact name for the following: of the bus shelter,landscaping,outdoor accent and security lighting; Owner or Agency reconfiguration and/or addition of walkways;installation of an Borrelli&Partners Inc electronic marquee;installation of the"Beatles Mandala",a mosaic 2600 South Douglas Road, Suite tile artwork;and new urban elements such as drinking fountains,trash Soy containers and bike racks. Coral Gables, FL 33134 Chen Moore and Associates is providing services including civil Jim Borrelli engineering,landscape architecture and irrigation design work that (305)665-8852 includes conceptual drawings for the 72nd Street walkway and 73rd Architect or Landscape Architect, Street sidewalk;design development/final design submittals;estimates or Engineering Consultant of probable construction cost;government permitting(including Chen Moore and Associates Miami Beach,PERA—formerly DERM,FDOT,FDEP,and Fish&Wildlife); 155 South Miami Avenue, bidding assistance;and construction administration services. Penthouse II-A Miami, FL 33130 (786)497-1500 Jose Acosta, P.E. 510 SE Dixie Highway Stuart, FL 33494 (772)919-7018 ext. 1078 (772)919-7019 Cristobal Betancourt, RLA General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent N/A Awarded contract amount and final contract amount$44,000 (fee); N/A Explanation of differences between awarded and final contract amounts,if difference exceeded 5% N/A Date of project completion.The proposer should reference if the project was completed on time t.n • 1/31/2013 a ro Ca 1 'M Central Baysdore Soot)RII)t-of-Way Ietreetruetere Improvements RFP No. 2015-133-TO 4-13 INT�ING CNEN•MOORE �ASSr7C14,tS City Center 9c: Lincoln Chen Moore and Associates is the prime consultant responsible for the Road planning,design, r : permitting,and Miami Beach, Florida construction administration for enhancements within Names,addresses,telephone the public right of way areas 25/ number,fax number,and -= _: 0 i contact name for the following: of Lincoln Road between 0 , ' I.` . Washington Avenue and x4 g, a Owner or Agency I , t �t�i'..� I. Collins Avenue for the City r-t s? � p City of Miami Beach i tiu ". 1700 Convention Center Drive of Miami Beach.The project ...J A : included extensive public _ FL 33139 _ -•� Miami Beach, coordination due to the high (305) 673-7071 profile nature of this segment of Lincoln Road. Unique sidewalk/ (305) 673-7073 crosswalk materials and patterns were utilized along with specialized Maria Hernandez, RA tree wells,a proposed median and extensive landscaping with Architect or Landscape Architect, uplighting to provide a pedestrian friendly environment and distinctive or Engineering Consultant look to this prominent area of the City. In addition to the streetscape Chen Moore and Associates elements,new bus stop areas and shelters,stormwater drainage 155 South Miami Avenue, improvements and roadway resurfacing are proposed. The project Penthouse II-A required extensive coordination with FDOT due to improvements Miami, FL 33130 proposed along Collins Avenue(State Road)and the specialized (786)497-1500 materials specified. '�� Jose Acosta, P.E. _,. _ ,' 7 i _ .` .,N? k,t,Y-: • of 510 SE Dixie Highway Cr t � '• { T ` r, -4.4 i`,� ' �. a '.� r u Qi+ • ,-e Stuart, FL 33494 _ . , : + `' (772)919-7018 ext. 1078 -,. / •�'?� �' r r - - ,a'` (772)919-7019 1 !g& `°` _ : -r 'Le N '-: , Cristobal Betancourt, RLA r ,,, - s -"-✓�s� M General Contractor(if work _ performed as a Sub Contractor) a� 7%—r, n jj a N/A -a�" K4 •!e1 i••14,�\ ' • e •. ,.--'fit cr �2` Name of General Contractor's ^•r _ project manager and field .. - _� i superintendent N/A '_ = -•r 're s . Awarded contract amount and - �: , `' F';'I'. 1 final contract amount$3,466,466 -._ • -.. " i , rya. (total fee); $21.2 million(total cost) Explanation of differences ceS between awarded and final aa; contract amounts,if difference a exceeded 5% N/A a_ Date of project completion.The I. proposer should reference if the a`, project was completed on time _to.• The project is currently under iu • construction. ° v ion tic. }�-C.M-M CHEN•MOORE Central Bayshore South Right-at-Way Intrastroctore Improvements RFP Ms.2015-133-YQ 4-14 ,......,,,.,,,,,,a* �1Srx-I1 i ti Forms U, E I- 0 1 �,C• Central Bayshere South Right-of-Way lefrastructare Improvements NtFP No. 2015-133-YQ 5-i uiriic ; CHEN•MOORE .ti:VS1XIan, 1 Appendix A, Questionnaire, Certifications & Requirements Affidavit APPENDIX A MIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit 1 REQUEST FOR PROPOSALS ( RFP) No . 2015- 133-YG DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO . 8: CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 5-2 r Solicitation No: Solicitation Title 2015-133-YG REQUEST FOR PROPOSALS (RFP) No. 2015-133-YG DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 8: CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS Procurement Contact: Tel: Email Yusbel Gonzalez 305-673-7000 Ext.6230 yusbelgonzalez @miamibeachfl.gov PROPOSAL CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose:The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIPRic ' an International,Inc. No of Employees: 69 No of Years in Business: No of Years in Business Locally: 30 30 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): ,F ni Wilec RnacI CITY: Pompano Beach STATE: ZIP CODE: Florida 33073 TELEPHONE NO.: 954.426.1042 TOLL FNO.: FAX NO.: 954.426.0717 FIRM LOCAL AD S . 5246 SW Lith St,Suite 102-D CITY: Coral Gables STATEForida REPRESENTATIVE 733134 PRIMARY R ` ACCOUNT 1 NT RE p RESENTATIVE FOR THIS ENGAGEMENT: j 1j4 ACCOUNT REP TELEPHONE NO.: 786.615.5211 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP L:, Rene r(g nc-man.us FEDERAL TAX IDENTIFICATION NO.: 59-2300398 The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to: any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 27 RFP 2015-133-YG 5-3 1. Veteran Owned Business. Is Proposer claimin. a veteran owned business status? YES © NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748, 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-.erformance by any public sector agency? YES © NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Management Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: -281 RFP 2015-133-YG 5-4 • Commencing with City fiscal year 2012-13(October 1, 2012), the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option,immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005- 3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? x YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? x YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x x Sick Leave x Family Medical x x Leave Bereavement Leave x If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 29 1 RFP 2015-133-YG 5-5 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, Proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, Proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Have you ever failed to complete any work awarded to you? If so,where and why? YES x 1 NO SUBMITTAL REQUIREMENT: If yes, submit information on project, agency, agency contact and reason why contractor failed to complete work. 11. Has a surety company ever intervened to assist a governmental agency or other client of the proposer in completing work that the proposer failed to complete? YES x NO SUBMITTAL REQUIREMENT: If yes,submit owner names,addresses and telephone numbers, and surety and project names,for all projects for which you have performed work,where your surety has intervened to assist in completion of the project, whether or not a claim was made. 12. Bankruptcy. Has the Proposer filed any bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such setition. YES x NO SUBMITTAL REQUIREMENT: If yes, list and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. 13. Litigation History. Has Proposer or any principal or employee of the Proposer (relating to professional endeavors only) been the subject of any claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor or, anization(s)durin• the last five(5)years. I I YES © NO SUBMITTAL REQUIREMENT: If yes, list all case names; case, arbitration or hearing identification numbers;the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. 14. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? YES x NO SUBMITTAL REQUIREMENT: If yes, list the specific cases and the charging agency. 30 RFP 2015-133-YG 5-6 15. Principals. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10%or more in a firm.The term "firm"shall mean any corporation,partnership, business trust or any legal entity other than a natural person. 16. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in Proposal disqualification. Initial to Initial to Initial to Confirm Confirm Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum x 11 Addendum 2 Addendum 7 Addendum x 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum Addendum 10 15 If additional confirmation of addendum is required, submit under separate cover. Remainder of Page Intentionally Left Blank. —3717–FP 2015-133-YG 5-7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals. may accept or reject Proposals, and may accept Proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 32 RFP 2015-133-YG 5-8 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's Proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of Proposal submitted; Proposer has not divulged, discussed,or compared the Proposal with other Proposers and has not colluded with any other Proposer or party to any other Proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this Proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: / / I Signature of P ' A • z-• '-presentative. Date: June 19,2015 RFP 2015-133-YG � i 5-9 Contact Person/Managing Design Contact: �1�-�A� Employee: Greg Mendez, P.E. Rene Castillo, Sr. gmendez@chenmoore.com CHI N'MDa RE ReneSr@ric-man.us i55 South Miami Avenue, , �MTL �NC. 5246 SW 8th St, Suite 102-D Penthouse II-A Coral Gables, Fl 33134 Miami, FL 33130 BEAM°R� Phone:786.505.6601 Phone:786.497.1500 ��1SSOCIA(FS Fax: 954.426.0717 Fax:786.497.2300 . r• 1' lit f ^ t t Xi- hry r `,- 1111111111 aA #Ya.a ter; �crrrw. , _.. j-1 , 1" n" rt,. # nub• 4 T. y ° ;i tic, 4 ■■l• Kit� yy $ W '?,tom '^° ` •er 4, e r c „...,-..r.b y , zyM,ot•' ,5t, tti; ~t _, w'r . _1 Lr •�, . . , „. . SK'. 14 r k y,..,. y -.) I�/ _- ...........„,..., :.,r, 1Ck�v 1LS�Yf„ 1_,..., ..._ _. . ______t, =Imo_ __,.. ... .. -, . - . _ ..,_ . .. il.,_..m. . .... :-., ..-,..„ Mk,fii _ —,wig '3:,iGM+a _ Ipprir s� +�`--1 , ,Sr's -.Ai Atili--.‘?” . 1 City of Miami Beach ell REQUEST FOR PROPOSALS DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 8 • CENTRAL BAYSHORE SOUTH RIGHT- OF-WAY INFRASTRUCTURE IMPROVEMENTS Phase II RFP No . 2015-133-YG Due : March 3, 2016 3 p.m . �tC-M _ 5246 SW 8th St,Suite 102-D Coral Gables, Fl 33134 Phone:786.505.6601 INT'L INC. BEACH,qOf o March 2,2016 Kristy Bada DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive,Miami Beach, FL 33139 Re: DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.8:CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS Phase II RFP No.2015-133-YG Please find,following this letter,our proposal for the referenced RFP.We have assembled a team of highly qualified individuals from Chen Moore and Associates(CMA)and Ric-Man International Inc.to make up our Design-Build team.Our intent is to provide the City with the opportunity to select a team who is capable of delivering the quality service the City requires. Our team's goal is to surpass the City and resident expectations in delivering the improvements proposed for Central Bayshore. RMI has a 30-year track record of completing projects successfully in South Florida.Over the last ten years,RMI has successfully completed several difficult and high-profile projects in Miami Beach.These projects are in excess of$75 million spanning over 25 projects.While we have encountered the typical issues that can be expected with utility construction,we have completed all 25 projects without any issues,litigation or threats of litigation. Additionally,we have working relationships with various sub-contractors and design firms who have working experience in Miami Beach.This prior experience in working together translates into a safe and efficient construction process. The proposed Design-Build Principal in Charge for this project is Rene Castillo.Mr.Castillo has 42 years of roadway and underground utility infrastructure construction experience.Mr.Castillo is familiar with the local permitting and design standards within the City of Miami Beach.His level of expertise will assist in streamlining the design process while providing valuable input during the early stages of design.Our goal is to provide an exceptional service to the residents and the City. The Design Project Manager is Greg Mendez,P.E.Mr.Mendez has more than 17 years of experience in planning, design,permitting,and construction management of water,wastewater,and drainage municipal projects in Florida.He has worked as a project manager and project engineer for various projects in South Florida.CMA and Ric-Man are currently working together on Miami Beach's Sunset 3&4 project.In addition,CMA designed the improvements to Sunset 1&2.When this project goes to construction,the process will be seamless because the construction on Sunset 3&4 will be ending when this project is scheduled to go to construction. We submit th' propos. 'n response to the referenced RFP and welcome the consideration for award of this projec der Si errly, AO:Sr. Presi.•- 1 1 Table of Contents Number Section Page Number Letter 1 Table of Contents 2 •Appendix A,Questionnaire,Certifications& Requirements Affidavit 3 1 Project Technical Proposal 1-1 2 Subcontractor Experience&Qualifications 2-1 3 Approach&Methodology Plan 3-1 4 Project Schedule 4-1 5 Lump Sum Price 5-1 IMT'IINt. CHEN•MOORE Central Baysbere South Right-of-Way Infrastructure Improvements AFP Mo.2a15-133-Y0 Appendix A, Questionnaire, Certifications & Requirements Affidavit APPENDIX A t'/\JAiV\ i BEACH Proposal Certification , Questionnaire & Requirements Affidavit REQUEST FOR PROPOSALS ( RFP) No. 2015- 133-Y G DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO . 8: CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 3 Solicitation No Solicitation Title 2015-133-YG REQUEST FOR PROPOSALS (RFP) No. 2015-133-YG DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 8: CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS Kristy Bada Tel: I Email 305-673-7000 Ext.6218 _KristyBadaPmiamibeachfl.govl PROPOSAL CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose:The purpose of this Proposal Certification,Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAM 6 No of Employees: Ric-Man International, Inc. 9 No of Years in Business: No of Years in Business Locally: 30 30 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): ini WiI c Rnaci CITY Pompano Beach STATE. ZIP CODE: Florida 33073 TELEPHONE NO.: 954.426.1042 TOLL FREE NO: /A FAX NO.: 954.426.0717 FIRM LOCAL ADDRESS: 5246 SW 8th St, Suite 102-D CITY: Coral Gables STATEFlorida 31Q 34 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Rene Castillo ACCOUNT REP TELEPHONE NO.: 786.615.5211 ACCOUNT REP TOLL FREE NO.: N/A ACCOU T REP EMAiL. KeneSr(`)a ric-man.us FEDERAL TAX IDENTIFICATION NO.: 59-2300398 The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements 27 I RFP 2015-133-YG 4 1. Veteran Owned Business.Is Proposer claimine a veteran owned business status? YES © NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name &Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-.erformance by any public sector agency? YES © NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Management Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: -781 R F P 2015-133-YG 5 • Commencing with City fiscal year 2012-13(October 1, 2012), the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005- 3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? x YES NO e. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? x YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x x Sick Leave x Family Medical x x Leave Bereavement Leave x If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g„ there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 29 RFP 2015-133-YG 6 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, Proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, Proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Have you ever failed to corn lete any work awarded to you? If so, where and why? YES x NO SUBMITTAL REQUIREMENT: If yes, submit information on project, agency, agency contact and reason why contractor failed to complete work. 11. Has a surety company ever intervened to assist a governmental agency or other client of the proposer in completing work that the proposer failed to complete? YES x NO SUBMITTAL REQUIREMENT: If yes, submit owner names,addresses and telephone numbers, and surety and project names, for all projects for which you have performed work,where your surety has intervened to assist in completion of the project, whether or not a claim was made. 12. Bankruptcy. Has the Proposer filed any bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five(5)years. Include in the description the disposition of each such •etition. YES © NO SUBMITTAL REQUIREMENT: If yes, list and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. 13. Litigation History. Has Proposer or any principal or employee of the Proposer (relating to professional endeavors only) been the subject of any claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor or anization(s)durin• the last five(5) years. YES © NO SUBMITTAL REQUIREMENT: If yes, list all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. 14, Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? YES x NO SUBMITTAL REQUIREMENT: If yes, list the specific cases and the charging agency. 30 j RFP 2015-133-YG 7 15. Principals. Provide the names of all individuals or entities (including your sub-consultants)with a controlling financial interest. The term "controlling financial interest"shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10%or more in a firm. The term"firm"shall mean any corporation,partnership, business trust or any legal entity other than a natural person. 16. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in Proposal disqualification. Initial to Initial to Initial to Confirm Confirm Confirm Receipt Receipt Receipt x Addendum 1 x Addendum 6 x Addendum 11 x Addendum 2 Addendum 7 Addendum x 12 x Addendum 3 x Addendum 8 Addendum x 13 x Addendum 4 Addendum 9 Addendum x x 14 Addendum 5 Addendum Addendum x 10 15 If additional confirmation of addendum is required,submit under separate cover. Remainder of Page intentionally Left Blank. 31 j RFP 2015-133-YG 8 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipients convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals, may accept or reject Proposals, and may accept Proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data. relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 32 RFP 2015-133-YG 9 -• '- ' ' — - '' ' - = ,r'rkei-ki.)--,-,-1 -,, I hereby certify that t, as an authorized agent of the Proposer, am submitting the following information as my firm's Proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that 11;-■•I,, ,,',are requirements of this solicitation and failure to comply will result in disqualification of Proposal subm 1 , -: as not divulged, d « -, , compared the Proposal with other Proposers and has not colluded with an *.• - t••*sec or party to any other• ,..1;Proposer acknowledges that all information contained herein is part of - -'n as defined by the Stal: , Florida S 1,1-line I• Public Records Laws;all responses,data and informa l't - - ,_:in this Proposal, 2. indusi :.. . Pro••,, e -1--,i•n,Questionnaire and Rz.•uirements Affidavit are true and - -z . s.-- Strialtra. - ... . '77■'77:7,17..."777.75,"*"*******7-'-'-'7"7-7 ::77- I--7:77------------- ' ',:ta....-9 ■4i/.'r...._'.— ...--,4‘2:eiti,..,... .1-...;......a.,—... _...,,,11:111.:-. .....-,- — , •,. --- , . . 41.1111 . • ' ' r-'., :1 it•,. ■ i ' 4 / . . --.*m7 71;777.,*.: ' •:,•7-7 77 ' 1111. IT 7 . , 4 .. '7 7., 7 RFP 201 33- --, - ..,,, L Project Technical Proposal The key to successfully completing this project is the integration of the Cit of Miami Beach's goals and the goals/needs/visions of the residents int. an achievable Design/Build plan,that is encompassing and yet flexible.Ou team will bring our collective effectiveness to accomplish the goals and objectives of the Neighborhood No. 8 Central Bayshore (Phase II) Right of-Way Infrastructure Improvements Project. The following technical overview of the proposed improvements shall serve as a concise scope o' work for the project. EXISTING CONDITIONS—The Central Bayshore neighborhood is a residential area bounded on the west by Prairie Avenue and N Meridian Ave., on th- east by Pine Tree Drive,on the north by W 34 Street and on the south b Dade Blvd.The existing infrastructure is comprised primarily of new wate mains(except along Prairie Avenue);paved roadways in desperate need o' replacement;and a drainage system that is totally inadequate and will no• meet the future needs of the City. _ _ _�... •max ar �—'"' As a whole, the neighborhood in its existing condition is unprepared fo the ever-rising sea levels.This project shall address each of the issues a- follows: PAVING AND GRADING—This project assumes that new roadways shall b. designed and constructed within the following corridors: • N Meridian Avenue,from Dade Blvd. to W 28 Street • W 28 Street,from N Meridian Avenue to Pine Tree Drive • Prairie Avenue,from W 28 Street to W 34 Street • Fairgreen Drive,from W 28 Street to W 29 Street • Royal Palm Drive,from W 28 Street to W 34 Street • Sheridan Avenue,from W 28 Street to W 31 Street • W 29 Street,from Prairie Avenue to Sheridan Avenue • W 3o Street,from Prairie Avenue to Pine Tree Drive • W 31 Street,from Prairie Avenue to Pine Tree Drive a *Note that Prairie Avenue from Dade Blvd to W 28 Street has recently bee a-`. improved and is not included in the scope of this project with the exceptio of the proposed water main improvements(more below). Within these segments,special attention shall be paid to ensure that City o' Miami Beach dimensional criteria are followed concerning the roadways tif All roadways shall receive valley gutter or type F curb, as consistent wit 'o _ u- IUT r_ IMT7NNC. CHEN•MOQRE Mahal BaYs!lere Ssots Right-st-Way blrsstrusturs Improvements RFP Me_2•1$-133-Y0 1-1 L DCP criteria,with the exception of Prairie Avenue from W 28 Street to W 34 Street(as per City Commission after- action item on April 17,2015),which receives no curb. New bicycle lanes along Prairie Avenue are also proposed as part of the reconstruction.The proposed pavement reconstruction shall be comprised of 2"of SP-9.5 over 8" of compacted lime rock over 12" of compacted subgrade.As always, all roadway geometries shall be designed and constructed in accordance with Miami-Dade County Public Works and City of Miami Beach Fire Department Standards and approved practices. Most of the roadways in the project area range in elevation from 1.8'to 3.5'. The minimum crown of roadway elevation shall be +3.7' NAVD, as per DCP criteria for all new roadways. This will necessitate harmonization between the newly raised roadways and the sidewalks. DCP criteria also calls for the raising of the sidewalks, while also requiring all harmonization to ensure positive drainage away from the lots.This requirement simply is not physically possible.As such,the RMI/CMA team has developed a typical roadway cross section that addresses the minimum crown of roadway requirement and harmonizing back to the property lines and ensuring positive drainage away from the lots.This is accomplished by way of depressed roadside swales and ditch bottom inlets with concrete aprons and flumes. t'- E-I_T E E•I..T -_E 3" I ' _e:c.T c.�•.e.T +LLE&.. ,n. eL fr.E • .+LLEr•1 FE-.-I L[ .-HST :'T.IC. E T I f. E I T E E T The DCP also requires a new multi-use path along the west side of N Meridian Avenue from W 28 Street to Dade Blvd.This multi-use path shall be 8'wide and constructed of 3,000Psi concrete.Additionally,the path shall double as a berm,separating stormwater runoff from the golf course and the N Meridian right-of-way.As a result of the added fill required to raise the roadways,the meandering of the path in and out of the existing trees as depicted in the DCP plans will'be unachievable without killing the trees since a good portion of the lower trunks would be backfil led.The RMI/CMA team proposes to install the multi-use path adjacent to the back of curb along N Meridian Avenue.This will keep the majority of the patch assay from the existing trees,thus minimizing impacts.Type F curb and gutter shall be used adjacent to the path to mitigate the clear zone requirement of 6'from edge of pavement,if valley gutter were to be utilized. Sidewalks shall also be redesigned and replaced wherever they are found to r i.Hr-•'F-.y be out of compliance with ADA criteria. I is On this project, these non-compliant .:IE- sidewalks are largely found at and near L"` _,E 'TM' EiE',T intersections, since ramps and roadway Tr E F interfaces are often the most critical - "':[ I I EL. points. Additionally, any sections of °� existing sidewalk throughout the project "' �"'r N that are non-compliant (i.e. missing -°~ -' .L .1" pieces, significantly raised edges due to tree root growth, etc.) shall also be +—F.:.T M.:E Ln—•..E-,TH v replaced. All sidewalks are to be remain Tr-'.:'L — '. '.T 9.1'H in place otherwise and no new sidewalks are to be introduced,aside from the minor decorative areas as depicted in the landscape plans. a) 0 C.. I INTI�INC. CNEN•MOORE Cask*0axshere Routh Night-at-Way Intrastructsre ImIteaem*sts NIP Na.2015-133-Y8 1-2 L DRAINAGE — The stormwater drainage system for this project shall be designed and constructed to address current and future needs, inclusive of addressing Central Bayshore Topographic Map • sea level rise.The system itself shall be comprised t of a series of interconnected pipes and inlets, r ,•; 1 =°'' �.` - -� 1'.,,,; ultimately discharging to the Indian Creek Canal by " 2 ,fit` F 1-_ ' ' ' way of a series of manifolded °� y pump stations. r - •,y . „ Concurrently,the seawall(approximately 5o LF)at r;(_ . �'J�`7`' the Indian Creek Canal along Flamingo Drive shall it t.t'! i P. ;4j,'tf ,' also be raised to meet City of Miami Beach criteria, �, . .p.1---- t.a 64' yftr, to elevation+5.7'NAVD. :�< - ,� - Additionally, the existing stormwater system for _� 4 `_ aY• r ',r ,� the Miami Beach Golf Club is directly connected �.(� ;t r 7 a ;.`- `f ." b to the Central Bayshore neighborhood by way of 2ifir a y, .,,,. . s` l _` .' three pipes along N Meridian Avenue, ultimately j((I > `: discharging into the Collins Canal at Dade Blvd.This �i: / -f i . ;�M Ft.- ��� i ti3.r�; s's --., . '•, 4.,,6, E; I� project shall divorce the systems by maintaining s ,; the existing outfall pipe along N Meridian Avenue +�„-, t ,, . ! g PP g } x as the dedicated outfall for the golf club and 4f ., 7:1;:7,0, , ti introducing a new collection system for the i+ s, i t;..:; • ” .. -_ ,,,,i neighborhood. In addition,a new 8'multi-use path. :, "I �,i' .e�,...,.Ie, between N Meridian Avenue and the golf club shall r I - t4 e',,;A. ; : be set at the 25Yr-72hr storm elevation to double as "'„ „ 4`, fr •• a berm between the two stormwater basins. - =mow �„„., Pipe sizing and stormwater pump station modeling [,17).. ' t , *, r. , shall be undertaken via EPA SWMM software. j.r ' * .P Preliminary modeling has resulted in collection .... ii.-' - , .�.--.r...• • / W H Z'J 1:491 11;14:M r g ri Up-441�i IL/A/am,IN..fs 1„„tA 0 250 500 Fer 1 inch•500 feet a system pipe sizes ranging from 24"to 48"and shall be either ''-•"'� •"14 t" -• Junction 1�EJ Az000 or RCP, as pipe size dictates.A new pump station shall '�'-- "-' °"''r`•""°•'' be designed and constructed adjacent to the existing pump i a r - ° station near Prairie and W 28 Street.The existing pump station 1 i shall be somewhat reconfigured to manifold with the proposed "- -' pump station via a new 42"DIP force main along W 28 Street, • r ;1 . _ --i and existing deep injection well reconstituted and re-piped to ._._,.,., provide additional water quality for the drainage system.This Jt� _ 1,,,_]lSS.�I ah>toHr'o4•Im .lel4l.i-------- new force main shall also manifold with another existing pump [:=, %. station near Flamingo Drive before discharging into the Indian Creek Canal. The collection of stormwater runoff shall be handled primarily by ditch bottom inlets with concrete aprons within the roadside swales.As a result of the harmonization required from the raising of the roadways and in order to capture the runoff from the adjacent lots,a roadside swale collection system is the best choice.Curbing shall be o flumed to the inlets wherever they interface.The harmonization of the existing driveways shall occur between fi the new back of curb and the sidewalks and/or right-of-way line, as required. No improvements whatsoever are proposed on private property for this project. r u ti 4, u cis eu _ a Ia, . Catral ambers South Wight-ef-Way intrastrestnre losprevenints RFP No.2515-133-Yfl 1-3 0 I1.;1,N� CliEN•MOORE i POTABLE WATER—This project assumes that new 8"distribution and 16"transmission potable water mains are to be designed and constructed along Prairie Avenue from Dade Blvd to W 34 Street.The mains shall be ductile iron pipe(DIP and shall be poly-wrapped,consistent with City of Miami Beach Standards.Existing water services shall be reconnected to the newly installed 8"DIP water main upon commissioning.New fire hydrants,appropriately spaced to ensure proper fire protection,shall also be provided along the corridor.The proposed 16"transmission main is connected to other water mains at key locations. At the southern extents, the new transmission main connects to the existing 20" transmission main on Dade Blvd, shortly thereafter connecting to the new 8" distribution line which runs north on Prairie Ave and an existing 12"distribution line heading east on Dade Blvd. The 16"transmission main connects to an existing 20"main near W 23 ST and serves the new 8"distribution line twice more at W 28 ST and again at W 34 ST.Lastly the 16"transmission main connects to the existing 16"C.I.main at W 34 Street. LANDSCAPING —The landscaping on this project is primarily composed of new street trees (some provided as mitigation for trees that are to be removed),a small pedestrian circle with trees and shrubs at Sheridan Avenue and W 28 St, trees and shrubs within the parking islands along Sheridan St, minor shrubs and other decorative plantings on W 3o St and Sheridan Avenue and screening of the pump stations at W 28 St.Additionally,minor/ necessary irrigation shall be provided for those decorative areas at Sheridan described above(exclusive of the parking lot islands).Sod shall,of course,be replaced wherever it is disturbed(and pre-existing)due to construction activities. No landscaping or irrigation improvements of any kind are proposed for any areas north of W 34 St or south of Dade Blvd. STREET LIGHTING SYSTEM —A new neighborhood street lighting system shall also be designed and installed in accordance with DCP criteria.The lighting shall be pole mounted LED fixtures and shall be served by existing FPL infrastructure.The fixtures shall be photocell controlled,with a dusk-dawn operation period. k MAINTENANCE OF TRAFFIC(MOT)-MOT during construction operations is an element that - .' will define the success of the project. Our crews are well versed with the requirements of — working on industrial and residential areas which allows us to provide our services with minimum impact to the traveling public and local residents.The MOT required for all work involved in the right-of-way will be conducted per the guidelines provided by FDOT standards. Where possible we have adjusted the location of construction operations to provide better conditions and maintain safe traffic flow. ENCROACHMENTS-The Design Criteria Package did identify the location and the type of encroachments within the ROW.The encroachment tabulation tables that were provided,includes the property location,the description of the encroachment and the reason why it is recommended to be removed. The Encroachment Types(ET)were identified as follows: • ET-1—The CIP office and PWD agrees on the removal and no imminent need to reclaim the area.No further action is required. • ET-2—The CIP office and PWD agrees on the removal and it is imminent the removal.Consultant is to make revisions to the documents will have been removed by the time the project commences. • ET-3 —The CIP office and PWD agrees that encroachment removal is not necessary. Consultant is to make revisions to the proposed improvements to accommodate the existing encroachment. • ET-4—The CIP office and PWD disagrees on a proposed encroachment removal. 0 0 0 L o- r0 u c v v a 2 L p.. a1C•�� CHEN•MOORE Central embus Sek Riskt-d-Wai latrastractere tar Rrremeats RFP 2615-133-Ye 1-4 IMT7111IIt. The type of encroachments that are being impacted by the project are mainly landscaping elements, and are clearly identified in the encroachment tabulation table, provided as Attachment o5 to the DCP , ` �' '` � showing the species, location and the encroachment type as defined above. The DB Team, if required, will revise the construction t �� . �L � -. documents since the City has not authorized removal, to accept the existing conditions and • • c= propose the infrastructure accordingly. -a5 Our Design-Build Team is dedicated to lessen the tree removal impact.This commitment is reflected even prior to the award of the project. The City �* anticipated 318 trees to be removed(as indicated on the encroachment list provided).This count did not include trees along the eastside of Prairie Avenue.Thus,while studying these removals and the as-builts provided in addendum#10,we identified several trees would need to be felled in order to retire and remove the existing 16-Inch water main in Prairie corridor.We brought this to the City's attention, ultimately realizing of the impact and deciding not to remove any of these trees.This is the example we will follow to make every decision on the remaining 318 trees. However, some of the trees are in the sight triangle and many of the 205 trees marked to remain will only need to be trimmed. Perhaps, under additional scrutiny and potential implementation of type F-curb,if permitted and approved, additional trees to be saved.Obviously,these decisions will only be made in close coordination with the City. SIGNAGE& PAVEMENT MARKINGS-This project shall also include new signage and pavement markings. Vehicular instruction signage (exclusive of street number/name signage) shall be replaced. All new thermoplastic striping shall also be installed,to include stop bars,center lines and bike lanes,as required.All - signage and striping shall meet Miami-Dade County Public Works,City of Miami Beach and MUTCD(and others)standards,as appropriate. UN 0 0. 0 O. To V C V ai a I �l Central Baysbere South Right-of-Way Infrastructure Improvements RFP Re.2015-133-YQ 1-5 1117711111C. CHEN MOOf1<f Subcontractor Experience & t. Company Information Qualifications Chen Moore and Associates (CMA) is a multi-discipline consulting firm with offices in Miami-Dade, Broward, Palm Beach, Martin, Orange and Alachua Counties. Founded in 1986, CMA specializes in civil and 6 I environmental engineering, landscape architecture, planning, GIS analysis and mapping,and construction engineering inspection.We are ,.R « a Florida state and locally certified small business enterprise firm. Dr. • $" . • Chen founded CMA believing that relationships are critical to planning, _ designing and constructing successful projects. The firm commits to r _- r I _ providing responsive quality services while meeting the schedules and .-riligi +"-- specific project needs of our clients. CMA actively supports various community organizations including �' , Habitat for Humanity,Toys for Tots,the Cooperative Feeding Program, Iii and Ocean Watch,a non-profit group focused on cleaning and preserving i, ii it 11111 , South Florida's Beaches. Firm staff participates in local professional iI it u n society events including the American Society of Civil Engineers, Florida ft-.'1,41.,,,,,, _ _1- it i u 1 • - Engineering Society,American Society of Landscape Architects,Irrigation It U 1 ': Association, Florida Recreation and Park Association, International -. _1.:_ ' - '�°` Society of Arboriculture and the United States Green Building Council. We proudly support our industry and the communities in which we live, - play and work. Our services include the following: f' � t • Infrastructure Master Planning r �i„ ' • Pump Station Design and Rehabilitation • t • Water Supply,Treatment and Distribution Design • Stormwater Management System Design and Master Plans -- -- • Environmental Engineering -PT' -,'= "'' • Roadway Design and Streetscape ,. • Traffic Calming Design -'••`' i 1. • Circulation &Roundabout Design • Government Permitting • Land Development • Site Development • Site Planning • Landscape Architecture tit • Hardscape Design � • Irrigation Design • • Park Design ` _ , a • Greenway&Trails Design • Pedestrian&Bicycle Pathway Design , L. L,.. c ':: • Habitat Restoration t) -, ---. - _.- _ ---7. ;, ,:.2_, °J • Wayfinding ix 1 �, • GIS Analysis and Mapping X ■ . • Project and Program Management ``' r • Sustainable Design and LEED Solutions • value Engineering - • ifirl" ?�' • Utility Rate and Infrastructure Valuation Studies o • • Resident Coordination and Stakeholder Meetings 7 • L1 • 1410717611C11147. CHEN•MOORE Central @ayshere South Right-el-Wey Iehastretture Improvements RFP Ms.2915-133-Y0 2-1 , —,„,,,,,,00. 2. Company's List of Similar Experience and Qualifications Agency Name Project Name Type of Project Percentage Anticipated Firm's Role Completed Completion Date Miami Beach Design Sunset Islands Completion City of Miami Neighborhood Lead Beach 3&4 ROW Improvement 80%(design) 7/2015; designer Improvement construction Program 8/2016 City of Miami Sunset Islands Neighborhood Lead Beach I&II Improvement 100 312013 designer City Center City of Miami Right-of-Way Neighborhood Closeout Lead Beach and Utility Improvement 100% ongoing/final designer Improvement few weeks g Project South Pointe City of Miami Phase III/IV/V Neighborhood Closeout Lead Beach Right-of-Way Improvement 100% ongoing/July designer Improvement 2015 Project Florida Keys FKAA Cudjoe 100%(design); Construction Aqueduct Regional Sewer construction completion d Lead Authorit Wastewater Improvement admin estimatefor designer y Collection ongoing 7/2016 Miami Dade East Bird Design Water and Rd Corridor Sewer estimated Lead 0 Sewer Sanitary Sewer Improvement °� 8/zo15, designer Department Improvement construction admin 8/2016 Broward BC UAZ Projects Neighborhood 100%(design) 8/2015 Lead County Improvement designer Euclid City of Miami Streetscape o, Landscape Beach Improvements Streetscaping 100% 10/2015 (Lincoln Center Architecture Building) North Shore Civil/ City of Miami gandshell Park Civil/landscape 100% Beach architecture 4/2015 landscape c. Improvements architecture a, Q City of Miami City Center 9c: Streetscaping/ Closeout Landscape w Neighborhood 100% ongoing/final Architecture o . Beach Lincoln Road Improvement few weeks and civil U . . c o v fict-r:1-----M* �, • INT'I�INt. CHEN•MOORE Central Bayskere South Right-et-Way tstrastraetere Ierpresaneets RFP No.2016-133-YU 2-2 9 U, C RI! C i 4._, O O vs MI -0 U D 3 ? a CI./ a� E v a co T2 0 2 0 o f — E L 4- v v in C - y C c L o c E > no ro o v o C n v v in '+. .. � o � C cu Eg 7 O > > 0 ro 4- VI - . v v N c ul O C 7 C O. n. C v '� O Ov Oc O c C 7 - U L no .7 'CD C +' a C O v '� ro _C C Q •C ri D w r0 Q Miami Beach Sunset Islands 3 & 4 ROW • • • • • • • Improvement Program Sunset Islands I&II • • • • I • U City Center Right-of-Way and Utility Improvement • • • • • • • Project South Pointe Phase III/IV/V - Right-of-Way • • • • II • • Improvement Project Cudj Regional ... Wastewater Collection • • • • East Bird Rd Corridor Sanitary Sewer • • • • Improvement BC UAZ Projects • • • • • • • Euclid Streetscape Improvements (Lincoln • • • • • • • Center Building) North Shore Bandshell Park Improvements City Center 9c: Lincoln • • Road ai a, LA C of •c d x Lit 0 +. v • r6 • , C 0 V 7 ! ' CHEN•MOORE Ceetrat Rayshore South Right-of-Way Infrastructure improvements RFP Me.2015-133-YQ 2-3 0 1RiNNC. 4. Relevant Experience Miami Beach Sunset Chen Moore and Associates is providing civil engineering and landscape Islands 3 & 4 ROW architecture for the utility infrastructure and roadway reconstruction Improvement Program of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project was publicly bid Miami Beach, Ft. as a design-build and funded by the City of Miami Beach. It will require coordination with various agencies including the City of Miami Beach, Names,addresses,telephone the Miami-Dade Water and Sewer Department, the Miami-Dade number,fax number,and contact Public Works Department, the Miami-Dade Regulatory and Economic name for the following: Resources Department and others. Owner or Agency City of Miami Beach The project consists of the replacement of 8" potable water mains, 1700 Convention Center Drive the lining of existing sanitary sewer mains, a completely new storm Miami Beach, FL 33139 water drainage system, including discharge pumps and outfalls, (305) 673-7071 the undergrounding of all existing overhead utilities, new service Maria Hernandez, RA connections to all properties, complete roadway reconstruction and Architect or Landscape Architect, grading with new pavement section and curb,landscaping,signage and or Engineering Consultant striping. Chen Moore and Associates 155 South Miami Avenue, Penthouse II-A Miami, FL 33130 Ns- (786)497-1500 _- - Greg Mendez, P.E. 111 r« - `"` 510 SE Dixie Highway Stuart, FL 33494 rl!- ..is‘ (772) 919-7018 ext. 1078 Cristobal Betancourt, RLA ., .`ip N ;_ i';.\ General Contractor(if work r Ida. -w � F. performed as a Sub Contractor) ` �I r 3 - - Ric-Man Construction " 1 I �.,1• ��_ • 2601 Wiles Road , .. y :: �� Pompano Beach, FL 33073 �.+. (954) 426-1042 �� ' Rene Castillo,Sr. _ Name of General Contractor's nyy' ' project manager and field superintendent Rene Castillo, Sr. ' - .' INC; -- .'. ? 1 �,._ ' �Awarded contract amount and s- . a i _ Ry'• final contract amount$454,244 . + -:• w i .i: . .- (fee); $7,750,000 (cost) 11 s t t ' ' 05 •Explanation of differences 4' t" 'I► I v between awarded and final '., �,- '• ',',/.,,,� contract amounts, if difference . •;; � �"` `f °+T "'`� S x- • i -Y:t, x exceeded 5% N/A #:-' �C O MN Date of project completion.The - �' f". .:• Li proposer should reference if the ii jr 7 - - y .. project was completed on time o - The project is currently under 3 • _ construction. `^ • I-INTr . Central 8ayshore Saott Right-of-Way Iufrastructare twgraremeata REP Na.2015-133-Y9 2-4 j II�.'� u. CHEN M0011� Sunset Islands I & II Chen Moore and Associates is the prime consultant responsible for Miami Beach, FL planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I&II neighborhood of Miami Beach.The project encompasses ±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater Names,addresses,telephone drainage improvements, paving & grading, traffic pavement marking number,fax number,and contact and signing related enhancements and roadway reconstruction. name for the following: Extensive coordination with adjacent residents and with environmental Owner or Agency agencies was necessary due to the projects environmentally sensitive City of Miami Beach location and surrounding environmental resources. 1700 Convention Center Drive Miami Beach, FL 33139 As part of the project stormwater and drainage services, extensive (305) 673-7071 analysis was conducted utilizing ICPR modeling and GIS to meet and/or Maria Hernandez, RA exceed required stormwater Level of Service standards.The proposed stormwater design included the introduction of catch basins and Architect or Landscape Architect, stormwater piping to effectively collect and route the stormwater to 11 or Engineering Consultant existing outfalls to Biscayne Bay. Due to the environmental sensitivity Chen Moore and Associates of Biscayne Bay design and implementation of water quality treatment 155 South Miami Avenue, measures was an important consideration and design factorof the system Penthouse II-A prior to outfall to the Bay which included utilizing exfiltration trench. Miami, FL 33130 Additionally,as the outfalls were existing a review and evaluation of the (786)497-1500 conditions of the outfalls was conducted and rehabilitation, upsizing Greg Mendez, P.E. and retrofitting the existing outfalls was a part of the final design.This 510 SE Dixie Highway project was closely coordinated with regulatory agencies at the outset Stuart, FL 33494 of the project and throughout the design to ensure an expedient review (772) 919-7018 ext. 1078 and issuance of the permit. Cristobal Betancourt, RLA General Contractor(if work performed as a Sub Contractor) N/A —- TY + _ • _ Name of General Contractor's / .�- l. project manager and field ��- .'Oi ..�x _.� - 17- � .. superintendent Rene Castillo, Sr. ^; } �`— 1 ',_ Awarded contract amount and : or-- A — 4 - final contract amount$89,831 r.4‘ . ,. (fee); $5,600,000 (cost) Explanation of differences `��' between awarded and final contract amounts, if difference exceeded 5% N/A Date of project completion.The _rr <. • - proposer should reference if the project was completed on time 3/18/2013 °J L F P1 X Li! L U r v 0 U IMTL " lIC. CHEN•MOORE Cenhat"'shore South Right-of-Way Infrastructure Improvements RFP Ni,.2015-133-YQ 2-5 City Center Right-of-Way Chen Moore and Associates is the prime consultant and is responsible and Utility Improvement for providing surveying, planning, geotechnical investigation, design, Project permitting,preparation of construction documents, bid and award and construction engineering services for infrastructure improvements Miami Beach, FL within the public right of way areas of the City Center neighborhood of Miami Beach. The project encompasses approximately 24,000 LF of Names,addresses,telephone ROW infrastructure improvements including:8,700 LF of 8"water main number,fax number,and contact replacements; sewer improvements, stormwater drainage name for the following: improvements; paving & grading; roadway/traffic improvements Owner or Agency (streets, sidewalks, curb and gutter, drainage, traffic control devices City of Miami Beach including striping, signing and channelization); streetscaping and 1700 Convention Center Drive landscaping enhancements;decorative,landscape and roadway lighting Miami Beach, FL 33139 improvements; and roadway 4 (305) 673-7071 reconstruction. Additionally, +.,, ,i. (305) 673-7073 due to existing listed '� - 7; g 4f-.1: ,..x. .. Maria Hernandez, RA contaminated sites within the - •. ` r� ' .r. proximity of the right of way Architect or Landscape Architect, s! �- improvements, environmental =:-�-----a- .,•or Engineering Consultant �•- ,-- Chen Moore and Associates coordination including -- _='�° — 155 South Miami Avenue, contaminated sites analysis and consideration of the radius of influence Penthouse II-A was necessary for coordinating dewatering operations. Due to the Miami, FL 33130 existing mixed residential and commercial environment of this (786)497-1500 neighborhood,special design efforts were made to incorporate walkable Greg Mendez, P.E. community elements including meeting ADA requirements, providing street furniture, incorporating bicycle routes, upgrading sidewalks, 510 SE Dixie Highway incorporating specialty treatments at crosswalks, landscaping Stuart, FL 33494 improvements with specialized tree wells to provide a walkable surface (772) 919-7018 ext. 1078 and bulb outs to increase pedestrian friendliness and safety. This project (772) 919-7019 also required extensive coordination with the public, adjacent CRAs, Cristobal Betancourt, RLA historic districts and various regulatory agencies. General Contractor(if work As part of the proposed stormwater and drainage services, extensive performed as a Sub Contractor) N/A li,,),,,,,, a nalysis was conducted utilizing ICPR . i Modeling and GIS to meet and/or Name of General Contractor's r exceed required stormwater ater Level of project manager and field Services standards. The proposed � . P P superintendent N/A . -t - - stormwater design included the Awarded contract amount and _-�: ` i ntroduction of catch basins and final contract amount$3,466,466 stormwaterpipingtoeffectivelycollect (fee); $21.2 million (cost) and route the stormwater to 16 Explanation of differences drainage gravity wells with overflow between awarded and final m outfall connections to Biscayne Bay. Due to the environmental sensitivity %) contract amounts, if difference of Biscayne Bay design and implementation of water quality treatment -11 exceeded 5% N/A measures was an important consideration and design factor of the a Date of project completion.The system prior to outfall to the Bay and was closely coordinated with u' proposer should reference if the regulatory agencies during the permitting process. ° - project was completed on time u • The project is currently under This City Center 9A project is currently in the close-out phase of CMA 12 • construction. provided construction administration services,on-site field observation, ° •' and staff RPR services during construction. = vt • �+�Nrc. c CHEN•MOORE Central Bayslere Seatk Rlglt-et-Way Must'uetosa Improvements RIP Ile.2818-133-YG 2-6 0 South Pointe Phase III/ Chen Moore and Associates is the prime consultant and is responsible IV/V - Right-of-Way for providing surveying, planning, geotechnical investigation, design, Improvement Project permitting, preparation of ;, construction documents, bid and �_ ill - '• � Miami Beach, FL award and construction __- r` engineering and inspection t11II. . Names,addresses,telephone services for infrastructure ¢° -� T_ -7 "" number,fax number,and improvements within the public $t ,- ,. f i fl' '; �• •- = . contact name for the following: right of way areas of the South _ : 1 ,.... r - Owner or Agency g Y Pointe IIIJIV/V neighborhood of ;� -- City of Miami Beach Miami Beach. The project f`' `_rP ;777 17th Street, 3rd Floor encompasses approximately Miami Beach, FL 33139 �9,00o LF of ROW infrastructure ,(305) 673-7000 ext. 6264 improvements including 9,300 LF _.. :=_ (305) 673-7073 t 8 water main replacements, � a : .�.-. • Carla Dixon stormwater drainage " "'4 :. 4 ' 4 drainage •' _ Architect or Landscape Architect, improvements, paving & grading, or Engineering Consultant streetscaping enhancements, Chen Moore and Associates landscaping improvements, _ - , v ti' , 155 South Miami Avenue, lighting improvements, and . .. " �''°T _'.�.,��. - . .. �' `_fir . Penthouse II-A roadway reconstruction. Miami, FL 33130 Additionally, due to existing listed contaminated sites within the (786)4974500 proximity of the right of way improvements,environmental coordination Greg Mendez, P.E. including contaminated sites analysis and consideration of the radius of 510 SE Dixie Highway influence was necessary for coordinating dewatering operations.Due to Stuart, FL 33494 the existing mixed residential and commercial environment of this (772) 919-7018 ext. 1078 neighborhood,special design efforts were made to incorporate walkable (772) 919-7019 community elements including meeting all ADA requirements,providing Cristobal Betancourt, RLA street furniture, providing bicycle lanes, upgrading sidewalks, incorporating specialty treatments at crosswalks, landscaping General Contractor(if work improvements with specialized tree wells to provide a walkable surface performed as a Sub Contractor) and bulb outs to increase pedestrian friendliness and safety. This project N/A also required extensive coordination with the public, adjacent CRAs, Name of General Contractor's historic districts and various regulatory agencies. project manager and field As part of the proposed stormwater and drainage services, extensive superintendent N/A analysis was conducted utilizing ICPR Modeling and GIS to meet and/or Awarded contract amount and exceed required stormwater Level of Services standards. The proposed final contract amount$1.9 stormwater design included the introduction of catch basins, and million (fee); $10.5 million (cost) stormwater piping to effectively collect and route the stormwater to as Explanation of differences 16 drainage gravity wells and stormwater pump station with overflow u between awarded and final outfall connections to Biscayne Bay.Due to the environmental sensitivity m contract amounts, if difference of Biscayne Bay,design and implementation of water quality treatment a exceeded 5% N/A measures was an important consideration and design factor of the w system prior to outfall to the Bay and was closely coordinated with o Date of project completion.The regulatory agencies during the permitting process. m • proposer should reference if the Y • project was completed on time o - The project is currently under = ' const on ` i • RIB ctiEN•IiHOOIIE Central earthen South Right-el-Way Infrastructure terpreseeeeis RFP Me.2015-1334Q 2-7 E L FKAA Cudjoe Regional Chen Moore is designing this $go million design-build sanitary sewer Wastewater Collection collection system that will convey sewage from four lower keys to a transmission force main and/or master lift station located along U51/ Key West, FL Overseas Highway. The State of Florida mandated that all customers within Monroe County be connected to an advanced wastewater treatment facility before Names,addresses,telephone December-31,2015.This project will help eliminate untreated wastewater number,fax number,and effluent from polluting the nearshore waters of the Florida Keys. contact name for the following: The project-the single largest in terms of value and number of customers Owner or Agency served ever undertaken by Monroe County - consists of wastewater Layne Heavy Civil Inc. (Prime) service to the islands of Ramrod Key, Lower Sugarloaf Key, Little Torch 2003 Bluestone Circle Birmingham,AL Key, and Big Pine Key. The collection system includes approximately 500,000 linear feet of gravity sewer and low-pressure grinder sewer with (770) 696-4040 (205) 623-1275 47 neighborhood lift stations that serve approximately 4,500 customers. The transmission system consists of four master pump stations and PVC Wesley Self, P.E. and HDPE pipeline laid along US Highway 1. The project requires close Architect or Landscape Architect, coordination with the local, state and federal permitting agencies. or Engineering Consultant Chen Moore participated in neighborhood meetings to explain to the Chen Moore and Associates residents the scope of work. 155 South Miami Avenue, Penthouse II-A Miami, FL 33130 (786) 497-1500 Jose Acosta, P.E. General Contractor(if work performed as a Sub Contractor) Yip ,per •+r N/A fi•. r•.4f Name of General Contractor's .,77" �` project manager and field " .��� •r r T Ai,e l superintendent N/A � -.•Awarded contract amount and a °`?Q final contract amount$1.4 �~yar f f million (fee); $90 million (cost) r `+,11 • Explanation of differences Ronda Kayo Aqueduct AuflOority between awarded and final — °- • taQx caeloaRegionl Wastewater Collection System(NOR-CaMrall ••........ asa noun■•■L«erb,... contract amounts, if difference exceeded 5% N/A Date of project completion.The a proposer should reference if the project was completed on time The project is currently under w construction o Y ( to L Y • C 0 VI INT'l�I�t. CHEN•MOORE Central 8aysbore South Right-et-Way tnhastrnatnre Improvemeals RFP Me.2015-133-VU 2-8 — _i •.`IAIt..L1 ..� East Bird Rd Corridor Chen Moore and Associates(CMA)is providing civil engineering services Sanitary Sewer for sewer improvements along the corridor of Bird Road(SW 40th Street) Improvement from Red Road(SW 57th Avenue)and Ludlam(SW 67th Avenue)within the commercial corridor(Exhibit A)on both sides of the street utilizing Miami, FL low pressure sewer design concepts. The project intends to connect various small commercial sites on both sides of the Bird Road Corridor as Names,addresses,telephone well as the shopping center at the NW corner of Red Road and Bird Road number,fax number,and and nearby David Fairchild Elementary School. The project includes an contact name for the following: initial engineering analysis phase with the preparation of a technical memorandum with options and recommendations for pump strategy, Owner or Agency small and large pump station selection,power,maintenance,permitting Miami Dade Water and Sewer considerations, etc. Post approval of the concept,the project includes Department 30%,70%,90%,and l00%submittals,government permitting coordination, 3575 South LeJeune Road bidding services and limited construction services addressing and design Miami, FL 33146 low pressure force main and pump stations and necessary design and Vivian Galvez,C.G.C./B.N. specifications for the school and shopping center noted and a standard (786)268-5118 design to assist the connection of the smaller offices. Architect or Landscape Architect, or Engineering Consultant Chen Moore and Associates 155 South Miami Avenue, Penthouse II-A Miami, FL 33130 (786) 497-1500 Greg Mendez, P.E. General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent N/A Awarded contract amount and final contract amount$$199,187 (fee); $N/A Explanation of differences between awarded and final contract amounts, if difference exceeded 5% N/A Date of project completion.The °; proposer should reference if the v project was completed on time m n. The project is currently under construction. o v . 0 • ln 7 1 INT7‘INC. CHEN•MOORE Contra!Bayshere South Right-of-Way Infrastructure Imptaeemests RFP N .2415-133-Y4 2-9 ; I BC UAZ Projects UAZ3o7/315 -The Broward County UAZ 3071315 Utilities project included Broward County, FL replacing existing water V" `'"'"_.a1 main and providing sanitary ,1, , 54. f sewer for County Service _ I -Agin *NO Areas in the City of Dania 1 ","y , 'a Beach,near Griffin Road and ! ' . t 4 Ravenswood Road. The ? ' .��, � � + Names,addresses,telephone s „ y number,fax number,and main technical components included replacing a 12-inch x - j contact name for the following: water main on Ravenswood Owner or Agency Road, replacing the residential water distribution system, providing Broward County sanitary sewer to connect existing septic tanks and rehabilitating and 2555 West Copans Road installation of new lift stations and force main. In order to achieve the Pompano Beach, FL 33069-1233 necessary information, site visits concentrated on contacting residents Patrick MacGregor to determine the location of existing tanks.A great deal of coordination (954)831-0904 was required to accommodate developer projects, tie into County Architect or Landscape Architect, projects, and obtain easements for crossing private properties.A total or Engineering Consultant of 20,000 linear feet of water main replacement,three lift stations and Chen Moore and Associates 14,000 linear feet of sanitary sewer, which will tie in over 400 parcels, 500 West Cypress Creek Road, were designed for this project. Chen Moore and Associates is also Suite 630 performing construction administration for this project. Fort Lauderdale, FL 33309 (954) 730-0707 UAZ 303,314 and 318-The Broward County UAZ 303,314 and 318 project war Jason McClair, P.E., CFM, LEED AP j ` ..`ii `_ �, .+ was part 1 of what was z x projected to be an$8.8 million General Contractor(if work -,,r 4^ t t performed as a Sub Contractor) . ,"' project replacing existing ' � � 7' - water and providing sanitary N/A - { ,� sewer for County Service Name of General Contractor's ! ? Areas in the City of Dania project manager and field :-1I r ' _ m a'—'LT- just east of State Road superintendent N/A " ~"` -' 7, north and south of Griffin Awarded contract amount and Road. The main technical components included replacing water mains final contract amount$903,416 on County roads, replacing the residential water distribution system, (fee); $3 million providing sanitary sewer systems to eliminate existing septic tanks,and rehabilitating or installing new lift stations.GIS was used to keep track of Explanation of differences all ongoing projects, log pertinent site information, determine the between awarded and final projected flow rates, track questions from residents of the area and contract amounts, if difference track responses from utility companies regarding their existing facilities. exceeded 5% N/A The design of these improvements began in January 2009 and UAZ 303 Date of project completion.The has been completed. ats proposer should reference if the a, UAZ 316-The Broward County UAZ 316 project is part 2 of the estimated project was completed on time $8.8 million project servicing Broward County utility zones in the City ', The project is currently under of Dania Beach which includes replacing existing water and providing X- construction. sanitary sewer just east of State Road 7,and south of Griffin Road.The '2 main technical components include replacing water mains,replacing the residential water distribution system, providing sanitary sewer systems to eliminate existing septic tanks and rehabilitating or installing new lift o - U stations. z �n • CHEN•MOOR'E Central 8ayahere South Right-et-Way Infrastructure improvements RFP N L J e.2015-133-YQ 2-10 } 1 IIIT' IC. .1:1,CRC IA I f 1 Euclid Streetscape Chen Moore and Associates is providing civil engineering and landscape Improvements (Lincoln architecture services for the pedestrianizing of Euclid Avenue between Center Building) Lincoln Road and Lincoln Lane in the City of Miami Beach.This stretch of road will be incorporated into the historic pedestrian street known Miami Beach, FL as Lincoln Road Mall.The project is funded by the City of Miami Beach through a developer's agreement with Lincoln Center Associates which owns the retail building at the intersection of Euclid Avenue with Names,addresses,telephone Lincoln Road. The project requires coordination with various agencies number,fax number,and including the City of Miami Beach Planning Department, Public Works, contact name for the following: Greenspace management,and Capital Improvements,as well as Miami- Owner or Agency Dade County Environmental Protection,Traffic,and Utilities.The scope R&0 Studio LLC of work includes providing site design and permitting including layout, 5901 SW 74th St Ste 208 hardscape,landscaping,lighting,drainage,and utilities. Miami, FL 33143 Omar Moreno,AIA (305)741-4220 awig Architect or Landscape Architect, A,- or Engineering Consultant � _ _ 510 SE Dixie Highway t^ Stuart, FL 33494' �"> 4 �- (772) 919-7018 ext. 1078 a` % „6 .`� (772) 919-7019 ' '."' Cristobal Betancourt, RLA z_. - ` General Contractor(if work performed as a Sub Contractor) N/A Name of General Contractor's project manager and field superintendent N/A Awarded contract amount and final contract amount$6o,000 (fee); N/A Explanation of differences between awarded and final contract amounts, if difference exceeded 5% N/A Date of project completion.The proposer should reference if the project was completed on time a, The project is currently under construction. a x w 0 v . R +c. • O V • • 7 ln CHEN•IMOORE Central$arshero South RiSRt-et-liar Introstrottore Improvements RFP Ro.2l15-133-YR 2-11 Y i TIimc. t_ North Shore Bandshell Park This project consists of proposed improvements to the existing Improvements Bandshell Park located east of Collins Avenue between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new Miami Beach, FL walkway connecting the park to the beachwalk at 72nd Street; the Names,addresses,telephone widening of the south sidewalk at 73rd Street which will require either number,fax number,and the removal or reconfiguration of on-street parking; the demolition contact name for the following: of the bus shelter; landscaping, outdoor accent and security lighting; Owner or Agency reconfiguration and/or addition of walkways;installation of an electronic Borrelli& Partners Inc marquee; installation of the "Beatles Mandala", a mosaic tile artwork; 260o South Douglas Road, Suite and new urban elements such as drinking fountains, trash containers 801 and bike racks. Coral Gables, FL 33134 Chen Moore and Associates is providing services including civil Jim Borrelli engineering, landscape architecture and irrigation design work that (305)665-8852 includes conceptual drawings for the 72nd Street walkway and 73rd Architect or Landscape Architect, Street sidewalk;design development/final design submittals;estimates or Engineering Consultant of probable construction cost;government permitting(including Miami Chen Moore and Associates Beach,PERA-formerly DERM,FDOT,FDEP,and Fish&Wildlife);bidding 155 South Miami Avenue, assistance;and construction administration services. Penthouse II-A Miami, FL 33130 r (786)497-1500 p J s' _ _ iu._a,.a-� .n . Jose Acosta, P.E. _._._ _ _�_ _ I .. 510 SE Dixie Highway • ,' -- __-,-. mmr. Stuart, FL 33494 '. '� pa, - (772) 919-7018 ext. 1078 _ - ' Y a" =-' , _ (772) 919-7019 - Cristobal Betancourt, RLA - , General Contractor(if work _ performed as a Sub Contractor) , N/A c. Name of General Contractor's I .•1 °e� - `h ;+�• project manager and field . \ \ . •m >,- superintendent N/A 'O ,j��• d / y i /r Awarded contract amount and final contract amount$44,000 --__ -- _ : •<,. (fee), N/A = —' ' -- Explanation of differences All between awarded and final 8 contract amounts, if difference exceeded 5% N/A c, a Date of project completion.The ,� proposer should reference if the 'ral .'was completed on time 1/31/2013 - • o - u • tyl • I'R,C• Central eagshore South Right-of-Wa Infrastructure Improvements RFP Mu.2e15-733-YQ 2-12 IR.t�llft CHEN•MOORS Y p a City Center 9c: Lincoln Chen Moore and Associates is the prime consultant responsible for the Road planning,design,permitting, _ ", 'r* . - -- ,. .. * - .=� and construction Miami Beach, Florida administration for `� J. . enhancements within the .�,.. ; Names,addresses,telephone t z.; — public right of way areas of At -- number,fax number, and j contact name for the following: Lincoln Road between . 7..c.% '-, -.:e.i., -• __ Owner or Agency Washington Avenue and 1 iLk ' .i City of Miami Beach Collins Avenue for the City of , -��,t.►�!, , .— , "'> _�,.y ' 1700 Convention Center Drive Miami Beach. The project '' "1 -1.- -I' �• Miami Beach, FL 33139 included extensive public ,,..„: ,�--.. —„� !i (305) 673-7071 coordination due to the high (305) 673-7073 profile nature of this segment of Lincoln Road. Unique sidewalk/ Maria Hernandez, RA crosswalk materials and patterns were utilized along with specialized tree wells,a proposed median and extensive landscaping with uplighting Architect or Landscape Architect, to provide a pedestrian friendly environment and distinctive look to this or Engineering Consultant prominent area of the City. In addition to the streetscape elements,new Chen Moore and Associates bus stop areas and shelters, storrnwater drainage improvements and 155 South Miami Avenue, roadway resurfacing are proposed. The project required extensive Penthouse II-A coordination with FDOT due to improvements proposed along Collins Miami, FL 33130 Avenue(State Road)and the specialized materials specified. (786)497-1500 Jose Acosta, P.E. 510 SE Dixie Highway , 4►-, -. '' -, Stuart, FL 33494 !. _ (772) 919-7018 ext. 1078 T - .r• • (772) 919-7019 N � ; , " IIIIIIII _ , Cristobal Betancourt, RLA -` s •; - - .. ..—.----=.,,:. - ' General Contractor(if work performed as a Sub Contractor) min •4 — ',_ Name of General Contractor's tom - - project manager and field .. "' •sue+ � r a .-r .` � v 1.. ‘1, (~,, superintendent N/A r" "' '�,. :��, .. ,� , Awarded contract amount and ti - " 1 `, ,rte I4 t a final contract amount$3,466,466 "` ' . `� _' °, (total fee); $21.2 million (total cost) Explanation of differences between awarded and final aJ contract amounts,if difference c exceeded 5% N/A ' m Date of project completion.The proposer should reference if the a project was completed on time u : The project is currently under ra construction. 4E' - • • wt . tide'yAM CHEN•MOOIREE Cutts!Bayshore South Right-of-Way Infrastructure Improvements RFP N .2015.133-YR 2-13 0 1 INT'L1INC. "rriu+'�� v.'rc-IA n, Approach & Methodology Plan The key to successfully completing this project is the integration of the Cit of Miami Beach's goals and visions into an achievable Design/Build plan that is encompassing and yet flexible. Our team will bring the collectiv. effectiveness of their personal experience and that of the organization's t. accomplish the goals and objectives of the Neighborhood No. 8: Centra' Bayshore South Right of Way Infrastructure Improvements (Phase II Project. Ric-Man International's(RMI)best practices approach develops . design and construction environment where communication,integrity an. trust are required components of the process. .1t.1 ViVe In this section, we will delineate hi the approach and methodology , we apply to each project, which includes our techniques for partnering with the City, idle, community merchants, tenants and residents. By instituting our established methodology int. the construction process, we will outline how our team develops a atmosphere of collaboration and coordination, within the entire projec. team. 1. MOT - The most effective traffic control plan is one that minimize- interaction between the public and the construction activities, one tha, minimizes traffic shifts, and one that promotes safety above all. In thi- project, consideration will be given, not only maintaining vehicular traffic but to maintaining a safe route for pedestrians and bicyclists. Our traffi control will be designed and set up by ATSSA-Certified personnel. In dealing with municipalities, counties and a large quantity of residents we are very aware of the importance of providing safe access, minimal disturbance, property protection and solid communication with loca residents and homeowner associations.In our approach,we will pay specia attention to maintaining access to businesses and properties throughou construction,therefore,minimizing our footprint and presence in the are. as much as possible.Typically,each block may be closed to thru traffic an.l only emergency vehicles and local traffic are allowed up to the excavatio point. We will coordinate access for postal service, deliveries and tras collection on a regular basis. In addition,we will also collaborate with th. City to maintain the residents informed with expected schedule, impact- and progress. Where possible, water main and drainage improvements within th. a network of neighborhood roadways will be deliberately installed a. the edge of pavement on one side of the road. This allows our team t. a maintain at least one lane open for local traffic circulation. Local street- o will be blocked off at both ends allowing access to our construction crew- and to residents that live within the affected work area. Thru-traffic will b.-. diverted through well-defined detour routes(primarily parallel roadways setting them back on their original route. Pedestrian traffic will also b . routed to the sidewalk opposite the side of construction and sidewal - 1 arc r IMr'ilmt CNEN MOORS Getrat 9aoabere Ssed1 BiSIIFet-laY tehariroalere heOrssea�nls RFP No.2015-193-Y0 3-1 � adjacent to the work will be dosed off as a safety precaution. Supervisors and crews will be vigilant of bicycle traffic and encourage them to either use detour routes or to get off their bicycles and traverse the work zone by foot. All work will be performed during the day between the hours of 8:0o am and 6:0o pm. We anticipate these to be the hours when most of the residents are at work,thereby,decreasing the interaction between our construction crews and residents. At the end of each work day, unsafe drop-offs and trenches will either be covered or protected to keep residents safe from harm. PHASING-At the time of the signing of the contract documents, time will be of the essence. Our experienced team will further assess the objectives contained within this RFP and tailor our design to meet these needs. During this process,our engineers will conduct subsurface investigations as required to assist in determining the most suitable design. Our design approach will consider objectives including:cost,constructability,phasing and overall effect on neighborhood residents. Our final design will feature the latest standard materials selection, performance,construction techniques and applicability to the unique attributes and characteristics of the Central Bayshore Neighborhood No.8 project. Through our team's previous work with the City, we are very familiar with the City of Miami Beach's Public Works Department Standards and Manual and the Parks and Recreation Department's landscaping and irrigation requirements.We have extensive experience in design and construction within the coastal,environmental and stormwater conditions in Miami Beach. We are familiar with the project scope. The water main design is simple and concentrated to Prairie Avenue, thus we do not anticipate any complications. However,the design and construction of the drainage system will require extensive coordination. Typically, engineering consultants will engage main regulatory agencies for a pre-application meeting for the purposes of discussing the allowable methodology for the implementation of the drainage system. This is not our case.Chen Moore and Associates is very familiar with the permitting process;this will allow our team to dedicate design time to verifications and other tasks that will help us avoid conflicts during construction and to properly schedule the timing of the work into phases that bets suit the City,the Residents and the DB team. 2.UTILITY COORDINATION -Chen Moore and Associates has worked with public,semi-public and private clients to provide a wide range of sever consulting engineering f � -,.� b g� g services including large-scale master planning and modeling, existing system assessments, design and rehabilitation, and / • ,*, new site development design,permitting and construction.Our 1111• ��- _.- experience includes the planning, design, permitting and d E construction of over 8o miles of watermain,5o miles of gravity sewer,20 miles of force main, 20 pump stations(ranging from • it • _ = 100 gpm to 5,000 gpm),five large diameter mains in FDOT rights ,* 4 Y : ^ of way (20" to 48" force main) and 10 directional drills. The following are some examples of our utility capabilities: • Water/Sewer Distribution/Collection/Transmission System Modeling • Master Planning • Pump Station Rehabilitation and Design • Water Supply,Treatment and Distribution T. • Wastewater Collection,Transmission,Treatment, Re-use and Disposal • Trenchless Technology Analysis 0 • Pipe Lining and Rehabilitation • GIS Analysis r • Odor Management • Government Agency Permitting and Coordination cts • Cost Estimating ra 0 a a IITI NC. CHEN•MOORE Central Bayshore South Right-et-Way Infrastructure Intprarecneots RFP Na.2015-133-YQ 3-2 %Raw. During construction, all affected utility agencies involved from the design will be invited to a pre-construction meeting. Any adjustments to the utilities previously agreed during design, if any, will be discussed during this meeting.This will allow us meet and exceed the expectations in the contract. As known,for any digging projects large and small, F.S. 556 states Sunshine 811 must be notified. RMI uses the Sunshine electronic system that allows us to select the exact address/location we will be excavating. Since our superintendent has worked at Miami Beach for multiple projects, he often builds a relationship with the utility locators.It is not uncommon for our Superintendent to have the locator's cellphone numbers.This allows us to be in constant contact with locators and when in doubt of the location of a utility or in need of better identifications, we can get the answer promptly,therefore preventing breaks. 3.PERMITTING-Our engineers and design team possess years of experience with local governments and regulatory agencies,specifically within the City limits of Miami Beach and within Miami-Dade County. Permit applications will commence early and just after final design to allow sufficient processing time and to assure that processing does not adversely affect the overall project schedule. Further detail is included in the permitting approach section. The combined experience of the RMI team,both in the construction of similar scope and scale improvements in sensitive coastal environments and in working with the City of Miami Beach,provides us with the experience and know-how to quickly and efficiently process the < •- . required permits for the project. Our design team ^ y• _ +„ a is familiar with all required permitting agencies and requirements through extensive experience working on projects for the City of Miami Beach x _ and similar clients throughout South Florida. Our team has developed a long standing relationship �� < a . with personnel at the required permitting '"= agencies. At each project commencement, our +', ' team meets with the required regulatory agencies ", �y � , .. to discuss the proposed project and any special 4'f -.:• circumstances surrounding the proposed improvements. Through this practice,our team invites feedback from the agencies and addresses any potential concerns at conception so that the proposed design incorporates any items identified by the permitting agencies. This helps to effectively streamline the permitting process and ensures the agencies are informed of the upcoming improvements prior to the initial permit submittals. Additionally,in order to expedite permit issuance,our team maintains a system to follow up with agency personnel on a regular basis to expeditiously address any minor questions needing clarification. Upon permit issuance,a permit log is kept containing information on each permit. This includes the issued permit, issuance dates, expiration dates,special permit requirements and conditions to ensure permits are kept up to date and are in compliance. The following are agencies that require coordination and/or permit submittals for the proposed improvements: • Florida Department of Transportation • Miami Dade RER(Formerly DERM)Water main Extension • Miami Dade RER(Formerly DERM)Class II Permit&Well Review[Storm water] • Miami Dade RER(Formerly DERM)Tree Removal/Relocation Permit • Florida Department of Environmental Protection Well Permit E. • Miami Dade County Health Department Water Main Extension o • US Army Corps of Engineers— Environmental Resource Permit v° • South Florida Water Management District/Florida Department of Environmental Protection—Environmental Resource Permit °t • Miami Beach Public Works Department—Water Main Extension; Paving,Grading&Drainage;Maintenance of Traffic; Right of Way Permit; Building Permit; Electrical Street Lighting&Service Points • Miami Beach Planning Department o I arc I��INt. CHEN•MOQRE Caere!Bayskore South Right-et-Way Infrastructure hopresemeets RCP No.2015-133-YQ 3-3 • Miami Beach Parks and Recreation Department- Landscaping& Irrigation • Miami Beach Capital Improvement Projects Office • Miami Dade County Public Works Traffic Engineering-Traffic Engineering,Signing and Pavement Markings • Florida Power and Light(FPL)- Electrical Service Point 4.QUALITY ASSURANCE/QUALITY CONTROL PLAN-The RMI team is committed to delivering a quality construction project to the City,residents and stakeholders for the Neighborhood No.8:Central Bayshore South Right of Way Infrastructure Improvements(Phase II)project. In order to maintain project budgets,avoid costly mistakes and provide adequate public safety, we have made Quality Control a priority and believe that it is the single most important element of any project. Our internal policy has an established program during the design phase that requires that two non-project team members perform the quality control duties utilizing our internal QC checklists. These QC checklists have been developed for each specific type of project and are implemented at each milestone. By engaging non-team members in the QC process,we will get a fresh"set of eyes"that will provide honest and detailed input that will ensure that the project gets thoroughly checked.QC reviews will be carried out for each submittal and at the final design phase. Plans will be reviewed for compliance, constructability, safety, value engineering and project specific concerns. The QC process will be led and documented by the quality control manager. • Quality Control is enforced to make sure our plans and the construction of improvements '? ! c, comply with industry and engineering _!' " { standards. Our years of experience along with our established QC program enable us � 4 to provide our clients with great service and a d` • r great product. Our Team makes use of a series of standard procedures and reports to ensure that all of our services are standardized. Such reports are used during the several stages of a project. - ' - -ijr Below is a list of the standard reports to be utilized by the design team: • Kick-off Meeting Report - This report is a standard template and is utilized internally for every project. The report will contain basic information such as project name, project budget, brief project description, project manager and project team members. In addition,the report provides contact information for the owner and client. • QA/QC Checklists - This is a checklist developed by the project team. This checklist is a thorough list of items to be reviewed at each submittal. It also requires the signature of the project manager,CAD drafter and QA/QC person assigned to the project. • Action Item list-This standard form is utilized to keep everybody informed about the project progress. The form has an action item list,a responsible person(including clients and third parties),due date for the specific task and a section for comments. • Permit Tracker - This standard form is utilized to track permits and provide updates of the permitting process. It also includes expected dates, dates for permit and permit date expiration.This list is provided c to the client along with all the permits. • Construction Field Reports - The design team has a series of reports to be utilized during construction o administration services.These include:field reports, RFI log,shop drawing log,items beyond scope log. a In addition to the above internal procedures and mechanisms,the RMI team is committed to updating the City on 2 a regular basis through scheduled review and progress meetings. The team will also work closely with the PIO to cu ensure stakeholders are engaged throughout the process. t 0 L 0. CHEN MOORE Central Bayshore South Right-ol-Way infrastructure Improvements RFP No.2015-133-Y0 3-4 ! INTL IC. °_"� 7CCfH'11 11 5.6o%SELF-PERFORMANCE-RMI specializes in the installation of publicly owned underground utilities.The scope of work defined by the Neighborhood No.8:Central Bayshore South Right of Way Infrastructure Improvements (Phase II)project revolves around the replacement of the storm sewer and potable water systems.These two improvements are a large majority of the project and are to be self-performed by RMI. Less major items like concrete,street lighting and landscaping improvements will be subcontracted to specialty contractors who have a history of working with RMI.For a further self-performance breakdown,we have included a list of all CSI divisions pertaining to this project and classified them as self-perform or sub-contract.This is located in Tab 4 along with a schedule where all green tasks are self-performed and all blue tasks are to be sub-contracted. 6.UNDERSTANDING OF THE SCOPE OF WORK-The RMI team is familiar with the goals and objectives proposed for the Neighborhood No. 8:Central Bayshore South Right of Way Infrastructure Improvements (Phase II) project. Our design and construction personnel await an opportunity to demonstrate our superior expertise and are confident that the residents of these communities will be pleased with the process and finished product. We have evaluated the conceptual drawings and although it addresses the basic objectives,it is incomplete. Our design team will implement changes and fill in where this design falls short,giving us a complete working design. Description of Key Project Activities: The RMI team will organize, conduct, and �=� - manage all project activities in a high level .-_ ;_ - professional approach from the design phase $ - b'r through construction and project closeout. Key project activities include: �> b '"e`- ., - -�- • Development and production of design drawings to be used for construction of - desired improvements- Our experienced engineers and designers will assess the •objectives contained within this RFP and ..,1: 3' - s tailor our design to meet these needs. -- During this process, our engineers will conduct subsurface investigations as may be required to assist in determining the most suitable design. Our design approach will consider objectives including, cost, constructability and effect on neighborhood residents/merchants. Our final design will feature latest standard materials selection, performance, construction techniques and applicability to the unique attributes and characteristics of Neighborhood No. 8: Central Bayshore. Through our team's previous work with the City,we are very familiar with the City of Miami Beach's Public Works Department Standards and Manual, Parks and Recreation Department's landscaping and irrigation requirements and we have extensive experience in the design and construction within the coastal, environmental and stormwater conditions in Miami Beach. • Construction Activities -This phase of the project will rely heavily on the in-house performance of major construction features such as demolition,construction of new drainage facilities, roadway re-construction including subgrade and base preparation,water main construction,including water services and transfer of homes onto the new water system, conduit installation for undergrounding of overhead utilities and final grading after major construction activities. This methodology allows us the maximum degree of control in 2 terms of schedule because reliance on others to staff critical project needs will be minimal. Subcontractors >, will be relied upon to handle electrical work, concrete surface features, decorative / paver driveways, o asphalt paving, striping, landscape and irrigation. We have many skilled and dedicated subcontractors to -a fill these needs for each trade,giving us choices and flexibility where timely performance is essential. s The RMI team will have regular reporting systems including utilizing the City's preferred reporting system (E-Builder or agreed alternate) to ensure proactive and well documented communication with the City. The t design and construction components of the RMI team will draw upon its Miami Beach experience to proactively Y n. 1 411-1714----k' CHEN•MOORE Bayshore South Rtyht-et-Way intnstwetero tmpreseiaets REP Me.2U15-133-YQ 3 NT address design challenges in the field(i.e.utility relocations,driveway harmonization,landscape encroachments/ restoration, value engineering opportunities, etc.). Our team will work seamlessly with the City selected Public Information Officer(PIO)and Resident Project Representative(RPR)to allow the City to present one voice to the community. 7. TECHNICAL APPROACH - The key to successfully completing this project is the integration of the City of Miami Beach's goals and the goals/needs/visions of the residents into an achievable Design/Build plan, that is encompassing and yet flexible. Our team will bring our collective effectiveness to accomplish the goals and objectives of the Neighborhood No. 8 Central Bayshore (Phase II) Right-of-Way Infrastructure Improvements Project.The following technical overview of the proposed improvements shall serve as a concise scope of work for the project. EXISTING CONDITIONS-The Central Bayshore neighborhood is a residential area bounded on the west by Prairie Avenue and N Meridian Ave.,on the east by Pine Tree Drive,on the north by W 34 Street and on the south by Dade Blvd.The existing infrastructure is comprised primarily of new water mains(except along Prairie Avenue);paved roadways in desperate need of replacement;and a drainage system that is totally inadequate and will not meet the future needs of the City. • As a whole,the neighborhood in its existing condition is unprepared for the ever-rising sea levels.This project shall address each of the issues as follows: PAVING AND GRADING-This project assumes that new roadways shall be designed and constructed within the following corridors: • N Meridian Avenue,from Dade Blvd.to W 28 Street • W 28 Street,from N Meridian Avenue to Pine Tree Drive • Prairie Avenue,from W 28 Street to W 34 Street • Fairgreen Drive,from W 28 Street to W 29 Street • Royal Palm Drive,from W 28 Street to W 34 Street • Sheridan Avenue,from W 28 Street to W 31 Street • W 29 Street,from Prairie Avenue to Sheridan Avenue • W 3o Street,from Prairie Avenue to Pine Tree Drive • W 31 Street,from Prairie Avenue to Pine Tree Drive *Note that Prairie Avenue from Dade Blvd to W 28 Street has recently been improved and is not included in the f° scope of this project with the exception of the proposed water main improvements(more below). tzt 0 Within these segments, special attention shall be paid to ensure that City of Miami Beach dimensional criteria are followed concerning the roadways.All roadways shall receive valley gutter or type F curb,as consistent with 2 DCP criteria,with the exception of Prairie Avenue from W 28 Street to W 34 Street(as per City Commission after- 46 action item on April 17, 2015),which receives no curb. New bicycle lanes along Prairie Avenue are also proposed .5 as part of the reconstruction.The proposed pavement reconstruction shall be comprised of 2"of SP-9.5 over 8" 0 L it cd% 411 4 CHEN•MOORE Central 0ayshore South Right-et-Way Infrastructure Improvements RFP No.2015-133-YQ 3-6 INT'l �C. of compacted lime rock over 12" of compacted subgrade.As always, all roadway geometries shall be designed and constructed in accordance with Miami-Dade County Public Works and City of Miami Beach Fire Department Standards and approved practices. Most of the roadways in the project area range in elevation from 1.8'to 3.5'. The minimum crown of roadway elevation shall be +3.7' NAVD, as per DCP criteria for all new roadways. This will necessitate harmonization between the newly raised roadways and the sidewalks. DCP criteria also calls for the raising of the sidewalks, while also requiring all harmonization to ensure positive drainage away from the lots.This requirement simply is not physically possible.As such,the RMI/CMA team has developed a typical roadway cross section that addresses the minimum crown of roadway requirement and harmonizing back to the property lines and ensuring positive drainage away from the lots.This is accomplished by way of depressed roadside swales and ditch bottom inlets with concrete aprons and flumes. t , E.I'T L- ---E -e e:r I El2.T 11E- „HST =T,E, '.E-T I FL.. -T I ..,n E T L I T -E E T The DCP also requires a new multi-use path along the west side of N Meridian Avenue from W 28 Street to Dade Blvd.This multi-use path shall be 8'wide and constructed of 3,000Psi concrete.Additionally,the path shall double as a berm,separating stormwater runoff from the golf course and the N Meridian right-of-way.As a result of the added fill required to raise the roadways,the meandering of the path in and out of the existing trees as depicted in the DCP plans will be unachievable without killing the trees since a good portion of the lower trunks would be backfilled.The RM I/CMA team proposes to install the multi-use path adjacent to the back of curb along N Meridian Avenue.This will keep the majority of the patch assay from the existing trees, thus minimizing impacts.Type F curb and gutter shall be used adjacent to the path to mitigate the clear zone requirement of 6'from edge of pavement,if valley gutter were to be utilized. Sidewalks shall also be redesigned and replaced wherever they are found to HT—cF—a. be out of compliance with ADA criteria. ' On this project, these non-compliant _ ,h!E' - 3 . 'L11 -E '�TI-I a:EvET sidewalks are largely found at and near I intersections, since ramps and roadway _ T F interfaces are often the most critical ? N EL points. Additionally, any sections of FE= Let existing sidewalk throughout the project '"r�_T `' r. that are non-compliant (i.e. missing -- ----- - - pieces, significantly raised edges due F to tree root growth, etc.) shall also be Fa;T 41,E — >- v<Ln--aE,1-+111 CD replaced. All sidewalks are to be remain Tr=': in place otherwise and no new sidewalks are to be introduced,aside from the minor decorative areas as depicted in the landscape plans. d s v R �'A1C. CHEN•MOORE Central BaYshere Reath Right-el-way istrastreetere hapresemeets RFP Re_2015-133-Y0 3-7 INT IC. DRAINAGE - The stormwater drainage system for this project shall be designed and constructed to address current and future needs, inclusive of addressing Central Bayshore Topographic Map .0,' sea level rise.The system itself shall be comprised ' `' y1 --, of a series of interconnected pipes and inlets, ,. .� r ., =- ,. ultimately discharging to the Indian Creek Canal by ' '"�- c ;, way of a series of manifolded pump stations. Y' '�`` .f' : - t. ' IC Concurrently,the seawall(approximately 5o LF)at the Indian Creek Canal along Flamingo Drive shall i;. i `.� , �,_'-' ' also be raised to meet City of Miami Beach criteria, 1; I S �° • ��f to elevation+5.7'NAVD. •y4s - • :;. -: Additionally, the existing stormwater system for 1 ' 1 -,'i -.-P the Miami Beach Golf Club is directly connected ?u r1 T'1„" p `'' to the Central Bayshore neighborhood by way of • f ' ,� i �, r three pipes along N Meridian Avenue, ultimately tiaii* ,-- 11(' '`. t; fie. 4 discharging into the Collins Canal at Dade Blvd.This Alt 't - v. f' , �.,� project shall divorce the systems by maintaining t ;" '�' ��r�►,��. ` � the existing outfall pipe along N Meridian Avenue �ti . •S il r r . 3 " j as the dedicated outfall for the golf club and f i r introducing a new collection system for the . . -1 %,:I neighborhood. In addition,a new 8'multi-use path * ` """" i between N Meridian Avenue and the golf club shall -", Mar nee.Elevation.(RI • i C•? �'; be set at the 25yr-72hr storm elevation to double as I 1 ,. a berm between the two stormwater basins. *`' r , Pipe sizing and stormwater pump station modeling M r ��m;:; shall be undertaken via EPA SWMM software. C1 j k 0! "` Preliminary modeling has resulted in collection S �.r.." - *` �.,. •- �. �. �. cat s r! �JJ=is;...,4.1_1.11..d21Ji-4.1--.141.11 "a1 1 inch.500 feet —• o ao sno i.Ow a.1.«Q../.1.2..1 w(s.........y--. r * `• —. -o+.iCWOlats.iEtt�n 1.tAti Lyi� • '- system pipe sizes ranging from 24" to 48" and shall be either g ...usma.,.r.t.EJ�taE.t Junction i5&4 A2000 or RCP,as pipe size dictates.A new pump station shall be •— -- '""`••0010/"'' designed and constructed adjacent to the existing pump station ;3 W ��'--N,y near Prairie and W 28 Street.The existing pump station shall be — -- `- °- • Tans.11050, somewhat reconfigured to manifold with the proposed pump _- station via a new 42" DIP force main along W 28 Street, and �r -'_ _ existing deep injection well reconstituted and re-piped to [ r. o- provide additional water quality for the drainage system.This ,s,.:1-;-:_l ow Afigit_____ 46P;1,14 new force main shall also manifold with another existing pump station near Flamingo Drive before discharging into the Indian Creek Canal. The collection of stormwater runoff shall be handled primarily by ditch bottom inlets with concrete aprons within n the roadside svvales.As a result of the harmonization required from the raising of the roadways and in order to t capture the runoff from the adjacent lots,a roadside swale collection system is the best choice.Curbing shall be a flumed to the inlets wherever they interface.The harmonization of the existing driveways shall occur between s the new back of curb and the sidewalks and/or right-of-way line,as required. No improvements whatsoever are u proposed on private property for this project. Z ciS r fa 0 a n � Central Bayshere South Right-of-Way Infrastructure Improvements RIP Ne.2015-133-Ytt 3-8 1 ������ Ct1EN MOORE r- POTABLE WATER—This project assumes that new 8"distribution and 16"transmission potable water mains are to be designed and constructed along Prairie Avenue from Dade Blvd to W 34 Street.The mains shall be ductile iron pipe(DIP and shall be poly-wrapped,consistent with City of Miami Beach Standards. Existing water services shall be reconnected to the newly installed 8" DIP water main upon commissioning. New fire hydrants,appropriately spaced to ensure proper fire protection,shall also be provided along the corridor.The proposed 16"transmission main is connected to other water mains at key locations. At the southern extents, the new transmission main connects to the existing 20" transmission main on Dade Blvd, shortly thereafter connecting to the new 8" distribution line which runs north on Prairie Ave and an existing 12"distribution line heading east on Dade Blvd. The 16"transmission main connects to an existing 2o"main near W 23 ST and serves the new 8"distribution line twice more at W 28 ST and again at W 34 ST.Lastly the 16"transmission main connects to the existing 16"C.I.main at W 34 Street. LANDSCAPING —The landscaping on this project is primarily composed of new street trees (some provided as mitigation for trees that are to be removed),a small pedestrian circle with trees and shrubs at Sheridan Avenue and W 28 St,trees and shrubs within the parking islands along Sheridan St, minor shrubs and other decorative plantings on W 30 St and Sheridan Avenue and screening of the pump stations at W 28 St.Additionally, minor/ necessary irrigation shall be provided for those decorative areas at Sheridan described above (exclusive of the parking lot islands).Sod shall,of course,be replaced wherever it is disturbed(and pre-existing)due to construction activities. No landscaping or irrigation improvements of any kind are proposed for any areas north of W 34 St or south of Dade Blvd. STREET LIGHTING SYSTEM —A new neighborhood street lighting system shall also be designed and installed in accordance with DCP criteria.The lighting shall be pole mounted LED fixtures and shall be served by existing FPL infrastructure.The fixtures shall be photocell controlled,with a dusk-dawn operation period. MAINTENANCE OF TRAFFIC(MOT)-MOT during construction operations is an element that will define the success of the project. Our crews are well versed with the requirements of r t working on industrial and residential areas which allows us to provide our services with minimum impact to the traveling public and local residents.The MOT required for all work involved in the right-of-way will be conducted per the guidelines provided by FDOT standards. Where possible we have adjusted the location of construction operations to provide better conditions and maintain safe traffic flow. ENCROACHMENTS-The Design Criteria Package did identify the location and the type of encroachments within the ROW.The encroachment tabulation tables that were provided,includes the property location,the description of the encroachment and the reason why it is recommended to be removed. The Encroachment Types(ET)were identified as follows: • ET-1—The CIP office and PWD agrees on the removal and no imminent need to reclaim the area.No further action is required. • ET-2—The CIP office and PWD agrees on the removal and it is imminent the removal.Consultant is to make revisions to the documents will have been removed by the time the project commences. • ET-3 —The CIP office and PWD agrees that encroachment removal is not necessary. Consultant is to make revisions to the proposed improvements to accommodate the existing encroachment. • ET-4—The CIP office and PWD disagrees on a proposed encroachment removal. to r or as O L a1 nn INT' NC. CHEN•MOORE Courtrai t#ayshate Sautft Right-ef-Way Infrastructure Improvements RFP Na.2015-133-YQ 3-9 �'- ftv4+KXn� The type of encroachments that are being impacted by the project are mainly landscaping elements, and are clearly identified in the encroachment tabulation , table, provided as Attachment o5 to the DCP , showing the species, location and the n`� _ 1 �?�• encroachment type as defined above. The DB r' •`+ `` " �s. ' K Team, if required, will revise the construction = t documents since the City has not authorized "-n• ,, removal, to accept the existing conditions and = • ::: - propose the infrastructure accordingly. { . Our Design-Build Team is dedicated to lessen the removal impact.This commitment is reflected =. • even prior to the award of the project. The City {_Ty f anticipated 318 trees to be removed (as indicated on the encroachment list provided). This count did not include trees along the eastside of Prairie Avenue.Thus,while studying these removals and the as-builts provided in addendum#10,we identified several trees would need to be felled in order to retire and remove the existing 16-Inch water main in Prairie corridor.We brought this to the City's attention, ultimately realizing of the impact and deciding not to remove any of these trees.This is the example we will follow to make every decision on the remaining 318 trees. However,some of the trees are in the sight triangle and many of the 205 trees marked to remain will only need to be trimmed. Perhaps,under additional scrutiny and potential implementation of type F-curb,if permitted and approved, additional trees to be saved. Obviously,these decisions will only be made in close coordination with the City. SIGNAGE&PAVEMENT MARKINGS—This project shall also include new signage and pavement markings.Vehicular instruction signage(exclusive of street number/name signage)shall be replaced. All new thermoplastic striping shall also be installed,to include stop bars,center lines and bike lanes,as required.All signage and striping shall meet Miami-Dade County Public Works,City of Miami Beach and MUTCD(and others)standards,as appropriate. 8. PROJECT SCHEDULE APPROACH - One of the key benefits of a Design/ Build Project is the ability to expedite the project schedule. This project has a requirement for final completion in just 48o calendar days. Therefore, time is of the essence. Our team will immediately begin our preconstruction services • - which will include topographic and location surveys, utility coordination, and geotechnical exploration where necessary. These tasks will be critical for the drainage design since encroachment removals will need to be re-analyzed to maximize the usage of the swales to minimize costs and impact to the residents. • • Coordination of a multi-member team requires regular attention. All matters related to the project will be coordinated with the City's Project Manager. We will try to minimize the City's day-to-day involvement by keeping the project manager informed electronically by j e-mail. a ba 0 0 o -c v 0 a. c1. _ Q 44* CHEN•MOOiRE heels/8aystiers Swab Right-et-Way!strut/atm imorevemests REP Ns.2915-183-Yti 340 ' f IN1'l�l�t. j The project manager is the key to a successful project. The project manager must be proactive, identify issues before they become problems and offer solutions before they become crisis. The tenants and residents will be advised in advance f e when work is to be expected to start in the vicinity -'i ` ' ,,p,.0'" Or' of their properties. The work will be coordinated and phased in such a way that the residents will have access to their properties at all times based on the nature of P the construction activity. Maintenance of Traffic will be V --,:::A.4-. 4 r developed to maintain the traffic flow. , , t *' a � I Iii The City's project manager will be kept well informed at ;. . all times, however,recognizing that he may be managing j iz Simultiple projects at the same time, we will strive to . " minimize his day-to-day involvement by: A:.,. 1. Obtainin g needed information ourselves, 2. Maximizing electronic information transfer(e-mail), 3. Conference calls,and 4. Providing prompt meeting minutes. We will schedule progress meetings as often as the City's project manager deems necessary and he will be provided with monthly progress reports that include action items that also identify the individual responsible for following up. • Only highly competent and experienced professionals will be committed to the project, and they will be provided with the necessary resources to assure success, • We are familiar with the logic involved in scheduling engineering design and construction projects. We can use Primavera Software to track the design schedules and Primavera software to track construction schedules, • Regular in-house meetings will be held to ensure coordination and quality control. In addition to the City of Miami Beach, several agencies could be involved in a given project. Permitting agencies include: the City of Miami Beach Building and Zoning Department,City of Miami Beach Public Works Department,City of Miami Beach Fire Department, Miami-Dade County RER, SFWMD, US Army Corps of Engineers, Florida Department of Health and the Florida Department of Environmental Protection. Other relevant agencies include affected utility companies.We will provide the City's project manager with meeting minutes within three days of a meeting with any of these project stakeholders, • Our proactive approach will emphasize the early resolution of project issues. During the construction phase, the project will rely heavily on the in-house performance of major construction features such as demolition,construction of new drainage facilities,roadway re-construction including subgrade and base preparation, water main construction, including water services and transfer of homes onto the new water system on Prairie Ave.,conduit installation for the new street lighting system and final grading after major construction activities. This methodology allows us the maximum degree of control in terms of schedule because 2 reliance on others to staff critical project needs will be minimal. Subcontractors will be relied upon to handle electrical work, concrete surface features,decorative/paver driveways,asphalt paving,striping, landscape and o irrigation. We have many skilled and dedicated subcontractors to fill these needs for each trade,giving us choices o and flexibility where timely performance is essential. s The RMI team will have regular reporting systems. The design and construction components of the RMI team will g draw upon its Miami Beach experience to proactively address design challenges in the field(i.e.utility relocations, 2 driveway harmonization,landscape encroachments/restoration,value engineering opportunities,etc.). Our team T will work seamlessly with the City selected Public Information Officer(PIO)and Resident Project Representative ° (RPR)to allow the City to present one voice to the community. Q -arc INT'. lIIt.Al 1 ��pL CIHEN•MUORE Csstrai Bagshere Saab Hight-et-Way tnfrastractars Imprsremsets RFP No.2915-133-YO 3-11. 0 9.PLANNED ENVIRONMENTAL QUALITY MANAGEMENT APPROACH a. Noise Control - We will provide the necessary requirements for noise control during the construction period.Noise procedures will conform to the applicable OSHA requirements and local ordinances having jurisdiction on the work. This will be accomplished by providing sound barrier enclosures around our dewatering pumps near residences. De-watering pump noise levels during night time hours shall not exceed 55 db measured at the property line of a residence. b. Dust Control- We will provide positive methods and apply dust control materials to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from dispersing into the atmosphere.This will be accomplished by the use of Water Trucks(we own 4), broom tractors and limiting the double handling of fill and excavated materials. c. Water Control-We will provide methods to control surface water to prevent damage to the project,the site or adjoining properties. This will be accomplished by controlling fill, grading and ditching to direct surface drainage away from excavations,pits,tunnels and other construction areas and to direct drainage to proper runoff. We will provide,operate and maintain hydraulic pumps of adequate capacity to control surface and water.We will dispose of drainage water in a manner to prevent flooding, erosion or other damage to any portion of the site or to adjoining areas. 10.60%SELF-PERFORMANCE-RMI specializes in the installation of publicly owned underground utilities.The scope of work defined by the Neighborhood No.8:Central Bayshore South Right of Way Infrastructure Improvements (Phase II) project revolves around the replacement of the storm sewer systems and introduces new potable water transmission and distribution systems along Prairie Avenue.These two improvements are a large majority of the project and are to be self-performed by RM I.Less major items like concrete,street lighting and landscaping improvements will be sub-contracted to specialty contractors who have a history of working with RMI. For a further self-performance breakdown, we have included a list of all CSI divisions pertaining to this project and classified them as self-perform or sub-contract.This is located in Tab 4 along with a schedule where all green tasks are self-performed and all blue tasks are to be sub-contracted. 11. STAGING AREA-The RMI-CHEN team is currently working on Sunset Island 3 &4, improvements. We have secured a yard we will continue to lease this yard once awarded this project.The site has been visited and approved by City personnel.This yard has ample space for storage - - of suitable material and will work very well for this project. Having a yard were the vast majority of subcontracted • truckers know, simplifies our logistics. It also allows to calculate the round robin time. This advantage is —�.,.,, ; x _ beneficial to the overall schedule and plan of the work, „•, � ./ f including the temporary road restoration at the end of ttie �� the day. MOT/Maintenance of Vehicular Patterns - The most effective traffic control plan is one that minimizes `'" interaction between the public and the construction C. fla activities, one that minimizes traffic shifts, and one that promotes safety above all. In this project,consideration • --,=7 ; - will be given,not only to maintaining vehicular traffic,but n to maintaining a safe route for pedestrians and bicyclists.Our traffic control will be designed and set up by ATSSA- Certified personnel. czi 0 L.. 0. I 1117;1111C. CHEN•MOORE Ceatrat Bayshore South Right-of-Way Infrastructure Impreeoateats REP Re.Z015-133-YO 3-12 In dealing with municipalities,counties and a large quantity of residents,we are very aware of the importance of providing safe access, minimal disturbance, property protection and good communication with local residents and homeowner associations. In our approach,we will pay special attention to maintaining access to businesses and properties throughout construction, therefore, minimizing our footprint and presence in the area as much as possible. Typically, each block maybe closed to thru traffic and only emergency vehicles and local traffic are allowed up to the excavation point.We will coordinate access for postal service,deliveries and trash collection on a regular basis.In addition,we will also collaborate with the City to maintain the residents informed with expected schedule,impacts and progress. Where possible,water main and drainage improvements within the network of neighborhood roadways will be deliberately installed at the edge of pavement on one side of the road. This allows our team to maintain at least one lane open for local traffic circulation. Local streets will be blocked off at both ends allowing access to our construction r� r I I . , crews and to residents that live within the affected work area. Thru-traffic will be diverted through well-defined detour routes ' , (primarily parallel roadways)setting them back on their original route. Pedestrian traffic will also be routed to the sidewalk I , opposite the side of construction and sidewalks adjacent to the will be closed off as a safety precaution. Supervisors and ~, I 4� . crews will be vigilant of bicycle traffic and encourage them to either use detour routes or to get off their bicycles and traverse the work zone by foot. All work will be performed during the day between the hours of 8:0o am and 6:0o pm. We anticipate these to be the hours when most of the residents are at work, thereby decreasing the interaction between our construction crews and ti • residents. At the end of each work day, unsafe drop-offs and trenches will either be covered or protected to keep residents safe from harm. CiY 'Y Pedestrian access - Equally as important as vehicular traffic C3SD1 patterns is the maintenance of pedestrian access.We have always 14 Yl Y.% als followed FDOT guidelines. In order to provide a safe pathway, ' we coordinate with our subcontractors in order to minimize this impact. Our workers cease construction and assist pedestrians in need. Furthermore, we many times provide a walkable surface SIDEWA_K ..LCS=_C when sections have been removed to allow improvements. - , A , SI:1-Mil,K 4r-AD •..RG5 r y`l T •00 a O O 4J V L V m Q L 11C-11-Wk" • Cutts,Ba siere Saute RIOil-at-$ay t fraatruete►e Impreremeets RFP Re-2016-133-VU 3-13 In��c. CHEN•MOOitE Y Project Schedule tit cu I- A "114 CH�N•MOORE Central ashore South Right-ot-Way infrastructure Improvements RFP No.2015-153-YO I 1 I i 1 3 �_ w LI. 8 r�.� I •• a I —_ ._--___ . ____ jill J ji E t'n r 4 3 m Ti r q O (•'1 N l W N j 9 c _ D 2 N n m vNi g I 1 I mm o y N - IL-1- *4 a i ; l7 Y m m n °t . . N.m m. .n- m N m.N •-,I e. N N N N N.eo, el h In h �On c'1 1:, -,.I i.�, 1 ! { I ' : ' 'a 1 1 I f O O 0 I I ! 1 - + + K N H N N I I I lN A Y m 0 m n n .s ;W LLn LLmmm_nWRNNNN RRRRRRRRR i _ g E mmm• mm m m m m m m m'n m m mm •-mm-m-m n nm m.m n n n n � _ E u m aan a a1z a aN ga-A na o aaaas a al m� a4aaa a , a � a . ga a.” a � 4a� N,C - - W W • CO CO CO CO m CO CO m m CO m m m m m CO m m CO m CO m CO m CO mm m CO mm n m m m CO m CO m m CO m m m m ' a aar:-- aaaaamasaaaaag :aa ;'' Rea aaaaa „ za assess , ; =aaaa ;a aaa � aaz aaaaaS ! r~LL LL LL F F r f LL LL U. LL IL LL LL LL LL LL g LL s g 3-LL LL Z" 5 5 5 5 5LL e a0 0 0 i ae 3 - o v 3 3 o -3 3 ^ a- S.m; Y i 3 Y m 3 Y 3 3 O O P O N O O m N v Y m w � h m m '� m 0 0�' ' Y m . • 1 v I' C. ` m * o^ 3 m o ci re I m m 3 m '0 .t a i. U ° "c 4 m m v a 2 o w A ° f n 1 if; 4 t j d v c c 4 3 “-.7, n X — i � m ;3 w Q U ° rn 5 w E .v O „ v 5 W y 3 c U I Q E I v 3 .q i - - _m .- t0 1 a s ¢ 'm 1 m m �w m' K � y 5 �'4 0 5 E � a � ° � a � a o w a ; 2 m � � °$' � 8! 1 U o m m U a `m 4tm U m i m rn U a K Q¢ 5 a T 3 4 c l 8 E E n 1 rn rn `° 8 0 to 9 k`-' O w m to u m �� ° - g� , N38 � sa � 8 � ga _ oa m c p E m W •a ° °u ° c tl f U LL Q m a 8 € ` 0 $ a 0 m 8 8 g a un s o z�3 �' �- �' m 3r mo '� m m aiWa` a � rcaz ffi nUa nw m om ¢ ��wyy `� � �Op € qm� rcv� ¢ ¢` U ite l iN1�lY'm 10 In m m10 N����IZ�N��N NON IN NQe�I It.NI cM'f'ef��©�� Y Z14 ■ i ev • ie. 41.--)— —IS li Ai iitir' —1111 --■_z-11 ! . ] _ -_'—` J - —__ . ► _ • 1 [ ci sAla r _ •p l N , ° , , = O p I I uum 3 • .. _ 1E 2 — a _ to ,I a ,E - a C 73 Cci., ' m a a v _w 0 a w a v a y c o '-° y n vm � 3 _ N C ° a Z Q 3 H m E A ° 3 y >, t 2 O .m N i N 1 �0 3c m2 r Ev R ' N 1 4 LL L }}i S a d z' _`�3' ,322 2 22 Zia�2 `3 32 2m2 I2 h° P.- 12 .1".P.' n lrn�$'m `�d' `a 32 2 32 S $'o 323 'm•■ , Q .._ L_.__..-4 It, L....-. . ;4., .--.. • 4 j. 4.41 I ___ I 1 I 6 A I D r E r r ! v 2 " • a Ts • : a D I - (13 r 1 o ) • m d 3 mm g a - n 1 f n n w E LL N • LL O 2 I. E 2 T r' 3 3 0- . m — - a w w n n n 1 t i '633 i? N F - 11'3 g N • I i. a J m° I m E 0 m N i C u E 3 0 ° 'o v I t N o m N +r*o U i n E n m au. e. f, 3 m a. mm °gi�p O 6'3886, O p� p tV �p ••q '� 8g SO O OO`O 1I�i.--Ib "2QNZ7, Il '("4�N SO 1 Lump Sum Price ' +, yip CHEN•MOORE Cell"Bayskare South Myra-at-Way infrastructure Improvements RFP Ne.2115-133-YQ 9 INT'L �Nt. k'",•0 eracK { APPENDIX C— COST TENDER FORM Section 1—Certification.The undersigned, as Proposer,hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into;that this proposal is made without connection with any other person, firm, Cr parties rnakirg a proposal; and that it is. in all respects. made fairly and in good faith without collusion or fraud_ The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done;that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals,as acknowledged below;and that it has satisfied itself about the Work to be performed;and all other required information with the proposal;and that this proposal is submitted voluntarily and wilIingly. The Proposer agrees, if this proposal is accepted. to contract with the City,a political subdivision of the State of Florida,pursuant to the terms and cond.hons of the Contract Documents and to furnish all necessary materials, ecuipment,machinery,tools, apparatus, means of transportation. and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS(RFP)No. 2015-133-YG DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.8.CENTRAL BAYSHORE SOUTH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for rot less than the total proposal price plus alternates, if any,provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall. govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal,the written total base proposal shall govern. In absence cf totals submitted for any division cost,the City shall interpret as no proposal for the division,which may disqualify the Proposer. ! Tite of Pircpose.i 5 utrcr:ed RepRSef`.3L"r'_ Name of YfCpOaC�s AUtlranzed Rc'pfeser:a:lv2� _ , I ri 1 Rene Castillo a ' President i l Sq acreorFroccsez cene;esrr, r — _ate ��-7 March 2,2016 _ 3 i,, StatelofFLORID., ) On this day of March 2g16, personally appeared before me wino I i stated that(s)he is the o; hi&Fkon tr-1 corporation and tha:the irstrIme t was signed in tehs'lf of the sa..,.1 cc}Jd 5 b f 3uthcnty of•1.5 b a d L GfdlfBCtGr3 and 2ok'o4VedyBd sac IDJ«rar'..n:?.,be it n0l_, .:_}i t°^,�i 1�"�'.f,oy�e me: s ! �*` Notary Rut, tra ` .;1 Florida ,�� Y• , Ma P.Muraz•Perez �,� :,;,r:II.,t„i� s i , - x= COMMISSION> 7808 ivii Lo;2t)t , ��` i EXPIRES: May 6, 2019 - --- s ' '���„��„...%s WW+WAARONNOTARY.COM ADDENDUM NO.12 REQUEST FOR PROPOSALS NO.2015-133 YG GESIGNSUILD SER.;rICES FOR Nr.-k• Section 2—LUMP SUM PRICE-SAMPLE i REQUEST FOR PROPOSALS(RFP) No.2015-133-YG DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 8: CENTRAL BAYSHORE SOUTH RIGHT- OF-WAY INFRASTRUCTURE IMPROVEMENTS FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER Item Item Description Lump Sum Price 1 Professional Services ; f i I $1,651,000.00 - 2 General Conditions r r I $1,240,900.00 z}gam a4 3 Roadway Construction(including curb li<gutter,striping, ;44.4,.-/,v>t .,. ._-._` signage,sidewalks,swales,MOT) $4,763,92940 -' 1 r' 4 Street Lighting System installation $1,950,000.00 y ce-4. 5 Water Distribution System Construction -4i--;,..,044,4:-.4,`, $2,295,275.00 4 6 i Stormwater Collection&Drainage System Construction i Z s ,-- $2,367,515.00 7 Stormwater Pump Station installation/upgrades $3,164,080.00 4 g N/A ° -'444,'i4 9 Multi-use path Improvements $218,011.35 10 Streetscape Improvements(including landscaping) $310,885.20 11 Allowance: Permit Fees $100,000.00 12 Consideration for Indemnification of City $25.00 13 Cost for compliance to all Federal and State requirements $25.00 of the Trench Safety Act Grand Total (numerical value) I $18,061,645.95 ANY LETTERS,ATTACHMENTS,OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: Eighteen million sixty one thousand six hundred forty five dollars and ninety five cents PROPOSER(Print): Ric-Man International,Inc. ADDRESS: 52246 5W 8th Street Suite 1o2-D CITY/STATE: Coral Gables,FL ZIP: 31 9 t' FEDERAL I.D.#: 59-22 300398 ! j NAME/TITLE OF REPRESENTATIVE(Print): Rene Ca-Halo President SIGNED: ''1 "4- (I cetifyy. authorized to execute this proposal.) s.,a .' -. .,. ,.I. 8 ADDENDUM NO.12 REQUEST FOR PROPOSALS NO.2015-133-YG DESIGN/BUILD SERVICES 0- v r" •RHOOO 1:-.-.ii r 1 _. B AYSHORE SOUTH RIGHT OF-WAY I FRAS -4 CTURE MPROVEMENTS - ,a I 3 l .0, h i 4 4 a 3a 14/1 is ii WI ig n 6'" CX)MW � V 3 3 "Til m 11/]. 3333id3l33 le 2 v 1 o m W H 1. N Y Hi ] O LL.�p� n O N O O VW W N G• • Q ^ m a ire,*, i 0 i i i i i a i 9 i i i i i i ru u u u u u u v u u u u u u u u u W J O Q U O C N l7 W N ' I _ • N W N E O. a _�a a s a a a a s a:a: s o s a s a _ Z I y <<`` Q ii F --t---t 0 O a /i 63g eta§age--- - -333331i`mia Z :€ oE€ $$ a3aaa`at�g�s Z LLI o F O F 3333 a---- Omit l!1 c E N 0. o 0 1'QO o a i ,_ ,_~. §88-x22aaasaaiiiiiiAni$AAiiiigi � a Nm$ o x "uu u u uu u u u uuu uu C mN E < N W u� U _° ALL^ E a ... N w • ZI 0 2 r. � O N EL 4 O 0 ILI 1 2282388282° 02447277477 ai G a ^ ~v ° N 3 m= F N C/ ,^ g= O Q L� Q V Ci W Z i 0 IC y 1 0 • 0 * Ilk :- ---:.g-- *-- -- •"*.q16 * < i i i MEM m ti 4 IIMM MI Cie WI 1 (' a °a; r O o d2 0 Q W N V o . v 4# _ _ * CL aemm UIm •Cae aIYN Q < ZZ ZZZ ( 'Li 44 < 000000 Z O 3 U 2 * * VIN VIN Q < UO V CC CC CC CC CC Q J W G G C G C * f f y F m U W Q ~ U d Co Q >0. 0 0 0 0 0 0 V a 0 2 ri M Z ° W LI J 1< I (�W og r' O W O 1L CO U Qf. Q � U N U_ O m W 0 Z. z W K Z 0 '- Z Ei ° co QZO ' O 0 � U _ O" N H W �— a �ZUM G a <IC_ Z O W C O Zm Y ZW Z _ . Q -. H V UU a" z Z W W W Q1 Q W 0w Q W ml O Q' O -. v = LU W (110) U. It W 0 W J W OC J H LU Z ZZ "� ONOm 05WOe j N W J O J Q ag Q •a Z Q W Q o- Y = -c - Z Y o 11 UU CV Y N Y x 4 -1 U > 4 G C O Y C O "A ck W in d pm- il ,I; j: 7s 4 i- 1 I n o; OS . ==z S 2 YY a5oo W E iE z a I'd r l' im 2:.--� a r gg e f 3 » ?g ad` Rh r' a x � ' f le 3 f @air i gi 3c 1 ; g 1 Pi gag , �";,e le S : ' A e Y ii-° g z ebee �° Y 8W �� Y�Y B i q ' F� e d r K� u, .� 4 e0 afg�.g $"gy_gY g "g a,0 s rb.Eg14Y �a 1�IIi$$ $i aa1'i'�yaa as !gag g' a1ga Y "g" � -``� t� 5 .ir . a4 J° H� 111111 r*gi ga:a laa °11113 s� g$egg'1"—dd°°e� -ii ll 3x'igli _ ail K "- =s ' bf.2.gg b. 9I a ga a d ;i.iir hi Y,1 d 1 y r °p. e� ranat�{ yy:n W 5 c';ao a 2� 4•2E°l" r I"6 a> bd r E +: iu iou - 'ag e= e <r��rir.dodr,r3�a6b�od., d50' r�rEiatY�39 yi:•a..:i°e:: :Y.ldQdg64.:.°Yaa"»" »» ».k��..E EY ... T U e !;' g` 6 a Ali ;°6 eg e$ di ;hi, x fig. a 1 » a u 3 $ a Tim, 8 11188 4 d LLI € 1i2 Xs 8 gg cdr l a3,3 a gr 'y1• e , voi A rall fe,2 r. y P8 WO°. Er92 4.1 g'2 ii Qaegr; 4" gY n a al r gi i lg. 0 0 9 l ya a a:a', 6 `I 'r c it a� Y W ill 1Y b i4 � � �t 5N� -�-' � �a a' py. 0 - g v 6��ag gig h'_ o o in eiwi8 i YI i . So 3 Keg C Qa e la 5a re a"5 trym` ii • 9 bi I _ . 1„e3 ; fJI!i ik : ;s a- Y” ■ '11g s e! 1 iI'E aI- IJdiiIi a r1Ia� Ml In iig flaeii a iI s » ((k) 1 1 kg W:„ re !y j ? aY g Y 5, e e i 4 ig4 gi; 14 » g r a i"ggfia 'b Y g a�-ga'v" a a _ �dag �. s aIg EgoaAa� rs ;_ rig „� a '� $: el ;h1 gg5 0 i,. 8gi ig as rye�13 4 gY 85” 39 .Y 1 1 agog r =b to d ° -g I. 11211.4 1 1220' 1 g" gr"r�a $.. K# ; 0» g=a= 6 e is a gy (g. gle $Y`= t` g9E ia.•112- S .yb"Y4; 3 s gnu 1 go :Ai eab Y ; s $+�"'" y L'; �li S§5 r ei6kbioa ; i Y g9 b bi lig r e $ . ag a br, . - i"i - 0 ; s4t g ig r A- g Y4- Ye `i ! .3a_= lY a - J. wl ass ° -3 e " °s r 2g 1* r g r: ss.1 V„ � �-> em [1 cb r�` CYO r rs �-m 1e��3 �� e� �i ° � r � a gd8 I..; Vi' Ag i:" I gig.. .i r-i log= i r rr 011;19. rib st ig : egr' 1 rr ig ios a°. 5s 'r a gas .X1 I` 4°° .q ' .5 i 4; Q1" 1 ga #i- ri egg ,q -g x a a71 B; Ai' Ys. Al$ 9- a I. gl p i r- rlig2 ,� r i e i r If itg: i' r �r gaa 1-i gged- g . ge =8_b 0 1 tll Rgi 3 r$y la 5: .i k 1e!g 1. 3 it °g KA 10 i ig+f re Y ! X 41 Ill R esilu° f g ,-i'eK` i g 1 2g X' IOW °i. i^ s g g ; eg i hg ! lig° i1/1A 4r ilr 52? ge °64t: 14 gia'giai1 4r�I 4; tai 4/501 xi dg; a fs'g d., a ig i 49 RO A as -y': A - a g ,, a A . A rt A - Ng * 3 t a A A A s : Y a o c » y r; ih g 14 416 g. a d ;v •=r 4„i2 r6g1Y g g W`� a 9 e .i 4 i” dg'nasal 8r :Y a ' R.1 ,,Y c.gX eg b. z_3 v el a Th NI . r gr°; 2 o z g ` 5!; a i a-g6 ie: 1"11V4 g°4- i le a Y -30 xI 1ia4s a NI,s i a is !r r .-lr a g Vas. g°rg_g ' S: ia�a': ' g e r °g eiaY- = a yy 4 , ■4-3 Y l',e Y_ yy pp4gp i4" a= I $x r ' M a 1-a m` a r -` ;1$i el" l Vie» do s -iegt r k A e 7egb r �aa� a g° ix cr= : rg a�Y�g = '� 6r- n g ?gr� gel i ;=g I :ingg Ia I a ° it gr gee iih 1rg .'„ Pq.e. , aY d b ;' j ! ! [1 E3 gels Y I cl a -gm2 % 0, s g a'` F v' a g§fir i g» g re!i e s -0 1;;E; 24.1,44 i11!I1I Nyy e2§rg gI A l Ali 22r is . r. d g@rbor4 a. its a , ■ CDk 1 t -• ice._. '/ - i 1 , � E- `LLB , � I' I aft/ i - 1---1 F'i E.. Tirti-f-4 L___. __III H: :___I -; — °° ,_, , ,iri.. 4,1 : I I_ 1 1 .--r NNW O _ i31 A RI l'F -. E� ;I-r-1 1; lit . �� -_ lit: 11„ , E--� � -I �! E--u -�. _ ��r r ./ eo f O �'' ��_ 1� ,` r II IL `__ 1,� xd f_ Eli �1Y IN _i ON i me IL:::T Immo Il• nil ON; U -p •� -► us_r 0 (a. ' W gC Ifi--4” 'li o .. 11 el 1_I L /;1 ;L I ,` 301N1.33N6336331111311111 3 0 '�•O \\:. '�S;II : Jifl i ! f1 TT Lr ii . Ui ii.: + r, l • •I^ ' fail• •` !1 4 i �' ;: i 3� � 4 i. -I'' I i�'4'i L-! !a I �i+ai _ � m 1Y •, -,_ 1_--- 11 j d [ 1 1g i al --- j '=-44 l i II 'I i Ti+r ; i. t j SZ S J: 1 �!. a N is 1: ,nos�Q i ; • t� I ! ! i • i tri.d.! W.1.1 O •�• !;•I ' 1 I - a U ;,'1.1 i T I 1 I i •'"I i! #%� • ■ / •iJy� aiJ 'Jia ! 1 +1 '; J;y! 1 • • j, Ei 3 ;yr „;,_._,=,_-__1i i i 1 /' • g t.r '• CIO : -�-a 1 h , j ''''' /1 4', ?I ' i7n !h.-17 ii, ;tir, i Q !it .I l�S I I jj ���I b 7 I 1. 4 i !. 1 • i ••• e!i H} !1 ?,. • , / .i 1,,. ).1- ,,,, ' iii 1.1 I j �` X 113 �; t1� • +• I a'aJ J�'i+1, !IJ ` a 4ii t{ • el ? tea: I a l/ th _ri. t , : I --- —_ ;7./..."2/ 9{ Ile 3i . ,' iltilli i # ,.i pljlfMY ii 1 04,4 g it i i — � Ski �9 . C ! 11 1 ------ Y#YIYYlI i i 8II/Iyaa t 11 ;ha 114 % 1 •1 ! it a 1 r. 1 i 1 ~ 3 ?1l i1 :: /� \/:y4/: �1N'J t /•�• i i . , AY a el I l r 'S• ;;/ a es;[i i i AI ri illaaallilii • i 111 } :+ � r 8 @$ $ 8g • !; 11 � E ;+ i !iila pJ �' :; ;f f • I .1 . , I 9 • i �1 {/ g1I it I_ - aarr..J .�.� joie *31� f!! � k g ::i{. il li it 1 qv ii • ( � ;' fiz9999a999s99 s • I � ' rr ,,,.1. • Irx , f oll ; iiii • . rir ! ! W I HO i .i .1 .i I •••-,r W-•••••• .•a}..IvTII-.=-31.41-110te Y PM.41-00114.O10q•I.N01.M Y1 f e (V e 1. ; ii ij MVO•90_ON-133HS 33S 3NI1H0IVIY ]a 4 1 4.11/�.,, ! ! r4-i 1. ._ i__- i r _i t l 1 3 q F ti .0 4 ' ! ' I — ' r ray . gaa _ •i t ' ??■"eli: - re I! 1 i i i.a -- --- t''''.4: !1.--. . ii:;:.r • `9 t• 1 i ell " - ih _ , , ,I • 21.. _..: : ir I . iii 0 I I. :I : I:,RI • 1 ;:j • y I 1 , 1:. f aW = tx• fi 'l 1 T 1 'PI 'f;! r 1.'1•: i l• 111 I: a-i! 1 It 14 ?gig, h 1.I di ilif If i fi 1 : . i, r,....___ _ ..._? ..., \ r___ ...... i i 1 •1:44 fl hi! il !" ,,,,L4 . . .j •,)4 :9____•: ,v23----87----.— :4-1-1-_---_-_-,,...---:-_-..--.1i____- ri,i;-, ! VI I 111 Pill 11 or, -,..i ,., „. ,. __ .,, . i i.t. 01°.i 066 1 %' j; li '' r-'- ; eta •J j rh'1:;'- - / -\...\.. 4+ , i• I11/1 47./ -----------___/ --44,—,-.i 1: 14/, ill 1 4 It'_1.,;4 , ..\I �• .r;-_/ ;r •. q 1 l / .17'. r/ i \... ! t, a: j • ! °slid \... / l d! Y!! 1 =3 y -M /./ .le'I fie '� d / \.._\ / / •r ISj / __ 3 d i i tl ~/N + .f /r1 y \... 1, \t 1 6) 1 ;xF,P41.;;.1,/ t fJ \-\ : 1 11 / ,iI > l ■r14::Xm ,.,r /. \ )ti+ `o`3 ON 133 �! }_ 7:j l ! i 33 S3N/�NOly-4 / 7(, + / :It l 3li i1 tr/� j iiaq ��p3ss rr-riir u { • i 1iis••3. m':�r,r�:°" , :.wnn~mo-v-R,<,w er•....,,-ucv,n<un.�..n.w.••., I 11 3g z i 1 IL As s o a m sIs '- s s € I h s ill d '7!5oz O ' �� z '+ z i „� O u W N 2 j Q� C i I a El= i I 9 r • 9 i • r-7,---------. Jam___�___ • • • •i ,��'`� , i y ~ W • !i • -. I;SIP" .. _ - f•1 i -;-(f_;•±. -- ,. _I_ .7- a81III !,.....,„ !...1. 1 i !Xi 1 - - -`'—'211,4 , ,.ii ..ti ,rill d ii! Isi ,i tri--;i le! 0 i:1 1*-:--- IP III / i / 111111i li rdril •4•1} f;. I -i !Fi I i i,/ 0 • i- i4 , 7°a cg 5 1 1 /f 1,1' i;7- c'''' - -- "»,.."' 4 '' ''d • OVi i 91 It ! , ' • I.: p I ; s •` al 1 1 h i, • : - -- ; ; • 4 ,• t ', �a --- -- , _f l s e � t/ !. _ r i • 1:I !c + �_ ! i.1 efia" !! d 1. �;�•+ x 0.d' ��� s9 f I f ^1 i• .i� i f I'll' i l f 3 i s r aw�ia !� ,L 9 ! l ! S,+idi o • l a11llt ilii'i •• g dj~d '�:: gilillgllfe !• -t •___ i 4 i 1 9 i a ; i• , r !��,�• I— ' , •, it 1.• r _ 1.=,� I- ! ,- �`�• e111".F a.•ag':�� • 1� j_ al .I „ s I 6 I {I ( t Ir d 1 d 1, 'I d ,��, h,L d•� ! I ! ...a..w 1, ,�4� l . i i i 1 1 E i 9 3 ! i1YIiYY4jit Q ;T i _v 9 a 89e8 g6:?s x I" • r .- ;rf ! ! ��r a I errrr li : r ! . ..: ik l L.1 .: - mi.-3.0N 133HS 33S 3NIlH01Y11 1 .1,01,3r Ile-ai MS 01,0wA0M11.-wMIS-%-WI-.an..vY...•..-ur.wawn.-..A[.A w.,.u., 901.3.ON 133H9 339 3N11HO1r11 (! o s 0 ' • y i� : 3i rr3. - .0 , 04 ;4: �""- , a a f r t _--- 3 i • ` ! a=mt '' 'r �r xF.r �I:,i '— .• `a3 c°•19•\. �i -'ms ! rr i T -:.. �' -..i ��__ '�--• '1 �� --_,-:- a t'/ 2x� i /� :� sta > z 1+as ja ."f i F j �I .� .. `S= om O -a.- • 1 ' '!l.. —S :7,2E r C .8 . `.L. s 7,31.,.4 z Err u c '"f Z •,! .r :_ ]]] : 2 i. 1 ! u- i — C - + . - T+: — —I 1 ._....., c 1 6 , • .•.; _„ ..„____„. .. .-_-_:1 ,, .„( ,, , - . _ „ :„....,„,4 .:-.-,,,,-1 1 - '..-- ,,..,--- rr— ! ' 1",giyp� : '��— 1 :y1; 11*, ' -��.. :.'r' ---,--1---- i1. t •tI II, 9S �j 1•. i '' t Ala a1 �1 4 I? I 1,`• -t,•;•: .---- — ! i ., •:" -7...--r- : 4,: ., t , ,_, _ I 1../17 - • L_ "-11-i- in /.1111 I 114 lir"' ''''''Ll'f i [-'1 i tis' t '11,111( s ��}} t_., II ' • • ! •,v097:.:- .0------ . I 9 ll" i•�• i—' �,i�i. �qq. �.�-� Y t 11 1 3 , 1! ,. _ Y j1YY haling tillinl Iiill1113. C.4 r .°i ! i!3l } ag!!.. .., •• W ' . V g ....:m• t•t• p Y 1 ' f S I a i q • y=iI i i ! Y p • ,° I 117 a! T §J aait11S$11illt 1 g !!lialibli t T T+1 W 1 ffll t •el• H .a.i_l t } t a 1 a o.-n-,aloe-s1.W. t,m.,,axw-ro•n-O.-a,-COO..w.••..w-ues■ne,•n••..,A m a w, 3 in I•.� 1 , _ HL4 0♦I I t•I — r. • ` �— §;.► I— n i r (tL ,.1 ,,,i-.., 1110, •• I >5oO O --_ — ash _ :.-- i .y z 4 : Cii1 I LL ' -, W r W ss iU- +J J, g ----E Wi I 1, 1 • I. III i t II I it I CO- I •• If 4 '[! 11 il 1.' s I ' I .- , L J a' � •--- --t ---- g 1`13 h: 5 I- •-_ - i* 1 1 I 1 -uza. 1,11 1 f W 1I: 11al i' !� �, I 14'4 1I 1 IIt 1111- i .k I e,a w I_I i}' —�— ra I s V r 1+ I' �— — — 9Ea li- ' • wt 11 t ?rf !if WI la .4 j_J ,tar - •-'�►J'y-�a.__ 4 a3 0 I Ow ! . ti_1. ., i .._ OE D, « _ :. FFSi p ) . . ..1 I) /1 ih nail 1„%,--..:•1 nrea." / �• i rlff �f l l 3 1 111�1 14 ii I lerr 1 11 - l :I :I I ai1341i1111 1 , Ii;. _----I f ;, ' °�"� I ,1 J 1 1 tr r y p{ jt�J �... — 1 ' --- - W 30 T , $ s 1 1 'i'j +!a r r' . _- -- h— i►1 " J=:.,,z i i i 1.y 1.111 13311 1 i • I�1� ,• ..ter a: 'ill 1 ; a.•g• I , ,! 1 I 1 3 + 'f: • 1: t .1 1 1 1 1 Yrm�T[ :_, POI•"5'ON 1.131 aN.I1 Ii. ' 1 a L i♦ , , tc ----. 'ar:,:`,;+e'" v-,c:--U ar m.w+.w-""-""E, S,%.'n'""" VII LOI:r3 HS 33S 3N1H31/11 Ii ;Ji�r _J I !b I • w ii / I' $ : ' I �I! j ' --r "`:_' 1. -: ICI ; l•.• l y ` ; �, ..__ - ., , . .114 I i d T 1 f .—..-- - s • �, : • 1 , i K- . 1 =-g- 7,_m• ma � ' ° 1 ' � y s _ It ,� _ _vim z p i gam, _— — —C— is �ry� r '�i4 } � _ gq g ; X v F ,i•-c:. ,, I 41 ' i rd_.,,,,,...--..' Ii J ° °.`y�i - ''�� i - I i-I.JI: , r11,I I• • .• • I / , r• am 1! I f 0---- (• ��s J E Pi i ' I \•,tom •a t ��;�i�-/^ �tx�'s=� .�-�A 1I J J "� at! �ii i SN �.vp5'=. f i- f ,h a-:i.,`r•-.- • '1 I .r i;HIHI! if 1• ill 1111 11 .7;,.1. ."--:71* ----f.444:440. - 1••\, .4,,i. ill HO li (tic) '.+•r 93ii 9i$ H et, p. 3� t, , i ; l i 1 11:11/11 "bi 10 ,,...1.I l huh W ag7enag5IYNB8 I r ' i1 1'1 i ! ,i fill II' _! L,it„ 48$: al . �YYYY$YYY�YY � � /1a9Y8?al83s11 1 rilITTT 01 Ireiii g : WWI 0.7 yan._..wr'i M tn.to.M-Muo-v-¢.-■U•M•w.•Y-,,,,,,,M.,.....,,,,,YY wI 3 .--_. F i , ;.p.-;,-, - 2 :!.. ,-, I , • ,..,.: ...-....... .,.. S;' :- ; me .,-, • - ,q vt7 ii ' • _ , � r - a µ.. _ j • — 1 gN m I I! scar 1 5; 1 i- , i ;I• 1' Z\i+._nar• ' -'x- ;• t e-Y o I3, "' ` 1; -fl - .: 'iI 0� (.1 •f + I•' g , • I i G rma ==>z Z 1 A 1 S1 ^!! 1 S! I ARE E : ' "_ o+ a. `�} 1 •. S — -----1 I b <+!, ,, • _ I 0 �t . fir,. 0 I - `!'i . 1.i i li , i �� j�_' l ii emu= 3 1 1 ; a 1 11 11ia h I Rio 1 • 1 �i ' ,�.. Sn 11 s, t1• U 1- II � .!! t� 1,.. fit- '.�= 1� fi d 11 11 %..--.1.: t + ! $ III I= �' r l i i i I I !1 I ig 1 1 --=L t1 �11 1ji 3 , r T+; <• .1 111 tI.1: 1� s I . 8 1p *la 3 --•-r :T:I !, '.�:-------- = i _ , j 1 '``- 1- ill ije 11 1d F 1 I +• ly i•�-i; 1� —.. /II!111 iii W •:-T-'12--f".,,,„,.-• • , 't.!•' i\ ! _lie +emu - ,' � .0 T • 01 1 '•"- _ _ _ ce �:^__. ..� - -j'- - ----- -- _:...--.....-..r.....,., `� ii: - `�--- r �� Y i.-.44,...IMr — 3 ST�!� 1... - __,.I__r — - ," n @1•p1 y1;yi N. •41. I�•• i 1 4 - ,i �• �' i.�_,. r Iyr -- 'x•71_~1 ' J ,l d P n B s;`?. p�yi i • • •'7J ,!� I • T I _�t ,,{-c,: (1%, K-,‘1+• 1YY11Y1Y•: `�"'' r,; t _W° .,� �Ij}_ _.:. i JY ` .Y B•'' 3 9 8 3 3 ti 3"s \ ' y i ' AA::I I ,I I ill ,t _',,+ ,,�� �. i� C7 , i• is �' ;1 !X z• 1. .3 ?S^' ..._- --L- -� r i -„, ',. ,,,...s.•\ w e i i e Y 1 11 ' j` ''. • l _ '� it�� i \ W Y ' 1gHY11 3 .1 ,�.. .I i .I _ 61 ' q�q Yz •l . r. 1,�,;;• 3 i~t '•,'f'i, � 7 i� 10 i l k 1 a"i l:, y + 1 +. +' a = 1111Y1Y1YYYY i !`!slyty�i I \ l l S i ■ 1``i 1''�,+ , i vnnnngnnanag i a..--....v4.- V: ti • r- �t .� �:, _,� ::l t �j', '- s t 11 I}i 114 i, . 3v , ,°�1 I 1 Y 1 a1 i �+ —'I,. L�- r—_ �u _ .. 11 YY Y YY=1 ' -1 _— I .1 r,.. .; s IM r %j> �,:.' 1 5551x'355199• 1. �' i. tl I I i it I ; ; ; � 904'3'ON 133HS 33S 3NrIH31VW ww-or -a∎..-.0 n.sN..,naYn-...-d-ai-cw..+...1..w-n-aarn •...�n-......••r ......., CO ill ir • 0 1 t�t ' ,(I iii 1 ----` ,L r•�' 3. 8• ;rte.r„'r 2.`�- ,•yi' :U:J-rf/ • g ,� "4 i;i i 1 r y R i i , ill • — ,L_.\ ,j _'E y M ki iI �! /I' ' - ;W _ gym -_ -_ "i" t • f -_0 O v 'i-------w- 30ST 1 ' j11 tl ., •°'tea ir----,- ... .r,, kr; i- 111.5- 1 z fil ii 1 ) 7 — — a. t i - — _II ki rI . . ' - iii � i 1 ' j i !II 1------ ' ! :,:i. , e i j i, ', '2,r�)• I }:' �bqJ 3 -gilt • /f MhI1 3i W,.„„ CC di\.4;°T;',34-- — g 01 , , i,, ,,,„, ,,: ,,,„ , ,i .„ . i _ ./ r,,, — o s I j! j 1. _, ,l 4 , 1 WWII — ' I � ,,yp . •. / , •� , r 1 15384x11,.......„..„,„..,,,, 4 t. I___ti-:, 0 pt .ii• -;'.`;/' ./. ,,,;,, . 1 --, . '',;- . 4.,-;"-- ''' +1.1 0 it:: - - l'+---r- . tan -; 8 y-i,t , • I ir W iu� A ;`* `'y�f,t /.. •• a S iyl QII 11 i g~ '� l' 'Q` - `-----------1 Q 9 I illliiiIIIIC 3 Li 1 F I •....::•m: •IY1. 11//'rJ • \\\ ' . 1 1 i$ *i !/.1. • -.t . ••. I e1 • ;\ i 1111 Y I 3 i 3 i i �'i ! �; --sot. 1 } 5 5 9515 33<8 0 i r TIiiii '� tr g i ti i i e 1 i k� '; ■ Si, ! It / , ----. 1.0.---- -"----------- - I ' I ' zoro'ON 13311S 33S 3NI1HO1VW 7 3- '',,r '4P- - 111 1 *--5- ! .)! 01'1,1 11 g - 10 j,' tl •11_1 ----- I -----� ! '` . „ - �' -.:-I+ i� I �i I f 1 ' It •1l ! �� I _ s ar II a'', _-----_-1.----__. 1 , t= s I { 's• .rte .. ! i 1 .•.,II%.!. 1 +I. -0 .3441;11 ! ! I 1 ,�1 i ;,��I p�W ' a . — Is t `� ' 3 $t1 c2 s8 5 , • Bq I I Is i r:I »� 8 i • I. ,q ;" ii! I--- ,1 ;. , ;Ijjf!! =fir 5O 4. 11 4 (� t !Ai` I ;! I i + r / !''- _ I 1.E:11 i Joil „jrr a 31 + ►�, +•u►r f,1 LJ .1 j� -- .i if le + e i i / CO .i�r ■ I i 1 ll 1 � TS' /.r ' all 111 i 11 P i „Ij•;`1 fg . 4' 1 I 1 • } a! i,•yb i cli.„) l i•v1f I 1 OM 1 'µ t p+�,. / / �`' 5 i 18 4 I to 'j !', ipBl :� '/,> 3nn3 5a3 I 11 1 fla i /; � 1' i iivsi A! d +�; j�' •W �ti illIY1111111 1 i Uq �•-f.:• 1 PA V I I I$15 9 t e kr� f •;,,e X14 1 �% ' 1' t: , i.'v 11 11 a. ;�.-;' 1 • It_t1►fir + ' •I i 3 I E4g1111 •' 3 aII § t • I• t.'*I /c-C� 3.i i ih!ril! o 7 ' : ifi i 7T+i*riri • 1.lir ; } • f d 1 c I i i i /fii W 11 r } + ii W .i.ii.i 1 s b ',Z;"-"°-,,Z1.;°-`' o+• ,Z., ,.,.. i''•a"„,"`'�•aa.a.u"'e-a-'"'-.un...•.-.i-uc<w.a'en—'"rr.». 1 3i 33. ; ;_ , •, • EOZ'0'ON 133HS 33S 3NIlHOlHW s 7 • o i 1 dHE? !, ! 1 T w• l ., ., ,,,: . „4„,. _, " ! I ! . . iii,' ', ° ' Pill'gi p� • 8 ! 1 • -" ! 1 t ! •! I I i,. g a lid�•• �`•3 sT ! —_. ♦- 04�l ''Oi''`'" y; - I- - - #� ?IL z •' _ I� 6.4,•r 1- - •-----I---- ;_ -. i 1;l' _� o a s airy= � I 1101:1 4 - , r 1.1 ,a ° ' a tlkI ! — — �a a' 'i :�i' • ' gig co :gyp I / !. /'i • I• 1•,4 . .t– •! •';' i 9'1• �_--'i � a 'Ia f a` ! 'i �• �� ' Fpm` ! 4 !• t • 1 3'141 r$ --•----------- - II, I (.r''' s 41 1 .-'4...... — ''..- -- ,. — •, , 11 1 ' 4-11 �4•..� / .. l iN `i 03 4 i!i :LLu x / t a , -i I J 4d p/ / ._ . 11'1 59 13559 1 • a b Mess `\ i t rill i. %3641, �- i_ ....Al.,- !• t� l .' g I — . �'ilr i+r ', 3 i' 11 , ,J ,, •,#4,)ir•-, it, -------,... , -- ./5/ iir , -------:-----. 1 ab$ . a a . ~i''/. lild , a� \ �a i i i j i \_..\ a . • 97. 1 %i'rar i 1 lot' I0-`-• !I ? l l 'r1y JOH�3 4-3 ,i .,rfj .• ii'1 i G HS 33g 3H/�H - I '�':• j', �l i, / 1 x,! ! 1 1 1 @ i 1 l / jlKi ,E,iE/ / 11199910999191 i I s T T 'I T 1 II }I f i f 1 i III it s i fi o f i i i W 11 - I 111 w•rAr nn... Mt N...•V...3-...DS... -n.v.w.•n.....F., ...a •n wn ,, M v ;s 1 if• = t I 8;` =2r 5 t Noe I _W o T "_: i It 1:4,2 i = ? 7 V dm 1 f i O i ff= c 1\,,, i----a�.__-L a•.-•• • s • —p _;� i W • • •• • , ,ate �v.►'r'-�.-yam-! — ' !�. iii :Fi�i:i�..,1NSai"vim'�a•�SO �S —0 IA'L.s 3-9ji'0'/4'1* ap _ � _s....-�::°----•tom---' ��►�,�',!S rth •t.2,�„`rf • y -$1r •` •. r_t.i Ste-• �.. �'y�• �• `` i it NH,/ :u • I 1••.4--P. )*H 1 j _ __ ` 1 r / ' iji 91g 1 • Iis 1' �7--- , t 'I •\,,,,, ,V,.1 I I , 10 1- P7'., , 1r Ai/ • ” 01 d 5 •t phi;, ,1 r-1h �+?� .1.011 i 1� es : 13� _ I +f 4 t -- 1i• 1 I� i i To-.. 1 ,14 'iEr� I a a: i�+ Ir'- i • i 1 Ikti'l•• `1:-----: • -t "••• j••!A r • j• fit!• �•� ' �1�• iI--'�• 1 a i $31 3!i s`1 $ z ill — I --# _.„,. _.- ! ',1• iiiIT'ITT II il ell i1 ' i11 zap.ON 133HS 33S 3NI1HO1.dQ1 � a_ i O • ••••3'pll 133NS 33C�r Halve i g • �+ , Apz E 3N5 441,., _jam--� —1 5 j =I , •1 1t 01, 1 9 I 'j r _ r -' _3 .� = i4ig.. Via.- I I I I � 1 ,h "4- ' is I i g. i ' y4►-!, a I "SX• c F 0 3 1 ;V.. J� -_-"--: , I : il1 1. '-' ,, , m I `1'itititf" % •--- , - ,15' i 4i 1, yt,A;t►x*'.1n_ _�- _ p, °o I--a,___ _� X 4AA.4,--;,•• ,r,+r y..•••••Ay'`-A:•....5‘...4.u- � ri.!--,- _�a�,u� .. y„ ..� •'�- ,it __ �r*,ri r`ii!itiie;•A•iol •AA. -- = ..g ksw. _-- I 1 �-__ 1 Pfeilhi :•x a .,.c-; -�1 r �1K'IUV , ii z .0 cc< ,_ 1 �1__.� 'I ��it L 8 I - _- `ci ri. -'y-- 1 z f�zi 1 , w `om W 1 app.. ` w ,a p • ; 7, ■Ai: .--4p----- t. I'\ o• U C ..'�--- p r-i` 1 F t sits• J i ' at: a - 1 �; ' �a �+ 1 3 R 'y• I = c '?i,P 1 1 wA ii• 1 St.,� i P' 1 Aid; ; s li :�4' • �1 A4 ' 1 1� I 1. kill, I / I ii. , 4 L . ..mr...v• ,, irt= _.... t--1-"i .,...4.1--..,1,-ii. I , IL! -- io I( -.,i . . ., t .erryt..,4. . 02 1 AAA, - I I I -, ;∎•y.fs,'e c, f' !V i• 1 j�� g -�j: V.,:-•-,f " 0 11 1 I1"1"- - >. +r �-: . � 1- ,k �'- YYiYifiji • i 1' '. ,4 . r! '' ' ii�, % D • '.;;'• i 33353318 it i y �. . i. � %t f ,„4„0",,,44r-, . 0�aQ � yt 2 -,04%-V-"<,I O.-e. ' 1 WWII i *. W 1' 1 { lr•4 •:•. ' .n •4. ,lf/ 'Q W f f� _ T TT T T T T I II Will I : iail 21j ' 1 ' 1 4. ail L..1 a. J .V11,10-.Cie-ii...A1 Tr.39,...m31n V»sn-1,4.1-e100........1.1-utn.ACU6,r•Na w.01 Si' ;i .4.-e.kle-.:- 1.r. !,i 9 4 041• ,, �, . _�-._ - •, ."a i.+ii __w r � '__ "_~ - - _ =..::.w'__ _ ti 1 4-i ,, 'fir • Q r i • 3 p ,•4N1 i i - =3• ! ji �•� t��l I • I T5> 5 _ .:, °� OF - z L._ . .,,,,.-,-.._ r'ii•i f:- __,- 4 &14 3 Lill , 1:1 ._:-- t,�P4 1."-.4.7-' 0. •li , *4 I u I . : - : ^ I w R plj I.- '1. , *,,,:::. _ _I----------1 s.4,r i. - -- o g --41 441 W J w F.1 1 _..4,4t 4 +r 1 9�1e _— H , _,T. : 04 ., a i 1 °apt i, — I----- . \ r + a+ ' r7;"' ti 4iffett V.. 7'E_7.•.7- 1-.'',. „), =:F. __, g �Irt• r L—� el -._ , .• , _ 4.i..a�•,r.-.a S.�z�.-ii��Ce •;•i�e�'�LrAe_��i'?�3+ � �� ;t" -�-7.r4'1,4►.,►►"4;�4,.�w!A�4'f'IH-y,U►�4O 74.�►i�4 a Y 9 1 1 u �rl▪ . .v44 .,, N,. IYr YYYYYYY as 4 �, ;a. I III III l �1 � " " I • \ 5 1"�� i i ! *o'''ff. ♦4441 ,• ' ; i I i !' 3 ' , }• ': • tj, ° i• l I I YYYIYYYYYY484 moI ..----- ---------- ! • 4 X.4 • �- I I I 1 ------- -.1.-:•'''' ..1.:,- .,•-t tear , .3 ....1,,C"" ..-.., ' '" . 1: L. Y 1 4f- ; e +v4- i i i 1 1; i e ♦� a i - i i ' �..� ! ►�,4l.NM,�6.� �1 '4.!;,t '..-b.-4,J.1 . A i S+1. �e��QZ' ^ s •ar a YYYIY1YYY!!+44'. .r+ �' X44.1 1 1 1 i',�_. I II I e I + r a•Y* ' ! � ! �. 1 3 ; i I " i t N3 ON 133He 334 3N ni W i I .ft-117.tn-T Tr=w\.NarTMM610-IKG,-aWU am wY∎w-atahmaV.+N'.vs.�.1 ear,...1.., ' 03 Eel Ler3'ON 133HS 33$3NIlH31Yp -O "_ ►'' _ "i i ' ; I • i -- r j + i d t � •�}: fist y y.r r sw e44-,0* £= a -'I —�4ti.04'�.;41.��ar. ���1 r 4-,7►*-rA3 _..vw i� m X13 ';,1! aS !' Ar—A. +'4,4r.1-,s-rte... .r+ 4 5.• ► e _ �' **Lt.;4►mac,' . �.a' � �t`r�►f ,;t < i., _ F w"---.':, J��� , ' „N W! ! 4 h.,: ! Q o ! e4,t i; _ . — is 4j&4td `W i i 1r+'a4�► I i i i y El . _-..- 1 -..i I I ; t.r... mtf. -+ k±ice,♦`_ < , , ,„,10.4 "4,4;01,, n.a$pi e- CO fi N4 4 :-7,- • I • - r te 4.1.4,41. 4*, ; f ti �''. I i i r- 4. .. r j. r1.4•Ams +tA�N�J 1 : ��k C.,:..i � .•s ♦'yZ4,A7 •••••• ••• i ■ r4ey.0, .r: i , $d p s .. 1,ivii II! 9 cJ IIIIIIII! I -,1v1 3 t i i i diy0i 0 a 5 0YY00YY00/W— i i t 1 i i! Y q$i y x /1.33M1s99 i � t Wij } , P4RI 1 a�•w we� uy,wu.�n wni\n�('ny wEYl-]�KT-SWUWw.Y.Ww-tM'iiACWnsroN/.'aM S•. i 1",11 �� + iii Mgr 3i N'• ---_____ -- q '- _ _ ... u' • -t- • Vii- ' 8 I a AI— ' I gs r. 7► �1 j I' .t• • + ..f",-....4D OW, , — -- _.�.�" �t ♦ •spi mss[tH.,..,,,:, ill --r-- ' Pa----------+ 1:1„,=2 Tit 07;1,•B s ' ''< _+ e +E � +' „._ -----� U 1� - . —__. ; i . - ---iiiie 1 II LLJ W' ►,`�fit. ---- "d Cfl g �i 4f _ I '1 1 j + I 1 . - �"S--1 ! 4 - :t.•/ 4 i Eta".t. --."' ,644,lit i! 1 :2 *40 WV!.1,y' -i s sj► Ili _ _. 5__ §. 11 1 4 .,.: .., i ii .w..--:.-_i. :vii:gisi.„4 ........... : : - - �� 4fit tyl- v --� - ∎ .i •.E.' t' .. i.r4,' -Y,,-• _ s • 1���4,4, 4 , 1 . , its a ,'►P3` r ' a L. 't ►�.►rr��avo�C r�-�:••8'ir+i�i►tli E- v��'�r�1�7�'��`'C►r�E 0eH�.�s•a,�►,r�(r+v�:r�nvr 0 I IE i i i '!-,1:.f'a£Q:.,l..PAt>� ; ,A�A44N' :10s0��'�i�s........�.....��.!f.�.►��f4*.4i�►'4.4:a**is W,:�.7i•44•�..,4i.;.E+�I!:t •1 a�• I 1 s s •. + �* • -n• iT • 1 .. . #4, �`•.'. kl% s 1 1 1 1 i 1 1 i#i•1t; '� 4 *:.-' I 3Q58993 1i ',1,.....,--T- \36-um. 1.1r-":".•r_i..., :.,„A8.40 4 4. \ .WAAL 1 I • :4_____ :.....::irt...:ti...,.r„::: I.._ i T._17. _i___,_____---\::,.„..__,LA....._,=\ 1:;:-.4:...7-0_,......,\„:, \ \ RAJ 1 i iii-4"1" 1 I 11 i 11110111 .1 1-1 • 1 , 3a 'i s• 1 a l41t }• 4 1 . .I ^` r`��� +� V Y Y B i!11 R83 Y+13 c a 1 ti ,4 , 4�1► a3aggnnametne 3 1 \ 504,- I I I I 1 _� i 1 4,* a �` !Q 1. I -'1' -I der.. i �* �. � - ; * 0��.sC 4..j • r + '�vAA� + } 4 ,. ' . A sQ - _i. ' ' + A�"- + .„,_-• � r S 9i..4*---! •-l:1L -- •- 7 • -$', ,,,4 io�rtf'. !(+I ! !ill . ;' t � � 44ket .a.a-".-, ,`:: _ I s �� >`i _"a ;i,i tra3/ia4 ~ ' I <7� L______________..7..: }, 193+ s5193 $• - 11 rr.. !1 , _.: -7_ .. + 1 r i t r . , _04. 710- ' 4 ' W ♦4 4 1 a 4 00T3.ON J33NH 338 3NPTH3.YN g �j a-.r...-n:.•w, .-cc■-awu,r■.•••.,,-u a.Iarv...h.w'rw w■ ��ji un.r n-n .w .0 •.i �. may tii •i w. �;.I i, • 2 y 0 •.. _, t1' f 4 T _ �' g ; HI _ �, �` a, 11, 1 .$ �.. ;„ i i a ;: ` IL (//))'err g „1 I �, 1 g$ `R'—,k/ 2 I ii? t., I` r,il� •)A ix• _ I°' 3 g 1 1 �'' { ���'s Pry= y 'r �L, 8,t f� �,4 .. a 3F +, f ti i a. .,7 •• <a — ',I i ff tl � t S il .1 LLJ CC 1 ei 111 ‘ / ri 1 iii �� ;I a�+t 11t •7777 r 6,11 1 1 • \'‘\'0. /,' II ! r� 1-- —.. – .t' fii t ) 1 i ri/l� e '' (4:',..fr,g !" i •.E!ii,lr� W �_�_.� •� p IS ill 1 \/'_fin_' - :I 1/ j d'frl el I : I +TTTky,,,_ _.. I !, i5iiii� jai •w i 3 i4 , .•f!• s i :II z _ e • !�' • i e 59�d188! 9� - ` iir�t 1; 41,(A;�. d•w i �`• -- (" a 8 Y •: . {� •` 9 1 0 • .3 i --..1-, 131,- ; t.- • d,� ,},.;'. r', I /-,.,,,,,,,10.* ... 7 r\. ---,,,,,---i--e-we',...4.- •• „,„+" • 7 �'- 9p8lm§lin'iia r 1 � 6t /t c`' "' art ii i / fi"S ,'- _1` g! I ■r•Q.:mi . .01 f'r 7 �: -- \%•• T i /.4-/ / Q • i a 1 i / ,,l 1 � l/1993il!IIIa33 iiiill ms:µ., ,.,,a�... y-•,-.�.....,.,-_..d,.�,._..,a.•....me ma en 31 . El LOV3'ON 133HS 33S 3NIlHOlVW 0 , i : e. ,;:.i :1,,,, 1 ' r '' t, !. _ •e • '! ' • ,. r. il -'-"'—'1• :1 1 il ; :HI I. 1. IPA E id I/ i 1 I.i. li 1 ' ,, _. 1- 11_0 li,,, I , , I-I 1 0 4 i ?:' 1' --. / 'G4'' I - - -- l5 / � • _" • I I ='Wyo i p —' . ii a., ,, — +_i fi??I1, 2r. a- ?ti.0 'I! a re-tf I p �i 3 • `•;! i I V / ----I `1 "\ 3":3 aaJV� s h; f , I I !,�I i • ;_ a >tea! ' a I_ I I •i / o 3 I. /;f� pI 6�rt E ■ i / L..) ' 1 I.EL ' I I '� �' f ' Q i / -4.+'i \ Is `iili . ,/ CO LLJ it. 1r t T. au \ __ . • � i�S /� •i Ill I ,i 1 ,l .% a i p I. * i i 4 • i H a ,• f.41i I 1 - . /f'' ` 1 i'I r 1` ! • i s t i } 3 �;� inny.II • ygga, .�! 1..... 111.4.�r .. / i'. 1.,. t r • / / ,k ss N_ / , I. 3 • • . i I 3 > ! 11 E 11 I I 99919.919939.1 , ,... ,,,... • Mfr 'ii' �`'7_ ' i! II11Y;i11Iji o • II `,. : ,/'° ft391999a999t9 3 • 4 II ; i r } .., i i ll�i. aiii•$ 1 i wa------..>meen+vwa•-•co-aenrad e...•rw-,wvus•A+.w.•a.+Si ^s , 9 ii 1Io'1 Ij ; A V. U M'ON1331111MB31117g1V11 11 Q M I , :mss + -' --r--- 3 # I, I ,f' 1 ` i ! "^" ip I : ' vi, ,°) - ------- I.''II i! , ; ii li _ 1--- [i 1 fil -' ' , \ . 1 i ! Ito! " 1 1 ' ;iI i 13ii ),E. s I •j ! ! /I ! J 4:i , • , R is j. �� — z1 it k, It-I ------,i11.1 fill �• +X1_,• 2• --_- I I --- i .ern liar!j f IV,i • o li t i !. !'1 i U M a� •, I: .1,1 i•PN---. 'Li: f 1g ' , \ ., .•1*, ,AA: 1). I, __, 2\,. , i _•,.... , : I,r: . t ,._ N..1 :7____ ,,,.1. .i., ,::. , - "r i� d ' R� I . a :•• li s � — (1.:111 1 i I �I:. • ., , !;s2:-.„,,,,,........---.:-.;------;:-.-.:-..::±'''.21\7a•Icli ! i j 7.ri, ;.r. i - T .-. r . 3F_ '.! - ----:—.--7_-------' 4 a: IM e � L• ii!!" i _I el • i ...1 .. '4 I t" .1-1 _ / �.-\- 4✓ ji'/ _ t. ....„../ , 4-* ' , ;i -11 -� I \ `gam'',` i' I • !'-x __ l� i .% t ;�� ''1 - - - - ' � \ 15s1811•/ fih'l¢' r r to •-1 6d1 '�...�r 1 t~+•N; +ter ' ioe-� IL 1 •=fir• , Pty/t,;' l • 11 ! I 34S 33S 3Nl �� l l g! 1 5 TII, III a 16; iI all T1 a. III 5 I ww'.5Xw'.»"`..j ,tp...Q,w wwn--"'-'"'ar+r--t.cc,d,ccr .+n'."w w. M i, -p fl / 1 o IM3 a ® o . L g; ;' , of fI (—`-�...� H' z r I g29 5 _+ ;sue Lc / / d _3:` �' / kill J p • / r I 3Wm c // 1 / I :f 2 a / I t M__ I/ .i I 4,..-.Y': . . 1 .,i- - • •• - --• - �. z� . • • ; t - -- - - _ 1N ;142 1 f a :/- i1e .v ;=y 0 II�l� i it //- 11111 I ib 4 Ilse , , 4 t ,..„ ., ,.. •\.,1 ; �_ •°• '1! . \.�: •irk ti ��; ' • 41 1 ,., 1 .i , •i = 1 _, ;•i 3i I I�� .w`�. f' ., . ` 5 ii i i i tmtlxv Ili ` N �l 7 Y. L. -{L ii —�i I •-- i wail_. 1 1 $? r, . ,11 fr f li•S '}iIl 1 S i� I 1 Qt: �;#—° �. i-- i'^4 — — i 7 3Z 1 II I i, • '.1 I. + ..- - \ I..-- :;T lI.1 . •. . #al.11'II III ai 1 r / 4r,i{ f 1 I II I Y 11 11 iii. i'+ ---,I -- - s g s fi i e 5 g g ?s g 1 , I. i . ' iJ c ? i r 1 I / 1 NA _ :: it t witwQcIITT } ..., 1 f � � I - - 1 r• �� is 3 w f -i hi 44 J7.--w-1 1 i , 1 �` , i i .. .fr,. r., " v•_s i I I ! ...«' ,Sy 1 `o .1 11 1 1 11�1 11 1 ' I ?''!:sn al , I i I 'y1'', ; 3s 3 3 118 1 13:8 9 3 0.;--, r ..�.I• .rr^rl ill i f i I i 5 -" •'? li Y: 11 f f 1• II. 1. 1 9 i f -`1 .t ;; 1 ' i . : .sa•8 + 1 .- ;'' l # 1 1 , 1 i a: is LOf'O ON 133HS 33S 3N1'1H71VY1 me -:..-,w., ......,.�. ”,..,,,,,,s,,,....,-y,,,c,.,,.. ....-,a:, ,,.n.,.-,..., e- ara'o1lt�llsaNrwawll r o -01 — z II 11 _--�\ -- i = • E 3 1-------/-.-___ \, i 1 11/ 7-3'''-1-- I /\ _ I! I r 3 ii •-__ � r p i °'z i"' S X �; ..3• ITT �Lr `` s o`,•i$•I r /Hi f •-1,--- _r 11'.<7.7., -Z ••, ••1 t c ---.`-• '�i 4 il �fj 1 1r rri sr� #� - — :5'00 el:K E.. .\_____ 2.i:i. ; 1 it, *.i; :I.". r___._------1 ::144---LE_ I/ ` + �_ -;et1 �j.'1 ! ism- e -; 'i*I • - '1 ---\ j ��i t •;• : , V IL�a _ ',iii,► Y r fon,l ..— .— -— --- i J w �� }r t ii � 1 4 C`,.t, — I Q. , ..ir,,, . i'; -. 1 k , ..., _ ____F________.--, 1 : ,I 1 I 11111 Il, f if :,. _ _ _ ( ,�J �,;. �1 a ii,.. • 1 o . ,1 17,, 1.. , 1 1 ir, ,,- , 1 1. ... 1:i'„,:.:'-%-',.!..,!::-.7.!-.. .. ill,.-.,--:':______- -1--:--(, :: ...,. .,,,:4_,, , L1,r .( . •_i1 fs, I ` .O -.- 1 11 1 1 1 1 1 ,i P I. ! - ,_. ..�� . :. 1 iliillll �� - l ."4 sm11��»��p I 1'14 i 1 i a `= % �'�� • \ � I iii .ili e 3 ;a �//!�. / 1,1111i1N111111 4"/ 93llilliiilll ..,. / i'x'.7.:. /.• S. / / 1 • . \ / 11 i .a; \ / - 1 L ii i ti. ; / i1i111111i1 \ / li1?lllalll�l c > TT'" '" / \ 11 , i : II / 1 I: . .i al i ' i i 1 i R 01 rill! ,...., 1 d.......,, ,...190.0-4_ ,-4_, 1 hi 11 t:, 1 2 i co, J� J 1, di. ` �Lr! �1 r !-'= ' M �.:�1�.:�Lw��'..._.:7.- .-: _- ___ - - '�..° «''yam �� �°�.-. �s � o i 11 er" {mss-'3_-_����: . it ,+' „.•._{' —T^ s g R 5 m 1 �' W.+.1;•I Ithk1 ; �...-- §; r \� :d►!' : •' / tom g I 1 • / 11-7-� 1 '` ( / tiro_ Q � iIl : v .., 1 ��! Ez z e ' 1. pi -. - i ------ , ,�- 6U 1 w CO �— +7.4 i • / !1 1 ii / '� • y t I - \ t !�/ -�1.. ___:4 r ' a /� f iu 91 '0;I - C.S:/ - E;:'PI.. •0,;fir __ ;!ng'1'1 3 Y$k i i 1 i 1 V i1 •1 i!1 .. 1.. -.,, of x. II• .."� 13111133 ii.11--1• Lr r.1 l;_L _ / 101T • _ F :4: r: !''� !. ---424. ---.---\ \ 1/ �: �' /_______\._____- 1 Iloilo 1 A I \\ li 1'4 I-IIII:-.T.Ti__.- 5- \ ■ / \ : , ii livii aa ill . c_ i iiii!. i , , .___\___ ____...._4_ 4.`l_ g i 1 $, 1 I331333813333 I e113 s :3 L._�... ! it —.11' y— — — \ \ I i 1.--- f 1;s a _ -- t 1 ,i yii 33:3 / II/- "-V- 4,- il: ''': i p.1 ! 11' ! -- A o' - t II T' T '' ' \ // r 1' ...Y'I I 1 I .i. a :i POE'3'ON 1.33HS 33S 3N11HO.LYN .1 i El, Z0I'0'ON 13 1 ,.,_ iv.: ‘wl. i:\ . i_Flettl„,,,, , 3HS 33S 3NI1H3IYN :! 0 N_ F T • ip li ''*3 4 10 11 ga '�. ! I 14. vi cl I i� I '�r]t i i. a � 8 F --- -I—_ --- ,,1 '' ', 1 z °A R E,^l a3 Ilij ! ! 1 —11 �I }{T) j 'ctts --1 1 i fi...., - _______. I____ _ •—•;-• th Li 1 0 y1 ili} 1 ! t• I M 1 'S I ! Iih ii:lj 1 z e 1 li :T ,_± j ` tee; 1 1 5 1 1 r!' "� 'r' N ; ..,.., •[ ...i rt—r1 14 I ',,P Pii HI i T1) Pte 1 ; !' 1 1 0j 11 ! ' V• ' I! i . CC fr• I. till - - u rk e•s4, „7 dal ID® i'I/ 1 ' ;I,li of l' .i '1 ''' .. iiiiiiril •0 11?Y 1:,,1 i 11 1[1 1 1!1 1 iI ry 1 ° v, 'if -t:t ° 111,1 i , N :11:1:::;!::::J I I ifd1 II �/h IM i , Ittti yj" ?x9933 "s ;38 '! !li kit !. ; ••.+•Ka:•�':i 1 • ill �s��('''s 8 ,--•a !,• pli .. i!1!ill!t l! 3!i j t f x Yi? !%$ .“ gs ,a I� -• 99999a999s5 $ • 1 MITT T T T V I I • II ` f } } { { I i i Ii!' 111 L a L ....-•,,-tamp.wo me°.M..Non...an-v-lV.IIN uY a•,.m-!J°'°M°b[.MN'.-as wl f N -O., !v f i Tr 3 E0Y3'ON 133HS 33S 3NIlH31VW a a t - - -27-- ------ - , I • iu –4: ---• --------r--- •--—-!---#11" 11.I • : ''',;11–...."----–—-– 'a.-3 'A • . ;$ I -1110— t I •• My 'j N a i i �_ • lie s 1.• a' a•;`•� • b..a.� 0 ! - ---1� "--��-11i ,r. 75, 21 4' . o tl' ' -- , -------1---.--- --- , 1 i = - 3 1 7I.� d Q 2 X a ii$1i1j !i yi� f iii I 1 I .: t A• 10 -—! "":44(.1.4.4-11'ji:il: 11 lei ill • . i i • .Ii�h.- i,_'�----- I ,.,���= Y �;' fir.1 • 1 • •. i ; . 417;- • } L �'f • i '1 r`Q'_ -----• , ----- +.sue ,., :11:141:.. I f i 151 It�� 3f= p9.-,1,- .:44._ I ii , fi 1111 .* . „,_.,„., ___, --e„.......:,:9-*:.4::—.*-- •1-1----------' iiii . 111 ! 1 cc •:7://: iii:i'44Fi.) !...'7;:—:."---------;--;-- --------- :---i-e--;-:::: ---------------•-•----,--.- j:. , ' � v ; ' 1 I. I. � -, r'• —''7:-'4••-,.,...,T •h%i---::::::::3: $@• ` ,•.;.:‘ �:�/y- htilli/ - '.... ,, i ' . I V . .. • I . a l i € ¢ 1.+A [t.;.: 1E 11 - t 4,---• ii ---, .,. 40 , ry, /LC' " • Ill Jo* .., \. ' ;%' '� t jh! ifl • ! sit 1 .7'1;14 1,41. f i • jij' i fit 1prJOHl f .,r. ,j',/ pi i i$ 3 H S 3 3 9 3 H/ y,,,',,,:r4''' ; J' ,: / ! iiiii 1$ 11 ; R1,11/ / iiiiii iiiii I T' t : 1' ; f II it + . + , 1 =row=a-ot..... nasz n-ransur ar..a+.,.-n.nnown....AA_....... M ii 3 � a 3, g - 1U_ if • nY I 4'3' ..� LI ,- r I s== 5 .•< al r �"zm aW a I Q< j C i 0$f 3 I. I1 ._4$,,y,.. 1 T < �u i• d . v' CC a'•' 'if n -I f __ E Y} 1 1 • i• f 1 1 , ___1_ ____ 1- 4 1 1 „"/1 rill -1-',1 '..1.1; „„////,/ ,/ Iiiiii i'.719' , „,.„,., . ..j _ r.r..;_ . ________,.._ •';.; i;1; 1 11I I HE �; 1 !._..:. {!a ii e _.? 1 JI - 1 "ii I - iEo PFD - -- : • q q q `•u •1. 1 i 31. •1 .! i ...dYYSYi� F r 9 i ' p 1 1 ' • -I: ti y H Y �1 1.1' d !E '? 1 1 ...eel ,i ;!1 i? al Y• s a :v r :..... ,i r t i r + 3 y•1« • a • iI 1. ::�m ! i ! j ri, 1' 1 I ! t'I E a i j ao a E I ! ••alr` �:I ;�; °-;t13 !$Ei�a a sa Y ! 11 r iYYYYYiYYYlY a o I a 1, :i ! :r ' 1 a. 3 11 3 16 5 9a i q c,s" -. "= �!f I i s t r t rL k x�wz. ! I ! !'firs j r i I i 1 ' +4+ �� m•A:� , ; t , .1 1 :1 i0►'3'ON 13311113311 a1i'MkllYll i M.-mr.m...�.. na.�. -am-s.-an ....-•.,.-wawa........s..., _ , Tr 1 11 90Y3'ON.1.33HS MS 3N11H3.1.Vil -- ... / ,.."/ iff„„ .... .• : il 1 , iv, . 1 o ..■■ ... 1_ —t—_,_____ i___ 3. ! • 1 g .. - r ... --- ---. - I rsi-' .__ i r.v: r.Sx-- ili ,_,._:..,.,- 4._ . ,41 L - 1 ________.. : ___ 1 rur.I: i , , • • it.„. 1- ..,,4i ii• i k k —,,--:•----- ,.:. 1i! i I : • - .,,,,„-0- i,51 2 4 0 4 iz V gir 0, 5, -•, 1...... ' ; 571:; I -— . -;1_1 , - 1 ------ 1 'it "--1 If l',:,: c..T -r& ,N ; •,_......4.;;_.-rig- . ... f'_'' •illIalla... 0/130/11111 sAgerIAL • .- I-... g.-.a........-----.•••-- 414 IPIWParaggffrii.... _LI, .--,%-•- ---:-------'-------■ pc.1 ,flawsr"----1 1. '7 1 --------. i i r' 4torid.-77^.--------- -.... ,mgyalgzi.'", r,n : If • . - z5 ___1-4,1- f...... ..--4 1.., g i 6", ■-"- 1 j ...)f . 1,1 i --,-,..--ii . ....r b I --t— 'Sgfi gli I is r.,.. i A. :- ,./._ ,1-...-____ ____-- i ..•, , t ,i., •., i I lgf -='1._il. I_____--------- 7-Pri i,g•ti- 1 i ' ' i li ill id- 10 i —.. , . —I c"--- ,,....... . ..--1,--_ -.,-,41 -- - _1 - , .. . .. , tic, ■ F ---4- i I S. fii e.....; L . , .7,.... io I, I 1../3 ____.---------g b'- '.0. ,,---, - < LJ-J ' 1 :' ! 1 -----I ': 2"-fiiiii :,-"---- 1------ 1 if, :I,: ..EL-'s14,:trli CC 1 _____----- 1 i IrVi 1 . ' 1 I ir ,:,..,:. ,,„, -- p. ..,.. , iriv..e.: ---____ ----1, --- ------ 11 gi:tsit,h ...7,14a ,'A 11 I 1 -:. ,v .- -;.?>.4 ------' -A-,15_:-. -7' ail, --a-=.1 • 'ii 21' -1.--'-- 1 I 1 , . . , ..------I------.- -;;-, - .-,,- II ,01. , .7 :1•.--T,to I ...,./----- , 11,, ,i11 .... (671P) 4 , Jo ,....., .. I 11-1 ' P-1-■ I. 1474.41:rill I 31 i ; • io ' r A TA- • ' .,,er--- IV I I 1 91 .........;,,,,;-,..----:- 1/0!i 1 ......., rs),.. ;,, 6, .-'`' .', ..-' 't- ,- III 1 1 r / ,.., _;;;;.„„,„ ,'"........,;,.. ild ' - • ' .11.11 II v i c.) ; ' 1 41(4 .irP;ri0,::£"'--- lit hillinilliil milinffrn . ., t, ' Ill, ,,,. i "•1'--2-0" , ,--4 ' -., 1 . i , „1 ,?. , , , ... ..„ - i .! SPLIWilitit Ili it. ,:i!, 1 M i 4, , , .....,,It.,11::%%!„----1 _...L..,:' , , .. i,., ,,, 0 6 .. IS : ..4.„...41,01:er,„-%0%,;,.. ' . ......- '.". r.,"•-e'- '"-- 1 , h• irc I:t'Vli t---i-if %.•,...ta..-03,1.7,..-..\-:.•••;-(4•Y" it - -7 d i;,:.otql114-.41'. '.--,ey7,0-.. ...::-'!.,-...t ., a- -..... ,, 4414.•14 _.,,.:...;-.1• s.<... ,',77 .:-:--;.•, "041 10+4 , L !..•,: iv,i-Fittr I. 'k '..,il 11 1;..:-..r- AgR., ,„::::;. -- - --.. c'-' " -!‘..-e,..-.4gt-4t-.-:- >00,0 11 1,40 11. . c.,,,,--,..„4„..,„„.....„0....;-,-.--_-....„*.,,- .;...---... .• .•• . ; 1 7--::::-.APAr. 0--4r,,11 • twin gliintil ,,• `.i. Air illin1/1.00 ; 1g !Mud ini i 1 illy :"1,, i %... la I flPil li Willi! mixitilurt• .. ; ...: • !et I I , ii i 1 gi'l 1 Iiimmliil 1 A!;-.1":,•-■:. _ ... i 1 on...aNmi •.2.• g ,..„ ' -; • II i 1 i ilitla 1: v Z Z .11 • 1/11911011111 2 i g WIT 1. 'T II 14 : I . 11 1 .1 t ■ . 1 In �I: , r..� I {V y }r A.r - • � x S ,y`_' „ �`.nv�:_.aa—�r-��a -t-`: -, iau.= �..., 1• i- . I' 3 -777. s �- °4 l 8 0 iE 6 - 1 lN•? u r 0 m 1 F (4 G f m a• 1 I 1--- L _ . -W N 11 11J - . . ...�__ -- .... t , f,f'ti •11I iE a; 1 ii" = ° —g iNi a/ i ' ,fie iE w !a 1 1 + ,ea 1 W 1/1111 1_____________ r:, ,f -— —'--r— Z (ill; �. i� • r_ is el „ , .4 i - - .l x.i"--�,7, � -,_,.r A, ` W� '} I i;lr X.�{q.y4. ,.. �..t 9 i Y Y t B i II i l l '•tvx• 'iJ ,L 1 1 YF#-, I 11sr� ► 1 , 1 t „max. I sr Ar-,, ,, J rL �j1I 1 1 a IA Ili a: I: i! f 1//.I , ----\--- 1' 1 WWII 1 sil 1 i i $ a ! s 1 , 4.-Ili I \ I 1111151,131111 1 I i rrwgs .r.a . ham_ 1 s (!(ui°,,� ` = raw+' ,1,-',1-lit-f "----r'AST '1 i- 1 i i 1 i ; 1 L 1 �.. + i �•' '� Y _" !.5 1 ' ! tftlor 3-' .- -�" . t ,z:iii1 . ..3is `a T • I 0.114;1 i °: i 1. -I. !i I I E .1:41r 1 i i 1 I 1 ill 1 Et I I 1i 1 + j . f 1• t 1 I1 t i iii f tor*'ONLY�i63363Nf6131YN _, .i: i:i I •-C en.:-.: „tee,... a+r.a.v-M—L.us..w....-Icnu ounce-.,na.w.,., M 33 /WO ON 133HS 33S 3NI1H3iTh N 0^pur;4" Ll " I� '01 I , I I I . -• 1 � _------- ..�- a' m A II , e.:i• �I .. , Y ---.: • -.-----i 9; . m -,1(�_ — '�rg-k ',.` ,_may °� _`����E A '" "' ii limsd i� •' I all 1 �� I �A p ofa'!� ----`-- '' � A I ., g 1 I I HL1 1 ._-,----- i--104F I,r1; ' i •11-,- _____.4--- Io— 4 _: 1 1P-- 1� it — ' W 24,1 + _ _ 19 if IF Kg , iir Iiii -41 '.!---1' I IF- :„, , ,• ,...... _______TI ...... • _...--T I i ,S. -1 34,..,11' i ,....-1k, ""'a •f %I Y W � CO 4 i t , i ,, I..4, \-:-...\., o'-!i\ ; ra 1. r ' r1,2k---_----,-� I `, `il ;gs ffln % Mill ` � II 1 . gi • 1 .!f 9 i If I . a ii�§,� pli� j3s 1 M�iSi 1 M Y a U 11111111/ / /// 10+4111-111,,: 1 a hhIHHh 1 f 116 111111III i I M 1 co.�A.Y a�' b pg F. • I • WI 1 /91i li ii1 ii d T T Y 1 .1' • It ; 11 'Ii & t I & 1 a i .a 1 Z. r...:-....-.°°+-'.0-..w,. .....rriv...wu®-...e.-.lm..w....-u.aw.ton....n.......04 © .. i ..., ti! i--t. ' : ti ? -;\.-- al -� - ---•+i '1114.0.• i �a n---i• ', !3.A1__ — :P� c_..,,,,,.:,;. fit'• 1 _.11.:_-_,,_,__, !Jam_ 1 �.i ' .:a+! 7r.�---- --;e-'77.77:.__. -^{` !. .�.--^ - 1 4 Q 'P r� --iii 34 n .,�, _ I gi 1 15 �t�t� �'� 1yrrAi�► Ix —a r rl : ' - 2--- gg ia l ' \ �� —. J .�� w 1 r v S ' 411 1 -- f;■:_rii=1 It 0 0-rig. f .11-1 ( !I '7 f{{f � 7 S b ; • -- _— —._—._ N s !i .---• so i 1 1�,I� ! I _.—... !1 r.1 � f "�r I I ..0 V W :t,- < i.i --:! i 1i4 - t s . _x__ S_ W i ` !a !f "j:77,, 11■ r ! !1 x. 1 I ;Q 5,1 s ---{— -- ,f ._ I g-y. ----- U ii -'----1:I. 1-.i,;. t� /4 !- !� or.i.__ t 1'° it --°i- _I lliair- ----. - e k s ;! ii a —. —.—_!� -,f- ,fir' ,f-- I Q 1 14 tu •. ' III "1I. !1 J� 'I 1 '_ 9 ' i f 1 1 : '�i�� ' II a I . , 16 „ eta I _..:--1'11' , II. :1 .� -----r "...-i---•--,_...'i'ii .J I '1 L .---- i a �5 tO i ; 1 . t'iii.littr; IT_____!? ' ua _i�.rtssiur .r.ir.t�..r!' 1K, s�Ir4+� I ft-,. "s•�.�,,.: ,� LI ES �►—R3iiii 8ii •1 S 1 : a/rllpgg 13\ It' !kn' NI i'°3"'..iI I ••. , \ .to, 1 111 t1! 1 i r' ' I 3 ! .I I + \.:..;1 _-•\ i 1 i 11 •4kJS� } €! I i IlEf `; : ie 7 Iallib$111fi! It Ii �i.l ttlot i x 9 I ,I �'3 Ed • ,y•' —: i �� mss.= �.:. •■-•a i: .... 1 i_, _.,,. �__ 1. • —* if 1l .1 M_- _' -! pi,,il1 �j ,i / I.: 1 i t it ....-----;•-•,--=_-_, ,_ - .,.. „,..... i.••• ,I: ',D I '_;8f . _ 1 ,we'•! — ill 13 ri S . t''='} l'Is-1 VI Li I~ L_� rill'_ � fl 9 99ac as3g o `� ; S r i , ff, _, r,li . 1H- , . . . . , •I :O' I 3I f� fI. ' III ii rr = 1 .i. 1,1 904'3 ON 133HS 33S 3NI1HO1tlW ...wax'unto-it ll. —MPTM.O.L-aa-RwiOU a u wN we.-m GIASUCOOK.,A 41•41.... a -uA»§ r_ ,�iy 3; i ,I .� '/ , _ ,t l; I _rila is "'4.-I'_•iil� 4 .i / .;,t:i `�♦!— 1 g r i 0 ef . i I• '''''' r ,H I. i .--- .----/ . , --'r.,--„s-, t S =4-'-r--.:,kid. • iii 1, fa .w... '4- f } i�! _, ice` ' ;; %p L" q4 � t il ti I =-,, _ --- as _i- ii; E. it a r+j l i 0 _., \ L .3,-.1:3-.. •\ , I, ... _,,,/CI • .6== ca. ' k ---- 4, i i; 'i %. \ p It(Q ; -i...�//ii lii - t. .!• ems-1%t _i -._-._-.. iii , ti 1 Ei L.) I-_- , --- ..J i Iii i kj i '- 'ry�.1.'T /fil .-_.I 1 { I, :,7 b r. f t �9. Q I } Iii I ,',A k # Iii e1s.t, . - f_ ,i "iYp r iii % , 1i S 1- 1 1 E E ------ I $ iii * ' illg9. 1 !ii 1 ill I _._._�..f�, ;1 F t jp,i/L'''' '', , 1, 11: ::11, i 1 r" i i!1 i i v a t .all79 _a iii 1 4 i j 6- 1 Li . .1 i 1. ' i 1� frt i i ! UIIIUItu i 2 i - - i :'"' .I lir '7 --, .9-•'!,- .,•::: 1,8''', I 0+■.• it.:14: s ' /t-�0i01 - ii 2..0 _ �■��:'� •• I 1 s .4 1;3 1 1 1 It g --=r;" .....!.. .1 /if .;,--.0,7',*;,... -7--- -------1 IlIlab$111g1 i n�.»R;: I .... 3 A .1151 ' A fly t 14.1- ------� q /1. .1l .4,--.*:- E Y j;i ,' , i� 1111;111111 i i t . , il ;FIT li ITT, , I.\ 11 t ! l I •• . . , , l 4 e '\,?1' I 1i i i i i 1 .11 111 Of I L >-C r,"'' ,.\.v,v,w-secn-, '''''''.."..wu-thr ''''". v .r..." 1 li i 1 ! : , .7 0 11 1[160 1 11 il I ii . ti e I2,;,,,,..ii• ii g I g P ! I §i I I ig 1 g6 I I 1: 5 6. I i I BLDG. I BLDG N --• °- No. 625 v Nc.S 1 STOR. .0.0 rf BUILDIG I I 1 STORY C.B.S. BUILDING 0 I I Fr_ _ 1_,...:LAAR/VErE4.0 [71 7--Hz' 1 ,. a ca 03 Li I i i 1 L.ce i r--4-'--- 'Y • IX- •••. i i , 0 0 p I 4x 1 il I ,_ Z F.. I ..L I\ i ICI( ' 7' 0 Cr/D : OR ' '' U VER WAY r, I CO . I A 00.5,......,,,.... 00_, ri R 1 e' ?•-----•.----,A,\ GR?'55 I ._, 1 sBTOURILYDINCG.B.S. 1 .3 , \ \..,. j .4... A'N. rr1I-LI 2 , . ' • P..1.•-•'1_, .-,.-, 1 °) . . 0 ,` ',..4-•_:j...6--45 — .,....*--..* . .,,e",'''-f•g` - 1 ,.At... , , .....-- ......„- .1'i ei y ' :'' 1 'ry .---• • .-... . ---",:::•-: ° 0 1 al'A siONE IVEW,!=--- • J•'. 1 II .--''''' \ 1 N14 TS' _...:-...„..,.... ..— 4•0° - ---::;•-:.------- ---k:__--____J .N°111; . . „1 0 \ .....,wel ,„. . •-::::_1--s--"----- •-- ..--- G .i: rsi-‘- 1 ..J•.----1 4•14, : - • ir tr . :i ., A - 0 , - - io 5-......::-.--- .,- * - CONCRETE AREA . 'n ii. \ .....„,./r,' 11-1.. ...;:.,,•'''''...1!..,- . :: 1 e, ill e-7".0e.. , -4-0.........^-7...1, 31 , ,ARKING e'!RE ' ‘...k toee...;, ' . .4 "'---- ------- - E"------- tu .---0-_____,_.,,, --'-'-''I '-''24„„:„=:-:11•`:" .,,,,,...•#1140 .e. 4 "-- b. -=---"....----*---.0,. ..o■ \ °N...---c-. ....- --4,—.7.7-i_ g ......- . • - -• >,,--•% _ -)1„.-::::::--_----- ,00,00 \ ''... ..--- .. ---''. 4......„...„....N., ----1P .. .. . • •; . ' ...I..: .., ...-, s '_.„... ":, ..---- Nt. 1::-:---- ,„.••• ,.- ailli III °I 's \ ,2 i• ......,...14.'!1:,:-.. , ) .....„...„...s.-5:;-- t-o--, . .--- ....,°.----'. ...,,,,,,„r'''',... • .., iiiii 11- I \ ....,•:,-...,-;,'.' , _ - ---?; . •!,.. „.... .....-...,....- , k 1 11111111/ I ...---o. k.,....,...:::::...0 0'4. 0,,,,-* ,..... ...... .''.. ............. .0.......A \ i 4 -,o '....„-----Idied-J.,--:;;;;--„--4"_ ■-0•Zsis,10.7 -,--4 :41--- ---..---• ''n .;, ...,77_ ,.._, ,.........,. , iv ii,...;:a.-- ,- 1. I.....,....-..-:;,..-:., •C•' ... - .. i 0 111::•1199 -- LI 1 „...,,,,--„,,,,,:, I •r I.l',, '-‘,.., . •••• ---i" * ,•-v. ' :• \•.'" Ilip.........--•.,\\ A..„....---- • .....-/-,".•• igi• ttlic ! hgli 4) I,1 i I !WOO) I *3 iiii!lillifil 1 ...--- .. \\ .._ _____...---- • - A.4 115 i:'-'5.2 OW111111111 ....,..,......... ,,,,,.„.•------ • 'g oA W.M111121IM ' Y.,LIPV) • c, \A 9 .414 1 ' I:I li f...•d.mi ..... i 3 x'• 1,1i I 2 .- ! Y , • 1 1 1 11 L. ix 1111 /0 !ii z ,. , I) !I 11 - !ilph, 1i I! k .,;„ 1/1111011111111 1 1 II T T TT gi1 I . .111114.0il ..erld-11/111.41.....31 RIM 0.....0.1.O.D.30-St-LTI-1410 MI...11.0.1-Ili C A.M.... 10....I 1..1 Fe a.a.., ry 013■.41 MY L ' k I i{ * is APL !�•/ri'-; (n Y7 i 1Va '; - _ c�. c2/jam ,:"."."/"."," \--" i -.">, :! € . "- rte, ,� ./ ti� /,',/ ;% i saa 11I1 '''''271 i -, \1, l. . -,_ P\---...Z------i1............,-?--...-; _/--Cf\CS?, '... */4;.!b ' • ,. • x„,41 Ai. Or i / 1- 5- '----'----, ,,, c A____ 1111R24 . 2506 L r� /O Jf;:/// STAMPEp =_g CON pC} To 1'— — 3 g.g 1V - 1 `t\` /1. ti� �_ 0 ,4 hilt/,.N,, Ott .' x ,3' iiN ,, .•T r-::::-.. '```` ///*+• K. ' a Vii,-∎)/ .__.*t- .._--- :i°z /%.. `.,;_; /g - , r r% i 2 .`.: • mss'4r� j 3 pl 1Ji ,i0� / f y.'r_s ii 0 I V'V DO 4 l _ . l- Q � ...; - / kE :ig.4 .l_ CoNC. WALK ,Ai, T.� t7 � k , w _ �. /t 1 6' i `A { ;x; y . _ . .i.f.t>. .: .111i iii 91 YYYYYY � 3 illUdilffii ''111 T 1' •1 VV I�`i • t odk wt. , 1•\5' `t; •f° ''.'\ . 5 `. \ �p6 3 *w P.' ENE . fy 0.0 1 d i r i *14 i 1 y Q \))_Kck... ` 7 7 +7 2 C i\ t Z -BAcoloO e i i r„'.'' I ,'• y. '''t •x,..:..:. : . .mx tir��. n-v Rsas—— .a-.s-er++•n•« . PREVENT{ 1 I i■g•i aor... o- i1 $ I V 14 — t 3 t t a > `I 10 10 I u z'' •� v, w s MIS 1 o I p z _ o a .- O Q ; 11 42w 7 ; �wW +��q W 1 si _ I i NwZ N = _ .=m . Ie� NZ I; r '51.• !! J cmNl�.f =Ma J cp I ;w� (/' il;1 (JOB U ■N i+ W U HI J i 2RE� x� ?, I: aaaV i a `3a y a I O it 61—,x, ...ch., V ��� Mill X33 MIM� X33 w - ggRR -1.1' `\, 1 ' 1 t t IS R i 4 t 3 + 9 3 . , t . "-II 1 ' y$. ,,3 pit �[ t ll' _ t9 9 1 a ?? 2 I i 0 If 13 1 _ I M I E 3 1 I I• r i ll■l■ I O ` 1 �. ` +1g i i i t I z '::II 1 w !4 cc i.,. mZ 1 NZ f WZ QG/ 1i Z_3� � O r_ ! 'I t" a 3 G Z F , I I y qy i i : m m .c,„ b I 4 21-" k =Q a ppi III za o ¢ g i p aN I v A .i t II 1 as I wa a 12 iii aJ cT_ `{ g93 C U K 1 Q m 4 ++I I �a ill 1 CO N �/ — +I I CO R H N I ._ -ill„ o .- 1 pp .. 1 B I. i — t 3. !l I t - 1111, t x iA b Y.is.-M a-41 ....MA r v ACYAM-10.L-2aa∎-SOW...-.,.-.-tii c WCWn..--Y.,.v...,., 3 N n 0= 3 z I.1 1%0' •R ig YU P • 11 , M "� t Q 41 q li 4 1m 2,4 en .. W ; W 1 E 4 < G'i i'. Z SSS D Z ‘1! --�- E a 1 1 i� Q 4 ' /!' W V 1 w �1€ n 4 a i i a i i$ eee� Vi e! d G.=m i e 1 . 9 W �'• 4 5y II� F Q �zm t : i 11!!•• lei o f — d W 0 I l p K W ¢ } /1g Z Ests I' f- W.4� I3 4� �Q02 •/! <O ! 1i aN W 11A� 24 om < ✓✓ N y r d 8J �' ,1 1 �<U u� k ! zv $!el ii I CL s e a itJ ii C; f- P y }} I E1 3 5 1 1 l$ t i m 3$ 1,I N ( ei o0 � I:,l.j N zr Iii,-1 N e 1 3 1 z cK m i�^ 3 Xx w (V T W W li! i i 1 il - 11 - I Q cfl ti 4 $ u 45s2 < —P i L I a1 �s i ill o_ I i ifi ? ill 1 11 ;1 $g i g axi W 4 0 C , h ;:i h ..1',..,i, . ,I , 1 Ei VI [, ii $ !f x w Ci 01 141 W z 3 b S' z< — z � W F, §4e 'F E a ��j a _ E e _ ■1 U °- 11 ESE . _1 ! 41 O� a Yn [ -c7�O = C' i ~ ON Z Ci L_—_—_ !I-- aw I Q ' I ujcn !2• ' n ENO ad j OiP Q m;W p3 N u x ___—. O _—— '''I< . } m N UJ 1i U 2 EY�{J 1 Z CV-) 1 I� $ „�} Ja 1 5:t-+ <N 1 SSy m i < 1 F } �I Z3 y °°< 3 t �i o 1a t i / �, LLJ 1E2 2Z s 2 1 �h �d in! --,G 9 II' a !!' I @1 11 oC .L i - -L 1 I _ aw i i ...ors ..AI.r s o v... -mKnrwr u,.r....-unwanM.++n-•"el.14 1 /� � ..I = LOL�'ON 13 MN 3MlNolYii ?3 1 -\'I. 1 I)4 i z ,1 -'1" t, J JJi a ^it A ,' ,1 s 1 1 I t. •_,,,,.1 I i� -•• --- 1 ( 11%� I I i C o Ill I i' a. i I 46 j 911mIi° 4 c 1" 1 ! 1 01 I , >• , « 1 I i J:JI IJ11, 'S A.I, _ . i _ ",C •I 1; z , ..•II :GI 1 Ie• 1 1 i 1i1. 'h I I i`� z it';1;' i I •"' a --"--i J' I s i s 1 .. I o f ,-ii 0 ,,,,,,„1, , .,1 ,,, 1- 1 °1 +' I.•. /• 83 2 o• t�Q� 9 "� I i 1 ' 1• •I. / 'f 1 I l •i r-! !' 1 et Q LJ ,.yp i. t�i f J I a�-r•1.r 1. . LL1 J. 1 _�_ 11 ii i 1 /• //:/ CO 11111 1 i. / /'; a • LI IL:----. 1. __,......: : ql ... ."; , • .1. It :1t •• ,{ I. ';:f +1-,S.' ��' re) lei ; 1 —�— `y%` C �' _ $ 1 3 • SJ 1- / ,/ , $ i 3i C� I�I ;^ ... EE i g I!II I I /N--. 4/ /„ \ , ,, , „ , , g : : / N ,7.1/ • • 1 /,i%' YIB1$ Y&IIB 1 . =HUM �13�E i �,I 1 '� ",' G (l iii r. `i.`1'/ p t ` ' o iYI I &t It %' I ��3�8'f ia93y33� • : f t ; % i o 1 'riiee WI ' a.-i• 3 1 " ill l f n11 / 111. 11<< 1. .l-.r a..... T.x u.\MAanSa- a-Is-ui-al%W wq••■-',mama\.....A4 Vhf•N■ 3 N 11 iI P. ; i Coco.ON 1 IlH 33HS 33S 3HolVW = o i — sue.-- -- _. -------- " ` t i7 1 i '�• Z �1 "s! I i •I 7 N I . • .tee > 4 � : 11 i • 1 i • t 1 :, ( '1 al M o ,., '... , .-----------1- —.1— ,I 1 ,_ :. �. i J _: 1: . t—f ! 1 14 t • ,W- i �I. 1 !gal:1 , i t 3 a , , %,h , + 1. -, ` !, i i a o L ; ` �• ;p ad! I— 1, _, ■ I, , I i s 1 L I • I • LJ Ir I i i,L ,,, I i m LIJ " _ 2 �- ' ; r l• • le : 'ill, ill 1 i – ii;_= I 1..11•• • I ill ' ' ,I-K_ ____-_.1/4,42 .... „..__.„.., ,-7 1 i ! ;._.i.tt....i. •� f ---74-----;:7-4:•%.7.-z•-.:771::::14-----?-"3- _„ .i,. , ) ._ _:..._ .____.77...._,..... . 'fi'.. i ''' , .V el 4 f'i..,. ...' _ It /i `- ti lP i s 01°1 di , ; r f •. / 1 �. Q a E ' ; .4•J,��•! fib... \...\ 4” f 1 1 1 1 1 1 1 ? •1 /z : / \.. i. n � 1. _ __i I'! 111 ?:' '\/ I.l t! \_~\ ' ' r • Yg 1' }1 y.\... 1 Sri [ a.- S a i 1 i S i E }1 \.- _ 111 1 111•''••• /Ji /'_'V< \_.. �1 l /; / \... ..4r , / l::,v1,--;-- -- ---.\ / ;,,t ; / 3 `0`0 Oh 133H lr.,! • 'jr;ra`l 1 l a 333 _ :/ �r • . 1$ 1 S3A/I7 y� / r, I r•'' v i Q 3 Y • j ! i ' t / 1iiOhit aQ i 1 H1116'41 WI a e19z;3a T r,T+T I W I ilf I i r$! � 1 -e, ., o■■ orr o-14-itl-We aeoWe W-r•.,n.LOA. .—.., M a i3 Oa er I I S O .n Iii `d I ) u _4 i eb __ egg- 4 0 I ��` eW I a G— iI_O. .iZ o e pro a ,,\t il:'i �- U I • __ • 11 a ss a� as ••a•'�.aa ':, •. '' F W - Is . • g_ • fad: gg {' — " I!'' t - 4 isil AI!1 17 Ift I II Ir-41:,_ 1 f' / /( ! n ' K il -- ----F--------1 _ L ! ; j •'''i''' r: • ••':Tii-4111A4 i i• .. !_,, .._________I _...._____ 01 i , l ! t 1,8811111 ? ? ?a .� l• l. --- S 1 ! k r 1: • - --• 2iL -I-T+'_ 4.4 1 ti � ! ' I . - Lit' T ` i1 + 1 1 1 4 -- -...- ' k 1�1 3 •.I S .M. =-'. I ! ,%N I i !1;vi a' a 3 ! 1 a 1 --...--I ! %{+•c1 . f ■ a oa � $3 §� Wyk/kpi Ili I. a Hrii83� t 1 • ••• -� 1- ii+ I!'s' e 1 ,W *1 ,`i r- -1 I li ;- ! 1+0 1area "- I°1,pi8liOit al o b i 31,1,1,1"5 351,1, !L f 1'1I-3 1 1 ,,,,,•1 - , •, o 1 , l t ; ! !0LO'ON 133HS 33S 3NIlHOLVW 1 ( �lilt r ( r ( e 1 I a 1101"J'ON 1.33HS 33S 3W1H311/11 41 ij! -7 .1 : - f''' ______1_ +— • • t 1. a ice' 111_ •= _ ;' —" sc _ `a,...i,.r1.Imo,"�- i sty j f,, ,, _-_ ,■_ -\l1r -i� =. .< z, .0_ ,..,,,,„. ,_ ,,-•6-. ; I II t iiit AL "r"'. II ------1-• r 1:---11 -'-'-'11-1) d '� ' la P-1 If--!li 11 t I i ...------ ig ir,LI- 2- 2z s ! t , N x / 1 , • 1 �a'I.Ir,� . 1 , t.. , , ,�" ` h ' ! / /. / , 1 ,--;;-. . ' -"11 flw--___ I I ! Iit :' ' t - L_ - 11.11': i1LJcJi:i_ _ ; Ar_101 1 1 1 .. , 1 , IL iir...7. ili .1 .L.i.0 , ... .,..Llifl-i.e1„.,,,...„,..:011,,,,..$ i fir : I ', - 1 -----{ I 3P.,. .i • : r . 4 _ I y z x 3 ! ' Gt Ey 'i'' II, ! 1 lffl; u l ! s1 �� i7--2--I r!i Y ' / .����� �• a :l 999 9 -ttly - „: ,,-,.....0',„, ,,.. .,..0, .. o Jos ` =� 1 Imo . - =,N i /i�' � e iy8i ig 3 vg \ ' " w 99999999999 C i i ■.84 s !•a a a• t t 'C.' 1 1 i • affil-i q ii } 1111111111111 9999e999�99 0i ! ittii gil.wit i I 4]i LO R OA II •it: • . • - -- •---. r, T --- t= 3 7-.7____ ,--w34-sr-'• _i' r ' 0 m« 34ST .f. C m ' "1•• a ii l=�i 1. 1 i Z= z si for 5 i i I R»P° a 0 r.-1 s= R1.6 i CIO ,Ii 14- s r - - w 1 1.--a--.71 '-', -.. 11 f P5'1: ,... i�y' 1 it! 1 1 >..•. f! ..-. H, --- 1 .}1 , 1 F- w r---- , -:,-----..,,,,.. w �. I - 'fit. • r n• .1.--w- '� W w • _ aC 1 :.,..y.4,,,,.... ...N.,.., . ,f--,.,.-----......-,_ '- '' kg11-.— 9 s ,1, �'' l.7.1' I 1).''..1 - le • ..7—'4 i 1 i$a 1 f I 'l. I . � 1 1 I u _� ' -• IIII1111III I ,. • 3. °Sr' I Irmir !I!!11111- , I i• ii'a+ •11k `t} i \ \ g r. - i I ? frry •t3 .'1;_1' i I I i1131$1 I f " 1 .( �: t+�,_• 1- I I I Ii4i.iiiiiii IVI/Minill . - � ( _ I I , L. j 1 t 11 ` M ' tr i' , .. 3f1 e i� � ! 1 / .... �•� .. - Ki T _9 1 11 1 .1 i 1 °I '' .. I»tr ^i �°; i1 7i fi i g i. _-•l 1 , q, •1 ., _...1111:-,at I I 4iiiiaiiitii _..._,__ - !ti, ; i i -- =•'s-1 I o .1 . ., I # II: a:: W & , , , , I 4.al* 9OL'3'ON 133HS 33S 3NIlHOLYN W I II e i e r e o 3l.i:i:: • 4-•`Yv-'a..in. n r...■arAm b6A-Y-et I-GOO...11...-lac,..0A.e.erN.WI w. "OiLOUD'ON 133HS 33S 3NI1H31VW d 3 :� iwi •1:___I I I -..�. R O•0 I _• , . ,.,f r i ,..-, - : 2.44 ma L r-ir h i r --I j . i s �: I. 0:,'K, i ci 1__...!_..--LT-1,__...__I 1 I' ' 1_ a I r rig tu — i f j= I I I � F:� w K I % 'f d II t '' I _ J' / "'i E I Ill rr i, I I '.'Z ,,AL-- 4' ,37.07!_,-,---, 5151 ,--- :-, .1---A i Q 1-is ''`vim f -` �► t E � ,. - rY 1 !t „1,,,.'...------ ,t ...::••• i``” , a (Cir;) irr; • g C t ii• ;3'1 S i 1 1 iiiiiih in Iol i _ .—J i d a 1i;y1 is �3 • 11 ftt alliisl I8af W } 3 '°-iiii liii ai e 3 3 I to NI; t II II1101131t T TIM'? W oil. e i i it ia..za v ;i i i , i i - il 'a, }a i g 1•■■ 1 SiI 3 i ,,-, i 1.,• . i i , ....4jP zw_L, aims. i i' i g ,, ,, •. 11* r 1 ..:.;. "1 " '• L- ,H.i)5 r i i - -6 ,J._ TT •.ri; ."":": f, f_, it !! _: ' -2-,.., ,,, . -------- 4.r i i_:,' e- , I. fi _11 ).' 1 r:-. ,r•,-----•:--- 7,------4-----z:----if - _t_...,c-, i tir....?-• • , _ a , 1 „• , -.._:_„.___ , ___________-.L.-: ---+ ..1 . ,--L-t- d- i i MO ."'i • i i e i: IS vi.--4----------.7AF--.--AV MR4114 1 •-•---,1,-, -1. , -----,--,--- __----,. i "....Y_________ _ 1 ga ..--iis) '- . : . . • • , I , - : a ,i ' .:1';t. 1,.. i- • • ' ' - • ...mi.._ , t • _ - i21%il,P ---.... - .,---.., ,----r-r-,_, ., ; • • - 4, •• 1":,, '' -7- --... r -• , . -, -• la = -I , t , . • - 9 1 r-L,..jraullf-r—tr- I I ;I,i _ a t° IF i 1 1 ! .! '' * I ii ' le- '*/ 1 .”.... '---- • 1 . • * a ______I 1 : _._, g I "-,. __••-•- ) : 1* *,1 it, . 0 e.1 • 'r .1 Tirir— =. 6',? --a- 0 _ _ _II .42-1 4;c: 'k 0 1!- i-T-- 1 --- _, .1 ; ; ii, I ... I - i 9,1.1.1....1 ,i. aro_ 8 PI i It ,• :— .. •-•,,,-- •, I ! ey, .. . IIII II a•t4t; 0 — , . 1 • , —I-- . —, --,,,.,,,, 1., . ; ' - -----d— gi 22 il- ---- - - '=-1- 11, ' f '-:- '..f.4 • II ..,,r,-- i ' -T 4 ttgu- . h _,,,,m, , r 1 .•:-.: 1 1 a g 1 =.------- t• . ---' _____ : - __,••• ...1, I - I —.. • a z 3 .. . ill — 1 1 ., I 0 ,,t, ...1, , 1 .. -:-..7..! 0 ...__, .5• _• . 44 , 4! Li _ _ u i, 4 lull .1 :- I•. - 1 1, r. i i T I 61 il .. ,!C! ;1,... ,__,...,,,, - 1 ._4.• —4 i . r. i! .. ii..,•,.-z-.1.--------,----- • • 1 . ...-_- CC If7 11 *1 I .-.'' -` Pi. 4 - i T 1 ... .1.. ••■• ...- - ..-:„1.,' 0 _ q I il'1 l i i I fts .1 0 ___-tr,!. i't 'Ir: __ --='-..t t pi • A. A - •17.4i. : i I ' ----•L ' I 11 •• . : , .s...r 1 -Hi---- 11 --,..••• 1 . h • 1 1 .1 , , • r . . 1 i . --- i . ,••Pli: •. ____I 1 --- - --IA ,If•-i:-..--tf----- ----k------ . ! 1"--i .,.:' z .1•4-.1 ii „ , ---1a-gi 1 z i isP- ' IT, Iial .14 , . -- . ,,,,,, ,.• . ; It-- :1: i IU 1 : i• (/) I.' 1...:*, 111 i . • , . •4:::::_i h • L11 • ' i L_ I! ' -a•II 1 _I I; • '1_...=.1;;.Z. II; I - =,.... to i 1 $ .......... r !.,..., . . • „ ,• i...../tili.. - A f, li,I. `; 1 1 • : . 1 IT F-:\Z.: ' . --.. (11. ; r----.'-----s'j.... '. ,.....-." -,. ...-,1111,,- %, :I:'I ."'"'. Cr' _ii . .7 ,,--2.-- ..,...Is ,,' _ .•„, ...‘„; •_i 1,i -Lj ••• IV.14 1, \l't.41...0,3 .......... ., _ ,.. ..'- :. i- ..' ---. I 1 111 ill ill-Ili 311-III 7111 1!1 g. ,Aikf 31-ST .:-..r.n.....r- Z- 3 IW 3 i IN =gar'T.:a • :_. '" .- ' '-'- , -i,ii, - ,y• h Milliai..,-.•4- ' -•-. - '-- ' -- ------N111115gi -;.■,.'" i.: _.-.,, "4, . i.; - • umm= c_.,„;_..,-,,c l --- —1 ',, ,r.../ i . 1 g 1,01 il ..— -T...,_171-7:7• •-••• 1,••••••41 17 'Ili ... i i :IN V _ \ r'''. 1'`:‘ -,,,‘-,,..'. ■ - n *i n n n '' ' '1 W •.1 ; 1.. , Zr ,i -% 1.•,...A , 11Niiiiiii 1 ,....,- , ;:-_.• ,;,*1_ , ‘ 'r.4'34% \,V.•4441' \ c' "--1._., ;,1 )t,\ \ ,um% F. 11111111 1 ---1 1 \' r• t \ 1 1, : . , 1 -. '' I- \ I \ 1 - It ,' ‘ :.‘ , \ 1 . , ....,A,' 1.% 1ii 1 * ••• 47,1'4i .. i 4011 il I ''' ' • •---' -____I 1----- 1 .• .4-_%.. ,t,7,\•.%— \----- i 1 1 ' 1.4 ,-'17.4f1••1# 1 I 11_4-4.,, 'itl.' it•••• __i__ _____1.1.__--. \ ,i.:_-_11•-•:-\\.\:-. \-.,_,.t1- t Ili g 1 .. , -1---- .V 1 ',...W454!4,, 1 • V t g i it gg ...: 4 .-:..s i g g \ '-:71 • s''',- ' ''\ \ ' lu ' 1 !ilqiii •5 \ :4:1,,AY • ,....3. 's 1 1 1 \ •Al \ \ \ \ -3,-- { \ . ! , - ‘ ,_ ,,,, a, •••' ,r.-. • *"''I ..'1 . V. ' 1.-'''' ___=,==:::.-..--.. 1 .1 ii , • I -- .... ‘-• ''- ;;;s:" -'\ i.,..- 6,1-11 Mr 84 2.1.14! i,•s. El ....... ■ 1 ..:, , • • .. _ t130, , - --„,„ • - 11 . !' ., ' Iii4 .* ' ''" 1.'. ' _ _.., :-.--. ---7.--17-----'-!, • -'7 A Wr• ••• .,,--. -''tj,, ... , ■, .../_t__2-.,.--- 'trV • ------ .• . ••• . I ''''' ' g!- t 3 ------ w. __,.:_..---i.i. tt'-'"`"7.,----"-------'•,'L..1 -"- -','.' -•••••• -: I '', t----.:• s• 11' . • • i i 4 1 .._..----- --7,___-;.-,-., ilt.---- •.., ',, it: ig• 1 1 ..,_..:.----„, g ,. f\ '-• 1 F, ,,.. ,11 ,.,_,,,,..__,,,.....„, ,........i• L____- I . •4, i ,,-....,..-‘ ii ttg gi gh it g• 1 1 1 :10:1,111:tilli! 1 i I ,s_jr,c.ft; . r_._;,_e_ff a 7-___,1 • ..,...„,1 ', . --- . , . ' - 1 • 1 . I TT TTITT : •:::0 ' • I ' I ■ 1 ' - • .----f------- i---, Hi, ,1..1 z , : •a-Z. I • ' 1 I I wit 90E3'ON 1.33NS 33S 3NnHoivrt i i /11.4.1 •••••-a- 11cret•-•1....MI MS OIN....111*111-001121-5-61-1110111 41214......111-1NIN111t0A....41 A.MIk1 121....01/1 me••••■• MO.4 111113 ii • i Id#— . s L aM i R ill II — i:1" , + '' I� /"4'. --..--.- IL _ y :122 5 ta W .:-_--/ (. 1''' f,j f • „,t••0 eve'¢ __'-__---- '..- —i _-, � ` r; ff - ^fix ,T/ 1a m •--- ' r 11 1 •„, •% rli i (I': v I ' y! ' <, 1 4,, f : ti 11 i„ ,, .,.. if / 1 : i -„. ,...,., „„.. r'iil'i . If III f /, IAA 1 -----------------1 11 VI I 1.--,i,-; eS i 1 .1.1 1 1 11 / .-,.....„. i i;•,77:i ... _ ._„—�1 !a I / r .✓ •' 0. p 8 9 1 1 ci II ii ill . . . ` 11111111 Jsae s° -- I + j {ii r >: W 'SS1 i .r. '- i 1 _ rn r Z j� ---t s I 44 `'•--. -./,•jr} ' $ I- /j`. • ry, t' '. y: ~— I 5§5ppayey 19� as 2 t .,o:;„ ✓/r'/,-'-- —__________1- i 3 9 8 d 1 i ! :r• ,//ji { aila�S Biel ..4'. . 1••..,-_ I 188888881881 p it �-�.J( i r.” --. o f; f/! //'' • V • 3 f j ;p f s f• 9 1 h t QI S 3 - i r' � .t • tga!i1!i a1• ,.1.04. ' T y l'ITTT �• • all } ! } } 1 ••• 5 I , i x•31 • • � 11 }a ° a.i Ura.r..Iran-n......7_,,r.w°n.m •.ea V-rw-r.en.ur.r+.....w-wtatIw.••.+.a,.+. - - - — - SOY'S'oN.133HS as aNnHavw r 7 0 ' I 'ill I _- i I � 11+ g virl i• It I __(i' ii i 1«i. 1 I 1 jiJ� hI t n° iY I ?#N E — — 1--— — 11 'It'' ' It g•°y ' _lg'-_ • If I °a �@ i i I- 1 i I I €°`1 8 e Ia l i I ' i 1 1 3 •-----._—I--.---- - _ , !, i E 6 z i j � i 1 PM 6 H — 1 < ' 1; 7,o 1c 1 1 i i t� R� op zz ' `• 1 1 I 1 �1 aeas Wa IX ` Sai u' 11 ' ik 1 .i. 1 i ,. I„ / 1...J E LI Ili . l'! - t ii ' ;; - ' 1 1i / 1 , i l i I ; // CO 1 / < i 1 i f • 3. 1 �� [I j I. i L///4,� ," . 1 ! 7,i —r f 4 ..,• 1 , el ----\i\j'j. ... , Tsai bi!! 13.1,' :'c iiYiillill ! 1 - / / gggggg'ag EE E i it / Y„,: � d, 1 `< � p�a, ii Y i. i • , it/ -% , 111111111111 M} •if '`” I 1� 1 O f ✓ b... 3 g i g i ii It e •• II , : Q- ,v � '5$1iliiillig I - $ N i ,� T ' T t T t t I i } i } j 01 ' iiiii .an.'�.,, ,.r.M,�,i"""",a.�w_.n n-ro-mKUrmr...,..+,-nc�wc�___•n S w e.... - yE�' q ill N O�11/�CSII 0 3 S5 N W 3• i ° f09'3 ON 133HS 33S 3NI1HO1VW 11 i g U III ', �1 , , ! I ! �,1 '11t 1 fir, i! « 3 1 Z '.' [ 1 t , , i ,� , it i !. Q !. I r O I.° T� —_—*------ i s; In�T- l v I 29, 5 :h_ I ! !! i 't 11 if& U' W es it .1• I u!i t 'y i j ',. �p C.1; iI' i 1 ! ! r! I ,111 ! it 4 i I R:u— i LOS WQ e ii: : 'I i _ 1, , W z z I l + I i i ! � Qp3 Iq I .--1'� i �I T If ! = i 1 !! i .11 v i; . I. ! 11 !, `;! �i I ✓ I Lit 1r 1•'•' ! ._ • III ! .jI —�- 1 \ ! r L- ii 1 1 !e' '1 1 /Xr!+ 1 II' Ir '. -. . f'wix-W- - 14,1/4 (35/t) ° x _ .1. W . ./ fin ` ,- _j .a cc 1 ' 19 / `` a� r [ i i . a 9 I t/ i I i i ~�� 1101111111 _! ; /I ---\y ilit I/, i \- iii„-1! n i it • \--- ai i•I ' / -4' '''.---1 -,,,- ,, . , , • „ ,.,.., 4 ' \ , 4>-.. is hi iiiiiiiiiiii ------. /.1•,\ i_ii / / ..• / i / 1. ',....:; /4,.),1--,-i ------„... i \...\ ./ i- /Is / rte, • = i 1111 1 1 ON Ng 33 ii- i/ 1' l 1 a 1, �: S3yn -:,/ .i i / i t .'s fit ► ift, 4,I` I;' / zi �l ii7 5 x1iiii iiilii ' i.g.3pgb5�9_9g ?? I T?T 1 f I 13.•z• 5 1 j 1 t 1} IL •i l i l e..o,•.0,.S41-11 pea oV. nG3 n..aoo-y-cv-aun em...II..•..-ueawaion.-..7n.w.a 7001 1 ..Ch 3a W 1 _ i,' ii 5 ■ 171 „ "4 i , a _ oo= 2 ; „sL z5 • 00 _ I 7, °. Zpv O / Ytaas W 1W1= 21 I a g Z I T k . . ti +F4- . L* L.1• IL ,17.77° '---'''' . . _ w.u._.......... ..,,,..-_-■-•-•:; ui „____— �a� 1 w i e -------1S 9Z M' _ — -- % �"awu ■ , . r• j1tIa 1 / i(( ) j I.. 1 N , E ^ , 1j! I 1 i r! i I1 I YM! i r II ! 01 I . I � i 1111118 1 1 / 1� . •f --, i . . ooilli i i, j ,►i:. 34: —�— " < 1 4 i F F t 11 F /' �7?'I 1 I 1—, -- ! !'`'i ! I a� F l� 3 3 i Ili:� �Iy S t L ,th I,II t IP ! � i'r if i i I� ILA iro►Y[:Mt •is Is 1 ;I 9 i I :I 1! I I ! i r• !( I x a I ,,—,� a 111!1• • :. ' I i `! . !°-1111 111: it s ' ~ -- ... ! ! 1 jFFFF FFF t 1 a' ! ar 3 1 11�1 1111. 1 jt. -- -�— --- (' T MIT i I r-i ' .s' i ! I ' Iite@e �' ! i �3 W I I f i ei + y .. ^1119 W 111i:i.a WO'ON 133HS 33S 3NI1H3IYN M0�R WnH,.., 'a\ -a6^-00111-rti ow.-u09N•Ygrwy.'A ASV.01V - 9013'ON 133N1133113Nr111O1YN 1---: !0 441. j II I I i - ; NI g: 1C°. 11 i . ;i r ,1_ lei" yii`t l;._ ; >� - V.-' g Fliig: '''''''.."). - .� Q ,--• „1g83- 5 r____ ----------- 1.1 :To. 1":-I ior ' t w z 1 U . -! r ! . � WV�gil' 1 au�IL,' • I , ..: .i., !).1. . I‘ • . _ , - . i .1 , _____ I. i oi ..... 1 _.. I . 1,•.. ..„,..._________________, - t 1 ii .......... .. ,; .-=tom --i r r � i , ' — U I. !1; i ji ! 1” I !. i r te_ Q ———4,24,i 6.6 c "it i. ------1 r--- 1 i . ---- c m , t„..; -. i , i . ir; 1 __________-11L41 .1., ,, irti i I/4 r ' • i .-------H--' ---- I r:-t-:- - i ir 4 m__ I rum— i t I i r f(itilti i„ . ,:, _L.:. ,,,,_:___________„.„...___.___. ,..., ...." ., , .r, ! I 1 .i ,ir, 1 .. ; 1 4. -"' -;;) I J rte' I `''s: �1 p 1 1 0 -.• ,••_,,,:,•,,-- ,._-:.,••.›...,,- ...... li I;' ;1. - I______I .;;-ies:i i - __ -_,;..1.s......... -7 ,,,.. 4..13+IAA ..... SSA, � - �' -'���"„%•,-'_--... ..,• -: i 3 alialtialafi a �,, iiiiiiiiiiii I riK.. j �o�• 1 s 3 • i iiI g�ita!i 3ai 9 1 1 i 3!e9la.+ 939g i TITITI-r } f f 1 1 ••.,.- ar,iK....MA t M-baa-YYtISMtl N w+r lrlll-us Astuvr..N'n w..4 12-71412.i_ .=.:-..e. I --- efa'Ai": :.-• 9-', ! I :• . ..r .1, 7:77.., • ----- ----------- i+ I' : 1_1 ;1 �i — < 0 1 i i -. 1 1 gyp'L;. I S 1 5 at .1' I J off 1. r'qat .111 > , 1 1 j 1 I„�, g a s: W I :.`o - ..:. C C N 15,i!I I I i _ -- --___ LU 5ii1 .1 L r 1 � i �' i ----- CO..... .,_, I ! •1 �- e 1 I -1' I TT' 36 I — r) I `�: I r_ii. tom- -_ 3 5 5 1� :t �t:;i9, It;Ii Y q° . tiil rr, r -_ ,.1 _ . , ; . {ice I hail 3 • 4 4 i.Ili r ,I! t.'i _-----T \_--4 \ hNfflffll .,Yg I I "y° `� YYIYYYYYYYYY i:""= ,. *I tt I I• I I ?B35Y99Y8598 � .. _ , .r , _., a — —{ I \ \ • L._.. :A-:,:::,,,.:,ii.:;;;;, ,.„5;7.17'li.,H , 1 "'*- \*.:ang.::11 i i 1 I - - I; —.;fit. - `=�_e gpi ,... • 1 I — _ _ dd ; r r Vi , . 9 i a I I # l Y Y3IYaI I , _ I } t .7 ''•� - 1tj ! ,�� i Or8• • Wllli:i.l fOS 'ON 133NS 3216 3Nr1NOlYlY I 54: ..r.•we. Z1?..-7`V7.,7=1:,'"'"'-'''''''""•w•-'"-'''''"'"'".•N.:we "' • E *O COR'D'ON 133HS 33S 3NI1H31V11: , i ; 1 --,......,- 1 ,,i � �1 z 1 1 , if_ .11 ): ,„_ __r , , _ __ .: a la ,1",:ct; -.1 -. .,,A-"..,: '------.;_±_ -'.._______—.. .----------- ',,iiiitr CI I I 1 la it,21,74i i' 14 ril ' � } • r f �i Imo' I ,: ; I ..K Q T 14\trif.; !1-.,:-- --!.,, � 11, _---1 I It 11' i =•sue 4 . _ Is ,c /�/`]f . .Li-------r------- L I gg N C G 111,v t4 a . - i 4 I J. ‹:--'? y�yT� _ e 1 !d! u' ; ' ! ,c� ! ,-1 I w !!I, I "CI W 4�2 0 IM yc I __. i r Y� w CO I --- - '� ✓ N- ; 1 . --- -''-:-,L, ;-A-rj.1.2.1. '_1>-- ,,,.,, _,—;0"7-7A-0-- ril r ' Igo ., ! 9f� . !i ! ;, ' : 4 : „/ -sue•.; __._.,...L.....4.7 , ..„. / l a .fists Ii II 4 ii4iiiidil c.., a'u,gno0aa ', / +ryI' ii/aQil1si i 3 .a UUUUUUUUUUU I • IKsM! •.... 3 i 4 UUlU UUU!U! 1 sssSUQUaUU5�59 rr 1 „i-? I . i••3• W .a.i.i I o� ... ..., ..e..-.�. ,.°e•"�.w°•'o�+-.eno-v-a�s�oa.r wr..w-ncsuc°n++a.we r� �AI ! r -- _ � ' dap, iii•7 =: 1 ,Ilm'. 3,• a-_—j 'i _ _.r _, I i �s to " if" .- 1]-i I � I t ----------. ---.------------- - -- - ------- _ _ ' --- . I F-71-1,4____- i b _� .. �E °1g t i ' .W%. -'J * I i o i 58 = j 11 -'•a r.-- j '' !! � i i 1 ° I s o t = n i t ! -' II 2 W IP : a :22g �I Y 2� ! - 4Y� - a �� ge1 l �� !l -'•s-J u. ,.:r- - ri ig. a°�u i y 2'� i !1 r 001 r I. III I - _ear v I!i s. — -- !� t u_i 4 1 _ q !� ! f co TT*! z ° !! !! a- -- I •1 i t ti - . , r --------- ------ I --a._ ��. ! ,I ,° II t i ! • t arrr r !! �r..,____,_iat. 1 a C _-- I '=0 !! 74.." ---- _11E1 i _ l id � / o rry: ; — s ,/ — -s-At rite' ! i 1 1 4 0,1 1 g l i i 3 \ L lr,r R 1 -�T—"I'Yr" -. 4 _ A ,( s'"•.,1'+ Y Y Y Y a Y Y Y I ' fir,, r !• T . Ix .as ,',.0,41‘, [-- L II ill ___._, _ _ ___ ..,,m,... . _ . _. ___ __ --- ii.iiiii. 1 _ . 1:113,32m...044, 01_ 3 L-___—""'""*.---_:TOW _ _.= .1.,azi .i ■, iY •Eli! i M \� .ar v l Ii. -. !, �1 ;_ , , 1 $, \ 'z 1 --- 1 4 =,i! CIJ 3.1A-e 6 w hfflJWIU s ,„:„:„...17,:i... s. : \ .--,''',\ \rai. iti, It \ 1 ��., 111 I „�. I >, 5 — , ,. __ . :!i .. -= 1 f 11 ', 4 a IOW. . .. 1 -- • ! !"- t s1`.-.. !i#i.iY i a 3 y} a• ~ , I— I 3" .3338a939s93 j ; t - lit- 1:-1 j j 1 , , ' _ 11++ t 111 - }I� c lI eese 909'0'ON 133HS 33S 3NI1H31YW W 1 1 i:i l i I ura'�..,.:a.....u.,.r. a...n��.�,-.-.,-.en..�.....,,-u.c.M.A....n.....°.., .4 _•i i i fps ,' it I ', P 3, U ` I it ii li I 3-- ;�!! — 11 i !' .ro W Z J - 'i p - P .m G i Q=t I ;11 W = ,qu 9 .......i.-... ( ; 4t. it,. / _1 , _______ ! .;:i: i I ! ,, . .ki .1,, .,.___.......____ ... , , .______. _______ ____+ 1 il ii i 1 i � ",-,_ -/ V / w 1 n ii I ;'. 1` , + :'1; ' �u. ■ ? CO t li / ` 1 I a Ir ----- I jl I x yet : a 'I I--- _� a 1' . g 11 r ri•II 1 ii- jii / W 1 11 im ii ii;i q /J/q d � I t ii , / z 1 1l ----i4 h 4 ' "` 1 I N r 1 .`, J/ .i/ ,' 1 W •i •€' -- 7 'l i / , 7 11, '%'`>-"-_.% : ,,' I h!diHUfl 9 Y: /( ,,,,./-.:IT p1 iii V Q i /IV Y p 1I mr•Sr iN 11111 wn, sera w,,ri w...+n we s:c.ra.0