Loading...
HomeMy WebLinkAboutSchedule A - EAC Consulting A IT tte lIP1trV T 11 SCHEDULE A BISCAYNE POINT NEIGHBORHOOD RIGHT OF WAY IMPROVEMENT PROJECT CITY OF MIAMI BEACH, FLORIDA SCOPE OF AlE CONSULTANT SERVICES CONSULTANT: EAC CONSULTING. INC. BACKGROUND The City of Miami Beach (CITY) has developed its multi-million dollar, multi-year "Planned Progress" Capital Improvement Program to rebuild the City's existing roads, infrastructure, utilities, parks and facilities, and to build new capital projects where they are needed. The Program will dramatically improve the quality of life of the City's residents and complement the enormous amount of private reinvestment that has taken place in the City. As part of the "Planned Progress" Program, comprehensive right of way improvement projects are being undertaken in each of 13 City neighborhoods including the Biscayne Point neighborhood. The Biscayne Point neighborhood is bounded on the east by the Tatum waterway, and on the south, west and North by Biscayne Bay, and is comprised of three "sub- neighborhoods entitled Biscayne Beach, Biscayne Point Island and Stillwater Drive. The Biscayne Point Neighborhood ROW Improvement Project will encompass targeted streetscape, stormwater and water supply improvements as previously identified by another Consultant and documented in the City Commission approved Biscayne Point Basis of Design Report dated October 15, 2003. The estimated construction budget for the project is $7,820,000, which includes a construction change order contingency budget of $450,000. This estimated construction total includes $2,750,000 for Streetscape, $3,470,000 for stormwater, and $1,150,000 for Water Improvements that, as a minimum, shall fund the following: Biscayne Point AEC Scope o 72705. doc Page 1 of 27 Biscayne Beach Sub-neighborhood Entry Feature 85th and Crespi (shared cost) Hawthorne and 77th (shared cost) Textured crosswalks Hawthorne at bump-outs 79th, 81 st, 85th Crespi at bump-outs 79th, 8151 Crespi Park (2) Hawthorne, Replace existing planting strip with new landscaping Bump-outs & Planters attached to sidewalk Corner bump-outs Hawthorne at 79th, 81st, 85th, 84th Corner bump-outs Crespi at 79th, 81st Planters opposite corner bump-outs Hawthorne at 79th, 81 st, 85th Planters opposite corner bump-outs Crespi at 79th, 81st Planters detached from sidewalk Crespi at 79th Terrace., 80th, 82nd, 83rd, 84th, 86th and mid-block Hawthorne at 79th Terrace., 80th, 82nd, 83rd, 84th, 86th corners only All Cross streets, (2 per side per street) Mid Block Hawthorne Bumpouts (22) Speed table with brick pavers at Hawthorne and Crespi Sign East of Hawthorn and 77th Sidewalk installation and repair all of 79th Street and 20% neighborhood wide repairs Pocket Park @ 81 st Street Re-striping parking neighborhood wide Landscaped Island at Stillwater Drive and Hawthorne intersection Miscellaneous Paving to be covered by GO Bond Replace existing lighting "globes" with 138 new light fixtures and bulbs Biscayne Point Island Sub- Neighborhood Traffic Calming At Intersections Speed Tables 2 @ Daytonia and Cleveland 1 @ Daytonia and S. Biscayne Point 1 @ Cleveland and N. Biscayne Point 1 @ Noremac and Cleveland 1 @ Noremac and Daytonia Textured Intersections (2) Cecil & Cleveland, Fowler & S. Biscayne Point Biscayne Point AEC Scope 072705.doc Page 2 of 27 Grass Triangle Noremac and N. Biscayne Enhance grass islands Daytonia and S. Biscayne Cleveland and N. Biscayne Decorative Lighting (Acorn) to average 0.6 ft candle standard throughout sub neighborhood Swale Reclamation - Approximately 3375 LF to be reclaimed Infill plantings at 30-ft spacing O.C. Repaving all roadways Entryway Improvement Hawthorne Entrance with Shared Cost Crespi Entrance Shared Cost Stillwater Drive Sub- Neighborhood Traffic Calming "Tables" (total of 3) Replace and widen sidewalk (to 5 - ft on each side) Decorative Lighting (Acorn) to average 0.6 ft candle standard throughout sub neighborhood Enhance Area around Gatehouse Landscaping/sign Accent lighting Entry Feature 85th and Crespi (shared cost) Hawthorne and 77th (shared cost) Enhanced Landscaping in new swale areas New trees / palms 1 per lot STORMWATER IMPROVEMENTS PER THE BOOR WATER IMPROVEMENTS · Replacement of Discretionary Waterlines with 8-inch diameter pipes Per attached Exhibit A The CITY has contracted the services of Hazen and Sawyer, P.C. to function as PROGRAM MANAGER (PROGRAM MANAGER), and act as the CITY's agent with regard to all aspects of this scope of services. Hence, the PROGRAM MANAGER will serve as the focal point of contact with the Architectural/ Engineering firm (CONSULTANT). However, the CITY will retain contractual agreement responsibilities with the CONSULTANT firm. Due to the large number of projects that will be ongoing concurrently during the Program, the CITY and PROGRAM MANAGER have developed a Program Work Plan (PWP) detailing Biscayne Point AEC Scope 072705.doc Page 3 of 27 procedures and policies for the overall ROW Program. This PWP dictates the respective responsibilities and levels of authority for all program team members. Organizational structure flowcharts and team member duties are included to establish a working understanding regarding reporting and communication relationships on the Program. The PWP includes a listing of design and construction phase deliverables from the various AlEs and Contractors, along with proposed CITY and PROGRAM MANAGER duties during the planning, design, bid, award and construction phases of the Program. One copy of the PWP will be given to the CONSULTANT, who agrees to comply with procedures set forth therein. SCOPE OF SERVICES The purpose of the Biscayne Point ROW Infrastructure Project is to provide for the restoration and enhancement of streets capes and infrastructure, consistent with existing available master plans, qualified decisions of applicable CITY Departments, and community preferences. The proposed project shall include potable water infrastructure, stormwater and restoration and enhancement of the neighborhood's hardscape, landscape, streetscape, irrigation, and lighting. Sanitary sewer upgrades are not anticipated as part of the Project. The work effort shall require that all existing and proposed aboveground improvements be coordinated with existing and proposed below underground infrastructure improvements, which may include the following tasks: . Repair or replacement of water mains. . Improved stormwater drainage collection and disposal infrastructure . Coordination with other entities, including but not limited to, Florida Power and Light Company, BellSouth, Atlantic Broadband, and others as may exist within the public right of way . Coordination with Public and Private Developments that are, or will be implementing improvements adjacent to the City Right of Way. TASK 1 - PLANNING SERVICES The CITY has completed Task 1 - Planning Services. A final Basis of Design Report has been prepared summarizing the accepted design concept, budget level cost estimate, schedule and other issues deemed important to the implementation Biscayne Point AEC Scope 072705.doc Page 4 of 27 of the project. The final Basis of Design Report was presented to the City Commission and approved on October 15, 2003. Design, Bid, Award and Construction Services will be based on this document. THE CONSULTANT shall review the Basis of Design Report with particular attention to the cost estimates. The CONSULTANT shall develop a cost estimate for the improvements outlined therein. The CONSULTANT shall further assume responsibility for cost control and potential redesign based upon this cost estimate. TASK 2 -DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of contract documents for the Project. Note that Task 2.1 requires that the CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings. Task 2.2 discusses requirements for the preparation of contract documents, inclusive of drawings, specifications and front-end documents. Task 2.3 establishes requirements with regard to constructability and value engineering reviews to be performed by others. Task 2.4 establishes requirements for the preparation of opinions of total probable cost by the CONSULTANT. Task 2.5 specifies requirements for review of contract documents with jurisdictional permitting agencies prior to finalization. Task 2.6 establishes requirements for developing final (100%) contract documents. To facilitate the implementation of a Public Information Program, the CONSULTANT shall provide electronic files of all project documents, as requested by the CITY and/or PROGRAM MANAGER for posting on the program website. The CONSULTANT shall provide the electronic files for the front-end documents, technical specifications, and construction drawings in MS- Word, AutoCAD and Adobe Acrobat file format. Due to the large number of projects that will be ongoing coincidentally during the Program, the CITY and PROGRAM MANAGER have developed a Design Standards Manual (DSM) detailing procedures, standards, and policies regarding design of all Program projects. One copy of the DSM will be given to the CONSULTANT, who agrees to comply with all procedures set forth therein. The CONSULTANT retains all responsibilities for providing and ensuring compliance of all applicable information / requirements in the DSM to all of its sub-consultants and agents. Task 2.1 - Field Verification of Existina Conditions: The CONSULTANT shall perform a topographic survey of the existing right of way areas to be impacted by construction activities Biscayne Point AEC Scope 072705.doc Page 5 of 27 under the scope of this project. The topographic survey shall meet the minimum requirements noted in the attachment to this scope of services entitled "Minimum Design Features to be Shown on Drawings". In addition, note that the topographic survey shall include sufficient detail to allow for the smooth transition from public right of way to adjacent public I private property in the areas where existing improvements will be refurbished and will require transition to adjacent improvements. The survey shall be performed by a Professional Land Surveyor in the State of Florida and shall meet the minimum technical standards identified in Chapter 61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 2000 format with a layering system as directed by the CITY in the DSM. As a minimum, the survey shall address the following: · Topographic survey shall consist of establishing a baseline with 1 DO-foot stations, and identify right-of-way monuments and sectionalized land corners. Baseline of survey shall be tied into the right-of-way and sectionalized land monuments. Right- of-way information shall be obtained from available records by the CONSULTANT. · The CONSULTANT shall set benchmarks at convenient locations along the corridor to be used during both the design and construction phases of the project. As a minimum, permanent benchmarks shall be set at 1,000-foot intervals along the alignment. In addition, the CONSULTANT shall tie-in at least two existing government County monuments to vertical circuit and shall take cross sections at 1 DO-foot intervals along all project corridors. The benchmarks shall be derived from existing government benchmarks and be carried into the proposed system using Second Order, Class II procedures A full listing of benchmark locations shall accompany the survey data. · Cross section elevations shall define all grade breaks such as intersections, swale, edge of pavement, pavement centerline, curb and gutter, edges of sidewalk, driveway connections, right-of-way line, edge of a 25-foot right-of-way offset, encroachments (both natural and built-in), etc. · The CONSULTANT shall locate and identify existing surface improvements I topographic features that are visible along the corridor, including but not limited to the following: · Existing valve boxes, water I electrical meter boxes, electrical pull boxes, telephone I cable risers, fences, hydrants, etc. Biscayne Point AEC Scope 072705.doc Page 6 of 27 · Aboveground and underground utilities invert elevations of accessible underground utilities, wood / concrete utility poles, culverts, guardrails, pavement limits, headwalls, endwalls, manholes, vaults, mailboxes, driveways, side streets, trees, landscaping, traffic signage and any other noted improvements. Survey shall identify fence material/height, and driveway construction materials. Landscaping materials with a trunk diameter greater than 6 - inches in diameter shall be identified individually. Materials with smaller diameters shall be illustrated in groupings. · Corridors to be surveyed will be as defined in Exhibit "A". Topographic survey / base map shall be prepared in AutoCAD Version 2000 and submitted on recordable Compact Disk with one signed and sealed copy on 22-inch by 34- inch bond paper. Note that all standards from the DSM shall apply to the development of the survey document. In addition, the CONSULTANT shall submit 3 copies of a preliminary Draft Survey for CITY and PROGRAM MANAGER review and comment. The CONSULTANT shall prepare a final survey submittal package based on addressing any / all comments submitted through this review process, to the satisfaction of the CITY. All CAD mapping shall be performed to a scale of 1:1 in the World Coordinate System. Text size shall be 100 Leroy for a final product at 1 =20 units. · All corridor surveys shall indicate geometry of perimeter private property plats (inclusive of fences, landscaping and driveways) within the specified 25-ft setback. Upon completion and acceptance of the final survey, the CONSULTANT shall forward same to the following agencies with a request to mark / identify respective utilities on the survey base map. The CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of all existing underground utilities. The CONSULTANT shall incorporate utility owner markups / edits into its survey base map file. The CONSULTANT shall contact the following entities and request that they each verify locations of their existing improvements in the affected areas: . Florida Power and Light Company . BellSouth Biscayne Point AEC Scope o 72705. doc Page 7 of 27 . Miami-Dade Water and Sewer Authority . Charter Communications (Atlantic Broadband) . Natural Gas provider . City of Miami Beach Public Works Department . Others as deemed necessary by the CONSULTANT The CONSULTANT shall also request information regarding any future proposed improvements by each agency. To facilitate tracking of the progress made in this work effort, the CONSULTANT shall copy the PROGRAM MANAGER on all correspondence with each agency. In addition, the CONSULTANT shall keep a readily accessible and properly labeled / collated file of all correspondence and markups provided to it by the various agencies for reference use by the CITY, PROGRAM MANAGER and/or CONSULTANT, during construction. Based on the collected data, the CONSULTANT shall develop detailed design base maps for the project. The maps shall include an overall key map and partial plans scaled at 1-inch equals 20 feet or a scale that better suits the project requirements. It is important to note that the CONSULTANT shall illustrate proposed water and stormwater utility improvements on the base maps, with a subsequent review scheduled with CITY and PROGRAM MANAGER staff to determine locations where additional field verifications, via liS oft- Dig" underground identification services, shall be implemented. Deliverables: - Perform forensic work as noted to develop final survey maps. Deliver three (3) draft five (5) final signed and sealed surveys to the PROGRAM MANAGER. Schedule: - Within 80 working days after Task 2 - Design Phase Notice to Proceed. Task 2.2 - Detailed Desian: The CONSULTANT shall prepare all contract documents in compliance with DSM standards. Technical specifications shall be prepared in conformance with Construction Specifications Institute (CSI) formats. The PROGRAM MANAGER, through the DSM, shall furnish the Biscayne Point AEC Scope o 72705. doc Page 8 of 27 CONSULTANT with standard CITY specification outlines for Divisions 1, 2, 3 and 15 as noted in the DSM. The CONSULTANT shall refrain from amending FOOT, or other reference standard specifications, for inclusion in the detail design documents. The CONSULTANT shall provide additional sections that the CONSULTANT may require, not already provided through the CITY standards, subject to review and comment by the CITY and/or PROGRAM MANAGER. Any supplier listings required by specifications shall include a minimum of two named supplier's and shall meet all applicable CITY and State of Florida procurement codes. Specifications shall be provided to the CONSULTANT in "Microsoft MS-Word" format. In addition, the CONSULTANT shall use the same software in all project related work. In addition, the CONSULTANT shall utilize base front-end documents provided by the CITY. The CONSULTANT shall edit accordingly to result in a project specific document. Any requirements for Supplementary General Conditions shall be subject to review and acceptance by the CITY. The CONSULTANT shall attend monthly Design Progress Meetings with CITY and PROGRAM MANAGER staff. The CONSULTANT shall submit monthly invoice requests for its services, accompanied by a design progress schedule update form as provided by the PROGRAM MANAGER. Invoices shall be prepared in a format as provided by the CITY, through the PROGRAM MANAGER. As a part of this effort, the CONSULTANT shall update and submit the schedule update form. Should the PROGRAM MANAGER determine that the CONSULTANT has fallen behind schedule; the CONSULTANT shall provide a recovery schedule that shall accelerate work to get back on schedule. For purposes of this Scope of Services, the following will be considered the minimum effort to be provided by the CONSULTANT for establishing detail design milestone submittals. Note that CITY review procedures, and CONSULTANT responsibilities associated with such, are discussed under Task 2.3: . The 30% design completion stage milestone shall consist of the completed survey / base map work as identified in Task 2.1 with all proposed improvements identified in approved BOOR illustrated in plan view at a scale of 1-inch equals 20 feet. A key map shall also be provided on all sheets that illustrates the relationship between the drawings and their respective location within the project Biscayne Point AEC Scope 072705.doc Page 9 of 27 area. A Table of Contents identifying the anticipated technical specifications to be incorporated into the work shall also be submitted. It is important to note that as a part of the 30% design completion stage effort, the CONSULTANT shall prepare detailed tabulation of all encroachments within the public right-of-way in the project area. The tabulation shall be presented in a format that identifies those encroachments that exist within the right-of-way and do not require removal in order to construct the project and those encroachments required to be removed in order to implement the project components. This tabulation shall include, at a minimum, description of the encroachment, location (block I lot number or physical address), a description identifying the encroachment, and a justification I reason why the encroachment must be removed (to be provided only for those encroachments required to be removed to implement the project components). The PROGRAM MANAGER will provide the CONSULTANT with an "Excel" spreadsheet template for mandatory use in preparation of the listing. Please note that the CONSULTANT shall be required to submit a "Draft" listing for review and comment, and make subsequent revisions as noted by the CITY, prior to submitting a Final Encroachment listing. · The 60% design completion stage milestone shall consist of plan and profile views of all proposed improvements, with all applicable sections and construction details. Note that the respective profile for each plan shall be included on the same sheet. In addition, a reduced scale key map shall be provided on each sheet to allow the reviewer a simple means to locate the applicable work. Prior to the preparation of the 60% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon its underground utility verification efforts and review comments received, as noted in Task 2.3 below. In addition, the CONSULTANT shall include draft technical specifications and a draft schedule of prices bid (bid form) identifying the items to be bid by the prospective contractors with the submittal. Also, this submittal shall include the CONSULTANTs "Budget" level opinion of probable cost as defined by the American Association of Cost Engineers with the submittal. It is anticipated that the CITY will be at or near completion of reviewing the CONSULTANTs Final encroachment listing. When completed, the listing will be Biscayne Point AEC Scope 072705.doc Page 100(27 returned to the CONSULTANT, who will revise its documents to reflect final CITY direction on the acceptance / rejection of CONSULTANT recommendations regarding the disposition of encroachments on the project. The CONSULTANT shall demonstrate compliance with this requirement at the 90% design completion stage submittal noted below. · The 90% design completion stage milestone shall consist of a near final construction document set including the front-end documents (general and supplemental conditions), technical specifications and construction drawings for all work proposed to be completed. The CONSULTANT shall include detailed construction sequencing restrictions for the PROGRAM MANAGER's review with this submittal. Prior to the preparation of the 90% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon review comments received, as noted in Task 2.3 below In addition, the CONSULTANT shall provide its "Definitive" level opinion of probable cost as defined by the American Association of Cost Engineers with this submittal. · The 100% design completion stage milestone shall consist of the 90% documents updated to include all constructability and design review comments as may be provided by the CITY, PROGRAM MANAGER and/or jurisdictional review agency. This set of documents will be used by the CONSULTANT to implement City of Miami Beach Building Department Permitting Reviews as noted in the PWP. Oeliverables: - Furnish fifteen (15) sets each of the 30, 60, 90 and 100 percent design completion stage documents to PROGRAM MANAGER, as applicable (ten full size and five half size for each submittal) - Prepare and update project invoices and schedule tracking spreadsheets, on a monthly basis. Biscayne Point AEC Scope o 72705. doc Page 11 of 27 . Attend monthly design progress meetings with CITY and PROGRAM MANAGER staff. Schedule: . Complete 30 percent document submittal within 80 working days after the Task 2 - Design Phase Notice to Proceed. . Complete 60 percent document submittal within 160 working days after Task 2 - Design Phase Notice to Proceed. . Complete 90 percent document submittal within 240 working days after Task 2 - Design Phase Notice to Proceed. . Complete 100 percent document submittal within 300 working days after Task 2 - Design Phase Notice to Proceed. Task 2.3 - Desian I Constructabilitv Review: To verify that the CONSULTANT is in compliance with required BODR, DSM and PWP requirements, the CITY will conduct a series of design submittal reviews on all design project documents, inclusive of cost estimates at the 30, 60 and 90% design completion stage submittals. Note that the 100% design completion stage submittal will be used by the CONSULTANT to permit the project through all internal CITY reviews as noted in the PWP. The purpose of these reviews shall be to verify that the documents are consistent with the design intent. These documents shall be furnished as bound 8-1/2-inch by 11-inch technical specifications and full-size (22-inch by 34-inch) and half size (11-inch by 17-inch) drawings as noted in the Task 2.2 deliverables. The PROGRAM MANAGER and applicable CITY Departments shall perform reviews on these documents and provide written comments (in "Excel" spreadsheet format) back to the CONSULTANT. Following receipt of comments by the CONSULTANT, a meeting may be scheduled between the CITY, the CONSULTANT and PROGRAM MANAGER, to discuss the intent and review of the comments. Subsequently, the CONSULTANT shall address how each comment was resolved, to the PROGRAM MANAGER, within 10 working days after the review session and/or receipt of the comments. The responses shall be in the spreadsheet format provided to the CONSULTANT. In addition, the CONSULTANT shall revise its documents to address all review comments accordingly, to the satisfaction of the CITY. Biscayne Point AEC Scope 072705.doc Page 12 of 27 In addition, the PROGRAM MANAGER will perform constructability reviews of the design documents relative to value, construction sequencing and bid format. These reviews shall be based upon 60 and 90 percent design submittals received from the CONSULTANT and shall be conducted concurrently but separately from the 30, 60 and 90 percent design reviews noted above. These constructability review meetings shall be held with the CONSULTANT and the CITY representatives to discuss the CONSULTANT's proposed construction sequencing restrictions, and bid formats, and shall be performed by the PROGRAM MANAGER. The CONSULTANT shall note that the CITY's / PROGRAM MANAGER's review of the contract documents does not relieve the CONSULTANT from its responsibility to the CITY with regard to the quality and completeness of its contract documents. Oeliverables: Attend meetings with the CITY and PROGRAM MANAGER staff to review and discuss design constructability and value comments. Prepare written responses to comments made during reviews. Schedule: Complete concurrently with 300 working day Design Phase schedule. Task 2.4 - Cost Opinions: The CONSULTANT shall prepare opinions of probable construction costs for the 60 and 90% design completion stage submittals, as well as the final (100 percent) completion stage submittal. The accuracy of the cost estimate associated with the 60 percent completion stage shall be +30% to -15% "Budget" Level as defined by the American Association of Cost Engineers. The accuracy of the cost estimate associated with the 90 and 100 percent completion stage submittals shall be a +15% to -5% "Definitive" Level Estimates as defined by the American Association of Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with the template supplied by PROGRAM MANAGER. All estimates shall be furnished bound in 8-1/2-inch by 11-inch size. Based upon the CONSULTANT's cost estimate, the CITY will advise the CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid items to satisfy existing fiscal constraints. In this effort, the CONSULTANT may be required to attend a series of meetings and develop Biscayne Point AEC Scope 072705.doc Page 13 of 27 alternative cost savings options for CITY consideration, if the estimates show that the projected project cost will exceed the target budget. The CONSULTANT shall revise the contract documents to reflect necessary revisions to meet budget parameters at no additional cost accordingly. Deliverables: - Furnish fifteen (15) sets of 60, 90 and 100 percent completion stage cost estimates to PROGRAM MANAGER concurrently with the design submittals noted in Task 2.2. - Attend meetings with the CITY and PROGRAM MANAGER staff to review and discuss cost estimates. This Task includes development of any required cost savings alternatives, and implementation / revision of documents to address such items, as necessary to meet established budget parameters. Schedule: - Complete concurrently with 300 working day Design Phase schedule. Task 2.5 - Community Desian Review Meetinas: The CONSULTANT shall attend and participate in Community Design Review Meetings (CDRMs) to review the design progress and concept at different progress levels during the design. The CITY will schedule, find locations for, and notify residents of all such meetings. The CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER, who shall review, provide comments and distribute, accordingly. The CONSULTANT shall prepare for, attend and present its documents at up to two (2) CDRMs. Meetings shall be scheduled at the 60% and 90% design completion stages, respectively. Note that presentation format shall consist of a brief Power Point presentation to review Project status, plus review of actual full size plans for each project. The CONSULTANT shall provide sufficient staff at the meeting to address concerns by residents at multiple plan stations. It is anticipated that the CONSULTANT will attend one Pre-CDRM meeting with CITY and PROGRAM MANAGER staff to review the proposed format of the presentation for each planned CDRM. Task 2.6 - Document Revisions: Based upon the input provided by the residents at the CDRM, the CONSULTANT shall incorporate necessary contract document revisions, as approved by the CITY. Biscayne Point AEC Scope 072705.doc Page 14 of 27 Task 2.7 - Permittina Reviews: The CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project(s). The CITY will pay all permit fees. The CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. The CONSULTANT shall respond to comments by such authorities within ten working days of receipt of comments unless a different time is agreed to by PROGRAM MANAGER. It is the intent of this scope of services that the CONSULTANT be the responsible party for formally transmitting and receiving permits to and from the respective jurisdictional authorities. However, since the PROGRAM MANAGER is to track and monitor progress on the preparation and review of permits and subsequent requests for information, the CONSULTANT shall copy the PROGRAM MANAGER on all permit related correspondence. This includes CONSULTANT generated minutes from meetings held with related parties. The PROGRAM MANAGER will forward copies of such documents to the CITY as appropriate. It is recognized by CITY that the time period required for obtaining permits is beyond the control of the CONSULTANT, except with regard to issues concerning the permittability of the proposed design and the CONSULTANT's ability to respond to permitting agency requests for information in a timely manner. At the time of scope preparation, the following governmental authorities that have or may have jurisdiction over Project have been identified: · United States Environmental Protection Agency · U.S. Army Corps of Engineers · Florida Department of Transportation · Florida Department of Environmental Protection · South Florida Water Management District · Miami-Dade Water and Sewer Authority · Miami-Dade Department of Public Works · Miami-Dade Department of Health and Rehabilitative Services · Miami-Dade Department of Environmental Resource Management · The City of Miami Beach Building Department Biscayne Point AEC Scope 072705.doc Page 150'27 · The City of Miami Beach Planning Department · The City of Miami Beach Public Works Department Note that the CITY's failure to identify governmental authorities that have jurisdiction over Project at this time does not relieve the CONSULTANT from the responsibility to procure all requisite permits. However, an equitable adjustment to the CONSULTANT's compensation may be negotiated if deemed appropriate by the CITY. Deliverables: Correspond with noted jurisdictional authorities to establish permitting requirements. Revise documents and respond to permitting inquiries as required. Attend meetings with the CITY, PROGRAM MANAGER and/or permitting agency staff as required to review, discuss and finalize permit procurement Schedule: Complete concurrently with 300 working day Design Phase schedule. Task 2.8 - The CONSULTANT's QAlQC of Desian Documents: The CONSULTANT shall establish and maintain an in-house Quality Assurance / Quality Control (QAlQC) program designed to verify and ensure the quality, clarity, completeness, constructability and bid ability of its contract documents. To this end, the CONSULTANT shall provide the CITY and PROGRAM MANAGER with a written narrative detailing its QAlQC program tasks and how it is to be implemented over the course of this project. The CITY and/or PROGRAM MANAGER, at its discretion may require that the CONSULTANT attend meetings to review the status and present results of its QAlQC efforts. Items to be addressed may include, but shall not be limited to, review of specifications by respective technical experts and a "Redi-check" type review of the documents to identify conflicts and inconsistencies between the various project disciplines. TASK 3 -BIDDING AND AWARD SERVICES Please note that the Tasks below address the level of service required for a traditional Advertise / Bid / Award process. As an alternative to this traditional bidding process outlined herein, the City may consider implementing the project via the Job Order Contract (JOC) system. If such Biscayne Point AEC Scope 072705.doc Page 16 of 27 decision is made, it is understood that the Consultant's hours assigned to traditional bidding tasks would be re-distributed, on a not to exceed basis, to complete tasks related to procurement of the job through the JOC system, including, but not limited to the following: · Participation at the Joint Scope Meeting · Assistance in filling out JOC standard forms, including Brief Request for Proposal and Notice to Proceed (Suggested Language Only. City to input forms into system) · Review of JOC unit cost proposal · Participation in negotiation meetings with JOC Contractor Note that all other duties of the CONSULTANT are not affected by the use of the JOC system. Task 3.1 - Construction Contract Document Review: The CONSULTANT shall assist the CITY in the bidding and award of each construction contract. The PROGRAM MANAGER, through the CITY, shall transmit contract documents prepared by the CONSULTANT to the CITY's Risk Management, Legal and Procurement Departments for verification of appropriate insurance, form and bonding requirements. The CONSULTANT shall assist PROGRAM MANAGER in this effort by providing three copies of each Construction Contract Document and participating in meetings, submissions, resubmissions and discussions with these departments, as necessary. The CONSULTANT shall address and re-submit corrections to any CITY comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by the PROGRAM MANAGER. The CONSULTANT's compensation has been based upon one meeting with these departments. Task 3.2 - Bid Document Deliverv: The CONSULTANT shall provide the PROGRAM MANAGER with reproducible, camera ready sets of contract documents. These documents shall include responses to all comments obtained during permit reviews and shall incorporate all corrections required by the permitting agencies. The CITY Procurement Department shall reproduce documents and handle the advertising, distribution, sale, maintenance of plan holder lists and other aspects of bid document delivery to prospective Bidders. Task 3.3 - Pre-Bid Conference and Bid Openina: The PROGRAM MANAGER will conduct one pre-bid conference. The CONSULTANT shall attend each pre-bid conference and each bid opening. Biscayne Point AEC Scope o 72705. doc Page 17 of 27 Task 3.4 - Addenda Issuance: The CONSULTANT shall provide, through the PROGRAM MANAGER, timely responses to all inquiries received by the CITY from prospective bidders. These responses shall be prepared as written addenda, with the format for such addenda as provided to the CONSULTANT by PROGRAM MANAGER. These queries and responses shall be documented and a record of each shall be transmitted to the PROGRAM MANAGER on a same day basis. The CONSULTANT shall prepare necessary addenda as requested by PROGRAM MANAGER. The CITY will distribute addenda to all plan holders of record accordingly. Task 3.5 - Bid Evaluation: Within five calendar days of receipt of bids, the CITY will forward Bids to the CONSULTANT, who in turn shall evaluate bids for completeness, full responsiveness and price, including alternative prices and unit prices, and shall make a formal written recommendation to the CITY regarding the award of the contract. Non-technical bid requirements shall be evaluated by others. This scope of services includes no allowance for the CONSULTANT's time to assist the CITY in the event of a bid protest. To the proportionate extent the CONSULTANT's services are required in the event of a bid protest, due to a direct action or lack thereof by the CONSULTANT, the CONSULTANT shall participate in such activities at no additional cost to the CITY. Task 3.6 - Contract Award: The CONSULTANT shall provide eight (8) sets of Construction Contract Documents, inclusive of Addenda, for execution by the CITY and the successful bidder within five calendar days of request by the CITY. Task 3.7 - As- Bid Contract Documents: After contract award and prior to the preconstruction conference, the CONSULTANT shall prepare As-Bid construction contract documents, which incorporate the following items into the construction contract documents: · Contractor's bid submittals, including but not limited to, bid proposal, insurance, licenses, etc. · Amend I modify front-end documents and I or technical specifications to incorporate changes made via contract addenda. Biscayne Point AEC Scope 072705.doc Page 18 of 27 · Revise construction contract drawings to include modifications ! revisions incorporated via contract addenda as well as the previously incorporated permit review comments. The CONSULTANT shall prepare As-Bid construction contract documents and reproduce fifteen (15) sets for distribution to PROGRAM MANAGER within ten (10) calendar days after City Commission approval! contract execution. The following apply to Task 3.1 through 3.7: Oeliverables- - Attend and participate in Pre-bid conferences and bid openings. - Respond to questions from prospective bidders and prepare Addenda for distribution by others. - Prepare recommendation of award letter Provide eight (8) sets of contract documents for contract execution - Prepare As-Bid contract documents and reproduce fifteen (15) sets and forward to PROGRAM MANAGER. Schedule: - Upon receipt of Task 3 Bidding and Award Services Notice to Proceed and within 120 working days TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks related to the construction administration of the Project(s). These tasks shall be performed during the duration of all construction. Due to the extensive amount of detailed procedures required to properly manage construction projects, the PROGRAM MANAGER has developed a Construction Management Manual (CMM) for the construction phase of the Infrastructure Improvement Program. This CMM augments the general program guidelines established in the Project Work Plan (PWP), as provided to the CONSULTANT by the PROGRAM MANAGER at the commencement of the Project, and provides uniform procedures and guidelines for managing the interface between the CITY, Contractor, PROGRAM MANAGER and CONSULTANT staffs. It is anticipated that the construction timeframe will be approximate 20 months. Biscayne Point AEC Scope 072705.doc Page 190'27 Task 4.1 - Pre-Construction Conferences: The CONSULTANT shall attend one pre- construction conference for each Project. The PROGRAM MANAGER will prepare and distribute meeting minutes to all attendees and other appropriate parties. At this meeting, it is anticipated that the PROGRAM MANAGER will issue a Limited Notice to Proceed. A final Notice to Proceed shall be issued upon receipt of a final schedule and procurement of all applicable construction permits from the Contractor. Deliverables: Attend and participate in one pre-construction conference for each project As scheduled by PROGRAM MANAGER after receipt of Task 4 Notice to Proceed. Schedule: Task 4.2 - Weeklv Construction Meetinas: The CONSULTANT shall attend weekly construction meetings with the Contractor, PROGRAM MANAGER and applicable CITY representatives on each Project. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. In addition, the Contractor shall furnish a two-week look ahead work schedule to allow for proper coordination of necessary work efforts. These meetings shall also serve as a forum for discussion of construction issues, potential changes I conflicts and any other applicable matters. The meetings may include site visits to visually observe I address construction related concerns. The site visits shall be separate and distinct from the "Specialty Site Visits" discussed under Task 4.6. The PROGRAM MANAGER will prepare and distribute meeting minutes to all attendees and other appropriate parties. Deliverables: - Attend and participate in weekly construction progress meetings Schedule: - Weekly throughout the project duration. Task 4.3 - Reauests for Information I Contract Document Clarification (RFls I CDCs): The PROGRAM MANAGER will receive, log and process all RFls I CDCs. Whenever an RFI involves the interpretation of design issues or design intent, the PROGRAM MANAGER will forward the RFI to the CONSULTANT, who shall prepare a written response in a timely matter and return it to the PROGRAM MANAGER. In addition, the CONSULTANT may be requested Biscayne Point AEC Scope 072705.doc Page 20 of 27 by the PROGRAM MANAGER to prepare and forward COCs should certain items within the contract documents require clarification. Deliverables: Respond to those RFI's that involve design interpretations and return to PROGRAM MANAGER's office. Issue COCs as required. Schedule: - Ongoing throughout project construction duration. Task 4.4 - Reauests for Chanaes to Construction Cost and/or Schedule: The PROGRAM MANAGER will receive, log and evaluate all requests for project cost and/or schedule changes from the Contractor. Such requests may be the result of unforeseen conditions, interferences identified by the Contractor during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents, permitting requirements that arise after the contract award, and/or additional improvements requested by the CITY. Regardless of the source, the PROGRAM MANAGER will evaluate the merit of the request, as well as a cursory review of the potential impact of the change in terms of project cost and schedule. The PROGRAM MANAGER may also review the request with the CONSULTANT, who shall provide a written opinion as to the merit / value, upon request. It is understood that no legal claims assistance or support services are inferred by the work effort noted under this Task. Deliverables: - Perform independent review of request for cost increase and/or time extension. - Coordinate and participate in meetings, as required, with the PROGRAM MANAGER, CITY and Contractor to resolve and/or negotiate the equitable resolution of request. Provide written opinion and / or recommendation upon request. - Prepare change order documentation in CITY directed format Schedule: - Ongoing throughout project construction. Task 4.5 - Processina of Shop Drawinas: The PROGRAM MANAGER will receive, log, and distribute shop drawings to the CONSULTANT for its review. The CONSULTANT shall have 14 Biscayne Point AEC Scope 072705.doc Page 21 of 27 calendar days from the time of receipt in its office, to review and return shop drawings to the PROGRAM MANAGER's office. Deliverables: - Review Shop Drawings and return them to PROGRAM MANAGER's office. - Ongoing throughout project construction duration. Schedule: Task 4.6 - Field Observation Services: The PROGRAM MANAGER will provide field staff to observe the construction of the work. The CONSULTANT shall provide specialty site visits by various design disciplines (civil, mechanical, landscaping, etc...) on an as requested basis. For the purposes of this scope of services, it is assumed that monthly specialty site visits are included. Specialty site visits are assumed to include one or more of the CONSULTANTs Team attendance, as may be requested by the CITY, to review, discuss, resolve field conditions and issues at the job site. Attendance shall be as requested, although a minimum of 24 hour notice will be provided when possible. In cases where conditions require immediate action, the CONSULTANT shall make itself available in the field, as soon as possible, to review I respond to necessary issues. Deliverables: - Provide monthly specialty site visits Schedule: - Ongoing throughout project construction duration. Task 4.7 - Proiect Closeout: Upon receiving notice from the PROGRAM MANAGER advising the CONSULTANT that a Project is substantially complete, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER staff, shall conduct an overview of the Project. The overview shall include development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The PROGRAM MANAGER will develop the list with assistance from the CITY and the CONSULTANT. The list shall be forwarded to the Contractor. For the purposes of this Task, please note that substantial completion shall be deemed to be the stage in construction of the Project where the Project can be utilized for the purposes for which it was intended, and where minor items may not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use. Upon notification from the PROGRAM MANAGER that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM Biscayne Point AEC Scope 072705.doc Page 22 of 27 MANAGER staff, shall perform a final review of the finished Project. Based on successful completion of all outstanding work items by the Contractor, the CONSULTANT shall assist in closing out the construction contract. This shall include a final punch list walk throughs for verification of completion Deliverables: Attend field meetings to review substantial and final completion and assist in development of "punch lists". At the Substantial and Final completion of each project Schedule: TASK 5 - ADDITIONAL SERVICES - None at this time. TASK 6 - REIMBURSABLES Task 6.1 - Reproduction Services: The CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by the CITY. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.2 - Travel and Subsistence: The CONSULTANT shall be reimbursed at the United States Internal Revenue Service established rate for travel and subsistence, up to the maximum not-to-exceed amount as noted. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.3 - Survevina: The CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a topographical survey of all CITY public rights-of-way within the project limits to meet the intent of the approved project Scope. This effort shall meet the requirements set forth in Task 2.1. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.4 - Geotechnical Evaluation: The CONSULTANT shall contract the services of a professionally licensed geotechnical firm to perform boring I test excavations as necessary to ascertain soil conditions, in an effort to identify existing conditions for pipe bedding and stormwater management considerations. The scope of such services shall be subject to review and acceptance by the CITY. Costs shall be limited to a not-to-exceed amount. Unused amounts shall be credited back to the CITY at the completion of the project. Biscayne Point AEC Scope 072705.doc Page 23 of 27 Task 6.5 - Underaround Utility Verification: The CONSULTANT shall contract the services of an underground utility location service to perform vacuum extraction excavations, in an effort to better identify existing underground conditions where work is to be performed. Actual locations shall be as directed by the CONSULTANT, subject to CITY review and acceptance. Costs shall be limited to a not-to-exceed amount. Unused amounts shall be credited back to the CITY at the completion of the project. Task 6.6 - Drainaae Test Well: If required by a permitting agency, the CONSULTANT shall contract the services of a well drilling contractor and/or a hydrogeologist to drill a drainage test well, to conduct tests, and to prepare reports necessary to provide assurance to the permitting agency that the proposed drainage well system will not adversely affect local groundwater conditions. Actual location of the well shall be as directed by the CONSULTANT, subject to CITY review and acceptance. Costs shall be limited to a not-to-exceed amount. Unused amounts shall be credited back to the CITY at the completion of the project. Biscayne Point AEC Scope o 72705. doc Page 24 of 27 Minimum Design Features to Be Shown On Drawings The CONSULTANT shall note that the following criteria indicate the minimum design standards to be shown on drawings. The CONSULTANT is encouraged to review and recommend changes as it deems necessary, subject to the review and acceptance of the CITY and the PROGRAM MANAGER. Paving, Grading and Drainage Plans . Show existing grade / topography, centerline roadway, edge of pavement, back of sidewalk, top of curb, gutter flow line . Show proposed grade along the centerline of the road at 50 centers, limits of road work, inlets, curb and gutter and sidewalk · Show limits of demolition / removal · Show limits of proposed work · Identify all surface features of all existing and proposed work · Identify driveway locations · Identify proposed structures · Identify linear footage of pipe, pipe invert elevation, diameter and material Paving, Grading and Drainage Details · Show proposed cross sections with topographical information at key locations · Identify the following minimum information on cross sections: Existing utilities Proposed road slope, lane width, sidewalk width and surface features within the right-of-way Road construction details for the sub-base and base and asphalt Proposed utility locations · Conflict manhole detail · Manhole details · Driveway replacement section · Catch basin details · Exfiltration trench details · Drainage pipe trench detail · Restoration Details - All pipes Roadway Sidewalk Curb and gutter Biscayne Point AEC Scope 072705.doc Page 25 of 27 Water Distribution and Sanitary Sewer Plans General · Identify existing utilities · Show future utilities proposed by others · Identify trees I landscaping to remain in place Sanitary Sewer · Manhole details · Connection to existing manholes (pre-cast I brick) · Connection to existing service laterals and mainline · Show sanitary sewer manhole I flow direction · Show sanitary sewer (single service) · Show sanitary sewer (double service) · Show sanitary sewer pipe diameter, linear feet, material and slope along pipe length · Show rim and pipe invert elevations on sanitary sewer manholes · Indicate sanitary sewer (existing I proposed) clean out locations · Indicate sanitary sewer service invert elevation at the right-of-way for new services Sanitary Sewer Profiles · Identify sanitary sewer manhole number, rim elevation, invert elevations of incoming and outgoing pipes · Show sanitary sewer pipe diameter, linear footage and slope · Show existing utilities, diameter, type and invert of pipe elevation Water Distribution System · Show location of single and double water meter boxes · Identify fire hydrant assembly · Identify fitting locations · Identify limits of restrained joints · Identify deflection limits · Identify water sampling points · Identify dead end blow-offs Biscayne Point AEC Scope 072705.doc Page 26 of 27 · Identify air release valves · Identify pipe diameter and material · Stationing Pressure Pipe Profiles · Show top of pipe elevation · Identify location of air release valve at high points · Identify vertical/ horizontal deflection and/or fittings · Identify minimum cover requirements · Provide details of major utility crossings Jack and bore Horizontal directional drilling Subaqueous crossing Aerial crossing Culvert crossing Biscayne Point AEC Scope 072705.doc Page 27 of 27 ... z ~ ..J :;'W 1Il..J z:;, 00 Uw w:ro 'UO <(1110 ::l!w:r :r<(wa: Ua:...o ;:jl!lzm ~mf~ij 5~~~~ ~::l!~~~ u"'OU:lEO III :;'0G. ~I!:uw -1Il1ll~ U~j:..c( ...ZU i:~; >:;, H! ...0 oU ... :r l!l ii! I I II . .*-1.1-..- ..-...- coSco[COCQ I" : "1"1- - _Ii. I, f:: :C :1:1: I , . .;-.""i"I~ +.i.Go- I I -+,; I"~ , q TI" tl~ -I" -itl. - 'I. 10GRI++o +N+INO OHG.:..N 0 . 10 10 ~ -Ioii ....!o $ oio 10:01010 fJ. 0:.01..... 0 0:.. :e I I I " , I "j" " 'I' , . '. II j" liG ~ +I~ tr o!oo)olo 0 0:0 NiNno ~ .... il I r.: 111;\ ~ ~Ilil~ ~I;:i~ G!e . G GI. ~ I i I I I I ' I 1 '" IIG ~ + ~ ~I+ GO .:TIN . "11 [! 0 I IN - 01101.'0 01010 0100010100 0,01 OOiN 0 0 '" I : I 'I I : I 1 I 'I' · 'ilt!: :;:I: : :,~I: t~lt: I 11 I- " ! ' 'I"' "1- -j'. ff,.. '. :> IN :> o:~ ~ '~:;; n ~ · 4 JW' IJ.! 'r? ". ~,~ - ! I+,~+t i-' - -10-1+ ".,:;....t,t '" I : I i~ j. ~ " u + ~ "1- .+1 '!, I 1 I i II! I I ' 11, 'II I j II I II I' I II I! i i i -/ ~ ~. ~ I I ..'! t~ g I. '" [I I~ I. 1 ~ ~ ~ li~1 .. i i Ij~ I~ ~I i 1;1 I~i I II; ~ ~ .t~l~ U 51.lil~l~ ,g ~ ;/ ' II, 1=111 .. In ~ ~ h .. g ~ ~:I1I~ ~ ~ ~ ~:~1~19 1l'1 ~ ~ ~I *'til ~ I~ ~ ; ~ ~ u .. ! ..Ii i h Bq ~ I; j ~ ~I =Ii l: ~ II ~ ~ i ~ .. i i! liil!!! i ii~!ilj ~I~! i gll !1~lil !Ir/! II ~ ~ ti Ii i III ; i II !II i,!llili lilllli il!! II ill'll ill,h I! II !/IIi I ill I :! :::l :!]:y ~ 3 ~ ~.:! T - N;J ;:;,~ "1"::1 ::iT' :llr :;II~ ;I~ .. ..: ~ Ii i . 1 I 1 U I H 1 J I~ . t f~ 1 1 I H . 1 - J i- ; lj it ~. I i ......L j H i II .- ~ 1 1 -- Jl 11 r .' II , I I 1 I I i ~ ~ 81~ nlilf H....;!!l!iy I~ ~ IS + &1+ I I I I I I' , I 1000 ojo 010 0 J.., I I I 'I [00 olt tlo I i o 0 0 0 0 01010 , I I 100 + 0 01. 0 I ooo'oooJeo I . 010 ojolo 0 0 +OiOOOO I I. I~ ;; Q ~.~ ~I~ ~ :: -::::0 :01:;:;; I : i I , t ~:tl~ ~ 'I ,I I , .l Tjolo 0 010 MI+ 0 , I ; , , ! I 000101000 . I i !:i i_ iB ~ : r_ Hi . -:- 10 OOOiOOOO . 110 I I OOOOIOOj"'O , : ! ,.'- .,.. '".- '1. ...1. . . .1. '..10 . . I .1. .'.,. . . . I I I I . j' ;j tl -, , II I II I I . I. li J ~ ; ~ ! :''' ~ ! ! ~ _ ..:a:;:.... ; , ! 'i+ "" :0 0 '0:0 00 0 0:00'0:0000 , 0:010:0:00 . , -:010 io,o ... Oi I ~ : "'0 0 io:o ~ 0 ! ] ""010 :0 VIa: :: - . . .,... ill o. .. . .. ! ! i 0....... . I.. I........, 0,0..,... - -'.i,.';;. i ! . . 0.1. .H.!:! . . .1. . - .. Ii I N:~ 0 l:~ ~., ~ . N!~ ~ '~G :!'N' ~ · . : . i~ o~ ~ ~ ".. o 10 ~o 0 ! .';l; ~~ R :> , T .21 ~:>U G ! J=t .u N ~ : , , . : J .. .. i ~ ::I i ~ /!! i~ .. p ,i ~ ~ :.....1::1 ~ ~ : ~ l5 ; h .. '" ~ ! ~ Ii HI ~ ~ lil : I I j I : . , I: I, . . ; I~ : ~ /- , : I I I 'r! i . .lll I g >Ii! ' ~ ~I~! I~ ~ "I' 'i I~ .. '! "':of!.! ..hi ~i~~i ~ .. ~Ul~: ~j~ 8.8 w t ~~IU)I ~'I~~'r: 8 OIl')...I~ i:;.~g;~15 ~ FI'''' 51~;o l: Hi~lll~ ~IU~ i ~ f~l~ ~ ~il!i~I :;; o Il!il~ '" JI3"f!l, /!! _ 1f'jIC"l.' .,., ~ ~ G IT Gi G - 1= Ii : . I: 2 o ; :l: . C. . ;0 i ! 0 : ~ ~ ~ h1 i ~ ,= ~ . ., ill ! '! ~ , ; ! r! II! ;~ g I . i ~ I ! : ;~ ~ !i t"c _ .0 ~ ~ . J'! .,., ~ PI ~ 'i.. . :~ i . ~ , ~ ~ i 'In i : ~ ~ !! ~ :/ -Lt. 01 , ~ ..; !;; . .! : c ;s ~ ;1 ~ ~ i ; I II! II! 0- ~ ~J ~iilU ~ ~"'.... ~ .. dl~~ .~ ~ UU ! .~~ -:-,- I ~ ~, ~ ~ ~ ~ \.- <;;t ~ ~ ~ ~ ~ ~ ~ ~ l a ~~ H , ~ . ~ ~ r f '( 1 ~n~ ~~ ~~ ~j;l O'J~ ~~ ~~ .j. .~ . ~ ~ o 0 i ~ E ~ j I ~ la ~ I); ~ Ii 11 It: i:l I~ ~ i i5 8 ~ ~ ~ ~ ~ ~ 1i ~ ~ ;; : ~ I ~ ~ ~ ~ .. ~ ~ ~ i: ~ I~ ~ ~ Ii ~ ~ ,~ ~ ~ i ti ~ ~ ~ ;: ~ ii ~ ill U. .i'->"'- ~ ~r~g ~!,i f~ill ~ .... if~1Tl ilI1~ ~ ~;Jl !II: ~ aH !I,~lr d ~I .~..c~ L,,~! ~ ~~~irn! iE f~ gl 8 "\lEI~1 l"~; iii". m~~~~, ~m5 . ~ ~~;:;I~!, ~~l:l Pi !!:~ ',,! JI~ ; . ~'i ~ ~ ~I' ~ IQ ;u i!' ~ ~ : :1" , I i ,II I II I ! g i Ii ~I; ~ ii i '!! i!~ 0 II ~ ii ~ II 8 ~ i ! T .II ...i.'.I. D, ~w'w. ~, ~ ~ i ~ i,' i! ~ ~ ~ 81 ~ 8 15 ~I :2 ;; ffi Ei Miliji Iii ~ g! g ~ ~ lili II ~ ~ ~ ~ ~Iiii ii g ~~! ~ ~ ~ ~i ~"." ~ i h ~i~I",1 ~ ~ ~ ~I ~ ~ ~ ~',I ~ i ~ ~~ Hi ~ I H 8 ~ Ai ~ ~ ~ m' ~ Z Q iii 2 iil 0 s S:i ~j :::I ~ ~ -II ~ ~ fi\ ~ ;1;,0, ~ m ~ ~ ;j ~ ~ (II ti18! - :::I ~ 51 fI> en fri cnl3i g ~ ~ ~l I r lllii ill lJ ~ - i i-l!21 ! !~i ~ ' ~! -I c a ~..!.!~: - ~~~H~I~. ~ ~.~ ~!~ iil~ e ~a ~'~ ii 0 ~ ~o 0 0 0 01 ~ ~~I~ ~ 0 . . 00 o 0 ~ ~I. a ~ . ~ . 01. i 0010101000 i818 ii 8 ~, ~ 10.. ~ oj' I' ~ tl~ ~18 . ~Id Xl... I cl~ ~ h~ ~li ; ~I~ i II ~ ,>> i~ ,m ,~ I i i I w + ~:. -i. .~gg,.-I. I I ~ ~'~ ~'. -I. ~ g~'ooo ooolo!ooo ~.!. .01. ! "--+ I 000010010 o ~. .1.0 1 ' ~oo o!. 010 too 000 ~ 0'0000 & 0" 0 " ~ 0 0 0 ~ 0 0 0 i 00'0010 ~ 0 0_ ~ '.010 0 ~I , i o~oo 0 0,. o 0 o 0 o 0' o 0 01 0 0 o 0 0 oj 0 0 0 g I~li g ~ :: !: ii 5 1: 11 <:j ~ ~ ;:: h Hi I _ 0101 + , -;- NO 00010 0000010 O' 0 ojo o +,0 010 'oolo-o!o " , 00 oialo 010 , I ,I, ' 00[00'0010 o olo,o!o 0 0 0+ oio 010 001011 Jo I 1 '1 I 1+ ;u o 0 01+ J I i I 2 +1~1~ .I~ I Ir . ~ r 1: 'HI~ U ~ ~ ... N ... ... ... No .... .... Go ~ '" ill .. w I..l :... g ~ ~ QI8 lillil ;lllil ~~ 1:~~~Ei. Fd ~~~~;:;i 'I~'I~IP ~ ~ ~ U ~ :d~~fl~m R 5~ fiZz" ~I ili ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ " ~ ~ ~ ~ c ~ g m " ~ ~ 1 I ticl....U1~wl. I ~ ~ . gi. . ~ . ~ .1- T -~ . .~o_~. ~I , ! ' 01~~.'"~~1I1 o~l!:o...~l! ~ I ' 0101000000,0' 01010 0 0 0 - ~ I I ~;:I~~~~a.l. I ' ; 81~_18~tl% ,~.,~I\ ~ ~lo ~ ~!1 Pi .1 T, $i~I~!OO>NO 010 I o...!~l:l.o! TI "1_1000_"0 f 0 0 + . 0, 1 i J ~rl~~l~{ : : ll~~ 0 0 . 0 1 I _ 000<:10080 -'iO"O-OO i 0 ,I I I I 0"000100010, o ~ 0 0 010 oJ! 0 , 1 I 01.1000000 ~ I _ _ !! b ~!~ O>'~ 01 ~ ~ ; ~!c!~ : ~i B fi ~ ~ g 8 i ~I ~i ~ ~ i ~I~ ~l~ ~ ! ! ~ ~i~i~ ~ ~ ~ ~:.3 ~ ~ ~ lil i:~i,.~ ~ ~ ~s ;!iizlillilm~!l!~~~ ~ ~i".~ ~ ~ rH 1.~I,1 ~ ~ ~~~'Q~~z~lifi\1 ~ ~UlqnU~1 ~ g ~I~.;J h ~ i'...' '..' ~ i ~ ~ ~,. ~ il ! .. ~ ~l:~ ~, ' ~. I I ~, I I III I I i I i I ~ 8 tl 8 +00100000 i .Iltl"'U . 00'000100010 I ~ M - - - N :: ~I ..~I~a~- i;~ii:;ii H~nhli ;; Ii l , it Ir {l I f ~ -=-.? ! I , i i Bt u ~ f I H [i [I r ~ r I . I f B ~ ~ fl il 11 if ! i t II I i f , Ii . ~ ~ II iI 1 ~ Ii I 'I L Iii -, fh "i . i!! Cl :I: .... 00 0'" ii~ !!!~:::: ~i~ Jlo-:l~o :;1!"''''- mo;l::;! 2~~~~ ~mc!~m ~~il:~~ ~S~m:;: lllZClJlo o.,,:uo :umJlo:l: :l:m~ g~:r- C:l:m 2:8 C:z r-", mc: ~ Z ....