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
....