HomeMy WebLinkAbout2006-26418 Reso
RESOLUTION NO. 2006-26418 .
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE AMENDMENT NO. 17, IN THE AMOUNT OF
$624,551, TO THE EXISTING AGREEMENT BETWEEN THE CITY AND CAMP,
DRESSER & MCKEE, INC., DATED JULY 8, 1992, FOR PROFESSIONAL
ENGINEERING SERVICES FOR THE UPGRADE OF SEWER & WATER
PUMPING STATIONS AND A NEW PUMPING STATION ON MACARTHUR
CAUSEWAY, AND APPROPRIATING $56,697 FROM THE SOUTH POINTE
CAPITAL FUND 389 FISCAL YEAR (FY) 2006 CONTINGENCY, TO PROVIDE
ADDITIONAL ARCHITECTURAL, ENGINEERING AND LANDSCAPE
ARCHITECTURAL SERVICES TO RE-DESIGN THE SOUTH POINTE
WASTEWATER BOOSTER PUMP STATION PROJECT.
WHEREAS, on July 8, 1992, the Mayor and City Commission adopted Resolution No. 92-
20540, authorizing the Mayor and City Clerk to execute an Agreement with the firm of Camp,
Dresser and McKee, Inc. (COM), to provide architectural/engineering services for the upgrade of the
Sewer and Water Pumping Stations, and to design a new Water Booster Pump Station on the Mac
Arthur Causeway (the Agreement); and
WHEREAS, on January 31,2001, the City Commission adopted Resolution No. 2001-
24243, approving Amendment No. 9 to the Agreement to provide architectural and engineering
services for the Wastewater Master Booster Pump Station at South Pointe; and
WHEREAS, during the Amendment No. 16 negotiation process COM, on behalf of
Zyscovich Architects, requested additional services fees in the amount of $96,500, $35,000 of which
was associated with the cost for the ORB presentation and approval process; and
WHEREAS, City staff could not justify this portion of the fees, leading to a reorganization of
the existing design team by COM, which selected ST A Architectural Group as its sub consultant for
architectural design services; and
WHEREAS, on April 25, 2006 prior to the presentation of the project to the ORB, the City
and COM presented the project to the community; and
WHEREAS, the first presentation resulted in opposition from the community, not only for
the proposed two-floor scheme, but also a strong concern for possible odors, as well as noise and
vibration from the pumps; and
WHEREAS, an additional outof original scope third workshop was presented on August
22, 2006, receiving final acceptance by the community; as a condition of this acceptance, the
community requested that an acoustics consultant be included in COM's design team to address
sound proofing of the station; and
WHEREAS, these out-of-scope services were not anticipated under the negotiation of
Amendment No.16; therefore, it is necessary for the City and COM to execute Amendment No.17 to
the Agreement, which would re-activate the process; present the new 30% design to the ORB; and
take the project through the permitting and construction procurement phases.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission
hereby approve and authorize the Mayor and City Clerk to execute Amendment No. 17, in the
amount of $624,551, to the existing Agreement between the City and Camp, Dresser & Mckee, Inc.,
Agenda Item fl.7 E
Date j/)'-fl-a.
dated July 8, 1992, for Professional Engineering Services for the Upgrade of Sewer & Water
Pumping Stations and a New Pumping Station on MacArthur Causeway, and appropriating $56,697
from the South Pointe Capital Fund 389 Fiscal Year 2006 Contingency, to provide additional
architectural, engineering and landscape architectural services to re-design the South Pointe
Wastewater Booster Pump Station Project.
ATTEST:
PASSED and ADOPTED this 6th day of ~ecefIlber- ,2006.
/ 1
/
~K p~~
CITY CLERK
Robert Parcher
T:\AGENOA\2006\dec0606\Regular\sp Booster COM ad 17 Reso.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR ECUTION
11(}(O'
ttomey~~
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, authorizing the Mayor and
City Clerk to execute Amendment No. 17, in the amount of $624,551, to an existing Agreement between the
City of Miami Beach and Camp, Dresser & McKee, Inc., dated July 8, 1992, for professional engineering
services for the Upgrade of Sewer & Water Pumping Stations and a New Pumping Station on Mac Arthur
Causeway, and appropriating $56,697 from the South Pointe Capital Fund 389 FY 06 Contingency, to provide
additional architectural, engineering and landscape architectural services to re-design the South Pointe
Wastewater Booster Pump Station proiect.
Ke Intended Outcome Su orted:
To ensure well designed quality projects.
Issue:
Should the City Commission authorize Amendment 17 to Camp, Dresser & McKee, Inc. (CDM) in the
amount of $624,551 and appropriate an additional $56,697 available from the South Pointe Capital Fund
389 FY 06 ContinQency?
Item Summa IRecommendation:
On July 8, 1992, the Mayor and City Commission adopted Resolution 92-20540, authorizing the Mayor and City
Clerk to execute an Agreement with the firm CDM, to provide architectural, engineering services for the upgrade
of the sewer and water pumping stations, and to design a new Water Booster Pump Station on the Mac Arthur
Causeway.
On September 12, 2003, CDM requested additional compensation from the City in the amount of $69,000, for
providing supplemental, out-of-scope services incurred as a result of the design changes. During the
Amendment No. 16 negotiation process CDM, on behalf of Zyscovich Architects, requested additional
Architectural Services fees in the amount of $96,500. Of this amount, $35,000 was solely associated with the
DRB presentation and approval process. Upon review of the original Agreement, it was determined that CDM
was obligated to present the Project to the DRB until final acceptance, and therefore, the City could not justify
this portion of the fees. This led to a reorganization of the existing design team resulting in a more acceptable
fee structure for architectural treatments, the DRB presentation and the selection by CDM of ST A Architectural
Group for architectural design services.
Prior to the presentation of the project to the DRB, the City and CDM presented the project to the Community on
April 25, 2006. The first presentation resulted in a total opposition from the Community, not only for the
proposed two-floor scheme, but also, a strong concern for possible odors as well as noise and vibration from
the pumps.To alleviate any design concerns from the community, CDM and the City scheduled visits with the
residents to similar stations throughout the County and added a second workshop to share new design
schemes deleting the second floor and improving the architecture, as requested by the residents. Several
discussions were held to demonstrate to the community the real necessity of the implementation of this facility.
The residents also requested the City to investigate alternate possible locations for the pump station. CDM and
staff evaluated several options, none of which proved to be a more feasible option. The results were
subsequently presented to the community. An additional oul-of-original.scope third workshop was presented on
August 22, 2006, and received final acceptance by the community. As a condition of this acceptance, the
community requested that an acoustics consultant be included in the design team to address sound proofing of
the station. These out-of-scope services were not anticipated under the negotiation of Amendment 16,
therefore, it was necessary for the City and CDM to negotiate a new Amendment 17 that would re-activate the
process, present the new 30% design to the DRB and take the project through the permitting and construction
procurement phases. The new Amendment 17 includes the following contract categories: Design, Design
Contin encies, Permittin and Biddin and Reimbursable Ex enses.
Advisory Board Recommendation:
I N/A
Financial Information:
sourcert(O f
Fund:
OBPI
Ci Clerk's Office Le islative Trackin
Hiram G. Siaba, CIP Office
Si n-Offs:
Department Director Assistant City Manager City Manager
Amount Account Approved
1 $56,697 South Pointe Capital Fund 389 FY
06 Contingency
$56,697
~
.....
JECh TH
T:\AGENO~J6\deC0606\RegUlar\Sp Booster COM ad
MIAMI BEACH
!l7E
/().-/rO"
AGENDA ITEM
DATE
e MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
FROM:
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez, City ManagerJ. ~
December 6, 2006 U
A RESOLUTION OF THE MAYO AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AMENDMENT NO. 17, IN THE AMOUNT OF $624,551, TO AN
EXISTING AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CAMP,
DRESSER & MCKEE, INC., DATED JULY 8, 1992, FOR PROFESSIONAL
ENGINEERING SERVICES FOR THE UPGRADE OF SEWER & WATER
PUMPING STATIONS AND A NEW PUMPING STATION ON MACARTHUR
CAUSEWAY, AND APPROPRIATING $56,697 FROM THE SOUTH POINTE
CAPITAL FUND 389 FY 06 CONTINGENCY, TO PROVIDE ADDITIONAL
ARCHITECTURAL, ENGINEERING AND LANDSCAPE ARCHITECTURAL
SERVICES TO RE-DESIGN THE SOUTH POINTE WASTEWATER BOOSTER
PUMP STATION PROJECT.
TO:
DATE:
SUBJECT:
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
PROJECT FUNDING
Project funding in the amount of $567,854 was appropriated in Capital Budget 2007; the
additional $56,697 funding is available from the South Pointe Capital Fund 389 FY 06
Contingency.
ANAL YSIS
On July 8, 1992, the Mayor and City Commission adopted Resolution 92-20540, authorizing
the Mayor and City Clerk to execute an Agreement with the firm of Camp, Dresser and
McKee, Inc. (COM), to provide architectural/engineering services for the upgrade of sewer
and water pumping stations, and to design a new Water Booster Pump Station on the
MacArthur Causeway.
CONDITIONS
The City's 2000 Comprehensive plan established that the inefficient equipment at the
existing pump stations was operating in over-capacity conditions, had surpassed its useful
life, and would continue to face increasing operating and maintenance expenses without the
construction of a new in-line booster station at South Pointe. The alternative to providing a
new booster pump station would be to provide major structural, mechanical, and electrical
upgrades at five existing pump stations (PS Nos. 1,10,11,280, and 31) downstream of Pump
Station (PS). 28B. Consequently, the South Pointe Wastewater Booster Pump Station
Project was identified as a priority, and City staff recommended its construction.
Commission Memorandum
December 06, 2006
CDM Amendment 17 South Pointe Booster Station
Page 2 of 4
On January 31,2001, the City Commission adopted Resolution No. 2001-24243, approving
Amendment No.9 to its 1992 Agreement with COM to provide Professional Architectural and
Engineering Services for the Wastewater Master Booster Pump Station at South Pointe.
PROJECT LIMITS
The proposed pump. station is to be located on a triangular parcel of land bounded by
Jefferson Avenue to the East, Alton Road to the West, First Street to the North, and the
intersection of Jefferson Avenue and Alton Road at Commerce Street to the South.
PROJECT SCOPE
Construction oftwo1500 HP Pumps with a 54-inch diameter force main, by-pass, FPL vault,
transformers, control room, emergency generator, fuel storage tanks, HVAC and ventilation
system, SCAOA controls, architectural treatments, and landscaping.
On May 10, 2002, COM submitted a Preliminary Design Report that included two design
alternatives for the proposed booster pump station. Option 1 included the configuration of all
the components housed within a one-story glass and concrete structure. Option 2 consisted
of a two story facility with three glass walls and one concrete wall, with the pumps housed on
the ground floor and the electrical room and generator located on the 2nd floor.
Given the site constraints that included an existing 54-inch diameter force main which runs
diagonally to the property, as well as the triangularly shaped site, COM sought to provide
vehicular maintenance access, minimize utility relocation, simplify pipe runs, and curtail the
size of the structures while maintaining the facility aesthetics, and lessening the impact on
adjacent residential properties. The FPL vault, standby generator, fuel storage tanks and
other vital components, were originally to be located off site at the nearby City owned Lot 15
(Block 51) located at the intersection of Jefferson and 1 st Street. At that time, the residents
and the Planning and Public Works Departments concurred that Option 2 was the most
feasible and COM was authorized to proceed with its design development.
On January 9,2003, COM reported to the City that, concurrent to the preparation of the 30%
construction drawings, the design team decided to re-incorporate the FPL vault within the
pump station structure, following advise by City staff of the unavailability of an off-site parcel.
On January 14, 2003, the City met with COM and their consultant Zyscovich Architects, to
discuss the changes. During this meeting, the City's consultant presented a revised site
plan with the FPL vault within the structure. This resulted in significant design modifications
to Option 2, and an increase in the building's footprint. The revised structure was taller,
larger, and more massive than originally presented to the City staff and residents. As a result
the City directed the consultant to prepare conceptual elevations of the new structure(s)
reflecting the new building height, and massing; schedule a subsequent meeting with staff to
review and evaluate the proposed design revisions; and present the revised design to the
Design Review Board (ORB), prior to any decision to proceed beyond the 30% design
development level. The City also directed COM to provide an updated engineer's estimate of
probable construction cost.
On April 28, 2003, City staff met with COM to discuss the increase from the $6.9 million
estimate in the Preliminary Design Report of May, 2002, to a range of between $8.5 to $11
million dollars in the engineer's estimate of probable cost dated April 9, 2003. Due to the
Commission Memorandum
December 06, 2006
COM Amendment 17 South Pointe Booster Station
Page 3 of 4
significant construction cost increase, COM was requested to provide documentation to
support the increase, re-evaluate the building components, and postpone further design
development until the submittal of an acceptable option that would bring the project closer to
the City's original construction budget.
COM attributed the increase in the project cost to changes prompted primarily by the
unavailability of the lot 15, Block 51 land parcel. Consequently, the pump station
components were reconfigured on the triangular site; the FPL sub-station type transformer
was placed within the building structure, instead of the outdoor pad-mounted option; the
bypass force main, yard piping and generator were relocated; the HVAC design was
modified; the fuel tank was located on site; and plans modified to include the demolition and
disposal of abandoned pile caps from the previous elevated water tank that were not
reflected in the topographic survey.
City staff and COM also explored several options to bring the project closer to its original
budget, including: .
The use of two1500 HP pumps instead of three 900-HP pumps. COM advised that
the City would realize an immediate cost savings in excess of $200,000, by implementing
this change. Following an evaluation and a favorable opinion by City operations and
maintenance staff, this design option was approved.
Re-evaluation of the ownership, availability and use of Lot 15, Block 51, in an attempt
to offer more flexibility to the design team for the placement of the building components.
Although staff did not approve the installation of a prefabricated fuel tank and generator
modular unit with landscape screening at this prominent site, they subsequently approved
locating these items within the triangular site and the use of landscape screening. As a
result, significant cost savings, of up to $900,000, will be realized as this design approach
reduces the structural requirements of the Option 2 building.
On September 12, 2003, COM requested additional compensation from the City in the
amount of $69,000, for providing supplemental, out-of-scope services incurred as a result of
the design changes. These included the design of the structure's layout to add the
transformer vault (at the 30% design submittal), reorganization of the site, modifications of
structural components and piping layout, and coordination during an extended contract term
due to delays in the project, originally scheduled to be completed in the Fall of 2002. Of this
amount, the City has only approved $57,000 included in the Subtask C - Additional Services.
In order to reduce the project cost by a significant amount, it will be necessary to redesign
the layout of the primary components originally approved in Option 2. The majority of the
30% design documents already produced by COM will be discarded, in order to
accommodate the components on site within a less massive structure, while maintaining the
construction budget. During the Amendment No. 16 negotiation process COM, on behalf of
Zyscovich Architects, requested additional Architectural Services fees in the amount of
$96,500. Of this amount, $35,000 was solely associated with the ORB presentation and
approval process. Upon review of the original Agreement, it was determined that COM was
obligated to present the Project to the ORB until final acceptance, and therefore, the City
could not justify this portion of the fees. This led to a reorganization of the existing design
team resulting in a more acceptable fee structure for architectural treatments, the ORB
presentation and the selection by COM of STA Architectural Group for architectural design
services. The original Additional Services fee requested by COM for the re-design work to
30% level, including additional fees for the extended Contract term was $271,176. The final
negotiated amount was $223,941.
Commission Memorandum
December 06, 2006
CDM Amendment 17 South Pointe Booster Station
Page 4 of 4
Prior to the presentation of the project to the ORB, the City and COM presented the project
to the Community on April 25, 2006. The first presentation resulted in a total opposition from
the Community, not only for the proposed two-floor scheme, but also, a strong concern for
possible odors as well as noise and vibration from the pumps.
To alleviate any design concerns from the community, COM and the City scheduled visits
with the residents to similar stations through out the County and added a second workshop
to share new design schemes deleting the second floor and improving the architecture, as
requested by the residents. Several discussions were held to demonstrate to the community
the real necessity of the implementation of this facility.
The residents also requested the City to investigate alternate possible locations for the pump
station. COM and staff evaluated several options, none of which proved to be a more
feasible option. The results were subsequently presented to the community.
An additional out of original scope third workshop was presented on August 22, 2006, and
received final acceptance by the community. As a condition of this acceptance, the
community requested that an acoustics consultant be included in the design team to address
soundproofing of the station.
These out-of-scope services were not anticipated under the negotiation of Amendment 16,
therefore, it was necessary for the City and COM to negotiate a new Amendment 17 that
would reactivate the process, present the new 30% design to the ORB and take the project
through the permitting and construction procurement phases.
The new Amendment 17 (Attachment No.1) includes the following contract categories:
. Design
· Design Contingencies
· Permitting and Bidding
· Reimbursable expenses.
CONCLUSION
The Administration recommends the execution of Amendment No. 17, in the negotiated
amount of $624,551, to an existing Agreement between the City of Miami Beach and Camp,
Dresser McKee Inc., dated July 21, 1992, to provide Additional Architectural, Engineering
and Landscape Architectural Services to re-design the South Pointe Wastewater Booster
Pump Station Project and the appropriation of an additional $56,697 from the South Pointe
Capital Fund 389 FY 06 Contingency.
Attachments
T:\AGENOA\2006\dec0606\Regular\SP Boaster COM ad 17.doc
ATTACHMENT No.1
CITY OF MIAMI BEACH
CONSULTANT SERVICE ORDER
Dated: September 12, 2006
TO: Camp Dresser & McKee Inc.
800 Brickell Avenue, Suite 710
Miami, Florida 33131
RE: Amendment 17 to the Agreement between the City of Miami Beach
and Camp Dresser and McKee, Inc. dated July 21, 1992
Pursuant to the Agreement between City of Miami Beach and Camp Dresser & McKee Inc.
(COM) for Professional Services, dated July 21,1992, (Agreement) the parties desire to amend
the Agreement to retain the services of CDM to provide final design and permitting/bidding
assistance of the South Pointe Booster Pump Station. This project is part of upgrades of sewer
(wastewater) pump stations throughout the City. The services provided are more particularly
described in the attached Scope of Work:
Project Name: South Pointe Wastewater Booster Pump Station
Calendar days to complete this work:
14 months from the Notice to Proceed to Bid
Advertisement.
Fee for this Service Order:
Total Amendment No. 17 compensation for CDM services
will be as follows:
TASK DESCRIPTION AMOUNT BASIS
A Design $402,420 Lump Sum
B Contingency $50,000 Upper Limit
C Permitting/Bidding $168,599 Upper Limit
D Reimbursables $3,532 Upper Limit
TOTAL $624,551 Upper Limit
Basic Service
x
Additional Service
x
Reimbursable Expense
x
ACCEPTED:
City of Miami Beach
Jorge E. Chartrand
CIP Director
Date
Camp Dresser & McKee Inc.
~flJ
Victor J. Pujals, P.E., DEE
Vice President
rj; ,;-/0 ~
Date
N:\KM2491.CSO.doc
9/12/2006
EXHIBIT A
PROJECT SCOPE AND BUDGET
FOR
SOUTH POINTE WASTEWATER BOOSTER PUMP STATION
PRELIMINARY DESIGN MEMORANDUM UPDATE, DESIGN,
PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS
AMENDMENT NO. 17
September 12, 2006
PROJECT:
New Wastewater Booster Pump Station located at South Pointe on Miami
Beach.
PROJECT
BACKGROUND:
As part of the design of the Pump Station Upgrades preliminary design in
1992-1993, the City and COM concurred that the least disruptive and
most economically feasible option to meet the Level of Service for the
wastewater transmission system was to construct a single new booster
pump station at the downstream end of the wastewater transmission
system in lieu of major structural and electrical upgrades at six existing
pump stations. This option provided the benefits of greater operational
flexibility for the City and lower force main pressures throughout the
. entire system, resulting in decreased operation and maintenance costs.
COM was authorized the original design project work under Amendment
No.9 of the Water and Wastewater Pump Station Upgrade program.
A preliminary design report (POR) for the proposed South Pointe Booster
Pump Station (SPBPS) was submitted on May 13, 2002. The project was
subsequently designed to the 30 percent level, with a submittal dated
November 2004. However, the City requested changes due to the
magnitude of the estimated costs of construction and various site and
aesthetic issues at this location. As a result, Amendment No. 16 was
authorized. This re-design amendment included a letter report update to
the POR and final design of an in-line, 98 MGO (peak), partially
underground, variable speed, two pump (one service, one standby) 1,500
HP wastewater booster station and 54-inch diameter station by-pass force
main located entirely on the former water tower site at First Street and
Alton Road. The project included an electrical! control room,
instrumentation, on-site generator/fuel tank, SCAOA interface, noise
suppression, and architectural and landscape features. This amendment
revised the design and permitting activities of Amendment No.9. The
bidding services and balance of the reimbursable allowance remained
from Amendment No.9.
The City held three Community Design Workshops (COWs) between
April 2005 and April 2006 to present the proposed pump station design.
CONI
A-1
KM2491.exh a.doc
9/1212006
These workshops were attended by area residents, owners and business
owners. On the first COW held at South Pointe Elementary School, the
two-story "Chess Park" scheme was presented. As a result of concerns
expressed regarding the height of the structure, security, and other
aesthetic issues, the design was revised and a second CDW held at
Monty's Stone Crab on June 2005 to present diagrams of one and two
story schemes. After this presentation, it was agreed to change the design
to that of a single story structure. On the third CDW held at the Miami
Beach Police Station, the single-story "Passive Park" scheme was
presented to the community. As a result of community concerns, this
amendment also modifies the design and permitting activities previously
included in Amendment No. 16.
PROJECT
REFERENCE:
Agreement between the City of Miami Beach and Camp Dresser & McKee
Inc. (COM) dated July 21, 1992, for professional engineering services for
the upgrading of sewer and water pumping stations.
SCOPE AND
BUDGET:
COM will perform the additional work tasks described herein at the fees
and costs listed for final design, permitting and bidding assistance.
Proposed labor hours are provided by task in the following pages. This
scope and budget supplements the scope and budget previously
approved under Amendment Nos. 9 and 16.
BACKGROUND
The City of Miami Beach (City) is approaching completion of the construction of rehabilitation
improvements of its existing wastewater pumping stations upstream of the proposed SPBPS.
The flows developed by others in the Year 2000 Comprehensive Plan prepared by the City of
Miami Beach Planning and Zoning Department, (October 1989) will essentially exceed the
capacity of the equipment being installed in the Pump Station Upgrades Project scheduled to
startup in late 2006 without the addition of a new in-line booster pump station at South Pointe.
It was previously analyzed that the required mechanical, structural, and electrical renovations
needed for the Pump Station Upgrades Project would have been cost prohibitive and
economically disruptive without the addition of a new in-line booster pump station on the
southern end of the wastewater transmission system. Further, the new pumps being installed
under the current Pump Station Upgrades ProjeCt were designed specifically to work in concert
with the new booster station and will not properly operate without the SPBPS, especially during
peak demand conditions.
At the 30 percent design level, the City held three Community Design Workshops (CDWs) to
present the proposed pump station design as discussed above. These workshops were attended
by area residents, owners and business owners. Mter the first two COWs, revisions were made
to the design of the station to address recommendations made at the COWs. As a result, the
City requested that the design be changed from a conventional two-story structure to a one-
story structure that mirrors many of the architectural features of surrounding buildings. For
CDNI
A-2
KM2491.exh a.doc
9/12/2006
these reasons, the City has requested COM to provide a scope and budget (described below) to
revise and finalize the design of the recommended booster pump station and allow for
compensation for the additional design and permitting effort expended to date. The City also
requested that CDM retain an independent Acoustical Consultant to provide expert assurances
that noise generated at this facility will be minimized to a practical extent.
A. DESIGN SERVICES (AMENDED)
A.1 Design Services and Production of Contract Documents
1. Preparation of an updated letter report updating to the design memorandum
with the latest flow estimates, applicable sketches and renderings for the booster
station, including landscape drawings, presenting the revised layout option, and
preliminary opinion of probable cost. Technical review of the submittal with
City DPW and CIP staff will be undertaken to form the basis of final design of
the pump station. The design memorandum will also include a section related to
initial findings and recommendations from the Acoustical Consultant on how to
control sound produced by pump station equipment in order to comply with
noise limits established by The Code of the City of Miami Beach, Article IV
(Noise) Section 46154(c).
2. Preparation of E]CDC-based contract documents, 16 division CSI based
specifications and approximately 86 contract drawings, per the List of Drawings
provided in Appendix A, describing the design and construction of the new
wastewater booster pump station.
3. Preparation of an opinion of probable construction cost at the 60 and 90 percent
completion point. Perform constructability review at the 90 percent completion
point.
4. Three coordination meetings with City Planners and coordinating with other
projects in the area. Requested revisions to the design following the submittal
and acceptance of the 60 percent construction documents by the City, if any, will
constitute additional services (see contingency).
5. Attendance at periodic (up to 5) progress meetings with the City during the
course of the 10-month design phase of this project.
6. Through an Acoustical Consultant, conduct environmental sound modeling to
determine existing and projected sound levels at all neighboring properties, and
make noise control recommendations for the pump station's equipment in a
conceptual design report. Present findings at (up to 2) public meetings.
Site Survey and Geotechnical subsurface investigations of the project site have been completed
and are assumed to be valid for design and permitting purposes. Deliverable will be three sets
(1 reproducible) of plans and specifications in MS Word format and AutoCAD plot files
(Version 2005 or latest) for City procurement to produce and distribute as Owner. The City will
CONI
A-3
KM2491.exh a.doc
9/12/2006
provide CDM three copies of the bid, all addenda, and six copies of the executed contract
documents.
The total additional authorization for Task A, Items 1 through 6, is a lump sum (LS) amount of
$402,420. This amount includes other direct costs (ODCs) previously listed in item D-1.
Design Services (Lump Sum)
Subtotal CDM Labor
Outside Professional Services
Architectural
Landsca ping/ Irriga tion
Survey
Acoustical Control
Reimbursables (ODes)
Total Task A (LS)
Credit for Remaining Funds
Total Task A (LS) Authorization.
B. CONTINGENCY (NEW)
Cost to Complete
Amount
$468,585
$95,000
$2,652
$2,518
$32,100
$27,690
$628,545
($226,125)
$402,420
B.1 Provide a contingency to cover additional services as authorized in writing by
the City. CDM will not use the contingency without prior written approval from
the City.
The total additional authorization for Total Task B is an Upper Limit (UL) of $50,000.
C ADDITIONAL SERVICES (AMENDED)
C1 Provide additional permitting services related to the three Community Design
Workshops through 8/31/06. lbrough an architectural subcontractor, CDM will
prepare and submit a DRB (Design Review Board) application and up to two (2)
presentations. This submittal includes preparation and submittal of the
application forms, mailings to potential affected parties, and presentations to the
Board. All related permit fees shall be paid by the City.
C2 Provide bidding services in accordance with the original scope of work. The
upper limit of this task represents the difference in the hourly rates from the
original date of the scope of work for Amendment No. 16 (2004) to the date of the
scope of work for this amendment (2006).
The total additional authorization for Task C is an Upper Limit (UL) of $168,599. This
amount excludes Reimbursables associated with permitting/bidding which are
addressed as Items D.2 and D.3.
CONI
A-4
KM2491.exh a.doc
9/12/2006
Task
C.1
C.2
Permitting/Bidding Assistance Services
Cost to Complete
Amount
CDM Permitting Services (UL)
Outside Professional Services
Architectural (DRB)
Landscaping (DRB)
CDM Bidding Services (UL)
Total Task C (UL)
Credit for Remaining Funds
Total Task C (UL) Authorization
$84,510
$36,134
$2,500
$45,460
$168,604
1i2l
$168,599
D. REIMBURSABLES (AMENDED)
The total additional authorization for Task D is an Upper Limit (UL) of $3,532. The
reimbursable budgets for the various tasks are as follows:
Task
D.2
D.3
ASSUMPTIONS
Permitting/Bidding Assistance Services
Cost to Complete
Amount
Bidding Services
Permitting Services
Total Task D (UL)
Credit for Remaining Funds
Total Task D (UL) Authorization
$2,155
$2,915
$5,070
($1,538)
$3,532
1. There will be no setback requirements for the pump station or underground structures
at the site (see Exhibit D) with respect to the property line. City to confirm or undertake
the necessary approval process with the pertinent City Departments. Approval is
essential prior to the construction of the proposed facility.
2. The pump station will consist of a single story structure with five individual rooms,
including a pump/motor room (partially below grade), a generator room, a FPL
transformer room, an electrical room, and a storage room (see Exhibit D). The
schematic architectural layouts prepared for and presented at a meeting with the City
Manager on May 23, 2006 and the August 22, 2006 community meeting, will form the
Basis of Design, with the exception that the fuel oil storage tank for the "generator will be
located outside of the structure and buried at the south end of the site. These layouts
were previously prepared, presented and modified as a result of three Community
Design Workshops. However, it should be recognized by all parties that there is a need
for detailed review by all the other design disciplines, including an Acoustical
Consultant, before proceeding with detailed design. As a result of this review, there
may be a need for further modifications of the current schematic architectural layouts.
~
A-5
KM2491.exh a.doc
9/12/2006
CDM recognizes and agrees to present and review any such modifications with the City
before proceeding with detailed design.
3. As a result of locating the fuel oil storage tank outside of the building, there will not be a
need for a fire protection system inside of the pump station.
4. An Acoustical Consultant will be retained to provide recommendations on how to
control sound produced by pump station equipment in order to comply with noise
limits established by The Code of the City of Miami Beach, Article IV (Noise) Section 46
154(c).
5. There will be up to two ORB applications prepared and presented to City's Design
Review Board.
6. The existing overhead FP&L power lines crossing the site will be relocated underground
and circumventing the SPBPS site. CDM shall show this item as part of the Site
Demolition Plan.
DATA OR ASSISTANCE TO BE PROVIDED BY THE CITY
1. Locations of all existing underground, on-site utilities including as-built drawings and
results of any soft-digs in the area of the proposed imprqvements.
2. Existing related project drawings, including record drawings of existing facilities not
already available to COM.
3. Assistance in discussions with regulatory agencies and City Boards.
4. Submittal of documents to the various City Departments for review and permitting
prior to bidding.
SCHEDULE
Assuming reasonable durations for the Departmental and Board reviews, etc., the following
schedule outline is proposed:
Milestone
Time to Complete
(as measured from NTP)
1 month
3 months
5 months
7 months
8 months
14 months
Revised Preliminary Design Memorandum
30% Design Review Submittal
60% Design Review Submittal
90% Design Review Submittal
90% Submittal to Building Dept.
100% Contract Documents (Advertise for Bid upon
Building Dept. Dry Run Acceptance)
CONI
A-6
KM2491.exh a.doc
9/12/2006
SUMMARY OF COMPENSATION
Total Amendment No. 17 compensation for COM services will be as follows:
TASK
A
B
C
D
DESCRIPTION
Design
Contingency
Permi ttingj Bidding
Reimbursables
TOTAL
AMOUNT
$402,420
$50,000
$168,599
$3,532
$624,551
BASIS
Lump Sum
Upper Limit
Upper Limit
Upper Limit
Upper Limit
This Amendment No. 17 is for additional services under Tasks A, B, C and D in the Upper Limit
amount of $624,551. The original Amendment No.9 dated March 15, 2001 associated with this
project was for a total compensation amount of $488,205. Amendment No.9 included Tasks A.l
(Design), C1 (Permitting), C2 (Bidding), and 0 (Reimbursables). Amendment No. 16 dated
October 7, 2004 was for a total compensation amount of $244,575. Amendment No.16 increased
the scope and compensation for Tasks A.l (Design), C1 (permitting), C2 (Bidding), and D
(Reimbursables). This increase to Tasks A, B, C and 0 will result in a total Upper Limit amount
of $1,357,331 for this project as shown on Exhibit C
PAYMENT
COM will submit monthly invoices to the City. Each invoice shall include a monthly written
status report. Invoicing for the Lump Sum, Task A, will be based on the percentage of
completion of the task. Invoicing for the Upper Limit services, Tasks C1 and C2, shall be billed
on a time and materials basis at COM's prevailing rates, see Exhibit B, plus sub-consultant
professional services fee. Invoicing for the Upper Limit reimbursables amount, Task 0, will be
at actual costs.
The contingency amount will only to be used if authorized in writing by the City. Any
authorized Upper Limit amount will be at the sole discretion of the City.
CDIVI
A-7.
KM2491.exh a.doc
9/12/2006
EXHIBIT B
CDM
SCHEDULE OF HOURLY BILLING RATES
July 31, 2006
HOURL Y
CATEGORIES RATES
PROFESSIONAL SERVICES
OFFICER $180.00
PRINCIP ALl ASSOCIATE $160.00
SENIOR PROFESSIONAL $130.00
PROFESSIONAL II $110.00
PROFESSIONAL I $95.00
PROFESSIONAL SUPPORT SERVICES
SENIOR SUPPORT SERVICES $105.00
STAFF SUPPORT SERVICES $75.00
FIELD SERVICES
SENIOR PROFESSIONAL $95.00
PROFESSIONAL $65.00
PROTECT SUPPORT SERVICES
PROJECT ADMINISTRA nON $65.00
COM
B-1
KM2491.exh b.doc
9/1212006
EXHIBIT C
CDM
FEE PROPOSAL ITEMIZATION
FOR
SOUTH POINTE WASTEWATER BOOSTER PUMP STATION
PRELIMINARY DESIGN MEMORANDUM UPDATE, DESIGN,
PREP ARA TION OF CONTRACT PLANS AND SPECIFICATIONS
AMENDMENT NO. 17
A. DESIGN SERVICES
Category
CDM Labor Hours
CDM Labor Services
Outside Professional Services:
Geotechnical
Architectural
Landscaping
Survey
Noise Control
Reimbursables / ODCs
Payment Summary
September 12, 2006
Amend. 9 & 16
4,027 hrs
$482,885
Cost to Complete
3,956 hrs
$468,585
$3,500
$89,500
$2,500
$8,500
$0
$24,263
$611,148
$0
$95,000
$2,652
$2,518
$32,100
$27,690
$628,545
Task A (Amend. 9 &16)
Paid to Date
Remaining Funds
Additional Funding
$611,148
$385,023
$226,125
New Task A Cost to Complete (Table A.l)
Credit for Remaining Funds from Amends 9 & 16
Additional Authorization (Amendment No. 17)
$628,545
($226,125)
$402,420
Total Task A Authorization - Design Services
Task A (Amend. 9 & 16) Authorization
Additional Authorization
Total Task A - Design Services
C-1
CDNI
$611,148
$402,420
$1,013,568
KIvl2491.exh c .doc
9112/2006
B. CONTINGENCY
Category
Total Task B - Contingency
(Amendment No. 17)
Amend 9 & 16
$0
Cost to Complete
$50,000
C. ADDITIONAL PERMITTING AND BIDDING SERVICES
Category
CDM Labor Hours (C1 & C2)
CDM Labor Services (C1)
Outside Professional Services:
Architectural (DRB)
Landscaping (DRB)
CDM Labor Services (C2)
Payment Summary
Task C (Amend. 9 &16)
Paid to Date
Remaining Funds
Additional Funding
Amend. 9 & 16 Cost to Complete
831 hrs 1,112 hrs
$72,394 $84,510
$10,000
$1,200
$36,500
$120,094
New Task C Cost to Complete (Tables C1 & C2)
Credit for Remaining Funds from Amend 9 & 16
Additional Authorization (Amendment No. 17)
Total Task C Authorization - Permitting and Bidding Services
$36,134
$2,500
$45,460
$168,604
$120,094
$120,089
$5
$168,604
.cru
$168,599
Task C (Amend. 9 & 16) Authorization $120,094
Additional Authorization $168,599
Total Task C - Permitting and Bidding $288,693
COM
C-2
KJ\.12491.cxh c .doc
9112/2006
D. REIMBURSABLES
Category
Subtotal (D.2 -
Bidding Services)
Subtotal (D.3 -
Permitting Services)
Amend. 9 & 16
$1,538
Costs to Complete
$2,155
--.iQ
$2,915
$1,538
$5,070
PaymentSurnrnary
Task D (Amend. 9 & 16)
Paid to Date
Remaining Funds
$1,538
$ 0
$1,538
Additional Funding
New Task D Cost to Complete (Tables D.2 & 0.3)
Credit for Remaining Funds from Amend 9 & 16
Additional Authorization (Amendment No. 17)
$5,070
($1,538)
$3,532
Total Task D Authorization - Reimbursables
Task D (Amend. No.9 & 16) Authorization
Additional Reimbursables
Total Task D - Reimbursables
$1,538
$3,532
$5,070
SUMMARY OF COMPENSATION
Task Amend. No.9 Amend No. 16 Amend. No. 17 Total
A $420,112 $191,036 $402,420 $1,013,568
B $50,000 $50,000
C $66,555 $53,539 $168,599 $288,693
D $1,538 $3,532 $5,070
$488,205 $244,575 $624,551 $1,357,331
CONI
C-3
K.\12491.exh c .doc
9/12/2006
Exhibit D
Site Plan
..
'. ,
Ie
'"
';/ .'
0..
-,
C
0::
t;'
-
~
-,
-
t,
L.:..
~
...
::r.:
'-'
~
<
~
..
fI,
...:.,
..
.
'4...
.r
.
"
..
., "
w
:)
z
w
~
z
o
II)
a:
w
u.
u.
W
"l
; ~.A
:"
,Ci
, <i
~
V"oi,
L33~J.S J.S~I;I
-.
..
.,
. "--.
.. ."";..-'
.
. . ~
:. :',
..11"...
.... .
.
<<..
- ~-.
~:r _
t:~ u
~:s~?
~:::~~~ ~
~~:,......z
;;:i'~ l' 3
..~ :1. '..., _
.
5 (
a.
Cl:
8
-'
u.
~~
~
~
U
LU
~
X
u
Cl:
.
~
II)
.
~
. !
. "
~ ....
ft (!Ii
t~; S ..
. I .,
, i
: I,: l.
,~
""'"-
'-..
APPENDIX A
COM
LIST OF DRAWINGS
FOR
SOUTH POINTE WASTEWATER BOOSTER PUMP STATION
PRELIMINARY DESIGN MEMORANDUM UPDATE, DESIGN,
PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS
AMENDMENT NO. 17
September 7, 2006
SHEET NO.
TITLE
GENERAL
G-O
G-I
G-2
CIVIL
C-I
C-2
C-3
C-4
C-5
C-6
CD-I
CD-2
Cover
Index and Legend
Abbreviations
Site Survey
Site Demolition Plan
Underground Demolition Plan
Plot Plan
Grading Plan
Yard Piping Plan
Miscellaneous Civil Details I
Miscellaneous Civil Details II .
ARCHITECTURAL
A-I
A-2
A-3
A-4
A-5
A-6
A-7
A-8
A-9
A-IO
A-II
A-12
CONI
Cover and Index
Abbreviations
Reference and Architectural Symbols
General Notes
F.A.R. Calculations
Life Safety Diagrams
Floor Plan
Roof Plan
North Elevation
South Elevation
East Elevation
West Elevation
I
KlY12491.app a.doc
9/12/2006
A-13
A-14
A-15
A-16
A-17
LANDSCAPING
L-l
L-2
L-3
L-4
STRUCTURAL
S-l
S-2
S-3
S-4
S-5
S-6
S-7
SD-l
SD-2
MECHANICAL
M-l
M-2
M-3
M-4
M-5
M-6
M-7
MD-l
MD-2
MD-3
HVAC
H-I
H-2
H-3
H-4
HD-l
COM
Reflected Ceiling Plan
.Building Sections
Wall Sections
Schedules - Windows, Doors and Finishes
Miscellaneous Details
Landscape Plan
Landscape Specifications
Irrigation Plan
Irrigation Specifications
Structural Notes and Abbreviations
Pile Foundation Plan and Details
Slab Plan and Sections
Roof Plan and Details
Elevations and Details I
Elevations and Details II
Schedules and Details
Structural Details I
Structural Details II
Mechanical Symbols and Abbreviations
Pump Room Lower Plan
Pump Room Upper Plan
Sections I
Sections II
Fuel Oil Storage Tank Plan, Section and Schematic
Meter Vault Plan and Section
Miscellaneous Mechanical Details I
Miscellaneous Mechanical Details II
Pipe Hangers and Supports
HV AC Symbols and Abbreviations
Pump Room HVAC Plans
Electrical and Generator Rooms HV AC Plan
HV AC Sections
HV AC Schedules and Details
2
KM249 Lapp a.doc
9/1212006
PLUMBING
P.l
P-2
P-3
P-4
Plumbing Symbols and Abbreviations
Plumbing Floor Plans
Plumbing Riser Diagrams
Plumbing Schedules and Details
ELECTRICAL
E-l
E-2
E-3
E-4
E-5
E-6
E-7
E-8
E-9
E-lO
E-ll
E-12
Electrical Symbols and Abbreviations
Electrical Site Plan
4160 Volt Single Line Power Diagram
480 Volt Single Line Power Diagram
Elementary and Generator Control Diagrams
Instrumentation, Control and Fire Alarm Riser Diagrams
Equipment Elevations and Control Diagrams
Power, Control and Instrumentation Upper Plan
Lighting Upper Plan
Power, Control and Instrumentation Lower Plan
Lighting Lower Plan
Electrical and Generator Room Power, Control and
Instrumentation Plan
Electrical and Generator Room Lighting Plan
Fuel Oil Storage Tank and Miscellaneous Sections and Plans
Lighting Fixtures and Panel Schedules
Electrical Details
E-13
E-14
E-15
E-16
INSTRUMENT A nON
I-I
1-2
1-3
1-4
1-5
1-6
1-7
1-8
1-9
1-10
Instrumentation Symbols and Legend Sheet
Instrumentation Block Diagram
Instrumentation Process Overview P&ID
Instrumentation Loops I
Instrumentation Loops II
Instrumentation Loops II
Instrumentation Loops IV
Instrumentation Loops V
Instrumentation Details I
Instrumentation Details II
CDNI
3
Kl'v12491.app a.doc
9/12/2006
l:l:l
><
Q
z
~
~
~
~
t.tl
:E
r-,;:)
';~
00
~b
e~
]!Z
~o
EU
<>.t;
~ 0
.g Z
~o
~B
.!!;:)
rt.l 0
go
l:l:lC:::::
~ P-.
-= 0
.S Z
~<
.c:z
'Sl?
~~
'50
III
~ .....
l:l:l<:
.s Q)
III ::0
~~
:>
.".
t( Ul ...
~ Ii; !i
~8
...lUl
< t( 00
f-o:J lI'I
00 ...
f-o :r::
_2
0-
t(::E .".
=- Q
<
f-o
... t(
"'0
< =- .".
f-o =- .N
Ul:J
Ul
t(f-o
Ot(
- 9 .".
2;: N
~ :J
UlUl
...
o 0
t( .".
e.
=
... .".
o N
t(
e.
t(
Q 0 .".
2 t( N
:.u e.
Ul
;:)OW
<f-o
e. <
U U N
?: ~ ...
t(Ul
e. <
t(
w
u
i:i: -.0
...
o
2
o
t
;: s
u "
ffi ]
Q 5
Q S
2 OJ
< :::E
:0:: So
Ul .~
~ 0
~
..
.5
.5
OJ
c':
1'a lR ;;i ~ ~ lR ~ ;ii
Cf') r-.... N ..c I.C) '\C C'\ r-...
rl f2 R ~f ~ ~~ $~ ~
III
III III III III III III III III
re .:?; ~ ~ 8 .". ~ ~
N ., lI'I N N ~ lI'I ....
~""~NN.~"ltN
~ ll') Q() Ln N ...0 It) ~
o to- 0
... .... .".
"". coo
.... ...
~ ~ 0
o ...
.". 1'a
i E ~ ~ ~ ~ ~ ~
;;i ~ ~ 1R
i ~ ~ ~ ~ ~ ~ ~
~ ;; ~ ~ ~ E: ~ ~
"d'" Ln ~ Cf') N M "'d" -.::t"
,...;
l!!
.B
..
l.J
5
~
tIl
."
C
..
III
00
.5 en
~ .5
Q ~
.~ c
~ s
Vi ~
Cl. >
S U
~ ......
.. ~
J ~
N
III
~ 00
l:b .5
.5 ~
~ Q
Q ~
~-
-; e
~ .~
~ ~
tIl ::E
~~
~.5 .5
00 ~ ~
.5 .. e
~ Q 0
C~;
lJ') I)Q-;
U :B .!:/
<( S .l::
;> " aJ
:r: c: Ui
."
~
c:
OJ
S
OJ
..
"
~ ~
.5 c.
~ oll
e E
o 0
o ...
c."
C iC
~
~ ~
OJ
6 l.J
.6 ~
.5 8
~ 0
...
:>
00
...
0/)'
'"
III
.".
~
N
coo
.,
N
-.0
...
o
...
o
.,
:>
""
ii5
-.0
III
~
OJ
'>
OJ
a:
~
;:;
..
..
ti
.6
l!!
o
U
."
C
..
."
OJ
..c:
~
oJ
-;;
.~
.n
~
u
...;
::>
N
'"
",,'
N
III
00
.,
N
...
N
::::
-.0
...
::>
.".
o
...
~
...
N
coo
III
OJ
.:
;:;
:5
."
C
..
00
c
w
......
'E
<(
-=
'i
'E
o
8
c
00
~
..,:
::>
coo
0/)
::'
III
~
00
~
-.0
....
o
o
.,
~
...
N
~
U'i'
Jj
l!!
sa
-;;
c:
OJ
~
C.
."
C
..
III
00
C
'.c
OJ
OJ
:::E
ll'i
In
~
~.
.,.
III
-.0
In
~
l"l
~
~
...
i{j
Q\
...
Q\
-.0
~
...,
00
Q\
...
In
-.0
~
III
""
III
~
C
00
'iij
Qj
o
ii
~
"
Ul
is
ll'i
""
'"
o
<::>
lQ
'"
a
:g
:;;
<::>
o
g:i
...
is
~
:;;
is
c
:::l
...
o
o
C
'<l
:;;
is
c
00
:;;
1::
~
I.)
z
::J
...l
i:Q
lI'I
coo
lI'I
oC
~
...
VI
,.. en
ci ~
::E 2
w 0
!:: Cii
-en
Cl: w
o ...
aI 0
:5 a:
::E W
o Q
~ ~
~ :J
o 0
r-
~ ~ ~ g
2S \,C l/') ""'"
Lri" N N" C"l
~ '"
III III III III
~~
u ()
~ g
i: ==
u ......
~ ~
<~
Iii z
<
::::.
~
:J
>- ::J
;.:J 0
~ c
~ :z
8
w
tIl
o
~
:<
G
~ ~i ~
III J III
.111 N ::E
o ci :J
..J .. Ul
...... - c.
.:::: -; ::E
~'::l
~...
~ .(
o ::E
u w
ti !;.
~ -
~ ~
.. f-o
-= 0
o f-o
ceo
010
Cii~
~N
'::::
,..Ol
ci
vi
~
c;;
.,
N
::E
:.::
~
II
(I)
o
I:'-.U
.... t::
o ~
Zi5
C ~
~ ..c
.gO
c:::
~
e
<:
~
><
-
o
Z
~
~
~
<:
gj
...J
l:Q
'<
.~ aQ
....::>
!:l:Q
rJ}~
"" ....
~tlJ
<n ~
o (f)
o t.:.J
CQu
~>
.5 ~
o tlJ
~(f)
:SG
J3gj
"50
ru I
~ N
~<
's ~
ru :0
~~
8 0 lQ l/') g ~ ~ g 0 ~ ~
... N l/')
... N <"l \C t-...
N .-. N .... to .... N
:l ....
'"
Q
U
1Ft lit 1Ft 1Ft 1Ft lit lit 1Ft lit 1Ft 1Ft
g 0 l/') Ln 8 0 ~ 0 l/') Ln g
<"l .... \C l/') .... C':. C':.
.... ....
.....-
~
-:;
c:z:
1Ft 1Ft 1Ft 1Ft 1Ft lit 1Ft 1Ft lit 1Ft lit
:l >, >, >, ~
iSi lU lU lU ~ iSi @ @ @ @
'c "tl " "tl
lU III lU lU '" lU ~ lU
... ... ... ...
;:J ~ <11 lU <11 <11 <11 <11 ...c:: CJ <11
0.. u 0..
.~ 8
-= 00 00 l/') Ln 0 ... N 0 0 N
<U N N N l/') l/') N
:s ....
QI
ell
..a
CI .5
<C ...
ll..
U <11
~ .~
.5 '"
~ ...
~ CJ
lU >
'5 1ii 0
:::!: 0 .;;
~ 0..
>. ...... lU
... :::!:
Z <11 ~
E 'S ......
'"
Cl ~ :s iU Iii
u '" 8 'C ~
<C III
CJ') iU ...... <C :::!:
lU ~
I- ~ t: -:; .~
CJ') ~ ~ Cl
0 .9 CI .:: ~
"tl 'E..
u ~ ij ~ ~ <11
ti u CI 0.. ...
-.:: ~ t>O ...... :s lU
.~ ... >< CJ') ~
~ 0 lU lU '"
c:z: 1=' 0.. ~ - :::: ...c:: ~ ::l C
S ...... CJ') lU lU U U ...... 0 CJ')
e:.. "tl t: .5 ::l ... ~ <11 ...
's ~ '5 ~ t: j III
~ <11 t>O ~ - ::l 0 "tl
~ ~ ] ... ... ...c:: ~
:I: E '" ~ Qj ~ 0.. 0.. 0.. '3
> iU ... III E <11 U
I- lU ... III ... ... ll.. CI 0:: 0 ~ '" ~
0 ... <: :::!: ~ a ii: u ~ r.lJ
l- I-
C:lD
010
iii~
~N
m:::
()Ol
o
o
N
.(
ui
~
....
Cl
...
N
~
~
~
~
~.
1Ft
....
.(
cu
:c
~
g
'"
u
CI
o
~
...l
~
<(
CJ')
c:z:
;:J
lQ
;;
[ij
c:z:
...l
<(
I-
o
I-
B
~
~
0
z
'E
QJ
e
"I:l
c::
QJ
e
<
c::
0
'.C
'"
ri5 gj
..
QJ
... U
III
0 :>
0
l:Q Q=:;
t.tl
QJ CJ'l
'E 0
'0 Z
ll.. E
.=
-=
0 ::E
CJ'l Q::;
l:Q .= t.tl
>< ... ~
1\1
- QJ
Cl l:Q ....
Z 'S c.J
t.tl III
ll.. '" :c
ll.. ~ ~
<
~ ~ 0 0 0 ~
l\i\ oe ~
ct: CIl -0 -0 a- III
0 '- ~. g C ~ '" ~.
ell ill N
< 8
-'l
.... '" '" .... '" ...
-'l CIl
< ct: 0 -0 ~
... ::J N N N
00 00 ~ "- ...
b 0 N
... :t
Z
0' i N N ... ... N ... 8
ct: ... ~
Cl. Q
< ....
...
"" ct: 8
"" 0 ~
< Cl. oe 00 ~ ~ 00 III !Q
... Cl.
CIl ::J ...
CIl
ct: ...
ct: 8
0 0 ~ co
:z c.. 00 00 00 0 ... ~
Cl.
11/ ::J ;;;
CIl CIl
...
"" 8
0 0 0 0 ~ 0 ~
ct: ... ~
c.. ...
= 8
"" ~ ~ 0 0 N
0 ... ... 0 ::: ~
ct: ;;;
Cl.
ct: "" 8
0 0 '" ~ 0 ~
:z ct: .... ... ;g 00 ::;
... "l
11/ c.. ;;;
CIl
::rw
< ~ 8
Q" - ~ !:l
... u ... ... ... '" ::;
u 0 N N ... .... .... ''''
~ CIl ;;;
ct: CIl
Cl. <
ct:
11/ 8
u Q
!i: 00 00 00 oc 00 ... ::i
ao
"" ;;
0
'" '" ~
.. ~ ""
'"
OIl OJ .. '"
e 'S; ,.. e::
'" 0 .. lID ~
~ Vi =" .~
III 0; Q, ::J
'S; 0 .~
'" " OJ E. -'
z =" ~ ~ Cl Ci;
0 ~ ~ Clll ~ ~
OJ c
t 'S; .. ~ ..
'S; OJ
11/ OJ 'S; ~
Cl =" ~ 'S
ii " Cl llQ ~
U ll.. ~ :i: llQ co ....
Ul tLl =" :i: =" :s
11/ Cl Ul
Q "" ~ tLl U Cl
Cl
Q ~ "" "" "" ~
c :a c c
Z .. c .. ..
< ~ ~ .. '" ~
c c
l( 0 0 0 0 0
Ul ., ., .., '.c '.c
< .. .. .. .. .~
l.I .>i ,>i ,>i
... :::I Q. Q. Q. Q.
0..
0.. 0.. 0.. 0.. o..~
<: <: <: <: <: ~
.~ .~ .~ '~ - 0
'e ~
..
~ III III OJ 111:::1
ll.. ll.. ll.. ll.. 0..
...; N r<i ... '" c..
..
l~
'f ~
~ ~I ... lai
...
'" ... .
t ~I ~. -
... t.:i
..;
~
'" ",I ... en
~~ ;S; ~ " ... ...
ll.. i ~
u < .... 0
:i: Z ~ N ..J :i :It:
:.u 0 <:
... ... 5 ="
'- CIl 11/
-CIl ;- Cl.
=" 11/ c..
20 '" '" ::J
<: ct: SC5'
..J c.. =" :>:: U
:i: 11/ e..e.. :::e
o 8 G tLl 11/
U CIl Q.. ~
..J !::i tLl <:
;- ~ ..J
:'C 0 :t <
~ u Z ...
:>:: <: 0
<: ..J ...
B
r:-.
....
0
z
c
~
e
'tl
r::
~
e
<:
I
r::
.9
-.;
US
..
~
..
Ul gJ
0
0
~ U
~ :>
..
r:: 0:::
'0 UJ
ll.. (fl
..r:: l)
:; Z
0 5
r./) 0
=:l ..r:: ;5
x ...
III I
- ~
0 ~ N
z '5 0
~ IlJ
~ .~ :n
~ ~ III
<: 1-<
::> ~ 0 ::> ::> 0 ::> ::>
00 N .... -c QO ~ '"
Cl: ell :::> a- ..., .... ..., ....
0 f- ...,' 1J'l' :0 ~ N' ,..: <"i 1J'l'
:= ell ~ ....
< 0
...l U
lit <A lit <A <A lit lit fA
...l ell
~ Cl: R :5
:J ::> -c 00 ::> N ....
0 0 ..., .... ~ ..., N -c ..., ....
.... ::
5' z
~ 0 ::> ::> ::> 0 ::> 00 00 :5
Cl: Cl tri
0.. '"
< '"
....
"" ~ :5
"" 0 ::>
< 0.. ~ .... .... .... .... .... .... ~ tri
.... 0.. .....
ell :J '"
Ul
Cl: ~ :5
0 0 ::>
Z 0.. ::> .... .... ::> 0 ::> 0 :J: ~
0..
"-I :J :;;;
Ul Ul
~
"" <::>
0 ::> .... ::> 00 0 ::> ::> N :::>
~ tri
Cl: '"
0.. '"
= :5
"" -c ::> ~ ::> '"
0 00 ~ .... 00 .... QO ~ ~
Cl: -
0.. '"
'" "" <::>
Q 0 .... N Co
Z Cl: ::> 00 N .... 0 00 00 IJ'l 0
""
"'-I 0.. :;;;
ell
~ "'-I
< .....
0.. < Co
U g r;j ::> Co
.... 00 .... 00 QO .... 0
z '" '"
C2 Ul :;;;
III
0.. <
Cl:
"'-I :5
u N
ii: N N N N 0 N N ... 0
"" co
0 ....
III ;..J
""
III ,...
.. ~
....
~ lJ
c ~
:.a
"0 :::j
z :is CQ
0 -;;
t .. ~
C2 0 .Cl
ti ::I
U e III
III C
"" "E
Cl OJ 0
2! u ..
Cl .E ~
z .. <:
< .ii .. ~ '0
III ~
:.: ~ u C
c 8-
III ~ ~ 0
< C '.c
.... .. ~ ~ ~ 00 .9 ..
E Cl: 0 .~ ';; "0
0 ....... '.c c
.. U ::I ..
of .. .. E
"C ":l u 8- -;;
c 5 > ;::
.. ii5 OJ r.Ll
> "0 -;; 0
"C <L "0 0, "C "0 ~
-< ~ -< ii5 ii5 Cl:
,...; N ...; .,; or; ..:; r-.:
<::: f.ll8
I.C >0
.... (/)N
Ill" :!i!r.
..,. al:;:
IC>
N
~ U
!:: iii
~
::E Ci
:i ...
Cl: N
"'-I ::t
0.. :ll:
0..
:J
N
t..i
::E
:>J
5-
Cl:
0
:=
<
...J
::E
Cl
U
..J
<
f-
0
....
I
r-.
.....
0
z
oW
c:
III
e
"tl
c: U"J
III ~
e ....J
<~
,<
c: 1Q
.S ::J
oW ~
.l!::;E
en....
... ~
~~
III U"J
o ~
o U
=....
III >
c~
.... ~
o U"J
l:l-.\)
=z
= ....
o e
= ene
.e....
X y ~
lU
- III
Cl N
~ ci
z ....
'"-l e III
l:.o lU :0
l:l-. ~ lU
-( r-<
1':l 0 8 ~ 8 l/') 0
~ , N l/') ,
, , .... N ..,. l/') c<'l
:l
<II
Q
U
U'l- "'" "'" "'" "'" "'" "'" lit "'" lit lit
8 ii'l l/') l/') 8 51 8 0 l/') l/') ~
.... \D ..... c<'l c<'l
c<'l ..... .... l/')
.....
~
ru
ell:
U'l- "'" "'" U'l- lit "'" "'" "'" "'" "'" lit
>. >. >. @
:l @ ra ra ra @ @ @ @ @ @
"a 'tl "9 'tl
ra .. .. .. ra ~ ra ~ III III III
;:J ClJ ClJ III ClJ ClJ ClJ ~ ClJ ClJ ClJ
c.. u c..
.e-
:::
= 0 0 00 '<to N N 0 0 l/') 0 0
ru '<to .... .....
:l
0
bC
Cl ..a
-< .5
..
u P...
c2: ClJ
N
.5 ~ .~
1) .l!! ClJ
'tl 0
0 "'
:::E re .;;
>. ...... c..
:c .~ III
e .. :::E ~
.. ...... !Ii
Cl Q.I :l "'
"' 0 ;;;
u "' u ~
;;; -< ...... 'C
~ ra e- ClJ :::E
Ii; ~ .5 iii ClJ -< 0
0 0 lL. Cl > .~. ~
:I:l ~ ;.:::l
U III ~ ~ 0.. ClJ
b u :a
~ ~ bC ...... :l
:a >< ~ ~
~ e- o e III "'
ell: E=' Q., ;;; .~ lL. :l ~
0 ...... ~ :~ u ...... 0
.5 :l .. Q.I CJ
e:. 'tl fa ..
fa lL. -g llJ I:: Q.I
ell: llJ bC '2 ~ 0 :::I 'tl
\.OJ 1) j .. ~
::r: -S "' "' 11 c.. c.. c.. ClJ :::l
> 'ia ~ CJ 5 llJ U ;:l
!-< ra ~ Q.I .. .. P... Cl c;: 0 1) "' ~
.. :::E '" 6 0:: ~ t.zJ
0 f-o P... U f-o
OlIO
~o
CI)~
"ON
m~
0101
U
C
o
N
ci
vi
~
(jj
<ot
N
~
~
on
on
....
N
'^
N
ci
:::E
\.OJ
8-
tIl
!-<
tIl
o
U
\.OJ
-l
lQ
<(
tIl
ell:
;:J
lQ
:e
&:l
ell:
-l
<(
!-<
o
!-<
~
~
~
c:i
:z
..
r::
CIJ ffi
e
~ ....J
r:: l:Q
CIJ <
e ~
<::>
1l:Q
6 ~
.... -
..~
.:!~
~ffi
~u
fIl _
o >
o ~
=:l~
~CJ)
.5 C)
o Z
c..-
=t
6 ~
cn~
t:Q .c:~
x \J (l.,
t':I
- CIJ
0 t:Q C"l
:z 's d
~ Q)
c.. t':I :E
c.. ....
< ~ t':I
~
0 0 8 ~ 8 ~ 0
, , N N , ltl ,
... ltl ..,. ..,. I/') <'l
:l
.,
0
u
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
~ ~ I/') I/') 8 0 g 0 I/') ltl g
... \0 ltl ... <"l <'1
... ... Lt')
......
OJ
-;;
~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
:l >. >. >. @
@ nl nl '" @ @ @ @ @ @
'i: "0 "0 "0 '"
'" .. ~ .. nl nl nl .. nl nl nl
;:J III III III III :lJ III J:: III III III
0- u 0-
.~
'i: 0 0 00 00 ..,. ..,. 0 0 Lt') 0 0
.. ..,. ... ...
::I
0
bC
t:
0 '.C
t:
-< 'C
U ll..
b2l III
N
,5 :lJ 'lij
Qi bC ..
.l3 III
"0 0
0 II)
~ 0
ll.. '"
>. ...... 0-
..
::E III nl
e 'C ~ <-
.. ...... !Ii
0 ~ ::l '"
0
u '" U iU ~
-< 'C
tIl iU ....... III ~
nl t
f-o ~ c: ;; -<
tIl ii: 0
0 .g 0 > '" ~
"0 ;.::l .S:
U e ij iii III i5.. ~
b OJ 0
S ~ bC ....... ::I nl
U ~ )( tIl ~
\.II OJ t::- o nl '" '-
l:!: E=" 0- - '.C 0 l.t.o ::l JS
5 ...... tIl nl '" U ...... 0
.5 .5 ::l .. OJ III
e:. "0 "0 OJ c: ij ..
l:!: ij 5 l.t.o :; 0 III
1: bC 8 :::l :E
\.II Qi c: ;.::l ..... 0- J::
~ ~ '" ~ '" III ~ 0- Q.. OJ 'S
> iU .. c: .. OJ 5 OJ ~
nl .. OJ .. nl ll.. 0 i:<: Qi ~
.. <: nl III 0 ~
0 f-o ~ ll.. U E: u f-o t.i.l
ClCD
co
E~
EC\l
Gl;::
~en
en
U
o
o
C"l
c:i
vi
~
...
en
~
~
~
II'l
...
'"
N
<ft
t')
ci
::!:
\.II
5-
tIl
...
tIl
o
U
\.II
...J
~
-<
tIl
l:!:
;:J
~
::!:
t<l
l:!:
...J
-<
...
o
...
B