Loading...
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