Loading...
Agenda 12/11/2012 Item #11A12/11/2012 Item 11.A. EXECUTIVE SUMMARY Recommendation to award a construction contract in the amount of $1,109,456.17 (which includes an allowance of $101,000) to Bonness, Inc. for ITB No. 12 -5947 - "Roadway Improvements of Immokalee Road (CR846), Valewood Drive (southern extension) and Autumn Oaks Lane" Project No. 60016.5 OBJECTIVE: To award a construction contract to Bonness, Inc., for Roadway Improvements of Immokalee Road (CR846),Valewood Drive (southern extension) and Autumn Oaks Lane, in accordance with Bid No. 12 -5947. CONSIDERATIONS: The purpose of this project is to provide roadway improvements on Immokalee Road at Valewood Drive and Autumn Oaks lane. The existing Immokalee Road and Valewood Drive intersection is signalized but does not extend south of Immokalee Road. As part of the Immokalee roadway corridor improvements (6/29/06 to 9/6/08), the signal at Immokalee Road and Oakes Boulevard was removed and the intersection was made bi- directional; that is, no left turn movements are allowed. This action was taken based on the Immokalee Road Operational Analysis Report completed in 2006. The intent was to reduce traffic congestion at the Immokalee Road/ 1 -75 Interchange by increasing the signal spacing between Northbrooke Drive and Valewood Drive. The left turn movements had to be transferred from Immokalee /Oaks intersection to the Immokalee /Valewood Intersection. As a result, it was necessary to provide the southern extension of Valewood Drive and off -line improvements to Autumn Oaks Lane and Oaks Boulevard to accommodate the capacity improvements. The design was completed in 2010; however, due to budget shortfalls the construction was delayed. The project was submitted for advertisement of bids on August 6, 2012. Four Hundred and Forty -nine (449) notices were sent out, 90 packages were downloaded and the County received five (5) bids for the Project on September 5, 2012, as follows: Bonness, Inc. $1,109,456.17 Quality Enterprises, USA, Inc. $1,209,958.08 Community Asphalt Corp. $1,343,908.24 Better Roads, Inc. $1,419,649.77 Ajax Paving, Ind., Inc. $1,442,635.51 The Engineer's estimate for the entire project was $1,208,802.73 and the low bid ( Bonness, Inc.) is 8.22% under the Engineer's estimate. All of the bids for Roadway Improvements to Immokalee Road (CR846), Valewood Drive and Autumn Oaks Lane included a $101,000.00 funding for allowances on the project. Packet Page -1242- 12/11/2012 Item 11.A. FISCAL IMPACT: Funds in the amount of $ 1,109,456.17 will be funded from gas taxes. The approval of this project will add an approximate annual operating and maintenance cost of $4,500.00 (present day dollars) to the immediately preceding budget year following completion. LEGAL CONSIDERATION: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: There is no growth management impact in approving this Executive Summary. RECOMMENDATION: That the Board of County Commissioners award Bid No. 12 -5947 to Bonness, Inc., in the amount of $1,109,456.17 for Roadway improvements to Immokalee Road (CR 846),Valewood Drive (southern extension) and Autumn Oaks Lane and authorize the Chairman to execute the attached contract with Bonness, Inc., after final review by the County Attorney's Office. Prepared by: Marlene Messam, P.E., Sr. Project Manager, Transportation Engineering Attachments: 1) Final bid tabulation, 2) Bid Analysis and 3) Contract Packet Page -1243- COLLIER COUNTY Board of County Commissioners Item Number: 11.A. 12/11/2012 Item 11.A. Item Summary: Recommendation to award a construction contract in the amount of $1,109,456.17 (which includes an allowance of $101,000) to Bonness, Inc. for ITB No. 12 -5947 - "Roadway Improvements of Immokalee Road (CR846), Valewood Drive (southern extension) and Autumn Oaks Lane" Project No. 60016.5 (Jay Ahmad, Director, Transportation Engineering) Meeting Date: 12/11/2012 Prepared By Name: MessamMarlene Title: Project Manager, Senior,Transportation Engineering 10/22/2012 11:52:13 AM Approved By Name: RitterSteve Title: Manager - Road Construction,Transportation Engineering & Construction Management Date: 11/7/2012 11:47:23 AM Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 11/7/2012 3:11:15 PM Name: LynchDiane Title: Administrative Assistant Date: 11/8/2012 2:49:56 PM Name: AhmadJay Title: Director- Transportation Engineering,Transportation Engineering & Construction Management Date: 11/8/2012 3:37:08 PM Name: NauthRookmin Title: Management /Budget Analyst,Transportation Administr Date: 11/9/2012 10:24:48 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Packet Page -1244- Date: 11/9/2012 4:59:41 PM Name: ShueGene Date: 11/13/2012 9:57:40 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/13/2012 1:37:40 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 11/14/2012 7:35:10 AM Name: TaylorLisa Title: Management/Budget Analyst ,Transportation Administr Date: 11/19/2012 4:14:31 PM Name: PuigJudy Title: Operations Analyst, GMD P &R Date: 11/29/2012 3:47:33 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 12/3/2012 11:15:42 AM Name: KlatzkowJeff Title: County Attorney Date: 12/3/2012 1:23:15 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Offce of Manage Date: 12/3/2012 4:15:17 PM Name: OchsLeo Title: County Manager Date: 12/4/2012 10:52:45 AM Packet Page -1245- 12/11/2012 Item 11.A. 12/11/2012 Item 11.A. 9IE IE rPE �E eE .. . ^^. ^.. ^...:E o1E 000Eoo:oo:.�?�:^ ^ ooE���E:Ero:.^�?�' <'. ^�� .-....r ��...... oE�oo... oo�o: �� ...... ............oEEOo.............. �� 86886 "6666$'38$ 8688852" aeRa�8335$ �BS$BBS$6668$8C6836 ° ^S ?$8 "$R�$B B^ �688866'neR^e62 �.'l. KF Yn.l�K��ut�n N: J° :Kn'KKK Na K : K. a 1.I • J .^1 g Wn . n. n««...«. n. n. n. n. nm.,........ n. n... n. n«. n«««. nu.«« w. r.w.nu..n.n.�. « «.nu.--------- .. --------- d 86688'" '°StNSS�R.BR888e T8 ^28C$R °�q g�86BB$ 0::eA:GR$ °$ 8 �^A &^°" $ r A Be "B 8 8668.88 ^:$gym ^$� M0 3 a 8886$6868$$65'.$° yeas 886886" "8383888888888$638888 "Rn8886S R "76SRA "688e; 8.88888 ^� "5268522gS � °� R. � NN N �^'^�da�aa: RQBM�a NNN -� � as ;s � � 611SK a'd:s° _9;•gdNm v 886888"" 5E SSBP, �. 5i �.N S° SRSR688aRT8 ^usn "w h° °q6 hn a " "8888688$SS6888CR n Tn a'� "8668888 5iN "8RR9$B�SBB n 515E aN Z x 8. 8. "888aa86 m &a6° y° a .^n a .Ni. rg ^ ' Rnr� BBN NCu. Nn�n 8 R� 9.1n3A°CmC ^ ° ^n ` a " 62.n n "a SeRFNANEA�aN �88 a^2 2 =ui37: "J 9a �.t C yk y.. R e .^ x 19 r �2 ' n 4' .n t - 'm N N N N N N N N N N r u x n n n n n . n n n - ^ ra.R n n n w n w r u6�d2RN n n a 7F $ «:2$ ° oaneK�reSN�Ta °26'33^ ^ " ^2 NR ,:�T.72ar�$K5)�6�5°' «8'°252$ 88.".„88CC ^2 ^o �nRa ^RFgAoa2C':AFS Q SW4SS ^8g8aN88� s S« �a^ SSRSi2n« 3aa°T Ne83:> °o26$RmFR82CrBArR «N8e$ °8 «°$: °:S "BSS" hAnB� $ = =a :3836868 ss�gae N °ea a�a^ad�assMa- a� «: s�a�as "ass ° ®sa 2assa ass "a01 u» ae� dssm »e„ 9 m- a §es�-nasTT cW :M���aa�Nas�aa�K s 9 3C ^$2 dddId ^:S °`:37 ^.�^ n B: «r NR ^'F $°'98 Sin 8^^�. ^s �°. S>,°,3eBCe "ASR Jm a.�BvaN 3C ^ ^2N •: 7:° m :8.N R ° 4:,: °.JW 768 n r�s ^•i R 823 R 9: aE� ^ u 888888" 886852 "878888851 "e$BR2S2SS 8888 BR B R 8888 °N "888MR —11 n, ° "$S68C$ KyQ °8683, J 8888 "8088 ^tea OD$$ ^ �BSr Gt ZaryfTN3'i ASe£m�m «�°4 m�8 «ra9RQ5i ffi �;jI «3 «kl$4 �N fan .ni a Nn nR2g7 ° $ n N.da .°n•�m : K dd m 1.. .f T 5 �38NR78N88888�8 M8888R� ^f _ _ 888888�NRSSRN "�8 o °8887" "BBB�a8N�8n�8C88N88 ^ 8888�8M 8 R 8 E a ^e a µeeo a 3T^ d° 8F63 YSS a e° m3AN7 ^" ..8^ h111n2 e SSW t51ninnrGGhGG? z, ?C33 = tt s 9 3 �g W o� o g - g ;x aoWO:Q °p o� z oho e e S z u a¢ o 6" = z o I i ry M o ° O ._- 5 6 7 b Q $ IS W ug qqq t N 4 b u °-� k6 c_zaa� i i1 : -�5 zL-'oY? d� w� a &_ zo o °o °o o? o F s s 3 3 3 0 g�g gg N _� °� i"_____ WoCoSoa z i z S cp3?ac: ��az @��CKCi°5 g�guio�62�co��W���s S i "_ "ge "ge ^a_a "ga " "a_e s oas oao8aaas^ da�63" aFR4n��dds lA#� °£�gRe g�^ Packet Page -1246- 868686 8 t: 686888,E � - - - - - - - - - - 'I " 1C 08 8 8 9 a r TI T I 1- a R p Z 1 9 0 9 M 9 R 8 2 ~ 8 51 sl$ 8 8 8 8 s 8 a 8 8 8 8 F, 8 8 8 8 8 �Tl I'll -1 F z - r I Z ez =Z, 65 a'. 8. 1! N s i i 111 1 1 R., I i S i i i R 26 E Is 9. Fz t2 1. 1. 5 iz, d B !'2 $2 9 L 12 Z z 9 !2 le Packet Page -1247- 12/11/2012 Item 11.A. 12/11/2012 Item 11.A. Packet Page -1248- 5 -53 5 3 a a 3 Z; RR 19 9 r g 112 la gn S 8 0 , R -11-2 I, a 11a 1" X'PE a I I i I l j I M MR - - - - "TITT 5 v :2 ;x 11 R Z Z E Z4: 'M ?S 1� 314 1 71 2 ZR N 6 9 11 p q R. it R f I 19 la to tA a S 9 a A I g 3� M 2 2 MN fi A 0 t's ilo M M St I St 1. Si 11 M 1. a 1 10 nov '1 g I i 9 1. "IM P. .1 S4R =m Rs— I p —z! g 3 8$88 s QlSjR S 12 1" 9 4 11 t A a p, 3 �Q M, gB 8 8 8 0 4 8 A R ^$88 it dm ^^ s 8u88ua9 s9 p 9x3 4 8191112 2 R M i i It 9 9 ;x 9 MIT 1 8 88$$88$$$$ R x985 a s P a 11 R R R 21 R a 1 R a S 9 9 8888: 0 g ^8 9 M R M 2 -1 4 415, ZN 3 9 i 2 R, 1 2 R T TT v 0 4 g g 99 0 -11 - " .1 R q g �St Ttla 1, IT I I T I T I T � I- v aiO 1 11 M 5 1 4 g a R ;f R 4 a �-1- � - � l I I - - - - - - - j T a d 6 ST p a. A ITIT 9 IR "I 1 I A 2 Di 819 It :Ras g v ;Io 8�8 - 8 3 z g A m r� g a M I I R I "I a I I I A N 9 gs 2 r 2 �4 St 5 'A M 8$8868 68xRx9 89888883 - 93x8: @$ °3868$8R8R8886R9 RJR 1 8:.. A9 8xep 4 °rv99a338f;9R86$q a - 8888 ^8 88 °988889x$3 8R R 8 :1 6 .1 11 a ;101 9 9� 9 g m 5� ala M p E I n ;,x A A n tR k T T !2 0!3n wasase.ssshnInIn D. D. =.;assnssntt a 11111r, hsus$u,thgn 5 - S2 y !f T T T T T 1 1 1-ilJ 1 Packet Page -1248- 12/11/2012 Item 11.A. Packet Page -1249- z r -2 ;11,01 11 W. M BS "l, I IT I Ig T Z; 3 9 D; -1 4. 1 1 t 11 M R ITIT n q III q a 91, g. I 1;4 r :,I yy A ^ so A q6 RCS R 1 q 4 q so Di 1 Z9 lag g Z; Q 'A 21 a 8 CW 1§1 i 111 8 - �Tl - - - - - - - - - - - wxi I - NY.g "I'lT s 3 1 R" q I al 1 -I I A 9 A I V 5 F 'I *I P-T 'I EaFBSA 3a I n is ugh 8 ^gnaw 668 3 8 k 9 R 2 R i 9 A a 889, a R88888Y�h A q R 4 ITzi T Ils l A R g 8 1 81 $888 „988 "1 R 88 s 8 g 2 M ;3 R e 1 TI T1 g 1 1 lz I R 1 1 i i ll 2 G a -w 111 °a a 1 i R I R El r �J-Jl �-1 JR� �Ji i� I Packet Page -1249- 12/11/2012 Item 11.A. d ® Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane COLLIER COUNTY BID NO. 12 -5947 COLLIER COUNTY, FLORIDA Rhonda Cummings, Procurement Strategist Email: rhondacummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 Design Professional: PB Americas, Inc. %dmMD--pmMW- 3327 Tamiami Trail East - Naples, Florida 34112 -1901 • www.m1ier9Gv.netlpurshasrn9 1 Construction Services Agreement: Revised 6/1/11 Packet Page -1250- Memorandum Date: September 4, 2012 12/11/2012 Item 11.A. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #5 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #5 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CLARIFICATION Since there were other questions that came in after the question and answer period expired on the - eProcurement site, it is best to provide the benefit of the questions and answers to all interested bidders. Some of the questions were answered in previous Addenda. The questions will be paraphrased. The new Bid Schedule — Addendum #5 removes lined out item #690 -20 and adds a I in the quantity section of CC522 -2. 1. Question: The typical section for the Immokalee Road Improvements shows OBG 6, it should be OBG 15 Answer: Addressed in Addendum #4. 2. Question: Item 706 -3 "RPM'S" is actually listed twice with the next two items after 706 -3. Answer: Removed the first 706 -3 that had the sum of 295 and left the RPM Yellow/Yellow with a quantity of 227 and White /Red with a quantity of 68. The correction was shown on Bid Schedule Addendum #4. 3. Question: Double check the pipe quantities. It appears item 430 - 175 -101 of 906 LF includes the 116 LF in item 430 - 174 -101 which would be double dipping on this item. Answer: There is no double dipping. Pay item 430 - 174 -101 is called out on roadway plan sheet #9, as 18" RCP with a total quantity of 116 LF (Please see Summary of Side Drain and Mitered End Sections). Pay item 430 - 175 -101 is inclusive of all pipe sizes 0" to 24" as shown on the roadway plan sheets. Please see Summary of Drainage Structure Sheet #10 in the roadway plans. ATTACHED See Bid Schedule — Addendum #5 (corrected) c: Marlene Messam, PE, Senior Project Manager Packet Page -1251- Cu J N Y f9 O Ci C 7 7 Q C IC a > .y V a !O M M O CC C C Cu Q) 0 CL E (6 0 c Ln Ln N i-i m 12/11/2012 Item 11.A. ©© ©eeeeeeeeeeeeeeeeeeeeee © © ® © © © ©i Packet Page -1252- Ln O a r� n: N `-1 O N \ e-1 c-I 01 M O O Q1 M �. Q ^ lD N N W N 7 Z 4) U U 0 �-1 N 0 I-I fe.--i 0 e-1 1 0 rl N c C ri N 0 e-1 Ol m C " N 0 " o N C --1 t\ C .-i m 0 ei N l0 i--I H e-i lD -i O N --1 N lD 1p O O M 1 e7-1 - m m ul 'o 'o m N N m 1- .! 7•. ••.., 00 N N N m 9�+F 7 i► O O O O O Q O Z Z Z U roY�p N J N J Vl J ((//]] J in J V1 J W W W W W W W J -LL -I W W J J J N V U N N L!1 N W �e .' 7 V U_ W W Q LU W m m } Co iti: O „' 7 O r D w a O CL F- y^ L n J �. o2S Z z z ~ rn C w p p a CJ tiiy O z LO > ac} 5W W Ln Ln o Cr W Z ci w FLU ^ Ln C7 W a > a Q Z —— w —' O �' V m m Q Z �* Ln Ln Il w w w w- U O a w Z U V, Q= (.7 w w > Y N Li li U Z^ O a~ i —_ Z u �' r v �uK . cc Ln w v y^ O c7 j O O o~ u Z a- < m Q w m z Z 0 zp 0 C7 Ln t}�- j p 0= O O W vi w Z U vi W Z H w z p a Z g Q W w m m N Q ~ C7 C7 n= U U 2 F W Z o } Q Z Ca W w u Z = x > N Q d 4. Ln 1n ~ Z_ Z_ w �= w W 5 H V- > W J W i7 Q > W Q H W N W V1 N Vl Z .. l~il Z Z ~~ a> Z O U Co _. Q C _O O O_ c z „� Z Q m F Y Ln o2S O x W w m m m X w w p l�J W D u F- G Z W W a M U J 2 J Q W > > Q Q\ z p O w Q� Lnn Q Q LL, p Z Q m Y F- vwi Q Q H W U W ^' o o 'V v z z W w o m z > g z L,) Q Q Z C a n m p O w O Q 0 z> 0 Q Q Z Q= u O w C9 m a a a a a z LU Q I- 0 0 c z w Q Ov z a a a c m m Q S u cn Ln Ln m z u o o vii vii — Packet Page -1252- Ln O a r� n: N `-1 O N \ e-1 c-I 01 7 Z 4) U U 0 �-1 N 0 I-I fe.--i 0 e-1 1 0 rl N c C ri N 0 e-1 c-I 0 1-1 N 0 1-1 C " N 0 " o N C --1 rn 0 r-I N 0 a--I .-i m 0 ei Ln 0 1-1 D 0 N O -1 O -4 - O ti-1 1-1 t O e-i -i O N --1 l0 O N 1-1 d O r-I O r- L l N r1 1\ L< OO N N �-I O n N N m M 1 e7-1 - m m V rri 1 m m N m f� m m r-1 rrl 1 O ct -1 Ln m � N a Packet Page -1252- Ln O a r� n: N `-1 O N \ e-1 c-I 01 12/11/2012 Item 11.A. Packet Page -1253- Ln 0 N N Cr n N 1-4 O 01 C) C> . pg � n in v� in v� in in in v> v> 1^ in vi. 'r, V, in ~n in sn in an in ,n tin — ih o ; o. 0 n. I, ry N w Ln N V M .-i O M 1- M N LD O 'y lD Ql �--� N N n Ln LD p ''"� N M N p N M N �--i H Ol N Cl M Co Lr N M L--I O �--1 N N Q Q Q Q LL W W Q Q Q Q LL LL Y } Ln Q >- } G LL LL C LL LL Q Q G LL J LL J Q X_ W W W W J J J W W W W J J Ln Ln J w N Ln Z J J J J W W Z W } Z Q Cr 0 O v 'n \ Ln O J Q � - O Q LL 0 D LL O = O Ln u Q M N w 7 O v v Q In Ln a. W z0 H O O d co a oo LU O_ _ cc Q W r4 N H 000 r1i U 0 = J Z Z W Z Z Z SS n 0 U- W Z W ° -- W G z m D N O O O O O O F- z < Q Y_ Q _ D _' ', r w '� Z Y M O U 0 = • c: '. V Q Q Q J LL Ln Q J Q U4 p W J O Z Z Z Z Q } J } m .�.. r. LL W W W O ~ W F- O Q O Q Q Q O O O w r O LL, Z Z r 2 S S J Z Z O Z z V- a O d O a O a O Z w U F- U Z p L) Y� = 3 }' Z Se w v0- Q Q z Z O O z Q Q O Q Q} U Q Q Q z z z z z O o D Q ' Z iD iD � Z o a w° n W z O Z O Z O O O O O J C7 z 0 F- F- p Ln F F 0 O F- a r v F- F- H F- 1- F- u o2S z p t- w � Z- U Z z = w a w a w Z O Q w w p F -� Z d L1 d U U U U} F cC w w O N c n w Ln .p -- O O O U O Q w z, oo W N n n n s z w w w w vi n w m O o F F F O O O S Q O Q z >> V U >> LL J W w W Q O C� W Z O I L.L J J J w W W W W w In Y Q C] 5a G Cl 'S LL LLLL U Z d d N a U 0 -� 0 0 0 0 = W J Q Q (.� n U Q Q O W O p („) z ~ O 0 � 0 O W W W W F LL. U Q Q F- = F- W W _ C C W W W — W n n S w U U U C 5 ul u LL U O Q F F- LL F F- F W F F- LL LU LL Q to Q OJ a d h_ 1c- Icc- h 0 LU O O LL w w Q Q Y Y Q Q Q Q S O G Z Z _d C G G d U F- N N 0 d LL d o- F- Ln Ln o. F- d ti O �q O 1-1 O Ln N M N Ln N Ln N .-i M Ln D 1-t Q1 O r-1 .-i N 1-1 " H LD N N M GY Ln lD I� � N N N Ln N O1 o1 C LD N .-1 rl Ul Lfl N N '7 C p O N rq C� C14 ri r-1 <-i rl r1 e•i e-1 e-I rl ri 01 O e�i r-1 e-1 .-i ri H .-i -i H e-1 rl e-i n Ln Ln Ln O O O O O O O Ln O 6, Ln t- O o 616161616.61 O O O O O N N N N M M M M M M M .-1 N N N U N I- n n n n n U U � �' CY ct V V V C Ln Ln Ln to U Ln Ln LJl r n n n n n .. Packet Page -1253- Ln 0 N N Cr n N 1-4 O 01 12/11/2012 Item 11.A. Packet Page -1254- Ln O M1+ O vi' i i i i O +i•3: ,yp M O p G Cu w 0! 75 ji, X tn• V) V1 tr} V} t/? V? t/? try t!1 V? t/? V} V} to V} fi W� Y , C� V1 w r" n 00 ^ M 1'� N O 00 N ^ 00 lD N r i N O -4 O N •�-1 O x; . .- VI Q N Q Vf Q V1 Q Q W Q W Q W Q W LL V1 c Z z LL J LL J CC C LL J Q W Q W cc z Z LL J LL J LL V) W UJ M W F % n : r CD r-4 i a � i O w Q'y J J N LU } o o 0 z`. LLJ Z u +. w, QS Q,. V1 vi u G. LU 5 LL) C a0 W Q 3 ' 06 y ri Q Y Y Q } N v d v O W J ayH� wp/ In cQ �_ w N^ w O z w z w z 0 0 0 Y Y z Q v, Lu O W S 2' LLn J Q I"- "�" ti _ W W W w W W W ,y oiS Co w� a Z Ur Z Ur Z Ur Z Z > ? U U U U U U U U V1 V) ul (7 V1 w Y F U H U W H V1 F- V) F V) F- Vt F VI F- N f- Vf F- V1 V) V1 n- z N a o LL LL Q g g g g g g a a_� O a a a d a a a a a c a N "oo CL Q p 0 0 0 0 C 0 0 0 0 0 U C7 • 0 0 W O Ur O J u W z J z Z Z CD W F F. cOc i.' L v 'L v � E rlj o ri ri m N Ln N M to l0 I� ri N Ln d_ z Z rti ri l0 ri r-I r-1 N ri 7' ri c1 ri N ri N N N E. G N O (N O N r-I N O e4 ri ri m m r-I ri ri .-+ ri rt ri ri r-I rt e-1 .-� r1 e�i rti ri ri e-1 r� ei �-+ n 71 O O 0 O 0 O 0 O 0 V) C) t!') 0 lD 0 lD 0 O ri .-1 r-I r-I r-I e�i e�i ri ri r1 ri a�-r rl r- ^ ^ ^ ^ ^ ^^ n Packet Page -1254- 12/11/2012 Item 11.A. Packet Page -1255- TJ 11, Qi T a N ri O N rn an v IA. v� in in an .n an in in +n <n in 4n WO O O O O o N N CY N ri N m N r-1 m r-1 e-1 LD m N r'1 m rH 0 0 0 lD r-1 r-i rf H .--i <i Vl Ln I - N 2 LL LL LL Q LL LL LL Q Q Q Q Q Q In N VI N Q Q Q Q 'Q Ln Q Q W Q W Q W d d Q W Q W J J J J J 1 J W J J J W W W W W W Q Q Q Q w W W W 1 O U W N LO V) W Z O O z v Q I-- } } w O o v U -- O z z + N w z z v Ln o a W LU Q Ln io N U O J w J m Q m Q m Q Z O 1A r F z N Ln O 0 U O LW N O U Z O Z Q< O_ w ZU U 0 n O z 0 vwi X Q 0 Q 0 Q O z z a O 0 Q O vn v Ln v I- J 0 Ln Nz Cr p Ln w LL' > ¢ q Z Z O w Z w J j Z tD O a J (D ._. % N Z �..;... _ W 06 2 ...� Z W Q W Q Z d 0 06 W H Z n_ x m d O O }} D a> Oz a> C O 0 O o O �� z z ^^ Lz o� 2 ' Q w p m � z O z z? U U 06 -1 03 O U w w Z w N p p z Z 06 p�� a V ^_ ti O O O O J F 2 — OW H O> C7 C7 F O O a O N w Co Co Z Z U V � ut p w} Z J z w z p� (V m w o2S - w p m LL -- X .LLL 0 0 0 0 0 LLI z a — O �. m Z m w g m Z Ln u 1 Co .-. �--• C 5 >O � V 0 = LJ.I LL Z Q U W m U m } J } J U U J J ^ Gm L 06 G LL > W O Z W ~ J Z D Z O z m LL Z m m w w Ln a( W G W G W ^ VI Ln O 5 U Ln 0 W Ln Vn .. F_ z m 0 0 OU Ln � m Ln ` �2S -LL_. N LL 2 W R v m O J Q In 11, Q m O m O m 0 LLJ Q w^ 0 0 tD Z _ o LL V L' ut V1 ^ - - Ln Q Ln Ln E"' ~ W Ln Q m H - r z - > U U -.:: `-" f- H LL W z Ln Q Q J Q J Q W 5 .--• W Z W J W = J O Z ; Oc O O - W m f_ �._., LL D- F- a J m i- a x p z = O C z Z O O C7 O O W O 0 0 0 0 O O O O Q O m m u 021 G J J 0 0 w H w Ln w z� J� Q z� � w z Z Z Co O C = C U = = Q Q d W L.) W 0 {'� J Q Ln o d J o o o J w J W W W U W. J J V ~ J J Q Q z Z Vl V1 Z X Z W U } J U U U Q Z m m m m p m z a w 0 U U Z Z w w Z Z Z Q 0 0 C7 0 � O d w W ' Z O Q LL W LL LL LL 4. V1 0 �• V) N Vl In Q Q = 0 Q Q U Q V) W d W J Z C7 CJ U U In V1 N N N to V1 W V1 Ca cac V U 5 Z W W = Z U C V J O J Q Z Q z_ Z z_ J J J J J J J J J O J G G _ - F- F- J J F' p Vl LL G u Q Z Q O- F I- U Q Q Q Q Q Q Q Q Q Q Q J J LL LL Ln Vn CC G U U Ln W 'n W LL W LL J z 2' W z Z W Z Z Z Z Z Z Z Z Z Z Z W W LL LL W W Ow j- OW z m r O V l7 C7 L7 t7 C7 C7 C7 Qc C7 m m w J w W W m} CC Q VI N Vf L./) V1 V1 G V) Vl F V1 F- LL d Q > > C V1 D- F- N F- Vl U V1 - V) J J J r-1 N M O N O m O <-i r-L v Ln N �q N N N rti N to 1-1 -It kn o `� ri to ri <-L Il 1-1 ri <-� r-I t71 O C m O O r-i O O LXJ N I� ri N C Lfl 1- ri ri M m u'1 Ln ri ri ri I� ri ri Ln <-1 ri M Q1 N r1 d' ri H ri ri O Zr Ln M M O O m M tD M M Ln Ln O Ln O O O O O� O Ln Ln Ln Ln 00 LX7 W W W Lb W � Ito lid CAD 1� n n Lrj tC tDD rl rl lD CAD two to Lo lD In to tD to lD Packet Page -1255- TJ 11, Qi T a N ri O N rn Packet Page -1256- 12/11/2012 Item 11.A. N 0 Ln Mo a N r-I O N ci 01 12/11/2012 Item 11.A. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 w ADDENDUM #4 Memorandum Date: September 4, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #4 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION One sheet 6 in the roadway plan set, the typical section for the Immokalee Road Improvements lists the pavement structure as Optional Base Group 6 (Type B -12.5 only); this should be changed to Optional Base Group 15 (Type B -12.5 only). r, See Bid Schedule — Addendum #4 c: Marlene Messam, PE, Senior Project Manager 1 Packet Page -1257- aj C J Y f0 O C 7 7 a C (0 0) .L 0 O O a) _N ro t9 O O E E O C Cu E J O Q E yR 7 m 0 L? N m 12/11/2012 Item 11.A. LU ! 11�1.�1�,1�1�1�, 1111. �1� 1II.�III�IIi�l�llll�l�l�l�^l�^ O c.1 N Z a a m LO a Z Z Z a O W Q � N a � �1 Ol �(NI mI �1 til �I NI �I �I �I r1l C) I m� QI MI OI OI ONI NI rn Vn i..i l U I 'A N I Ln I N I Z- �- � Z- U I w I J f a U z o z v w in � d vi w un z } g m i v m LLI v i w Z w i O Z D m a w O J J 3 z } �-i N Z i--I Z Z N M C N r-i Ln ry N M w O n O O n f\ W 17 01 01 L M ut tD > N a} O c�-I O 2 4J Lr) Ln LLJ r-1 e-I Z w w lO N N N N N w N z � C ^ ^ O O > O O 111 V1 rq (0 'V' n w �) O c-I 0 r-1 0 .-1 0 a = .-1 0 0 0 0 0 0 0 0 0 0 0 01010101 -1 r-I N M tD W _ _ J m M m M N N V w u d r-1 m m Q rl ci .-i W H �-I �-1 r/ w z in a w rl ri > N w F- w 1.0 - U O Z U to a Q 2 O w w Y r4 1i u: O T t7 w va O V !- Q Q =_ Z } w U ~ O C7 w w O z p � O.ri Lr ,.... �- �., w > IL }' C z> a ~ U d a> U V a Q Q Q= u w � Z Z Z z O a Z Z M m `n Lu Q Z Z 0 p 0 0= IS z Z 0 c7 w m a U U LL Q LL z° z g W u m C) O z a w z a J a x > N w W Z Z w w } ��- F" > -J W O > LLJ J V) Ln Ln O V) H ._. Q In > a W z O O LL U Z Q Q V) Q a a Z W J m � p X w m Co m X w W i- w' w Z LU a CL M w Y V) z w a w >> a z O ~ W F- V) Q Q Lo a Y N V) V)' a Q = w w N Q Q U z d' w p 1' z Z > g Z a Q CL 0 U U Z w C7 m m m Z LLJ > Z= m c Q= Z I= Y Y w Q O= m Ln p != p a O Q Q C7 a= Z H O O J w u1 a CL l m m a= U V) N v) m w u m m w H 0 0 0 v) J f a U z o z v w in � d vi w un z } g m i v m LLI v i w Z w i O Z Packet Page -1258- Ln to 0 a N r•1 O N e-1 �-i .a 3 z �-i N N i--I N M C N r-i Ln ry N M O n a' r t0 i� n f\ W 17 01 01 O rl M ut tD N O c�-I O 4J w. O e-I r-1 e-I N r1 N lO N N N N N N N Cf � C ^ ^ O O O O O 111 V1 I� V 'V' n O �) c-I 0 r-1 0 .-1 0 ri 0 .-1 0 0 0 0 0 0 0 0 0 0 0 01010101 -1 r-I N rry tD W 00 N m m M m M m M O Q N V r-1 H 1-1 r-I rl ci .-i .-1 H �-I �-1 r/ ri .-/ H e-I rl ri N N Packet Page -1258- Ln to 0 a N r•1 O N e-1 �-i a) C LII J Y LC O CC E 7 7 Q C f0 a > O O 3 a� O Cu a) io E E O C v E a, O d E Ln T to N n V m N m 12/11/2012 Item 11.A. Packet Page -1259- 0 N al CL N ri O n' an o O tD �� v> v>• <n Ln• v> to vi vw v} v> <n v> �n in �n �n v> �n v>• v� v>. v� of +n i!! ,n vt v> v>• to v} to O Lfl , n lD -1 to ri LO L--1 O a0 n Ln Q1 N Lf"t lO n ` n ry O N "� tb N M <..1 l0 p N Lli N c Ln N �h M rl O Ql M N rl M N Cn r Co V) N n M e-1 H N ry '� 00 n N rl O ry 0 Q Q Q Q L.L. LL w Q Q Q Q LL LL } >. {� Q } } c LL LL L LL W Q Q G J J W X W W W W J J J W W W W J J N N J W Vl Ln Z J J J J W w Z yy,1Y.; LL z Q p O v J !} a - Z ~O N D O Q t LL O Q O N = Y J O O Vl Q� U a 0 v R O w w ~ m O = 0 b o w N oo r-I L C o Z;; 1J U 0 a Z Z W Z Z Z w W Vl =^ Z } O O i- S O S Q Q Co m a N o O O 2 O O zc U d G w W J W X - Q Q a< J Q J w Ln a z t O- D O Z Z Z a K Y N Ln l}L w W W )- O O O O Y U m m Q V z w W F- W ) w -> z v o p a d d d W > z z z z 0 v O Z K S U 2i J J J 00 O Q O O Z a Q O Q a} d U Z Z Z Z Z Z Z Y OU m Q C7 n Z p iD i0 � z O OJ N 0 0 0 C 0 0 0 J O m J z LL w 0 H J l6 w a w H- t- )- r- r- u �2f O W a z u z z O o a z a W w O J aC Q ++ rY r V Z C- C- C_ U Wii U U Wi) U >- +- V C G CC a O F i W 2 W 2 !n 2 1 J Ln N W C C ✓) 2 y'. 0 0 0 LWi) vwi U= a Q O O V w U M O W H F- w W w> z �L m O a F= 1= F= O o O a Lu Z j j U V 2 >> o - ';rn J w m w m w z Z Z Z z L) o.. w U ',� m a C- m i- -- LL LL O O !- a a s s )- w Z} �. V F-- C) w J LL J J J w w w w C) Q w ~ Y J a a a In a Q W C) Z F_' a (C O Q S p C) W Cl W Cf W W F.- C) Q J 5 w W U = R .r% W W W U U J L) 3: = W U U U 1' 1' �' 0' Ln V LL a U u O a w f"' i- )"- w H �- LE Q �- z v> wa w H w H w l_- w w z0 LL w U w LL m Z Z U- a C Z> Z z Q p a M, Z Z Q a s H 5 p d �~,, w Q< Y Y a a a a m V = a 0 0 U a a a a U H v) Ln C- W 0 4- n n a a a d F- y--I O rl O H O Ln N M N Ln N Ln N r1 M N Ln N N M r1 ri L n O lC O n r� r1 N L n 01 `--I tD Ol N rl O ri ri rl N ri rl rf p O m rl r1 r/ rl rl ri L--I r1 N N N 1 5 C Ln Ln N N C eY N e-i r/ rl e i rl N rl rl .--� r1 Ol c O rl r1 N rl rl rl rl L71 Ol Ol Ql N r1 O N N rl ri rl rl rl rl rl r1 e-i ri ri rl rl ri Ol Ql n n Ln Ln 0 0 n O O O O O O O O O O O O O 00 O U V N N N N M M M M M M M rl N N N U N n n ri ri "1 H n n n n n rt U U 'd ' � � V, U Ln Ln Ln U Lfl VLn n n Packet Page -1259- 0 N al CL N ri O n' an 12/11/2012 Item 11.A. Packet Page -1260- L, CD 00 L a z ' N ; 4-MMMIN -0, to yr tf� an V'� v> I ON N i '�' f. 00 m N m M N p N N lD N eH' M15: S Y+ = .+ N Q V) Q V) Q V1 Q a W s W Q W Q W w N Z LL J LL J C W J Q W Q W G LL LL LL 4�a i e;: Ej$ Q ,v N ! 1 s 'M N I c-1 z w p WU Q � Q L.U' J S ^ " 7 > O u a w W CD m ^ LU ++ ,.� ^ z Q N QC >___ v tD Q 2i p p LU p Z C Z Z S J G - cQ G 1- N U J p J p J a n V) w O J O J O ][ rV � o N- O z z z O O O Y Y Q_ yam„' ro V) W N W CW wwc Y N. V) L V) V) _ > Q = ^ 2 = _ _ z > ; a f � f- 7 o > O O H CO CO - W S S> T c> Cw }d} Z >> >S S Y >- LLJ Z Z Ur Z� Ur Z z>> w U U U V U U U U U U Vl V) V) V) Y v F- W W > �= V) i= V) r= V) f= V¢¢) V) N V) V) V) V) „�. N N N„ Q p Q J z< O O O O w w a a M na a a. M a. M a a V) Q; to CL a a a Q p OCC OCC OC Oc v O eD CO C CO G COC G G COC G G cOc C CO G C G tL Z �- J J J J W Z Cr ~ Z 2' 0' d' S W W �' W W 5 W 5 W W z i'.. Z_ Z_ Z_ �+ m J w w w Q W 2 W S W S W S 2 S S S S 2 CCp N V>. L O1 f L 4} rf N O ri Ol eH N N M V) Uo I" rl N - V) d Z Z O Ln E 0) CD O o O Uf O to c l.0 o lD o .-r �- .--i U Packet Page -1260- 12/11/2012 Item 11.A. Packet Page -1261- Ln 0 a N O N Cn rn v, .n �n Ln �n �n in .n v� v� ,n v>• in +n vi v� .n v> v� v� v� v> to in Ln v> an vi v> v� v� v. v>- 10 Ln O O O i N m N rn -I Mb M e-i rn � O LOD lOD H -4 r M N N Q W LL W Q Q Q Q Q Q N Q J J d J W J J J W W W W W w Q Q Q Q W W W W W Q W W O U w F- w N N = N Cr w Z O O z U Q Q Y } D w < ° O U U Q C O s LL w p p � 2 w z O o J a Z Z ` U F- U ut Y M O D z :T W W Q C V) O J J Co Z O N N - F- Q p V) F- Z 0 M p U 5 O ;Z, �' W Z W W = C Z Z Z LL. Z W ^ V U Q Q _O w I.D Z z a p° O Q O o O V F- J° uj Ln Q' n N w Co 4 Q Oz H w > O N O t7 > J Z OW z La z _' m W° J ° ° 3 w w F- z 3- -1 m J O C7 ° o �,; ^ Q o z p p � o o LL a> W z �� ^ 'a 'a z W ° o z o Ln _ °� °° o o° o m N z S z z `. O .... Ly .--I ," I � >> z Z O ~ o C Q CO Q �,'. z .--. U� U D D CZS LL C2S LL U W W p Z W v Z cLS w a r ti O o v V J w z> U p o o2S o2S C2S O w wQ J z N °6 X O Q Q LNU CL m Z LLJ w FLL-- 0 F w w m mC �_ r O > ~ CZ W v Z W Z D U CO T J Y J U u J J .-, W V W > ° w V) U- O S ~ J m Z Z O Z m w F- Z m m W N W N R� W G W G W LL W_ N VI V1 O W U Ln D W Ln N Q o O O 3: L� w m Ln �� V) Ln Ln s Q LL Q cc w O J� LY W�� Q w 0 0 U V_ U_ U 0 W W Z ^^ J J O O W W Q ~ F- z > N N V7 N CC J Z Z p U U J p Z S Q Q Q Q Ln `U Z W = J O z F_ CL CL CL. m CL 0 m rr 5 S Z Z 0 0 0 L C7 Q Q O w � O O O Q o m W ` ` J J U CJ W F- I- W vi W cc J J I- Z G J W Z z m CC 2' U U J Q Q V) N Cl W o o F- J z p d O O J w J W W W U W J J J Q Q Z z W F- F- 0 Z x LLLJ V V U -,, Q Z O] m m m CO J W 0 F- F- 0 (D Z Z cc G W W Z Z Z O 0 � 0 0 i J J Z p p Z CL O V) Q Q S_ D Q Q Q V J W U Q LL W W LL LL C>_ V) CL QC D U Q ✓� C� Q. Z U T 0 V U) Vl Ln Ln N V1 V1 W N cQ V U C Z W W Z �- U V _ J Z J Z Q z z_ J J J J J J J J J J G G �- Ln f,.. V) J J V1 p N — W w LL Q Q Ci F- V W Q Z Q Z Q Z Q Z Q Z Q Z Q Z Q Z Q Z Q Z Q z J W J W LL LL LL LL W W C G V („) W t- W LL F- LL Z J CO Z W Z S S �_ U C7 (7 < C7 a pW z } CC Q U F- Ci C7 C: C7 C7 C7 :� C7 C7 c � � J w W w ... 0 Ln Ln Vn Ln Vl Ln V1 L/1 Ln c N Ln Ln F- F- C1 CL Q > > d N n. F- Ln F- H N M O O O ,-+ C N LO N O N N rl ci N lD �-1 c-I 74 m Ln � N rl H N L--I .1 ,� e-I rl n N �' Ln I� ri r1 M M Ln Lf1 ei e-1 ri i� t\ ei N Ln ri e-I M Ol ei e-i C r-1 .-i L o rn m M M m m m Ln cn m o o m rn n m m n Ln o Ln 0 0 0 o a� o Ln n Ln I ry CO CO W Lb W CO CO CO O N n Lin lmD LMD LSD L.o Ln LLD 110 LSD LSO LMD LSD L.D t�D t^D l�D LSD lm LED L.D l�0 LSD Packet Page -1261- Ln 0 a N O N Cn rn Packet Page -1262- 12/11/2012 Item 11.A. a R MC a N O N r-I r-I Ol Memorandum 12/11/2012 Item 11.A. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX, (239) 252 -6700 ADDENDUM #3 Dater August 31, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #3 — ITB 12 -6947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE The bid due date from Tuesday, SeptembeF ,, 201 22 to Wednesday September 5, 2012 at 2:30 pm c: Marlene Messam, PE, Senior Project Manager 1 Packet Page -1263- r--Ll. P Memorandum Date: August 31, 2012 12/11/2012 Item 11.A. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #2 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION 1. Pole number 3 was changed from 649 -31 -107 to 649 -31 -102 (deleted luminaire due to a conflict with the overhead power lines). The correct numbers are as follows: Mast arm pole number 1(Pay item number 649 -31 -103) should have an "assembly number of D5- S3 instead of 136 -S4. Mast arm pole number 3 (Pay item number: 649 -31 -102) should have an assembly number of D3- S2 instead of D1 -S1. 2. See attached Bid Tab Addendum #2. c: Marlene Messam, PE, Senior Project Manager 1 Packet Page -1264- r 0 O N d DV 0 r 0 12/11/2012 Item 11.A. Packet Page -1265- 3 0 n C. O. < Q1 (D G O 0 Q O a N (D r r r r r r r r (l N r r r r V r r J V V A 01 r A r N r r r r r lD V V J V V Ql r N r r r F„ j W O W O W Oo J 01 A A O l� N r f D) r Vi N W M U7 r r W N r A r W F� U'i �-. F'' N N r r lD r r N L �t (b 1 n D n n p p m z n r w cn to n S D cD w D D Z Z O i v Z D D Gl C z p D O 0 0 0 2 z z Z< N G< Z -ml -ml n 2 m m C w W m Y C O �_ = x D � m 2 to v+ V1 D Z D D Co Z [r- < _z Z C7 m Ll rn Z Z f� C'1 tv m 5 G O N O rn O m r Gl to N to D D Z Gl m. >>, -{ rn m Z D m m m� C C m n<< m m m D m G1 K n � n v m o o K 4 0 -DI O R° in D m Z D O O D t m V ao Z D D n D D F Z n T n O Z„ D (Zn m v m Z N Z a O v D m m D< X C D 2 m y Z_ m Gl p- p ? { m 2 2 N G1 D to Cl � m -Z'o ? T D„ C D -D v Z -� n n ,Cl .� �_ O rn m D r Z G1 O O Z -I Z to n Z .. m m m Ln m 0 0 2 0 0 0 O Z < (y m y G) M C _I - Z Z D v Z Z Gl 2 m z D T O 01 to _� n fl n CZ,I oO < (l in O rn O m K m m v .� < N Co O N Z O Z n Z- --ii O O O Z D T' D T p N D m 2 v ..� n m D N ('7 Z m O C l'1 - m m m m Z r^ vmi M A < m O� M m N - FZ Z Ll Z m ) N N D G rn .' C r m Z D 7 O - V1 U9 Ln m Z < < m Vf (�}' T (� m v 0 0 m m O n Z Z D n < < Z p w Co C O D C < O C O cc M z D T n � j f M m -i N V) N N (-1 Cl N I— r r m m r r m m rn m m m m r r V r v r v r- v r v D D D D< Z Z Z << < << < n in N D D T T O > C O O O C cn i, 00 f I A N U :,% O O (n al rn N Co N N r A A O IN A r LDD W lD A Ql r ?% Q C 1 w N Jo C rt C� O 'r i to to to th ti to to iR to to to to {n v to th to V. to to io to V. to to cn to to to Vn to to to in to M x mm a m n 0 Packet Page -1265- 3 0 n C. O. < Q1 (D G O 0 Q O a N (D N O_ to 12/11/2012 Item 11.A Packet Page -1266- z O d O_ 0 rD ro 7 0 O Q a m 0 O O O_ C fD o� O Q D C C O r d O CD n n V v v V cn to in n �n v cn v h A A A A A P P N 0 0 0 0 0 In N O O W 0 W 0 W 0 W 0 W 0 W 0 W 0 In In w O N O N O F+ O N 0 1-+ 0 1� 0 1�+ 0 N N F-� N N F+ �I F-� N N V Fr vi N l0 0 0 10 O T r � N �1 l0 l0 N In N N N++� F-� V Qt V1 .P W N N V-+ O 01 F- F- 1-+ C l0 f-� A 1-� O O F� Fr M' In W 1--� N In N Ln N 1.0 N In O O O .. G -0 G) -'{ -0 -V -0 'C LA N -0 -0 T -0 n v � � fl, p >, C z D D D D ?c is D D D O z m M D Z o� - 4 � -i v v O D >n Z Z Z T Z Z �'1 T -mi m n T m m m m m m m m N m O m M m m R<1 --I D O n D T in n n n m r m == rn rn W� r D n m m m m m C C C 0 Dn Z cn p C Z O T T cn C O D w D 0<<< < D D '{ C v D D Z rr„ D n m v m n D z m Z m Z m Z rn Z' m z m m C O << f� C� << N O O D C °-� p p D w w= v m m rn m 0 v n m m m 0 M m n Q z z n cn cn to to m 0 0 0 ^'' ,1 L, m N N v m m D 77 n> S m rn n rn n m n n -0 M v Z D D rr- m Z m Z D m m m Z Z Z n Z v r Q n -i - O T r rnn m 0 0 0 0 0 0 0 -i O C 3 �n rn rn rn O Z Ll D n C-II z Z Z z z Z Z Z z —< D D - - D D Z O O Z� Z- - D D D D �^ x Z O z M �_ O O Z z O Z =__ m _ z Z m > C= z m-i ` Z n Z< '-' =f -a �. Gl Gl z D M n O O Q -Di -Di -Di M G) �„ Gl p m m m m w L, LA n < 7c p� D T, rn v D r z D O z D z z m z m w m z O r- m O n D O Z T C r r r r D D M r rn o n o = w= o^ Z o o C v n O z z O z z m o a° m D Z r C 2 C C C = C C n z C �' Z O 0 m Z Z M D rn D N A r C O .., O D z c O rnn p ^ 00 Z o M o 0 v M m a LA O D a A O m W O = D n 7z O pn N Ln O �_ m = n o D O O o N O z a •:v'.? D to r n O � 0 p c D z T M D T Z m D rn D r T r T +� r T r m Z cn -< cn < m D r �^ Vl << cn r T r T m D m D m D m D r T� r T r T m D 00 A N N N N O N W r V N N lJ1 N l0 W O M N W F-� W O F+ W u N W W N O M tr J 1 A In r- J o 0 fr o tz i^ v* to v v v v to to v v v to to to to to v v v v n in v to tin to v to ti! O p O` p O:; O Or O Packet Page -1266- z O d O_ 0 rD ro 7 0 O Q a m 0 O O O_ C fD o� O Q D C C O r d O CD O r O N O r N d UG O w a J Q1 Ol DO W w W N O N r N r N L 0 G1 Gl O D D n O O Z D rn zi C O Z Q° Q Z C O rn Z n C r M m N M G) Q G) 0 O N Z C S Z � O � w z ;IV, ITI;;I21T1 -1 , 12/11/2012 Item 11.A. ,. ! n n k�D V1 o Ln '9 J r r F-' f V r N r+ r n V r r t N N V r r, N r V r N r J J r N r M V r r r In r F� r w r f.. H N Lr r N r N W r �+ r' F r r r O '7' N lD O 0 0 to r 0 cn o r 0 O N 0 O N 0 o 0 O N 0 N 0 O N 0 r O O v, v, 4 2 2 2 2 2 2 S 2 2 2 D m m m O Z Z Z 3 Z D m m m m m m m m m m Z O Z n 01 r r �.:.' Z m ...{ m m rn O O O Z r rD � Ln ry [- D D m r T r O D G, D L n (n N In � r� m 7C In In In N rn n n n n n n< m O to Z m Z z z Z D n n n n G) m M rn T T T CC C CC G CC G `{ CC G CC G Z p T � T Q° T T r r r m "" m go — Sz° = Z Z< O O O m m rn n m m m D m Z_ D .� _ .... 3 p N m D n n ir O 1-n LA O O O Z Z � o m 2 p3q Z D O S� D rn r < D Ln �n Z m r c'' N D Z m r 0° 01 = .._- W o , N J r O m z N O O m _ D N z n M O Z O L, m INIM `� I� Iw lw iOl� IJ I� Iw IW IN IW I� �� r m N O O O O %�. Qf V/ to t/* to t/? in t/* {n t/f VT to i/* t/� t/) tR t/� t/f iR t^ t/1 `t N O D' O 0 0 Packet Page -1267- N In A V O a cu 0 G O rD (D O r-r 0 O O d R O d O_ a� m O O CL 0 a C 3 M O N r a CD 12/11/2012 Item 11.A. QD Qo Qi Ol Q1 Q1 01 Q1 Ql Q1 Ol 41 A Ol A w W V Oo V Co Ql V 00 V 00 J 0o V Oo V 00 lD O Lo �D O lD O 00 lI V O 01 T Q1 l!1 Q1 W W w W A Q1 In W L1 In W VI O In O lD lD V1 A W (('UU W W W W W lD W r r Ln r F' J �I N r r In V1 W W F' F' �7 N d A A rJ l0 w F' h' o1 N r r N In A tr w r O r O r O W N D{ w m n Gl Gl (il Gl Gl Ll Gl D p 2 2 C O p D D D T m T LA -� v+ (� n rn rn T T T T r r D ➢ D D D D D D z D r n n, O rn m Z cn cn n Cl vri +n trii v+ N N v+ G Qo M D D Z z D D p p C D D cn v D D-, 0 �r t C T m T 0 n W T m fl p m Gl C X O Z Z z z m m Z Z C r m r m M rn m O �^ -i Z D z m O p cn m fl m n m to Gl v G1 D r D r D A D r 90 S m m �I^ O O D O O Z Dr Or m � Z z 3 p C D 2 m- X F�r r Cl Z O O cn D D T m Qo D D z m O X XO m -� '^ -I m O v O v 0 D crn � Z- N N n „ O n ^ n D D m m rn) D T D a z to T T n w O m O O O O rn cn E- SN in '� m m Ro m m m W rfi Ro m S2o m L� LA m O < O -rG z = T Co Co 7.0 O C_ D Ct p C z n rn C r r rril C' O O X 77 -i 71 -� rrryrymmll { z m < M O ..-. OC Z T S2o .n Ro '-' N T 90 =� O- n m E0 Ro '^ O rim m � O m m O m Ro T S2o t1 z CO Z r r c< r r i-i Ro -1 n m O C .__ Z 7o O C� 0 0 n p< O ol 0— m Ro m cn Z -DG .y r r Co j z p m to to C O p D M Z= z O ��n7 D Z Z D D W m m S in 0 m Or V X700 in in p p O D O T ?' L^ Gl m O D D➢ D X p z v C) Z m m z Z z z L, -,- p Z to O r D D 77 r m r m O T 7nc to M m p m O > j n n z O O z p M m p hn p M --I m O m rn D m D m D➢ nn D D D D> D D n D n D n D �r�rn1 Y D D - hm m D m D D m D D r �°' r T� r T'^ D - D D D D ➢➢ n D !OD C) V OO J 00 V 00 01 O N VT V* VY V1 VT Vr V� V� t � A A VT VT "A I U• A 'U% Packet Page -1268- O N fD O a d m 0 O a p (D m O a D c O a r v tD \ r O O r N Cu M rD Ln 0 -F Ln Packet Page -1269- 12/11/2012 Item 11.A. --1 m r in lD A CuO D_ Cu 3 U O 3 ro T 0 3 3 O N IF m O_ a CD 0 O O_ rD ns O C_ D C 3 M O IV m m %D �o w lD Ln r r a N r �l J, CD �. Ln In r O r O N Q1 O, �J, G1 G� Gl Gl Gl Gl Gl .n Z z Z z W' r` r p Gl O C,l C7 6l z 1CM D m � c n O O O� rn W' Q z:. z z :; r•- W , p K Z O z O z � � G T O O p r.. n p Z ►_' M' x x m � < Z O T rn T O O �M D -1 m Qo = In :;o N T In C) m O n 0 =. D z O D< O O z m M m �' m O n M p O O O Z -i Z D K �n to " C O O m p Z N_ T O r -- O O G1 z O m O m M T C 0 O � O O in M z � O D n T ^' � � O Z D T Z X M M D M D m D r T r T r T T D rrpp�� D D :.. "'.. r to f N W is. O O O ' C .:. N •. W O O N_. r O 0 O --1 m r in lD A CuO D_ Cu 3 U O 3 ro T 0 3 3 O N IF m O_ a CD 0 O O_ rD ns O C_ D C 3 M O IV m m Ion Memorandum Date: August 14, 2012 12/11/2012 Item 11.A. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #1 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: SIGNALIZATION 1. The entire signal plans in the current bid package signed, sealed and dated February 51h 2010 should be replaced with the reissued signalization plans package signed sealed and dated August 7, 2012. 2. The Technical Special Provision (TSP) for Traffic Signal Control Devices in the current bid package prepared by Parsons Brinkerhoff and dated December 9, 2009 should be replaced with "signalization Technical Special Provision" prepared by Collier County Traffic Operations and dated July 2012. ROADWAY The following changes affect the northeast corner of the Immokalee and Valewood Drive intersection. 1. The contractor shall remove a portion of the existing curb within the turnout and construct an ADA curb cut ramp connecting to the existing sidewalk. This work shall be paid for as Pay Item CC 522 -2 "Special ADA Compliant Curb Ramp and Sidewalk" and the unit price shall be lump sum. The work will include the cost of removal of existing curb and sidewalk and replacement with new curb cut ramp and sidewalk in accordance with Standard Index 300 and 304. Packet Page -1270- 12/11/2012 Item 11.A. The following changes affect Signing and Pavement Marking plan sheets S -5 and S -6. 1. Do not apply the final thermoplastic Thru /Left Directional Arrows to Valewood Drive (south leg) pavement. Plan quantities affected are Sheet S -5 (1) and Sheet S -6 (3); Pay item 1 -11 -170. 2. Realign the northern legs of the final cross walk (N -S) on Immokalee Road west of the existing inlet. BID TABULATION FORM 1. Your attention is being called to the fact that several pay item quantities in the bid tabulation form have changed. A new column "Adjusted QTY" has been added to the bid form and the change in quantity inserted per affected pay item. The original quantity per affected pay item has been struck through. Please use the "Adjusted QTY" to compute your "Extended Cost". 2. The following three new pay items were added to the bid: CC522 -2 Special ADA Compliant Curb Ramp and Sidewalk LS 1 $ 783-4-123 SIGNALS -FOC CABLE (RELOCATE)(UG)(SINGLE MODE)(26 -50) LF 700 $ _ 784 -1 -1 MANAGED ETHERNET SWITCH (F &I) EA 1 $ - 3. The following Dav items were deleted from the signalization bid: 783 -1 -522 SIGNALS FIBER OPTIC CABLE (ADJUST /MODIFY) (UNDERGROUND) LF 150 $ - 633 -7 -7 SIGNALS PULL BOX AND JUNCTION BOX (REMOVE AND DISPOSE) EA 3 $ - 633 -421 -2 SIGNALS -FIBER OPTIC CABLE (RELOCATE) (UNDERGROUND) (SINGLE MODE) (26 -50) LF 1700 $ - 634 -7 SIGNALS- CABLE, ADJUST EA 1 $ - 649 -31 -104 STEEL MAST ARM ASSEMBLY (F &I) (150) EA 1 $ - 659 -101 SIGNAL HEAD AUX (F &I) (BACK PLATES, 3 SECTION) EA 8 $ - 659 -118 SIGNAL HEAD AUXILLARIES EA 2 $ - 690 -20 SIGNAL, PEDESTRIAN ASSEMBLY, REMOVE EA 3 $ 690 -32 -1 POLE REMOVAL SHALLOW (DIRECT BURIAL) EA 2 $ 690 -80 SPAN WIRE ASSEMBLY, REMOVE EA 1 $ 700 -48 -18 SIGN PANEL (F &I) (15 OR LESS) EA 1 $ c: Marlene Messam, PE, Senior Project Manager 2 Packet Page -1271- 12/11/2012 Item 11.A. 22 WA hx ~ i 'a rn W7 -4 No 2 LL �N H° iyy lug x U to Cu o m W� F o `w Lp Z n LL Q _ CO -6 c4 5 Ln o c� a °- a 'a Cw N p pp Ow yxW� fp Ql 1!1 CA w k 4 Co Q N Q- " '•�1�l i i1 �1 W a iJz y Q. 0. i �- I• - o ` N W q -, , U a -9z -a ! �i — . Q � J o Yw Cw �i 01 wtn nw p � 410° Q: C O z:no O g5 - Co Cnis Q. 3 g O� Q Wo.C�y�VW H ti 2 w�xUOmm�N1�SC O'Vl � aN° CL, Q °ti�G3 <ui» IA hCw l..�pp ppi J 2a¢NC V�<OCwO � ��y�WW y��•N 6� 4�W q° a CZ�7 jW2W01`42Cg H Opp y & v�p =y V,� �m W�2 �l�tiiW ° Cc< S32N Y1�(9 t���,�tiNWC � ti°V1 O Packet Page -1272- 12/11/2012 Item 11.A. Packet Page -1273- ---------- -------------------- ---------- ---------- - ------------ � Yltla IWIBI�1�1��191, �I��I�Y� �■meioew�m�a��u�ia�n�i Muni �e u�� i B � Packet Page -1273- 12/11/2012 Item 11.A. Packet Page -1274- 1•. T SO U O WN2 r O q OI.MJ 1� ¢O W a OU •c W J ( 4a• W U2 xmi W2 NO J W W +-4 OOOpWp- `O W C4 q2 2 2 2 ¢ O2 W 4 OW NOU ¢ 2 ux J O OOh 00 O > q0 JW <3 J S a �ti N3 4> 2 oN W m OJ J t4 KJ 4 0 <W Wu CO 2W W Ji O 3 W 2 Nh UCo 1. J W N 4 JC x 2J W � > •i. W� x W u�F¢. t¢,� 2 < W W x Ob- ¢ 2 U4�W 2i0 NN i O ? W q m< J � uoo i 2< ( ¢ <O 4 C Jy Om 1.0 UO W C W ITT 4 W O �4O J W O 1-•-N N t,} pOp q j O > > 4 Y � 2 2 h- UO ¢h U W N IA 1. ♦•C2 � 2 1!1 3¢ U r I^ JOO 1� 3 W p4 ¢ <W vO W U 4 3 NO¢ N 4 4 T F. ¢h V J O N < N COi 4 w3 W IAN ¢ 00 U 4-W N 1� •< W 3 ¢ F-W NWT W ~ m �N O I-N ¢ t~i � <O 1- 1. W to W o V W > W' N ¢2 S a 4 Uh 2 - ¢D •¢ x 44 O C tiJ U Y N U < N O W 1. � N i W 41, 20_ - y > >> 11:' YYY a W J 4 w ¢ ~ W UN OV�UW x¢uJl, >> W Om <2 290q( p, 2 ti02OK- NucO.f3 W 4• W LJOO¢ O 1¢-U�i 4 0¢ O 2< 4N¢O JJ W W J N 4 N J O J^ O < 4 2~ W 14-u¢uW J2 2C� 2 02( •. NO ;9M t.2 W J W U^ N W xbl� 2 v O W ¢ W Q Ub0 � W W J 22 W •(>¢!2 O NNq O� W 2�< ¢4J F- 1U W (� m i W W 40z O 2 4t �U >22> ¢ 2 3 O i¢ ¢ 34 x ti W^ N N< U �O W SN4 N W h 1--4 V < 2 Ww O U h Ui W W 4 • xN b m e N b NO.A r� n N 0 bO nbN Nn -NngN 4+Nnown g N N N m b P ✓P1 W tm W NOP N -N N"NNN IAN Oq V O 3 U W 2 ¢< N W ti N O ul U¢ 4 U 4 a¢ i m? a C N `a ¢ O z 33 3 O 2 i N < 2 x ¢p < N N ¢ ti x = ¢ N 4W4 r m � N O O x O W N W O w< U ti O ( ¢ b 4 0 << U O W¢ J �- 2 3 O O< O (�' W pp O 2 O h u U U ¢ a Y x 4 V O W¢ ¢� 2¢ ¢ O x W W N v 4 y; W W J S O O U V O O W 3 44 3 W ? N O •q < V 4 W O i- ti� U nP W�< W1� L 2W> 4x N1� OC N U J 2 V 2 W U O ¢ W 4 42 4 O W 2 2 q O« N�� 42 W O< OtiZ W N J f� � N W J 2 f. 3 O 1� •344 P 00 O 2 �< N 2¢ VW 4 03 2m 2r ¢04 J> 4¢ v2iO pp.2N 2 O 2 W 3 W 2 h 2 00 O¢ • 3< 2 4 0 J W W 4 4< Om 2; W OOa 2�2 W N <V 4 0 1. M 2 0 O; N W N< U N^ J 1�2 1- W � 22 W x O p< UA ix W O W ¢O W •+4ii • W�Z h O^ bJN< ¢ 4 N 2 3 ^ j0 ¢J ~- U W V �O S2 NO ON U �x x0 O U V U W T W •C wl� �- U < 3 <O O 2¢ i-4 0 0 2 V 3< W V J O 4 W Ox O¢ <� 40 O W� m W TJ •_ qN Q x N 2 m 2 � U W ¢ it yy 11 q 3x N 2 22 ¢¢ OO ti 0 ¢ O W O ti t OJ •¢ q0 e 4 2 � O 1� � O W < J ¢ N 2 O W N U 2 W< MY OYi -< O w � J e W x < i U22 <W 21-- - ti- UW 2 <¢ ti 4 W� 2 W U O J Z J ¢ W m W O W 3twia OW 4 b 2 bO.c J <3 R¢ NU W m O 4 J J 2¢ W 3 a pp m W V- jhti J W i N (( ( J^ < -� N1.,O -N <3F. D�e Uya gLL C N ¢ ^ ti Packet Page -1274- - - - - - -- — 12/11/2012 Item 11.A. h • i� N ~ u u u u u u u u '� i a� p0 U n 3> y UO$3 40a72U W` ¢ p U u uNt�O�� O I� W O J WOO 4a O ¢ � N ti� iiiON 222W OhuOa O� N O h$u4 0 o s W 3y<�¢a tiJ u t � t tiOaUW �NS V V h 22ap W4 J� $ O `=a W SaN WIN.. YhVi. N h 2 W u p< pp 11}y1 W} 4 J < O << W ¢ pq ; I� w xhO �CCC1 W X03 x O t°.f 'W 4 =¢O .•; p� t; Ot «_4 Z Y� W W 3 J N W < N W a 3 0 =� h W W N `+ O J N < u_ ft op 4 $ a4 � � OOOJ22 �U m0 W i0 WW2 �4 i- 3 Z¢ 411, _ t N 002 i p 3 O pp 3 p i OU N-=u 00 W� Nh hNU3 < W � < J J < +3aN0 0 ON /ri0 x$ Hp m¢im`W 2 IW1��O W J J j W 1. W I. -i W h Yi ipJOQZh 2 4 00o 0 p2p0_o0o020 Q2Q 00p _O pZp Opp, IOI_,� » 2N+ U < •• O N �$ ¢ +oC J al 0 21Z- W i 3 24 m� I42a 3 m R 2 ko 20. �N Ud WuUti ti1x- 2 ¢C W Vhia •• �4 22 u 20m U W N W Q W A G W W� 3 W N 0 0 2 �� C i •i 0� ¢< ` 3 2 U h W x O W< W O W W W Z < WOW W W O W jig 3¢ 2¢ W U4 • 4• 4. 4. 4 . 0.. 4• 4• 4 -nU cylyE�a N>> W W W W i W W W W U a W W 03 + +i �m 4 WOWN < 0 b�l° -OINNh �tiU OO tiN bati boN F.W UtiGU O �A OQ Uy� �LL W N+ w 2 ¢ W 0x0 J 4h Z y1 j 34 -+•+ < UO A 2 W U .$ 0 ON 02 2 2 O h0 2 2 O V N W h 3M1¢N m NOW �hN� Il D2 •N= � W 20 +1�.Ui a2W -�i0x W -0+ N2 x43 uu< 3 20 bpi < Zri1 W pY x W 4 +J <Oh 0 U_ W a >UO ti W NU s. 4 U3O t°,i °4W-O O i N W k} 4 W 003 W 02 ��x/lu 3h UW 2 0 ¢ 4 U U W a W 0 vhi W 0 h W }OW <3 0i W3 U 4 h W 0 eppe O W O N> W 1p V U 4 h< �jZNN FU WW¢ ; >24 Z 4W }NU3xW< >`$ (° ( h +� D _ U1-aO 00 -�h2 3JWNe tia X RIO a < = N 3 1z. • < 3 W W aN• 4 W W U U 3 i a� W R�< W� O N NWW4W $WW2¢iN 4' Wh W yO� $NSW �W¢nN�< C�.3 WtiuW <-1 5 -JU•+4 h> x W 02 yI } UZ �OO N 3Ji W -U_ ¢ > W <x_ 42 W-+ JO W 2 N N` D 2 x J 4 u 0 < 3 0 3< `41 8 U W C x¢ O N• 2 i 2ppm W W wr w-a <W _ JbJ14i1m 2CI-Nz;> W N2NJ2h ¢ x x3>Q yW�WOQ23N WOUh U' + >b -+ V X W W O h <x <N 0 1 2 + = ti 3 ti J N T U w W W 2hN2¢+ <!- •h U2hF -1-h W Q�SO i0`COW¢ U u W +vhiW <t=i1 C W ti ^i't <3 Z NO k`IOiaO Nit `2 03zi 4 >Oti� t4iIU �3'mhN W 4�x1� 2 h J 3Whh N: W2 <0 OONO a W O+ W 2 }h 24 x>W +h U OJNO- +UI�4 <a < iih0 W O x <xhal -x+ hx> �WWOW < o<o o hi $ohx 0 ON4. uo oxuaW N <x ¢ h WJ 2+ 4Uh UFr Nh4u2W �JU I. N W W< 2 Wp N JN x <OF. 4 J _< ¢< 0 +3• _ <+ W iU2030 �C WNN }<4WUJ OWW2�31Xi1 ?2 <OW• <32> Wu >>WQ NWN WOWLF V W +aU z pp V Q Y J O i W C ¢O ti+ 2 S> 0 N+ t> C O a< 2 J N O N + k U W 2 •h a< UawJ W J W X 22 i�i Wf- pOJm W W zWJQNW OZi NW hZ4 DO NN_r4p < 0` N�•i G]OU hO.hi�U WUN�40 °UW2 p C a 0 U W 3 N W O 2 W <¢< N N W i> <W2�¢ $WOwO >N W q m� 2WU0 hx2 <W2$ <hO +2W¢¢ W ;l C UVWW Y <UUOx <O N+ JSO 3 23 WJ! W. <+ x UD 3 0 ++ N V <Uh V h} NU23 < JW JJ•- I� W> h `1-Q� I Z1+ W W¢ 2 N0 NJ= < 00 WJS JQ xxV Q +¢WI+ I=mo °o~ m =u>za« � �Ia-.i ui'x o$ oii oinw `I-u omi~$Ix+� �= hwati¢wti >3o x0 2 WU Wh+ 4 1 - + +D}h 0h �2a W ¢I�D�IN�UO Q. O¢ y2¢ U JNS h W �OJNi WO�pS�2OJ =N NO W4 u0 -Wp+Z � �hi1 J Ji7�N W 2�<O2N O_� W$h W 2UUJS��3 jC •I'N`N iwa� �JU IOi10 � W-J+h W U i < b�C W Z L>N <.OiO 2 a 2 � 02 i J U `rl�i> x zIZ. J_ aV�� � <1°. =U21ry N2 W <im 0J N 4 W¢N'S Ug OW Wh4W2 + 2i >O< 2a 00 <+ `=aS+ W 2J O N >0 2 pWWWU WO x! <0¢U +xJD< W +� O W C c 0¢ i 1W.. W N Jx O -220 •• W 2¢ +x m¢ x a W •¢'� O +h 0 + }hU J +4 N N 0 N O J h •• 3 U << 2 J ! a N_ W U O •. < W ti U° W N h< WNW Q ` 0 W< U +NV +xxh1�2 0 +¢OU �2Wh N2 NW WNi. W3 d0 +¢O$ NiZ OOIUWU �diOWUhW �O �Oh ^• <N� = <} qhW� ^(W(��0430+ WJiJ ¢ 30II,�WUWJ¢2_¢_h OJti2~ o gIU4 W� <mh n W 1. hJF.20¢ V IoOU NOx U h W V W N W O W ZNZ <OS -2 W JO�h 0 W 021-. Packet Page -1275- a a` C I h. .Op °J zz 1Z � M O O W w w ^' NN W _x +z- ............ . ............ _:� �z I• wi . °II I I I I II .I \ 12/11/2012 Item 11.A. b O N O h N o x i N A i j LL 4 V ti O 4 ti LL CCff N V 1$ ~ � I I• I I jpF 3 O a � - W � N ONO M h 2 +411 S3� N! w ti x m x O U ! \o ®Nx •<M N N O O I� W\oW I- 4 � OaiUN Vf b �Q 4 � i C x 2 W q N 6� U tt�� ®! O C 2 U N N a W i a i 4 4 NIX1aVlId 1AYg1/1 i vUWi � b M W CN =C NNNy01� S OCSNq <4Ng2 3 ._ 1'�'� a J�V1- 12CNWN21_ _ OO ;�N •c �'� pWN �iiilitiO�OW VN\ b W i 1 N F. y i • i u QC 12/11/2012 Item 11.A. Packet Page -1276- 1 >u pp b b b W RR • [ { J N. 2 N y O ti e i t. W g v z� � A 4- re, nm � LL 4� =3H x U ```IIIx b O N O h N o x i N A i j LL ti V ti O 4 ti LL CCff N V 1$ ~ � I I• I I jpF 3 O a � - Packet Page -1276- 1 >u pp b b b W RR • [ { J N. 2 N y O ti e i t. W g v z� � A 4- re, nm � LL 4� =3H x U ```IIIx b O N O h N o x N A i j LL ti V ti O 4 ti LL CCff N V 1$ ~ w h h ry ! h W � N ONO M h 2 +411 S3� N! w ti 41Z O U 1 (Z� N C C N N O O N N O O 2� 3 W �Q O 6� U _ � ' W N a Packet Page -1276- 1 >u pp b b b W RR • [ { J N. 2 N y O ti e i t. W g v z� � A 4- re, nm � LL 4� =3H x U ```IIIx W x� � CS ga tiO iW` 0 W ya6U��� ti W u U x 1- y1 ti LL� RIO, b O N O h N o x N A h O N h h ! N CCff N o w w h h ry ! h � N ONO M h 2 +411 N! w ti O U m W W g 3 W i W i a i 4 4 NIX1aVlId 1AYg1/1 W x� � CS ga tiO iW` 0 W ya6U��� ti W u U x 1- y1 ti LL� RIO, 12/11/2012 I m 11.A. Packet Page -1277- / � b ¢ � � � �•k § \ \ §k 2 )■ % ( j $ 0 ¢I .I[ II . � \ 7 ( f §l ) � � HI |■ ���•— � �.� • 2 _ � —• - -- — \ §`�| aOCMVLUWA ` 4 - ! ) 2 j : %'���� � ■ - – – . , .� . % ) { \\ II �n II II : ; I �� �� �� ■ | }&§ § k � §\ ■ § e �S? . ■ &� \j) M . !3 . Packet Page -1277- 12/11/2012 Item 11.A. Packet Page -1278- Ml 11 IN IMMUNE IN 111111111 MIN 111111 1 11 11111111111 0 a 1 1 � ■e ■ 11 u wu ME � n � ■i ' Packet Page -1278- � n � ■i ' ' 12/11/2012 Item 11.A. ,J "rwrz -Q.w 3UW N3am nmw dw aw&s 3114 ]Imau., 313 3Hl s 1"n sou >o wway M9ddo 24 +3Ylav Packet Page -1279- • ', �D© ®IIIIIIIIIIIIIIilllllllilllil �� ®1111111111111111111111111111 � ®1111111111111111111111111111 nllllllllllllllllllllllllllll a 1111111111111111111111111111 ailllllllllllllllllllllllllll . 101( 01111111111111111111111111111 O1 � ®1111111111111111111111111111 _ ®11�111111111111111111111111� nlllllllllllllllllllllllillll - - - ®Iillllllllllllnllllllllilll � °J� °j� °' allllllllllllllllllllllllllll � 01111111111111111111111111111 . - a0111111111111111111111111111 . ` • 01111111111111111111111111111 � � ©. 011llllllilnllllllllllllllll ���:� IBM 1111111111111 X1111111111111111111111111111 - - ��III�Iiillllllllllllllllllll ©1111111111111111111111111111 oJ ��C� - o� o..O. .. I . - : . I 0�111�11111111111111111111111 ��••• ©•••••••••11111111111111 ©1111111111111 - _ - ©Illllllllillllllnllllllllll 01111111111111111111111111111 0111011111111111111111111111 :: �olllolllilllllllllilllllllll �olllolllllllliilllllllllllll �Illlllllllllnlllllinllllll �■ Mo oil ooil 001111I 00000 UMMIC X11111 om I I I I I I I I I I I ., 11111 - -11111 ■ - �olllllilllllll ��00000000000w0 ■. X00000 � Packet Page -1279- 12/11/2012 Item 1l.A. �| ■ 7 ( � --------------------- I I I - - - - --I � � I' . � I I I - � � � I ■ I � � § � � — y Hg - - - -- - -- «/ « L-- - - - - -- - - - - -:� I I I � J I I § I k� I \\\ _ § $ 0 * Packet Page -1280- \ \ � ) % � \ § � o / \� w |� § §2� \ ; |f � 2. |■� �� tT 12/11/2012 Item 11.A. Packet Page -1281- Q F 0 4 i WW O NN O p Y 7 aw N 1 o: N.0 N O ,COQ E 2° N 4 a a � N u b 2 W � �8 N `J �e e e s � � oJ. O o o-d o o Y 5 o N w r��O Nv 4 � 8 8 R R I \ µ K D 3W 101 B� h � 0 U m o xmi L m 4� a m 0 m i i i a g o m u E o�m o m m #ik# E Nti v mU LL C y"ul V C1 :��IM Y $� x n x aAL a•y v °O m � t C N � m �' � . c. b •` t i ff N w'd C c v k c v > m0- u tl a "m•c°lmi .c�Vj cn.S tab °t U J O ui C C U. O� v= 0.[ U C• u o °bm •a'�3 maaE maoE -- z °�m >_ 3 aE U YoHm ,o�oj.'..•o'`'. 2 E a Y� a `" O e.'�" -• u a= E m LQ - �'.o° Qom$ ` �•� `o .o `titer o.e 2 O �gg a q C bT i L a& Packet Page -1281- Q F 0 O 7 aw N 1 o: 4 a N W � �8 m `J �e e e s � � O o o-d o o o N 4 � 8 8 R R 3W h 12/11/2012 Item 11.A. Packet Page -1282- q � k m 0 . R . k k � ■& � d% q = % |{ � % w � . % s / | / / | ) . ;ƒs ;. 7!a $ / 2 |2\ �! / . Q_ -Del - , . § Packet Page -1282- 12/11/2012 Item 11.A. Z 107AN1 117! ... -.......... v"0T3 L I I I ! I I Ind OZ r r Ye7_S P x' � w5 8 4b ¢ Ilion - �@@ e 1,00:1 zm 111113 11011 t INS ^ • (00A.1 MA ----- - - - - - -- WI1VA333 n a n e F � iB11 �f� r � 6 Z W (, W t J k6 Q`q a SEEM y� . tS u� 3'u Packet Page -1283- i 12/11/2012 Item 11.A. W � N i � I o LU Q ¢ � ¢ Z!: W Q U Ln un �n ZZ m �. W W O Q ¢ J x- Q o Q U W v U Q u p .l Q 2 W W ¢ W W Ln W O U Q. Q— J W W ti m ¢ U W m O W W zz 2 2 J L O O O O¢ �n O ¢ W W W LU 2 2 U_ 2 U m - I.. J h In I� W Vl - O Q W W �n - `1 = 2 C Q 2 Q 2 J 2 O J ¢ - O 2 I� (� I� 2 U O W I� J 2 J- J W - Vn W OC9 OQ 02 W U -i W 2 U -W h U I-�n �� to O �- �ti �O 2 O W -cn 2 ¢ 2 ¢ kn W t Q J o Wo N4 :x cn Q�o (i a Lu < 1-21 ti� 0 h.J WJ �c ¢- 2 In lLL. cn w¢ V1 Q- JLu W W� 2� h WW W2 W2 W¢ -i W JQ W� �W W 00 cn0 m O¢ OCR Q0 OI- -+ O Oti W�- zti ¢ 4l0 :z Ln 2 2� � Q Q W� W- WJ WW J - 2W �W WW Q: -� ( <n x n Q. �0. U 0.V Q � [L0. 0.O Q. -O WO ¢O h �0. U¢ C v � Q fn ID — O [z+ U � 2 0 O O O O O O � OO a � 4 LI ' I N ro O - N C- 1- � O N - ; Z W ti N N N N N N N W 4 0. 0. 0. 0. 0. 4 0. 0. Q. 0. 0. 0. 0. 4 (L O Z cn v) cn Ln h 0 ul �n V� V) V) in Ln cn �n vi U O a g" 1IR O Z W O U_ F > � U W 0 U Q z Z ZU) O O O 0 O Q • W Z �♦ S'YO J U) N .0 �- a m Oa a p O J �(Y N > O Qz Qw Qz 0 O O W t�~L Q LL O U U J = 00 O¢ OV U LL 0 zX Z� ZQ W O is 2(D 2� v� C' U J w F- N � -w z " Q Q a 0 ¢a 0 a O < N Q oa 0 0Z a Z U o o 0 O•T W = -i _j U O W O O 0d J J LL Z ° W x LL CO LL IL U /1 x W V J Q tai Z � F U Z U) Packet Page -1284- 12/11/2012 Item 11.A. Packet Page -1285- ti v N LY m v c Z. S ° •> a .� U m :� 3 m =m 'o v v a _. J O W? o =._ 8 L e - c b Co .. 3 $ i G _2 u 8 '� a .E S c =i0 s u U S Z u �°. a c s J D ,+ r _ z z E Q 0 U S Q' e0 a 'ac 8 >' m e �' W L CL > N m =_ u °b E_ _- Q � a i m i m c? _O CL W N S_ o r= U t o c r 3 °- u °- - c°v _h Y F y •b a .: LL Q F- Q W }— 0£ 3 y e `ate - p g o o o_ o E d_ m e a Z W u - u m o c 9 N o_ T o° Q r A° A= �Z U) Q Q v v� e O V -� •e E c m_ c o c_ __ 8' a y u c .- w .g o W W r a - _� c L 3 u o u u •� o -- y g c c E i - E 9 FS '• a c 3> `� o o c � a lN I. � ° Z- S - •, _ o. m z E o c m E m$ a °v v < $ s r < Packet Page -1285- 12/11/2012 Item 11.A. Packet Page -1286- $_- n v v � c o s x 3 u u m ° 3_ z x' .• u .— O C O W W ul iS n m a i s c o c' V u y U L; e °E >e E g v m L a, c $ q •� 5 - o N 9 � U s •O- ? °' a° 0 w a.:ii o� � �j 5� 0 �� L= u a s z z T u _ q u Li 9 A A v A N � a `o u = '- E 3 �• 9 5 �_ $ L$' v$ � ° 'c u ° >; A� fi z L E 79 T E o- 9 F a r- E a V S _' 5 o f � a� �- K a o� E Q ��� g o - _ � c� N �• c E $ y - - _ _ w 5 0= °• u e° u_c 2 L 'O .°� a v IE - �' u - L - - -2 c ' _ ,z E .2 _ v 0 1 _ m > LEi _ c C m u u m - r E '`° c cc 'm 3 E u r u E tip 3 =- _off 6 c Packet Page -1286- 12/11/2012 Item 11.A. Packet Page -1287- Z° o Z O -.s= . 5 �.,; p a ra u .a ; 'O 3 2 "> °� u; g •o o o •� c m =_ $ a A 5 N U rYi .�� •q e ° y b 2 c' = m $ y $' 'c w 5 y `o .v ,o a ° ? ° ,o �d ° .� mau a�gpp� =_2 mosYY�u3yEOO 6 =As =9sLL3 HC� 0 9 °YY L? O u O U 9O .—m. a CC m O m e� u U ° i� 9 Y S ��° .S .° 3 O .] 1 Y L .�.. S s V Y v Y Y G yy� a .5 u S r 1— < 8' 3 •� °- � n in �n i� g 'if iV ^' o �Y • U � �g u o ? � 'D u `o E u v 5 °e �= � y u o r b �' ° am ° ii � •e `� i u� 3 0 wm � 0 CEi w 0 C G ° r • v c �8 e a` s a o S .v w Y o Al mY •E a 3 aa, 6 2 m 'o .w = 3 E a m° v ° m ti ° I_ a a q yV a m .- S 9 o m 0 y T a U _ 5 c u `o m $ F ,p c 9 r e 8 H ° ~_ °u o E G ;'' = u° - _ ` "e < g° " — s u u R m n '� Y 3 o h 7 v .- e� U° .29 m 3_ m m o $_ r° c° .e m o m ° T p— c a u v t`r Y 9 m 3 _ a I� J= E p 9i1• F= y e .� m g B E 5 ,0 6 J O a0 C❑ '�.. o. m �1 'O - Y 9 G ,5 G C m S .fit - o U U U x zi Z` .� n •�? 3, = o 0 9— c U O U U E < 6 0 q O C r_ G OD S qqq U y If = z� m = A 3 y 9 < C C O— N 1�1�� < J o Ll l q C; O a = 41 fi '; c °u y 1' o c o O y W •e L :., � .°°_• = m � o � � '� �' u 8 3 c ` '9 s W '� vzY, 2 E U° E ° E` 8 u c ° � m E u p q .N. m p � Y�� '._. 0 C C 6 6 6 9 � C .° � r� 6 ✓1 < N C A < p �.°i m F N e0 .�+ `Q� � m F �Y T E Sy �' m 'S c�{ 2 W G Oi q r1 U�C`O• O �O V G 9 �. L Cin •p Y C .' _ .Y N p 9 !A U m Gp 9YY y t` C °m � C� Jt ;t• � — Yy qq ^� � °� O C L � 4 y u 6 O G) qC ° m 5 s G e u o Packet Page -1287- 12/11/2012 Item 11.A. Packet Page -1288- o E• £ - ° E � C U C c i= ti _^ i Nn . =� 2. 2 29 - u °U 8 — o a U° o e > -° m i= a 3 _ o. m 'C � � �_ � �_ � � 3 ° - � ° � U � o: 2 � ° � o '� uJ�. cUr*• U .B $ a = _ .B � 5 � — OU VJ h U U �' U F :J Zi F z A _ 3 ocG 3 0 z 0 zod � W z 5 E ° °— � A a - ¢ Z Z a O a C z> >, — ❑ ° —'^ F F H chi] 2' > z Y°m' C a� - Q z z z x z z z ° u A 72 - -- z c o z z Z U U U z U U O C C C n ` } F r r r r, u m� o: z O W 0 0 0 °� o° u £ uLL � y r %rvz L - a 1< G a ¢ 3zo�73o:ccD3°c�' ° m CC Q °o_ m °O. on la Q � - Q ° Q O _. C O O (.i y0 N�° Q N m Q— ♦ . N Packet Page -1288- 12/11/2012 Item 11.A. Packet Page -1289- bi S 7 p a 'm ,c ❑ E, w S m .S c �_ s c 3 E o° 5 '°d E °• c E ; W S v N E c a m y c E y e m a = -L' a� �i 7i . 6 c ? �° U c A � $ $ m s .o e c E ,5. H •m °u y _ °> w � �3 u ,= a �. 9 S. . .� Q ° C W 9 m E .Qa C O a .. °co a' � E '_ ^>J t" u G< '7 � v 'O � 8 j �❑ S 8� °• _ t � V Y 5 C � � � ` 9 •> ? •9 n °um °u i o S '�' 8= e $ E °�� g •? t 3 u = - �' c w S .o °o S - E u =° ". .8 y �= c o M E < ° e o £ g 'w u a ''' E .5 u° °[ [A _° •- e � = 3 3 0 = E °8 ' ° u a "v � 8 m ° 0 � U° g 8 � = em � - S � z q` u ��❑ c c v� °' " !' a$ (A _ J E 'Y o a W ' c s `o u °o. < � £ u 2 - �- ° u°7 V p8 O E" 8 �l. r 9 0 u E r1q. � �' � a � v � ° °^ v a y $ `� � � a °' « °i. u � N N E 5 � — � � 3' z � _ - ;^,• � � ° $ $ = a � o •5 � as �' c S L E � .8 �� @ °g •`� � � �'� � O 8 yd '3 °m E 9 P 8 L', •: $ >. U ;+ u• a= E .5 .0 a Z it C •c v �+ E e o 3 c , 8 = � e� o. q °� = L O � m = Vi o m � - 9 O E w 9 E 't Ry. = E N £° - m t 8. - c 'y -- m 'O 3gg .- H u $ " >> y a "P ° 9 s e N m „S A � °y, D •�°e� � � c o � c o y` � � � '❑ � ��. Y. � ° m dy c, ° c c C Y le E E. c E w°?. o o a - c o u m E o❑ a :° .° € ^°6 8 o Y! -v n 3 m Y ' �. c m 5 o e .y = u m r E o E s� •a o c _ 'a g v 'q e° $ m E ge g s "� ;5 0 E E $ 'c �, ° ._ •'va 3. aL�' ;u m - •� c 8 `� .. .a c �_ �° „- o a u •O •' `� 3 m� u u u o g u 3 6 n e ,o IN! .e E E a 9 _ ° c � c •0 5 "' � m �` � c Q a .3 8 c Y 9 a is m 5m�� ,8 9 •. m N4a m'a3E i. i N Y V u C C -1 F O p ! v u E y 3 E 's_ S. � °• c s 3� S0.y w ti °_ Q N L w G e p�_ o py s 8 8 e Q= 4 a o e N =' B 2 ✓' m e$ c Er °o 'G > n U m u c x E_ `o Z u y 'v o 9 `^ C a 3£ u m y Fi 8 a t a y u a •5 ;= z 8 E '� ° x m •o .a tY C _8 C Y Z O N L 3 °u pp u 9 E G p w S O N N G 3 y W 0 Y3 �L 'L 9 9 ` R .°. 9a°0 W 4 O E e. $ B E S W Q 8 °u '� ' �' °ra Q = G _ 0 3 ° m ❑a' u Q S s ; `° 5 v °u ° 4 N Q W a! Z r ❑ a � °" y '_ 5 .e = f C e ' °'e a ` e e > c 5 °• 'a a o. � ° Y e 3 $ 2 o a v y x g��? g a� � m !� an d tail y c P� -� .m X 4 "m b' 'Am° ti° •5 ❑ w .. E_ °S +1 E •S °v >°. x •pap U o e ° °£ 5 E C u E b' `D S a '• U 'o" 3 0 'S = 8 .� ° .. n_ m ; 12/11/2012 Item 11.A. Packet Page -1290- �oo s _ E s x .? E E E 6 ;s m w w H F C u - r .4 ' L• _ 3 a` t > >> > > >> T T b., T Z2 E°e c° e ° E � E c m b' ul m` W � u5i w taEi E u a E o c + F ti .a 9_ E i > > z c � • • _ « � .n .3 h m 6 � .5 < - ° u m Q g tit ei � a c � c�`1 � o 'y ° G m � z m A c m =$ _° p 7z„ i P j a °-' .. � 'o o O �' � 3 A � u ° � n � � E '�• � a °. r � < � v m ._ _ 9 � � c ? � � N � � � g -_" W Al c s E ou _ = v E s o X i° o B 2 c E =° 2 V ,m Q L�j °. `o i i "' -L_+ � m '_ ._ E � s° ; o •c a �. m = ° � � m ._ ` - °_' �+ L - o _>. c ^_u-. m_ 6 u L m '_ v v'- . s ° - v o v v V- E a_ >, _ o_ E >` o• o � ° •` ,5 ¢ 9 i � �= �'` > � i A $ M $ ? z y ¢ ti � � L E r � _ o v °�` �, _ v' � Packet Page -1290- 12/11/2012 Item 11.A. _ � L e u G T= c __ � a s W O• 0 °Q °' � s � � ° u H 'q 2 � c z � 03 J-', �' � 3 .3 •ti a `°'` >, 5 8' He 2 4- 5 1 1 Q y' a ,v 6 V U 9 O C E m O ° z N °— O 'a A Ig $ c E G .�c .S � ` -�-_ w c a •j `o -44 .N s = °d z 9 - y v .o � $ £ � W g E $ � ° u � •. � � � N V '3 � 9 C� 3 A 'S � 4 v y 3 m x$ y 2� 3� •� � a °g � �$ •° X E .�. `� E E o ^� 'L .a _ _ $ ,, o y z < L c v 0 3_ c $ q '� g 9 ,$- N `$c. < �.3; o yq = = &s3s „dye a ° °� � °� 12 3 "s 79a y� 2 ? ❑ � '9 CA D :L a o a 3 a C7 rz o c^ c o a• a e a ° ,^ o E �°-. m u u $ c m m xx c� � E 3 �__ 3 = o L < c m =_ °y � •5 L 6 g m .o u > a 3 ° .� � S` a $ q ° L @ m .E ? � ya � 8. °_' � L5 u' m Co w . e $ m W C x m b c w$ � ;° $� a: �� O �; m ° o � L= s •� c� u �� � m � �� p •5 s` G ao ° c �°, o 0 3 � ° = 9 s a .��' ° 3 •'a' 'g ^ e u c -- = ° � m .r q�q � .2 a 0 5 m o 3 U ~ o r E eo .y `a F o ° ? m `°' o F o: o v •� G a '° .o « ° ° ` u � ^ '3 U .: � v •b' K o ,,o, .2 2 a r' i u _� c m m e .� v °>• o s°. ° y$ 6 ° c °G -0-..° P E E vm o $ = ma _ �+ U y_ c a •'o c n �' ° H y a Cg LL m_ - E l s a `o $ a p - °° q o S o - 'c c v U^? -O _c°• !+ B a U u- y^ a >° z y°. y •L' .] J Packet Page -1291- 12/11/2012 Item 11.A. a m E .A It e'o °o U Zo L ¢ m o o v. ,•'� .5 g- ._ :n ¢_ 4 z m S 0 d 5? v U $ 8 a v _ x• � c y � � � ' v t < m - 'o � u u0i m u ° Z � - .� � � h a > � E � c Z � � : 3 E O m U < <_ a. < J <= m Ei Q m 4 u 3 a o 's ° •o°J o E= u c u L o S a - Q F ro g z Z 3 °` - m m_ `o u o EL SBA y c n_ ` a 3= ; s fi m u v U ❑ t fi u - r v 3 m V c c `n o u - a W m Wi g= v m g z`m •_° z m� a 5� o A= cF.` �� _ - a R A G b v ¢' ✓ `o - A E - ? e °5° v 6 g ° �'' ¢ oG _ w s o ? :p$ $ m Ei 5 F2 - U � U A L G C_ a' _� G E �� �• L t a a o c O 3 v Ci 'o -Z2 _ - t c � cv U v o r E u °_ - _E a z �',a c m a E 5 ;= y- '- U c A_- E_= m u -° > 3 °- a- -<° G '- ¢ ° u y a¢ T 6 <° u O D E< 6 ._ < E 6 0 3 0 ..• o Packet Page -1292- 12/11/2012 Item 11.A. Packet Page -1293- v E L m C .. .rLn •� L m O C 9 q g i. V% m E E o v� �' ?� � 9 E ?a` '3 m� E >oo � 3 •9 � �� t 5 e° 'm `u N � 3 ° ; °u = sn c m" .� m" u w e u j a' .= m om° � n 9 8 E � `}� � Z .'� o• O � ` w o. F V rm _ 8 > � 8 � � ,t2�ot U s° m O- C O a i 5 " > ° G y =C 5 q T Q - c- m z ,� _ H v fi v �l ,g —� �A 1SYg� =c�e_B NV Ly ° 2 Lis E S. c a ° _ •$ sn Y 3 " a. �, m < U .a u $ Cn t 3 w 8 E m 53 !- E u v r e =-$ d �' c Y U C a e� a o `4 � o O u> i 9 a •� o o �° Z : a � 8 � � awG � E y`ay 8 � � y m � T � � ° � � q g,3 6 � 8 � ., e 3 � P •= ° t 'o � o u X 3 m= u L �_ � m .E 2 G m � f� � F o a a u° Z � •� F� e y� ,y u p°p p E O < N 9 r 9 6 r i Q 7 L w< Y w t m m Y a u U A m .� "� 8 •� < G � E � �. N y � n m 3 a G � ud' O C u "w Q C. Al 'u m E" E X o m E E 1` m o •g' °° 'a v ,m E°.� Lm' o £ = m m •$ d �' .- �' s � � .9 v .E L o � � _ = � v: - 3 4 AN RR ° po .�°- � U•V��'$Y S`e E - ° E 2 S m w H> e m 2 E u a m s q Y p o o< T :2, ,pB U a a m ; ,� w y m u X % E ° w o } 3 � � •° c ° G g- v$i m���� 3 0 .E q � u •y ' `o g "� Q L m E Al ° C U -- E ° m n z E_= �°. w<__ c m E e .; Z •� $ O o m < =` o a Al 8 O z ° o 8. ; e m a 3 0 :3 � � " m 3 � ° m 2 � L $ >° w > � e ° 9 $o in •" ,n � -� 8 � � u w Packet Page -1293- 12/11/2012 Item 11.A. W 0 2 H ti U � � O F � O 4 F d � N U z� c� z c a 09 � z ELI t v z E �S Z:l U O g G ¢ co 72 'c = E m s m m c o- � F- °-' m - � Q _ - 2 g. c _� •ri c3°. � z m °_ � - o v °� c g u � F 3 � �� C �= 3 3 � J Z. `o co C, o m d T m o� - �'• E _` � -_ aC o. c° J .' c a m E 'S v. u m � v C E° V =_ c 3 t z m$ u t `F n J z E G- a- t= v wo y i � a •� c ; o � E u - c -° .S c $ o- o v - - U ._ c � ' ° •5 2 ° u `o 0 u m u w m O m O Packet Page -1294- 12/11/2012 Item 11.A. Packet Page -1295- U r 2 N a I W Q Cn W � � O J N ^ 3 O 0- Co C) z c% LL' Q O a _ U W r� F i+4�W WV W r O 2 r III�'I�IliII,II�II�I O . C °a r 3Q ��IIIIIi�ijllll `;ma v mm o � :III II I �� I III I111j1 u J� Jo x �¢> x oU¢ �N e: ;`IIIIIIIIII�_II i� `n WIC OIn 0ti VO,JO >3 o Cr UJ J J _ IIII I II O OH 30 OE II IIII II\ �z 00 20 aWO�W III I O 002Wk W2 K W O I_ ti ti n a In MW z (n p I P I I Imo` 0 xa In o; ^zoxaw¢o ax JO OOW pa �il z OU xwJa xaa Boa z IL T W O O W W III III Q O 0 0 J W Il In ^ V W W O W J W O WT WU UOJO:mJV� Illi J ]1111w W W In W W 2 I. It > > O s I I I� Q J UI� o ¢ W ¢WInWRx2 2C 2 T W C a W C 2 T T 0 0 O U e I - I I III_ W u J h W f� W^ ti In U U at 0 III J O W W 2 � o I. ¢ W WInw W OWT > a • 0.141W v O ti JO730:Lcc W L 4 y iI W z O U J� O C72 24j a 01� CD O¢WJwx JNc Qaa O W JQ LU m Uti Q W OI^ UO InW O L JU ^In�O T O W U ^m¢aQ IL Ili II > Z O, InI -Rln (t W OWTCIn02 ¢Q ¢ W In J0 W O 20In 00 a III v noTa ^v 6'ax ^lU Jw ^a 0: 'i ^¢In�J¢W ¢J� W O W J0 W ., ,I I� I, I rJv� O W W W a -, W LJa2a JU¢ W J¢ W OIn O U 0(000 Z¢ 2 JL W o I III II U I— ¢xU W UL,m000 nJtio OTW Wa0 WInJW x¢U ^O ¢ I IIII QS O 0: 1�C x W Z ML, O V Tv,OTI -J ..'o IIII I W L$$ m Z ze OL W? W W av,22 030mo W IIII p _ xJ+W ITnQ 2Q UWUU3�02JOg0 W J JW OC OOVII �II Q Wh W W 4.01_ V1JQ Ln 1^a O> a0 1+2 iI I II ZZM U nm -j Q aUxoo Q QaxQOC¢u 3 ¢0 ¢� INw oN U3w ¢� �I± I'I �• W „_ a W W¢^ J C W^ U x ¢ T W J W I.. x�WUUaaWWWI - T ^OT I- WJJ¢ I W W02¢Q OTti2¢OW VWIO xQWO UoWWxTU� -nTW m x ��_'��I 'III II 2 p'� sm z W r W W >jO Z, LC 20J 0�¢2 ZO 1� Q107 v, 1n3¢ U U Q w oil I � �I� Ij 111 ��IIhI�III Q^i O N [/I OI � IIIII' ^ NMP Ir1w1�W 0, _/ I I T�II,�II III�II W 2 ti [L T W Q O .Z O W00WO¢ O .Z� xo xti 2 ¢ ¢ ¢ W W W ,8 y OUW2OU¢ Z .i W oa ti OI- OW NO 2 0 U J 1 4 ' r J m 1� Q 1u W> U Q J Ow V• .-. O O h� o a 2 T O, x V, W V- 2 a I a, U f-- > ti W J W W J�^ 3 i� W 0: O O O W 0 3 W a I ¢ W w In ='a W a0U U p Cl ¢ ¢ W ¢ 0 M M M N iJ1 w a w O I m Z Q -J O (n N m l I I l a ¢ Jp rO ¢ O w U _J <j: Oo¢ 0 a -r o 4 Q Q J (n mw z¢ m • o r U- In U cn 1" O r z" I 000000 .n: L C8 _ lV ¢O 0 W a Z W O z J _? r O J° z O m m O Q J r Cn Z J U w U a V 3 es¢ .02 O � W T LL Q Q ¢ a 2 a 0 3 T 0 ti 3 p O COW W O D U a? 0. 8 y Q Ord _ \_per: O O ZI•+}+ -.ZI 1 00 —.42- ¢ Co U O W W J ¢ Packet Page -1295- 12/11/2012 Item 11.A. (� \ 2 ° q / § jj \• \ � \ LU} }�.� \§ § � 88 \J. )4 � \\ \ \J\ \\ m � Lu ® o u ) -� + \2 =ou% %+ ® ± Li \G ®$ ///9 ® °§ / I . ) §z « ©mot { j CL F � �2� j t I = 5 I I i S Co ' § } I � D - - -« , 5 \ t. Co \ \ \ �. � \k e ,. tit I ,w u m = ®!! E7 I ®7 ±2 j8 \ % Q: \\ \\ I < uw I 6 \ \ I. \ % J f J 2 3 R 13\ 3\ 3\ I \ \ § \ a \ 7 IL lu Li lu .k \ 2 z \ / § u >� «c «2 a I ) I . °?! I Packet Page -1296- I I I - 12/11/2012 Item 11.A. Packet Page -1297- P W � N � � ti J U O L H W W I Ell Q H W I Y Q Wa x clot JZ 2� Q W O W W nG 3 � J ~ oil Q O q IT z ~ U twat Z 'XVIY ,9-2 01 'NiN .0 -2 �� J .] U .Tr F a O a c� log sm i= Isgg -� M , a LL DO r W Z ¢snow ym2 _ ry W U W J Z--O W Z > Q > V � a zaao wc�aw r N J �Q Qw mo Q W � 0 J� QQ °` W _S v ) Q Q O w 2 i J Q Z � V1 � O N J W Z Z 7 Packet Page -1297- 12/11/2012 Item 11.A. Wo y� U Packet Page -1298- _ iv: � ti W 2 2 2 ��/ W NN 8 2 2 WW a ~ V � N •'i T "'i r I�I�I I h Ri��RI ITIJ, Ii�IT�i x Rfi�ITi � I�TrRI rl, > X i Ak( a Q w�l 3UWO III��I �III VOA j00 �'u. 4 I Q f� W J � {oQ rg O a I\I Q ( �n N?� =qL ¢2 ♦� :U!o�Q aLL ��� lot ~ V =wa ii�l 2Ua2Q a CI— �\ �V C� 4 •9. I�rl � W � � J w III � I g i ,. rill b AQ 2 'Z � IIII N m W � x iy U`� II11 III •.'_ I 4 u, m �Im o M P .,p I O_ omm - -ill 40 4� N Packet Page -1298- 12/11/2012 Item 11.A. Y � �vVQ I' a Y¢ i� i yy3 Gov y .a 4 C 4 � Yy � A 712 U �9, w wNOSi =O J F--- t 3 M 09 J CF O (7 n U �2 U_ u Wr Q� o w J W �aaf °' y y Z Y � �vVQ I' a Y¢ i� i yy3 Gov y .a 4 C 4 � Yy � A 712 U �9, w wNOSi =O J F--- t 3 M 09 U �2 U_ u w J W �aaf °' y y Z N o _ 2�w �M=D1Qz nm =s Clem � o= III gill ti i,' � O� �gwmi aW 4u loi N�ui ;w �v N — - m ne- A fill _ N 441p, I• i �• • •i• I Y � �vVQ I' a Y¢ i� i yy3 Gov y .a 4 C 4 � Yy � A Packet Page -1299- Q V \J Z Q Q J `Q V a J U w z o w l— 0 Q Q U � a e z e U � 3 a v �z 0 z =s Nry �y Eu U�2 712 U �9, w wNOSi =O J F--- w m �e N << J U ,4 M 09 U �2 U_ u w J W �aaf y y Z N o �M=D1Qz nm =s Clem � o= { U ti Packet Page -1299- Q V \J Z Q Q J `Q V a J U w z o w l— 0 Q Q U � a e z e U � 3 a v �z 0 z =s Nry �y Eu U�2 g ti 441p, I• i �• • •i• I i• I •I • • aaag�m Packet Page -1299- Q V \J Z Q Q J `Q V a J U w z o w l— 0 Q Q U � a e z e U � 3 a v �z 0 z =s Nry �y Eu U�2 12/11/2012 Item 11.A. Packet Page -1300- W O x e N a en � W rl � \ W C �O z Z s 3 Zi a s` W W O z o Z o e� QU om U Li U > < 2 2 z o u � N lile X3:9 ¢ ^o =mz aLL aa- Rti'„R ,5/ 01 ,21 IR11 Q f 'y R O `` FE6 C •~ �RIIIRi O � � e 1 III 'j �I C §00"B" lil W wOj NFL IIITI�j Q U 2 W W ��° aaW W� rl z:: I- �y W� o o i o a w8s �O, �V Z x :Irk 2t c aw vxi LOw Q: Lu O��m 2 Pj xvi <U <to t7h �< = ��iin W 2 U. Packet Page -1300- 12/11/2012 Item 11.A. W I =x � H � z e w a� C F. A 2 � o z�1� rA I�I�III� �O1.iffi o�;'8 Q. rz {. o1 01 19 ITiiTiR�i�l � �aIW �iTl W .�C 111TI,�1 a ' o � � r ti IIIT�T�II II No� u w ow ax :e all, ugh^ X42 2 =�W III (n� F z I �W ' r, v' /'� W a �W w \;:_:; a2¢ 41 � I U =9=i LV IQI,''Q N O CL �o $vi '::I rl W Cj__ a3 W paa 2 moo~ ��W F3 xi o I p�� J Z ref ZO 52��"ypp8 «a § =n tnQ� �gW v \ j ��C N Q_ mI .->:If111 W W 2 x on m - W 1a _........ In zt U U O W W ¢ ti w W O 2 ¢ ¢ Q2 QO 2� vi O N 10 to vl W -+ x O O w :,. III 2 I O c h O W vl acm � .. - -[jl` 2 2 Q 2 � �° 4 .a\IJI C O U ¢ W = ¢ hIT I1� W ei Q I� U 2 W Ln N O Q 2 h CICY m CL w R W W 2 W 2 u J > W 3 I j0L 1, Co Q 21 2 2 Ct 2 Q: 2 W Q tt1 2 n P zt O 0 0 O t� u m 0 Co W 'n knn 2 2 O W O' _ I to Q� W W IL U Q VI �D Q� 2 Packet Page -1301- 12/11/2012 Item 11.A. W C � S= � s N � 9 z w� ui o 0. �D O a C7 �= Q I Q � Sa� � Z Q Lu LU CL. o ti W �5 C t S0. y Packet Page -1302- 12/11/2012 Item 11.A. � N W � I ads se a� a3 3t NZ Z O 5 S o a W o H WQ- o OWE 2 " °-m �m z Ln o ~J �J > Ind o � U O C7 Y �o =9 .9-,L R Rr�l z t o �a �J♦ � W t U W W a F i i RV' ll 3 W � � Ir`� _• ti ` c a Q LLJ O O O I'Q� H% 4,811 ��< rl �� h C O W 3 S LLJ Z O k W W W 2 3 N 1� m W W m 0 O 2 R� o v �y�� W AR N 4 W SI2 uo O 4 QU. 3� Packet Page -1303- 12/11/2012 Item 11.A. I- N W I =i H h � W J (v >> r I z >- 1 O O C-) u � — o � WW =rr 0 J LL. CD In IL W -- Z W C:: �Z cn a W rr z Nz W a -- U F- Z Q = (� LL y J S Of Q W m3: 0 J U A cn�a a z� Li cn J W O S - M W c = J N r O Q - > Z z �. O 2Z W � X N C) �Q LL W U m LLJ z 0 N W Ln m< O W W Z W w z J CD U - i— U Q:: N O u J Co CC) z —cn�0 Q 0 x � J lLJ � < N �M Z CD � (n � � Z � a f— Z .� Q � Z Cl) v� 0 LL N F .0 N Q O Z U O LU > -E Z x O '� !L O U Q D i% �_ O O Z � � • G y 45 LL h W a N Packet Page -1304- 12/11/2012 Item 11.A. Packet Page -1305- Ow W O ? 2 N N � W Q Z U � W.- m N oU Xm ~ O. W Q O Co > 1 Ld IL C � J a w 20 J Q .� Q W � N L U W 3 J Z to Z ,^^ V 0 N LnJ ec^ 'No a -- --- --- (A O Q (n 0 In Q _o OQ W x O • J x m x m D W ^ W N W F Z I- O ~O ¢ O H N N x Q Q ? uO fri w J LA < M COMW 0 J t_l_ Q N / 0 H W J r- OJx UrJ -a- J Z �p `3w �JNO v .� O o a a_a OOH >-aCL d � U y �41 _ OW -SW Qp0 F j 0 o �w�OQ O W U J OLd w� xa z 0 rx ^�> J >UNW^ O W y Go y,�, -,O> >Urz - U U 0 QzQ» m wO =OO _ M azax� WO7) 00 SUOUW 2000cW s` 08A d C= LLI 1 moZ a W O O] U V F- ^ X � � W O_ �p w Q - `q U ~ � LL J ~ �o L - W �d �y Ul o ado J J _ V1 N M O W J V Q W N Q Y LL Q Z 3 -- 3 111 Z C� N Q r inJ o o Ld O Q — l�N •sc, ; o.; -� o... cf. o --� -- -�— Z �--� O O CO Q W (n U 0 Z a o ... O oQ W x J W mx W U Q H M = M w O N W ~• N d H O x LL ~ r N x Q 0 00 =w V � J r x- vi x Q OOm LL L Q i o D. Q CL m v> N NO -d LL .- J x �� W O W �mc�"w OJr)> o O L) J MOd ZUO -' U-i . f-- I _ r¢� a d 3 w yawn -r- .o�•D 3 SW .SW GOO SW -QW u LLI j 0 OF-W O J wF- a o >< rr-N� > Ow O�^> >O - � OL) Q ZQ» W0M00 W :DO 0 S U O U W SUO Packet Page -1305- 12/11/2012 Item 11.A. � N Q. AM IN IW =_g ti DE a e I I I =1 I El 11 =1 11 =111 —I I I =I I I= I I I °zW it _ ou — "" o< — z m I I I Q 11111 0>-. e; 155 I I I I= III III o w P.. � � A 1lI11�1� I =1II = 111 =1II =111 =1II =111 = 111 =1I1= J r x ao< CO U O � o m -wz 0 w p N 6 IT 0 Co J d m C O U H Z z Lu x o QW W (V m Z Q Q oa �::4yI I I I _ m a Z Q — III —III J� Qo_ a � x 0 FW- O wm Z 3 Om�u�mM o _ m J a z J z J w O� O F iNnA IN IN a. = Z d U Q Zl .9I o y Y In ^ ? r < 43 U O Z X H J� W O �� W > U M O P LLL.I --J1 LL U r� J Y6 a Z W �� oy O Lj 2 w 3 vw Q J Z Z U Z 3 if Vl F_ Q U1 Z z p O a D J W mx m Q � W M 2 M W U o 0 C) O 0 C) J nxCO vJ " J nxa U oo =w ��- OOm / a u �mMO w >- :2 r) Li N O W OJV> O UJNU. J z U O UJNO 0 =O� ra(DCL r 3w IY 3 �W - CCW QOO �W -QW U O U O I- W J ! 1 D u > O OW HOQ O J W WF_ < f- > _ O W Y =•-•O> CO 0 U Co WO�00 M v WO�00 SUOUW =UOd3W W a Q m U J � Z J 0 � z � p Z c? oa C7 OU � UZ LL LL � fV N M N x x x :I) X � Cl) � r N CO CL Packet Page -1306- O O Z � �o p c O ? OU O cn � J JO � � § ■ � \��\ a z ON ■ ` � & \ � _<_ )Q_» /- / LU � \�§ )\ .13 \ \() \/ §\ (± {} )\ \§ \�§( . � Q: Lu o :z § {ƒ\$2 2 !% 12/11/2012 Item 11.A. \\ 2za f t �] }( § ) % 2 +) \ 2) (§ \k \\ Packet Page -1307 \ / 2 � 0 0 � § � � k � 2 \) � ■ ) }� k § , �gals ® � )} !! i � 0 `R `| §§} ) § ! K § § § /( § - -- -- ; % L) a� f LU / t firs § 1 8 , § ■ � \��\ a z ON ■ ` � & \ � _<_ )Q_» /- / LU � \�§ )\ .13 \ \() \/ §\ (± {} )\ \§ \�§( . � Q: Lu o :z § {ƒ\$2 2 !% 12/11/2012 Item 11.A. \\ 2za f t �] }( § ) % 2 +) \ 2) (§ \k \\ Packet Page -1307 \ / 2 � 0 0 � § � � k � 2 \) � ■ ) }� k § , �gals ® � )} !! i 12/11/2012 Item 11.A. a W N O a p ° O.K a. ° cn$`^ LU Z Al Z st CD in`p Abe ;'. cav ca mY �_g F O- ('�� ���� N O S •1 t u3 N 3 ? 8 0 �1 N �G u .�. !� o W� 3 U W z a o � �6 U i4 �a o <5 tioad °bp W l I:o e CL. H o� � pc V <tim< L'j J R p �<oao�ac J OL om- o ---- rJ2��I� � ; ,y°� AT R "'JIT. I` I Ell J I� d W z 2° v x° W U I•_ l,MRa'�, o o m o 0 TJ o o 2 m�,IT¢, %hr J_I o _ o I2icRIL�� Rid RZ Ri Ri Rr Ri ISF T R�'�Ti2 ° ° °° o u°i m z+ •_ rrilm ���2RIR NomWm''m U O Wa „ ilr l" u�acli °o� ffnn RR 11;;;;; _F W wl'I``�'�IRIn ` ti co 0 0 0 TIRE'n i �' Rlal o �� R� _ III,}'• �t II III_ <�VOC m III N., xoe\ o W .: 1 .:. II IIR o \ Ri R R lad °cc � � d5 Ir.` Iliylail vow <`otia °u, In w o N .. Rilt fji T'�,RL IinRi w I� Rim Ri � gab rr ._ iTRR��R�lrrl �3� � _:. dRRRmTi�' �t "az L RmIIIRIjRII� ` !`RIlIRRi�'�1 a �ZRARRRIR� I 7r rRly I�ITr RR I ,; TRRRi �� - R11R'� R1�l;Riy-lyrI- I�R2'R`'7 ICITI�Tjn,ll'" : rmRglrlTla� g 22+ Li4 �C Packet Page -1308- a N p~ wx �'a C a mNO ¢O� �QUx .9 N_ iV N ti U 2' W O g V Q L y> a� 9 g3 �oIF 2E I U b o�wm h a H J � W a do J,=no ti a=aW o xex� 2 �o QV3 4 Q< OQC=.i2 I� � I( W� �g O U Q W J Q Q � 12/11/2012 Item 11.A W O N I x Q. N � T�ro,I V W. F ~ A spa :D-,9 wa Co � O uQR ¢ '� Ln 0 p W = ¢2¢w > Q Q 2 =axe � la23 uj dew= Z z 2 �a a - (� all �� au jai M= s��� t WW Packet Page -1309- 0 Q V 5 z Lu � e o � U w W F J W W o a� ��� �LL Z `a U� W W� C O �Wi w a a�i p jW� °✓ W =i � � W g " U- }T �� I YY Qig� f� 2 �a a - (� all �� au jai M= s��� t WW Packet Page -1309- 0 Q V 5 z Lu � e o � U w W F J W W o a� ��� �LL Z `a U� W J Q o N i� to OZ N °✓ W � U- f f g U-. Lu LLi Q Q g J O SWld 335 � � WWI � Q 8 W Q Avrld 335 —� n W J Q o N i� to OZ N 12/11/2012 Item 11.A. � N :M z Z n ti > ra a a Qo - w = w v U r r = z J S p C 2 O V1 W Z O Q O Q W �- a 2 Z ? < r r W ¢ ¢ U M p? m O W Z w '02 2 J > a z Q O J U> J a J Z Z p a W Co N Q Q Z J O �yaj O¢ Q w Y Q `rii L ^ J ¢ r- r J J r Y is i• • O a- S rx.. W O a x Z z > A O Vf VI S W W W O W O U W :- ¢ W N W¢ �f'� Q O w¢ �• O W O W a J U^ W -- a r fD J 3 m N 00 3 W O O J W ¢ O U w (y CL 2 CL 3 c w w ° J r O Co J LL = W w J Z r O n w A CL O Q Q Q W Co ¢ J W Z O J W Vl S U> U 00 V ¢ J O U U N W ¢ N ¢ O X — U S a J W p r r V w J W O Q 0 'A J 2 U U 2 Q N X ¢ W a Q r Z W W p Vl V N Z Co Vf 2 — •.• Z r > ¢ W Q H� VI LL O O — 0 0 W Z O w p % W U— W Z W O Y z Z¢ O > Z> (.� r J r r V Q W m w r O Z a J 2 < W z O¢ J z¢ s¢ z a Q J J w U r J r p¢ a r oQx- J u 0 J w w O a z r sn r a - Cr r ¢ J W Q O O M¢ Q p Z Q uw Jr oOOaM sn w Z . Zo H N sn¢ 2 ZQ z >- w wmoo ¢ o' <0 r Q u LL O— u Q Q C r Z `- U O U Q : . . VI W V r U O 1<:r w 0 J J • N M a W Z 0 m Q �i� rl W O ti Q W U• z p J a r 2 Cr U i N CO R• J W W W W W— W Z Ut O Z¢ Z J 2 r r r 2 2¢ 2 Q¢ Q O LL W= r J_� N M Y V1 tD J \J ' o W a o\ > W p J Q + O U _ Q O / N $ n 3 / N < , , z Q � ffi, q34 W Z 2 / / � z W Z n W O m a U / N Q = < U a H m N N N z N N cOc C ® V G M LL Q U H s; O CL w °Q U N N Z a N Z — r Z U ¢ W r N > r Co Packet Page -1310- O Z O Y U a � W J O Q Z J U r � Q z> c� -a Q W U ¢ N a — o � ¢ m r — m � X W X> m Z O d —� O -- � O p 0 0 U W Z Z Q J _ m JO m Z N Y W� O Q H r 2 r¢— 2 W W N � W � W m V o' U J 2 0 � M ¢ U � vri � o�o��a:TA:aaoa O Z — N M Q In sD M1 m T O_ N W r• Packet Page -1310- 12/11/2012 Item 11.A. Packet Page -1311- � N U .a C w E. w A w ° w z0 W S W Z O 0� > - -. U z WZ Q X — — — — — — > - L U Co a° W w z J ; �Q W wo J J Z W Z O0 m~/n w z W S Z p z S W C-- cJ V J a S a� �� O z N HH WJ Jr N u c i wa ow U o - oar N «� CD 02 �z H-Z z_ Z 00 i- O z� 8a. � I U W Q Cr: p W UN W �- E- E-= �} W UO I"Z N O MR w-- Col > 03 O ZW 00 Emz O U Ym �W �� Z Z >- w J W SD 3 J — dc� 0- O - W + wl Q z N W W a� H F- I o F- o U Q � o CD o 0 Z Z H U F- Q W Co �� W l.L (A O N N O U gD > -j CD CD Cn w J 00 � Q m w oO w wx Z - S 0 T- 2 W U N --� W N - Co H Nd WO Q = w 7D cc u Co CD w Packet Page -1311- 12/11/2012 Item 11.A. Packet Page -1312- J Wp N J ¢ O z Z Z Z O- O W Q J S - 1- � W N U J Q W U O- Q Q Z OO 7 > O z z a z z w o u W O O W ¢ r as > ¢ w ri J Q O O O ¢ 2 O O Mr iti M. ¢ Q U W Q O W W 4 W 0 2 0 O¢ Z O Q z>�t �r Z J °z ¢ z w� o a UJ.OW W mU Oz z O �CCCiii! moo Cr -m =� a= W W J W O N J W F G W Z? j Y W Q N r O Q =w< F- <M r u 0 Z J N¢ J V1� laJ� W a N OU -0 ¢ Z ? a¢ $ _ N M W Q Z J Q uj Z z ®® tea- u aNiav3 = W m C o U +Oan vz Q U \ \ ,ilsW3ssv Z LL 8311081NOO �y L•L Q +OVAM a \ \ klewBssv 113110 LWOO W �, O O 32JVdS C G 1b211n3N JW Q H ry 9mR g a S 8 \ \ >-> ----------- - - - - -- •OV O l U 1 I L - J � mH H 2 ii woo 1 'OV N u° g `O` LL U W 0 o .00 c>i W a w 1 WkUn3N z N r< J L) wo \ \ -OV w U w = I ¢ a� L- ------- -- - --oN - -! 1H`EM WO _ Z \ \ NL�IdW33adO Op > Z� ----------------- I W 2z owI �N � 1H011 0 w 1 Lypo I \ \ NOIlVW211dNOO g, O 1 L 1dW3-3Nd O Q W nv 1 U J yp 1H011 w� -O S-• G _ I j I \ \ NOIIVWNIjNOO w I U = V c _ L 1dW3.3Ud ° 0 Z O F I oa W I on 1H011 N W 0. - W U I wOO \ \ NOLLb'WUI3NOO w L '^ Ui I ldW3-3Hd a> L-- -- ---- ---- - -- I �V�// U > >�----------- ------- ® ® LL W w i J o w ¢ I woowoo (� 1VHln3N -OV W w 1 I ON - Al0W3SSV 213110HINOO Ow FJ a E U I oN W S I w0� N > I a.> L----------------- w > - _ - - -_ V1nO -- ----- -- -- ldW3.321d OM =g1 i MO 31N i elnOldW3 -3Wd o� a i6a MO I ZlnO1dW3 -3Hd LLw EV-. oo L lnO 1dW }gild a OW 1 1 a r a 1 no J W U 1 ON woo ¢n a > oN 1 O 3 Packet Page -1312- 12/11/2012 Item 11.A. U x Z N Z W O U Zm s W Z S O N , m N Y Fi Vn wa nv < U) �v wo z w W Q Z Z W V) za V)Z W an -0 an z a or z a r: x w � a F m U � z / Q:) W U 3 ¢ � x Q $. Z U LLI U LLJ Q- � / ~ V) U 2 2 U W 2 2 p 4 In CD O J� 2 kn In O.+W UO I� 2W N W UO ¢O U C9 CAW U ¢ V) J V) v1 0¢ 2 2 Co 0 �n Vl W ¢titre O O 4J O Ln2 �0 24¢ W42W ¢ -+� OQ Oa WW3 W0 WW �3 JW ¢J(+O In --Z U- -It ¢ T Jan I� ti zV) 22Q1 OW CO 2WU ¢¢ r_�no tiW •m m �W 22 (JJ ��� �n h O m W22 �n4Ln Vn i- ¢W W2 4 4�c C WF, 00 J 2W111 �O W0. w3- WW ¢ 4 N3 ° CD h2 X70¢ O 2 u1C2 0 < W �WW 1�0� to Oct W¢ �U t�2 a Cr �c� Ooi4¢o OWE cn 2ti 021- 02 W WUti WOi00N W W (n W2W W�2 W�� 2U 4¢Ln �-W44 4 ��- M1-z z W titn3 �2 0.O a �n O ¢ ¢z4J U �n -+ ¢O 4� Jm0 2000ti 3 2W2 J32 JCz¢ 2 O W p �V� J J2� In ^0 JI-1� O ¢ 042 20m 2h-0 020 W2 W V) Q) JU Vl 2 J¢" 111�P In /nQ J04 JV� m¢ 41 LL 2 `4 U, ¢ W J�U O ti¢2 �Vn Q) O �W �n 2 ICU ��1Y 03 x Y�o a��tiC 2 a�al W�2 YOW a0¢ 4W 2 Ugh JW2¢h ti J ¢ r¢� UWN J CO W(n O ¢ti;¢ JWWUU 2 JJU U2 ¢40 JW W¢ 0 ¢<[ ¢ 4 4w4 Qal2 WU ti CID 2 I-W4 O 22J 4I� W OW0. 2 W4 4 U tn4 4J4 �� ZJ 4 -¢ a7W� 24 4J WW 44 0 20 WJ¢U�1 W Wg2 W¢ 2�¢ WJ2O W 4 OHO Q. JW F-Cc a 04W OU' �¢c�4 W4 22W40 Jh. 2W� 3�4 X24 22 O 20. In V7¢¢ �ln O�/1U ¢cn �V_ln L�InU tnWO �ln¢a1 1�0 2 O U N "l P h W CO m CV CV fV CV cV CV CV (V CO 00 aD OJ GO 00 CO 01 i� T T T r• — T T T T T T T T D Q cV i1) 00 � I� O - cV in 00 'Cr I� O N N M N N M L� LL ��O�OtnO �0 000 00000 Q OCV Cl) LO Packet Page -1313- O O N N�(O'COO T T T T T N N N(pa000V N NCO � ��(OGOO(V C COON `nxxxxxx X MCCOr�aorn T TTMQCOraorn T TT ��������� N N N N N N N N N N N N N N N N 12/11/2012 Item 11.A. N �'t Q W � G 2 N = NY pp UU 1� VNf ¢Q No ; NN Z U 2V; zz N y0 N2 v z� w � ww / � a �z x w s Y •• � W N u = 0 m z e � 0 0 0 , Z c x $N LLJ J � Z ® O -' t 0 o eB Cl- .Q o Y I ' 1 Lli x OW O o o W O Q O Y p L V O w 0 00 UW W2�J Li-j G Fr I]' ::z z �mz W p2�Q: W W° I mLu C3 Ov W4 J�0 W V- 4;24 =W Q J 2 q $ B B �C7UCt�W wQ- Q: LV C)`nLUL_� z 8LLJ CL Q) nUj J ti o CL Q Q ¢ U O�W ` 4 W ? LU 2 D 2 00 vi in O T O ¢ J C[ Z V1 J W U h 2 W N Q¢ c7 D W u QO U C'JUW J -h viD¢ 2 2 C10 ut Ln- W ¢titre D O Q'J O tnT Co Cr WQ'2W ¢ J O¢ Oft WW3 t3 OWE zz OQ CD h JhI w0 W4 �z JW zJ Q V) ¢¢J O a- 1- 1- Zw Ln- =ZC1 C)41 JO 2WU ¢Q Q •O Q; W V1 -Zx W hU 1-2 2U `^ hV10 h41 •41 M �w ST UJ - -- Ln o -ro wxx Lnacn 1 h ¢w Wx z C-- whop J xW�n -D wQ, w3- w a h 2 V10 Q O T V14: 2 Q 0 V) J y, 3WW h0- to OU' W¢ �U OT a Q:Y� Om4;¢O Dw- ut 2J 02h cox W UI- WQtOON W w ut WTW W -Z w -- ZU (l¢V) hQo hh zt, Co W hv�3 -s Q;� ¢ V1 D ¢ ¢2W —U V1J ¢, CC — J(n ZZ2Ct W 3 Z_WT J32 JO¢ 2 D W Tczw ZI—O Z 2 WT w ViOJ JU V) T JQ— Ul —P Vl V)Q JU' Jh h Cl) ¢ JWw2 O h¢2 —01002 c� -�W ut 2 hU -LnY D3 0 Z W O -O Z OJ hWQ W D WU W �C L- >�tii -- - >Um W 2 YOW >O¢ oz 2 Ugh JW2¢h h J 4 Y¢1- liLUW , J Q) WV1 O ¢ W Q J W W U_ U 2 J U U 2 ¢� O J W w¢ h m�0 -2t Q: O 2iJ �hW mWC 2mW4; �U j 2J� W�¢U� �W W�2 mW¢ 2$¢ W-Ji�O WW OQZp 2i WHO �� 2W- 3V-� T2Q: 2TD0 2� o1 Ln QK -0 Cl ¢cn -4h V1 hV1O V)wQ —V1¢CJ h� 2 O X11 W h CO Q r r r N N N M r r r N N N M � O� O to O lA 0 0 0 0 0 0 0 0 Q tOrQ� ON M� Ntfl00 r V'1�0 r r r r r r N N N M NODO(V tt (O OON o�OCV COON �T(O1� 00 rr'�fOhaD W rr ZxxxxxXXxxxxxxx () Co OD Co Co 00 � � CO CO CO (� t0 CO tD M M M M M M Cl) Packet Page -1314- 12/11/2012 Item 11.A. _€ e N � F z w w z C U W � U E- 0 z 0 p 'n z z 'Q C CD �.. Q, u a, 12 u a E a 0-9 N A L S Y L J Z C L Cl d o v u m o C 002 va sA o 0 E _ aNa °a v Uu3 M� Lo c U = o d U U + L L 02 fs2N %vl (yy+C00 +L+2 4V) �' -�wtV ML ON N p N N j Cu O. U a ¢N d? OS Q 2 L0_(U p ^L 0 oa U w Ju(L / as Z f I � W I I W — — — — —'— — — — — — — I - -- -- -- -I — - — -- CD a p�LL I I Z Q vmi o LL I LL I I I I ~ inpuoo laa }S .OI % .2 1I l 00 W a Packet Page -1315- 12/11/2012 Item 11.A. Packet Page -1316- o ° a r L J N « a O 'o — o a w J — n m QQ L i_ y N A n q u a an z 5 E a in r d • w a E v� Vi — • p m c o a� �q "' — v o r v _o` o v u '" h N `o a m A a E v g' u C an • c o_ o C o g. m a E g M • b O o a E" c a __ •� ° o o c _ - E n� N =- a a •° E c : o N � - 3 u u O U fa] z no o u c � m LL U cFy� 5 0 a U ry N H O - ? V V 9 c V P V- E y 2 V- c v . � c '^``'•' u c n s 'ca. a. a L n n m as p° c E c = zE o ~ a�� °= E °' a y v o ° o u o o c 9 N V � O 6� v+ a o � r• Vo E a E o z ° Z N Packet Page -1316- 12/11/2012 Item 11.A. Packet Page -1317- W O = 2 P "1 I � ti 3 m ° « s m m a W E O ` a m In E 2 O U m E 2 E z > m r a E >1 c Y o � .. � _ `o CID E v y °_ d •c c� .^�. oz 3 0 z c g"8a m e� ti U� a $ ° t 1 Z5 10 - � a° ° _ p .o o y,, a— `o J u : 5 °o u c i a 15 t om - u m p c '^ Packet Page -1317- 12/11/2012 Item 11.A. Packet Page -1318- L e 5 , 0 = La LU s F ° _ � c c - � E a ° •- V ° n E n 0 3 a - u v -si a m E c L r ° E IS 2 ata i s N_ G - 9 C - 4 y N _ n .° D > O w vii A � m u p a a w 3 - r - w c m _ _ c n � •. w u L 'o N a Y s u a c .n ' '° d Jr, x5 m d m d = o c u o L�r7 E C CC �i �v "og eF �� its vNZ a� O _ O v F ., _ .. •r v Ury .. E a c E E o - ° N w v ° u �. v v - o E m m 3 - E m ry m o- i a m c - C 0 w 'o u o E L a , ° c m > F- o u w O v o o L a E m m y A ° `-' -° m' a u A u c m a v � Packet Page -1318- 12/11/2012 Item 11.A. Wo C E o v c v o o ~ L O E E m s Z o « `o x L _ m ❑ h `w � m d L `v v c a � c �$ u o A m u�> Q 'o" _ d o p- o m L W « 9 O El p u v q « E u m o E q a N v N 3 Z Z c E -" ° L E ' « — a == u v 3 i° a m v ai ?i U Lcl 0 r O C �i E< ins Ls NZ H U� r 2 i..p `o - � m fv. o E `o E - _ c- ., E c 2 m m d o o °c 0 c c m a a w = " o E — 2' —O .° m c 4 `u >. ` u° Packet Page -1319- 12/11/2012 Item 11.A. W� I =x 4 E z O `m u 3 „ - a o -3 a v c L .1 o ° o o v ° m o c E e a u= t c r- 5 $' a - N � ° � d E E ° d c__ t° •� o ? q i ii s � c £ E� E ,O m « °u °u c N c « 9 m E c_ m = c > o° E � `o a i� n � m a � L � m 4 4 „_ o O w n 3 3 0 o a$ w c> L 1 27 E o o c `o a E ¢ h3 ° u U � v 4 3 0 x =.z lag Ury c m d m 3 'aZi ° o L a o o d Q $ o 43 o p u E m Q = o E c o rm a c ° o 3 o c m y o _ A „ � �° IQ LL ° o- c° w e c 9 m _ c v 0 0 ° Packet Page -1320- 12/11/2012 Item 11.A. Packet Page -1321- Wo c ~ o w ° '° Y 'o a — `Y A p Y — o ° o g= n r `Y E O E Q 0 3 c u z cn U c DL., o a o ° vvni q o E o o u m a Y = o A Y n> > 3 a Z2 3 " t v m A N :2 L 3 E� .c `o Y o n a Q c A a a o 3 n x N o o Y sc = o o E u E o F 3 0 x 02 E'S$ T. UN�a mZ a N o U -o 1 Y' g E M E r a c o Y N a G o a c o a t c o Y _ o a m c a o n — o c A c n atv. .n m u a n o o o q 3 m So w c u a 3 ° m 'o c c A r E n a q o Y '° e �- u a u u° o A a° = � w Packet Page -1321- 12/11/2012 Item 11.A. Wo � o c A ¢ E m N n L U mn o A E,o y m n n E n c E a° ? o °0 a v c o w. a c a o E c 3 o r o o v m . m c o a c O o +. m•i E U [r7 o o n o E 3 a Y' C u 9 m v u n o v > E o LL x LL E u° M a U F 3 c s a� cgs` nZ iLL U� E a cfll a _ _ o r c s c v v 3 o f O E c 9 O 0 o O ._ O 9 m C C m n o °u o c o c v t o E n m a — _ o° n °_ o o o .4 a o c b o o u L a v = E s `o ° c m 5- 1 L n "i 5 "3 mn ° a a u 10 Yu t O j m r G a u E ° m a °— _ ° 9 ° E\ a o p O n a o E 3, _ u w r m ?i °c r o u w = Q cm .n° 1 o yu a Packet Page -1322- 12/11/2012 I m ]].A Packet Page -1323 ; k© } _ a � _ } k § � . 5 2 2 � \ \ . . ■u � § § \ c \ ( ) $ ) § / \ )2z )� _ \ \\ \\ }} }) } )\ !! :[ �E t - \\ )\ {) _ \) } \/ ( r :} Packet Page -1323 12/11/2012 Item 11.A. Packet Page -1324- > _ x 2 n W W a w CL o I .'I I I I�'I�I'�I I I��I I I a z w Cr I�I�I �--=1 I ± ICI II-�I j iIILI�I I I I I I I-, W v o ¢ I I I I I h I I ICI I IIII •,�, ;IIII` -I1 1 1 1 1 1 I j I I IIII C__,, I I I " IIIIII! I�Iljll 1`111`111 x •a o J. o oo¢ a z �'. IIII -� x°¢-x III .q I `II o'o 'I ICI iiI III I� = W o a�J II ITI o., ' `"`' j1I�I= I�IITI�IIIII!I III -- Ln O I -IIII 1 ICI I III ¢ °TCWO w a I-_I Z z 1= II II I I I =1 O o �Ja o v Qao a x W II L i =1 I I1 O V 11111 =11� c IIII�IIIII�II�I�II :I <1 2 4� 0 am°w z d ICI I I ICI I L) °w Q. li � 'IIII ICI j II I� J v o oar " W I oQw ~aa III j Q w O -'III o o,tn LU v.; xw� o� xao UQW� C U .,; �. I i _I i I I O Wtn� •� C00 LU Lo O� O LCI 3Wn -J� ¢WJ (Z)�W Z •4 V,�W Vt=ilti =�0 tiOaH WW 4 NOl z to p U 0920c�JOW >W ZXO WC 1�¢JO,nWW O_ i IL. m O_00 O(D CW'�I�nW =W�300v0p --�1 I - -� W � JW x¢NOR W21�¢ J¢1¢C�•W UI,,n�U I I�I� _ IIII �[ W (n Q xW ,nm Jn1C, SJUa �0200¢OOWW a III iii iii d -I I (!7 11J "Q °no��i�a°oxm E. Z ¢° II F-C!J F- > OS¢U,nCa2o40 -Q,M cc W �l 1 Q O gV,�aW =u2! 0?¢UOmUV ¢2UO1T O u w I- Imo-- I _ I J Z 1� In W40C W4JW 2Uti�0 P�. Ih� I���I II:' �° I -� 2 tiC m0 QCTO C7 ICI oaI 11 II II I II o III ( U W I�zp1 I I WtL00,n¢Q,na�W QO T I ICI I I "'-•- m OOOUWUa o °�03ti3 I oao 1 �Ii `I I I. I III -III W WWQrtiz� -c_aQ L� I I� I- Q Z a¢4= ¢�xaW�ooxx Imo_ III �¢ �iQmWW < IIII= I II I I•I I ICI �I O •~m 0a000xQJeT000Q I I IITII �I I III I �n3000UWti�U2tiU 11 IMF- -, j III I II II 11 �$ qa Q mz a .SL'Z J a C� ;;~ ° 'o Cr w Z Q o` M � ° O I- Z a LL w 03 r, W 0 0 o U U U W 11 O I— I] v, vn v, J J w Z \ 3 ¢ Q C a 2 2 x OOO J 0 wZ U Q x 1� H ti OCr Co w Q a Q U O cc Q ~ Q s l U L; 7 ~> w D 2 2 2 X00 p:O WO ZQ I cc p L Otld 13N18tl7 O O O ¢_ Q i W 1 I W Z m 1[IlON87 Q O i.-, i.� n'i U Z¢ U U W !. 00 -.3. Z N M I w V) Q (DO ".J. Q O W W 4 HO O U LIJ O i -.tl. ~ p ____ __ ___ U F LL � O W O W Q °z o o - -- Cn z Q o o U o - -- -- -- - -- Z i W o - __ -I - -__ - I— Z W c } U > v1 W a R 41 0 m J ~ ° m O 3 Q O ''' ¢0 C< ¢ Q H 3 i 3 U - O O x - I H U Q: 4 CL O O M G M U r 2 .bZ i 0 Packet Page -1324- 0 N O r N v w rD N r� 12/11/2012 Item 11.A. X. a a a s w w w w N N r N r r r N N r r r r r r 0 r 0 r 0 r 0 r O r O r O r O r O r O r O n n N N N fJ N O O w V w w a N V w (J1 w l!1 01 O N O N O N O r O 0 V 0 J 0 a 0 0 A O A 0 N N N N N N N N r r F� 17' V1 N V1 r In r r r J .P r r V V I A Ol r a I-+ N r r ,A F-� r r l0 J J �l J a J s Ol O r N 1-` �+ r O (D M Ln w w r w r r H+ O N M In W O LO Co V Q� w N r N M Ln /� N a W r U1 D7 r N ro n D "' LA � O O� m w w n� r� N N cn n� 2 D Co w���� D Z Z Z Z C C r K G1 m p� r- D Z y D C) �> z O D O O m 0 Z m m m r -°{ m Co C z �_ nO m= Z= D?? 2< N m< 2 -I V) -{ to -f to n= �p D z w w w Z O < -i p Gl rn Z n n N p p r< p O m r v D D Gl Cr c➢n n r Z Z Gl w m D D ti' -rn rn w n m D D O Z m< m N D rn rn m m m -1 D Gl G) n r n D-V w rn p m p m Z D D -� n _I z m x w w w m m x 0 Ro K L, ;r -- r D Z m z - O O O > N �- D O D< N z Z>> m Gl m m m m Z Z v, Z 0o to N v 2 v 2 D to m m N D < x C D r Z n m D z T Z Z O O -� D _�-11 m Gl Gl D to w ^' z rn Z .n D T C � rn m N m n n= 0 Ci w M D r > O O Z -I Z. Ln n Z M v Z z ° O O Z Z G Z m Co n 2 D D D D -� _ o v z n n Gl Z m O z D V D rn rn O O= K< rn p <{ n j O_ Z Z .� ^ r n - C C O O O Z D D~ --t � p to m Gi .� v m 7 n O T p T< n rn m rn rn m < m -o cn D m tmn r�'1 Z `< C D w w n v, O__ m Z A+ L" < it �+ D m m N p m G) Z O L" m 'n N N < Z D 2 Z D 77 ® - v' T O in Ln ^' < < m Z 0 tD !i1 0 0 m = z Ro D Ln < rc r D m C m MEy T � _T n n E E� m m m m D n -t Z -{ Z z< cn in < Ln << to n < n << cn r v r u r N m D m D r T r- T m p➢ m m p m p m p m p m p N N ➢ D D < l N N N In w Ol 01 Cn O O O Ol Ol N 01 r r r 01 N a A J W J W O � A 11 N W N N w lO A ON1 N r a a O Irlv.,) a 'r �i a0 lJ.l Z Z v` fD Z) C i+rt n O r+ to an to to i^ to to to to to to to to to to to tf� v. to to V* to v. in in ti. to in an in tr. m x m O. n Packet Page -1325- ut Lo .a V 0 m ML 0 rY O 0 Gl Q d O O U < �1 a D C 3 C O w N 0 12/11/2012 Item 11.A. Packet Page -1326- N Ln rD A J O �a O C N h O 3 0 m rD m 0 n. CD F O O- N 7 Q D C O 0 (l C7 J V V V V V V J V V J In In In In In to In Ja A A ,A .A .P .A ,A n n r O r O r O r O r O r O r O r O r O r O r O V O V p N �1 N N N O N O r In W 0 w 0 w w 0 w 0 w 0 w 0 N In i N %D N J r N w w w w o N r N' r N o 00 A 07 00 N 0o N v U'1 V1 A Z7 �Q l0 N w N N N r r V r M r Ln r A r w r N r N r r pJ O O r 01 r r r N r N O C G c tD r A r O O r r r Ln W r N cn N to N w N to O r O r O z G1 -I v o v v v v -I v v T p �• - n v n x D D_ D D 7 7c X D_ D_ r m - m rn rn m O.`' O O m p m T T z -i Z -i M z -{ -I -I T T z -i z -I D pn T Q m T T z !'1 mO to T z T m z T f1 f� C1 m '� E Q r n m p m p m rn= p D w D n m C m O -q D M D D l� m -i ? m O m O M C m O C r C r C r O C_ < z rn -V -V Z Gl T v -o 3 r 7c m m D m m m m m m m T r C C m TO rn<< K C _T n n<< cn Z m O D n z z z z z z z x N M K m K vmi O to z to -0 v+ m K rn K C D czi D n m m m m 0 0 0 m G: to D m m m D m rn ("� z z m O 20 n n n n-V M M Z D -{ r O O p Z -i Z r m m rn p z z - 0 n z Z r m Gl r m _n 0 0 0 0 0 0 0 m -� ^ O Z? rn o rn to Gl C Z Z Z Z D D D Oz O rn O z M D r r r D t" rn r 2 Gl z n r" O -0 O v-0 O O M K z Ll Z r0 Z Z r < 2 2 S Z Z m S m� Z -� - D D D m ,n (,� m m rn M Gl Gl ? y ,^� -q T � O _ p O O m m m _ H O O v rn v CO N V1 < rT. 'O m r z z D z D z Dr w 77 0o C m o -1 D O r m H to T C> D r D r D r � O W z D P C m (1 z O A 0 z 0 p M s O M o, m D r C i S O C C Z .p D Ln T D m 0 0�10 M> 2 m 2 T A r 0 O D z 2 - O N_ 00 A M _- r O O c < -- O -1 m m ... z m p N fl f'1 .NA A wo z p o o N O m -1 = f\1 O O a o _D r N O � z -pt D Gl N r � l'A p h c D z T X m m D r T r T z m D M D r T r T r T r T z N -G m D N N < r T r -n m D m D m D rn D r T r T r T m D u N N N O N W N V O O M Ln r V N N V In N 00 W w r w LO O N W Cr) "' W N N V r V M M in In l.n V CO r Q; c', i 01 O O t O ' O 't^ t/1 1^ t/1 V/ V1 V> V� V) V1 V1 V> 111 VT V1 V1 V1 V1 V> V� to i/* t i V1 V? V} V/ V1 V) J J O' p ©' O =t?= o Packet Page -1326- N Ln rD A J O �a O C N h O 3 0 m rD m 0 n. CD F O O- N 7 Q D C O 0 lJ 0 N O N N N 00 fD w 12/11/2012 Item 11.A. Packet Page -1327- N A V O d Q 3 0 O IT 3 IT O rr O r� O CL CL O �o a C D zi 0 v rn 0, Ln n V v v V v .i N V r �, 4 r v v 0 0 v 0 a 0 0 v 0 x W 00 W w N w O u V1 °K� n N N F+ 1� N N F N N I� N N O 01 N In O O O N N F+ N F� F-' N V F+ N V V N Ln O V N '7' N t F� ti+ r� t '7' O r O o W N F- N r-+ r N Z N. N Lr Ili N N Io --1 V 1O - 0) In W N N F- F+ N l0 1- N 1N � OO l N N r+ In w r O ar , z in v+ 77 2 2 S 2 2 2 2 -I 2 -i 2 -i 2 .0 � { A p- O N cn G> Ll 6� G> G1 3 Z m m m m rn m m m m m z 2 rm_- m C Gl Gl Z Z Z Z Z m T O D D D D S 7 Z T K K K � rn,� D ,� m m �! n n O Al '. Gl n 0 0 0 0 0 0 0 0 0 -o 0 p rn m> O O M O T T d D v+ v r� -c -0 v M v v <„ O D M to to �o M 1 m O o m �_ c O e; n— n n n n n n n n n 3 z z z z v -V cC cC c cC cC cC c f� n 20 m 3 r 2 2 2 2 2 2 S D rn Q° m f2o n O n D Z * Z O CD m m m m r� m m D> M Z - v in O Z g m m C Z O `; - Gc ., ... � y �n in in in to Es m p m N m rinm - z p �, D r,`-j in in m �c �c O O O M z O in p p J �' m Ln LA Z O O N Gl r_ N m �. O N rn r^ 7J Z z p z T Z C D Z M 00 rn w O a N �oo m LA m v 'OD M Q O _ G n D - m y n Ch W r - d D N v v O Z C Z D p Z m z n o p Z M Z O b m N O T I T m T T T z D D 'r�+ 'n T T z T m D m D m D m D m D vDi tDii cDi, _ V-+ O � 0) Ln O rNi N N o 0 Q OD N l0 W W N W ? un Ln O `W ... Ol V W UJ D t1 JA N � a c � K N � O O to to to to to i7 to to v. to V � to 1n an to to to to v to in to v v v i n in m m fD 'a A ,moo Os o O o Packet Page -1327- N A V O d Q 3 0 O IT 3 IT O rr O r� O CL CL O �o a C D zi 0 F.� 12/11/2012 Item 11.A. 01 Q1- Q1 Ol 01 01 Ol Q1 01 Ol V Oo V 00 Q1 V 00 V 00 V 00 V 00 lG O lD O l0 O In O 01 V1 01 U'7 01 M W W w W b. O1 w ly w W w O In O A lO A l0 w W N1 A W ��IjN,+? W W W W lD 11 W r N In ? N 1-+ V �1 N r N 9 111 In W W N O r O O w r r N r O O r O O N W r N N V1 A r r r r W N D< a m m m m r m rn z z m Z < D p D p S S C v m D D m m z Z z Z Z z Z C D T rn-n vmi f1 f1 trn/ trn/ T T r r D D D D D D D v n n z z 4 rrn m z f1 r) r. G m vri G G G G (? M N D( D O p C y D v_ cn N N E 90 M Z X Z D z D Z Z'i Z Z Z Z -{ -� r r, M r) m n O -i O v O r^ -rnl v v v D� r M m r z n z D r r �. p nm -i D r D r = m p D -ml M( -� v Z Z z Co O 1 z D mn{ ? LA D !20 20 Z m O T rn -i -i vDri G tDi+ v, cDi� Ln —� -n O l'1 (1 z r u m M D T D v N m m In W Q T Q O (^ Ln „ !N go m ,�, Z D Z O =o W n rn n Co C D C < C rn m << W Q S z M r r v o 0 0 -n x O m M rG z< om O trnn LA f1 n Z Z 20 f2o M Ro m O Qo m m T T a C v -� C1 C M rn o f?o Ro r r � -n n z O z z �= go ;, O C Q a z f1 G =C v v {{ O O V `" m �° m ^ Z p D --4-4 � O O O v K go Z r Co z v m Z �„ �„ c O r- m Z � O rn Z 0 m G) z p m= Or — p p OD m 0 O D v+ N N O x D O M m Orn Z Z Z Z p p N v v z Z D O p N O r CO == rn m n m C < z m -mi v_ v m O { C j Z m 70 z � N V1 v M rn m Cl --I O z � ran �n rn �n m m D m m m m ��nn r�pn� m rra�n V) N r�ann �n m D rn D m D ' m D m D m D T T r Ti D A D A D D to D D D D A P D A Ln iL11 P W A rN 1W Qo V V V t/t N to I I 1X1 I I tR V). N t? I I t/T Packet Page -1328- O d a m 0 fC 3 (D 7 ti O 3 3 0 !D !D O d o_ n� CD 0 O 'Z v G fD d 7 D C 3 D O m r N 7 [D 0 0 N O N N QO fD Ui O U1 Packet Page -1329- 12/11/2012 Item 11.A. • (y V V V V V V V M Ol Vt V1 In tJ1 O lO O V ~ 5� Vf 61i F+ O N O N Ch O G) Z- Z Z D m ID N 1V+ D GG) O r rn G ) G) r m p C r C f� O O O M r 55i Z m r O v o v c M O C C C Z M O x r- m -1 O < Z Z-4 LA T rn � +�+ ' D m Ro f?O rn O v� m i70A R° in r-r a` V D p n< C Zp K `� $ Z O m m O Z m m z Z M O LA G) m O i rn O D O z D oo Z D c zv O m m O O ° ZO N v N y G) O C O Z m r ^ o m � � D n rn � O D O m z T m D D D T T T D D D r N r+ N m m cn N H w r O o O N W �3 O O O iG? O N W a O -..c`.l O O 12/11/2012 Item 11.A. TABLE OF CONTENTS PUBLICNOTICE .......................................................................................... ..............................3 PART .B - INSTRUCTIONS TO BIDDERS .................................................... ..............................5 CONSTRUCTION BID ................................................................................. .............................14 BIDSCHEDULE .......................................................................................... .............................15 MATERIAL MANUFACTURERS ................................................................. .............................16 LIST OF MAJOR SUBCONTRACTORS ..................................................... .............................17 STATEMENT OF EXPERIENCE OF BIDDER ............................................. .............................18 TRENCHSAFETY ACT .............................................................................. .............................19 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ............... .......,.....................20 IMMIGRATION LAW AFFIDAVIT CERTIFICATION .................................... .............................21 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 ..................................................... 22 BIDBOND ................................................................................................... .............................26 BIDDERSCHECK LIST .............................................................................. .............................27 CONSTRUCTION AGREEMENT ................................................................ .............................28 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................... .............................35 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ......................................... .............................38 EXHIBIT B: INSURANCE REQUIREMENTS .............................................. .............................41 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ......................................... .............................45 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ........ .............................46 EXHIBITE: CHANGE ORDER ....... .......................................................... .............................49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................. .............................51 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................... .............................53 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................. .............................54 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS ........................ .............................84 EXHIBIT J: TECHNICAL SPECIFICATIONS .............................................. .............................84 EXHIBITK: PERMITS ................................................................................. .............................91 EXHIBITL: STANDARD DETAILS ............................................................. .............................VZ. EXHIBIT M: PLANS AND SPECIFICATIONS ............................................. .............................93 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............95 2 Construction Services Agreement: Revised 6/1111 Packet Page -1330- 12/11/2012 Item 11.A. PUBLIC NOTICE INVITATION TO BID Roadway Improvements of Immokalee Road (CR 846), Valewood Drive, and Autumn Oaks Lane COUNTY BID NO. 12 -5947 Separate sealed bids for the construction of Roadway Improvements of .Immokalee Road (CR846), Valewood Drive, and Autumn Oaks Lane addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 4th day of September 2012, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non - mandatory pre -bid conference shall be held at the Purchasing Department, Conference Room A, at 10:00 a.m. LOCAL TIME on the 13th day of August 2012, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Roadway Improvements of Immokalee Road (CR 846), Valewood Drive, and Autumn Oaks Lane Bid No. 12- 5947and Bid Date of September 4, 2012. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the 3 Construction Services Agreement: Revised 6/1/11 Packet Page -1331- 12/11/2012 Item 11.A. Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within one hundred and eighty (180) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 6t" day of August 2012. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director 4 Construction Services Agreement: Revised 611/11 Packet Page -1332- 12/11/2012 Item 11.A. PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or- architect who is in privity with the Owner for the purpose of designing and /or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his /her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 14 - 27 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Tfail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the 5 Construction Services Agreement: Revised 6/1111 Packet Page -1333- 12/11/2012 Item 11.A. location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit "). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 6 Construction Services Agreement: Revised 6/1/11 Packet Page -1334- 12/11/2012 Item 11.A. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department at the County's On Line Bidding System at http: / /bid.colliergov.net/bid /, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be issued on the County's On Line Bidding System at http: //bid.colliergov.net/bid/ no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7 Construction Services Agreement: Revised 6/1/11 Packet Page -1335- 12/11/2012 Item 11.A. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non - mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non - responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not s Construction Services Agreement: Revised 6/1/11 Packet Page -1336- 12/11/2012 Item 11.A. conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit price(s) where the actual quantity varies by more than twenty -five percent (25 %) from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non - responsive and will not be considered for award. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement Specialist of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at hftp://www.colliergov.net/index.aspx?paqe=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida 9 Construction Services Agreement: Revised 611/11 Packet Page -1337- 12/11/2012 Item 11.A. (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.htmi). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive 10 Construction Services Agreement: Revised 6/1/11 Packet Page -1338- 12/11/2012 Item 11.A. bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid_ response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation .requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding . by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 11 Construction Services Agreement: Revised 611/11 Packet Page -1339- 12/11/2012 Item 11.A. 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 12 Construction Services Agreement: Revised 6/1/11 Packet Page -134 12/11/2012 Item 11.A. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 19. Single Bid. Only one bid from a legal entity as a primary will be considered. A legal entity that submits a bid as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - contractor to any other firm submitting under the same ITB. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - contractor to any other firm or firms submitting under the same ITB. All submittals in violation, of this requirement will be deemed non - responsive and rejected from further consideration. 13 Construction Services Agreement: Revised 611/11 Packet Page -1341- 12/11/2012 Item 11.A. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane BID NO. 12 -5947 Full Name of Bidder_ Bonness ine. Main Business Address 1990 Seward Avenue Place of Business Naples. FL 34109 Telephone No. 239 -597 -6221 Fax No. 239 -597 -7416 State Contractor's License #CBC059904: CUC1224797 State of Florida Certificate of Authority Document Number F19249 Federal Tax Identification Number 59- 2055219 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 14 construction Services Agreement: Revised Will Packet Page -1342- -EbEI- aSed IaPed d L L wall ZLOZ /L L /ZL N o ° °o o ° m R o °o m ° oq m o. Q 'W � n ti 1. o e vi ° o o o o g a m o . m or o n D i o � T m m ti '^ o j .: f" � d�■{ ti ,:. ti m T ry 1 m .°, Q N .ri a m OI ' N N N N- N N N N N N N N N N N N N N N N N N N N N N N N - - - - N N N N N N m M a °N o ry . v°. r °o °o i°� °o .°n �°n 00 °m °O n or m °' o e o �°•i wG: u°i v°i vii c o w o v m N m N ^ g m ,-i < .. < c v e° m ro m `•' m a° rm7 < o N S m , o o8 o° o° O ° O° n Ii o , o , N 16 ° , o q °O ry o29 8 °o m m- m o$$ n vmi Q vmi v o s y � d is W N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0 0 0 0 0 0 �n o 0 0 0 0 0 0 o m o o^ ur vi o 0 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0 0 0 0 0 0 6J0 of O 0 0 O O �m/1 C O O N Q G O N N n C N N N N G N N v1 h NO Q C C CO m NA 0 N N N N O Q N tO 0 m N N g N ti �D S G of aa R ti n Ol pp pp VY V` 1 o b m �D N N N N N T N N o N N N� n n .y Q v� O N H m o 0 O m ti O T O O Y1 O a O Q O o ti •'� v1 of m VNj O N ry N N m H Q Q N N h m O ^ .y O n Q N o N m m v� lD m ti a0 .-1 VI �� N T �C W b N N v1 Q ✓1 N r n 01 O O m ti V N G OOi n Q .Oi m ✓t H 0� T ONO OD !V Q R N n M r N N� m n 0 0 aa N Q H N r n 00 v1 OQi T tG M .� O M .-I N N � .1 �-i b � m Q T N N H Ci Q N o0 pp aa r1 00 N N M � �C O tD lC tC n M m a N m 1p m h o w "' is m c d N N N N N N N N N N N N N N N N N N N N N N N S K N oM0 n O N M em-i tmrf N V N O tmp �Q/1 vhf R �~/1 N N Ori O N vNt I� H S M m h 0� N or O m O I m �/1 0? m ;+ O? m n of I� r N r b b O O VNt. N Nor Oi N O r O i �G T aG O Rf T V1 n l0 m m m ry °n mD Vf e n m N e m m m m c m C Q N R - L� D ^ o .~i Q N ✓a 1 .°ry � OI ti lO lNa D o m O O� � Q0 m N n 1 Oui ~ °1 e'p d « O o iD "' � vm mi � `�' r e m rN� m m '°. m`". m m .n. o0 °Q m n N N m N d u W �c r N N vmi m - c c d °..° n o I". m W b ti m a o .mi n a m ry h N° w? o m �? ry n N tmi'I n o n m �°o e or 0� o m aa n W QQ n m o0 v°1 N N n pp N tO n W M tMp N .. in m m m r co n Q 0 c' D a 0 0 00 0 0 0 0 0 0 �n °o, r o o o o N a m 0 o o o 0 0 o 0 o O Q .. T o T o �°o, m vi 0 vi r .+ m N �n 0 0 Q Q o 0 0 o 0 0 0 0 00 0 0 0 ry o 0 o 0 0 .-i o o 0 o 0 n m m o o O 0 m e o °o o is ro 0 �c o �c 0 m ti 0 0 N 0 m m u L 6 tt Q v c d X W N N N N N N N N N N N N N N N ry o, N N ni ei N oa v ad mo N a6 N N v 6 N N N N N N N N N M N ri N N N ate+ 'C p 0 o 0 0 0 0 0 0 0 0 0 0 0 v1 N O n or N O, T N tD 00 G m No O O 0 0 0 ONO ut YI o0 V O o u� n .1 m 0 0 O O 0 0 O O 0 !V 0o mQ O O N Q mQ O O 0 0 O 0 0 O t0 O a0 O O t0 O v h 0� O O O ti o E E u° ° °m �c .n m w ,on N n m m •-� m u V> > >> Z H H V a a 4 a a 6 a Q a > N a H Z u O u O u o O > _-- -- u <° o o w u x O a w a O o o o a z Z o 2 C a } a 3 z a '^ w w d g i > z `� > as .N. .n ° c� LL w h N ° � o 7 2 o o z? o 0 2 0 o 7 z ¢ " a N i c7 w° `° a °z o z 5 z o == -- = z p > a u o a o 1 1 a-m z ,� a w a N m a N u 5 Om J w° > ¢ O N N w ° n x j W vOai w ° z u ti< am u Z_ z Z 0 0 w 0 ¢ a a z z o o F F z O t7 z w V m ] 3 w 2 Z m m H o> > w o LL Q 3 o' ? >w wo z z Z o u c Q r u ��_ v -'"v- O a a a 2 a 0000 w z o x z��ooz o u z x Y- mx a a 3 Q i- N a m l7 a x w m W U z z Z 0 j z o j y o z z 0 o LL a a z w 0 z Z o 0 2 2 0 0 2 2 o 0 w U' u w a z= z 0 r z z a u z a z Z O a a z g LL C w z u m m = F a m ~ w rc a w u u = a w z vi a a ? °' E- . 0 F F F F u otf p u z a O V z O z Z G z z z O 6 O o u in ti z> ¢ > w "' w m w O Z > O m w O a r- u z '�`- ¢¢ N a 6¢ z S m E m r w o u 0 ti 0 h ° a uwi vwi c o m~ _ ° V ¢ z ¢Q O Ou >i ¢ w v o Z f > >° O °u Z _ °a ° 3 w a° u_ u oa o< Q w W m w w >> O u u z >> u u m W] o w LL w w w w z a w U N J a m a s o S o o w o s u r- z? w W w N o a a m> z z g z N a m a z a¢ „�, a „� 0 x 0> u >> u u o° m o o w �., u a LL 3 a a G o a °° u w > O m> O off w> O¢ z x O a x > t7 y z ¢ a Z¢ x U O 3 O W o° a l7 m `''� m w_ w a x u� n Z O w w w z a O a a a w �_ �_ w w __ o z w O Q o m w c p z z ¢ a a z cm. � a a a� 3 m m a =� v > N .n O w� u z w c w� o o� N .n ¢ u z z z� --- u a n g��� w u F- u°i o a a� _a- a E N H r Z� N N N H M� N 4~!1 l~O N ' N ti A O O^ N ry ti ti ti m vt o Q O O 6 O O 6 O O N N n ti 6 0 i ti 0 6 .fir 0 N N V 6 0 0 0 Yt Q N N N N OO N N u u d L L wall ZLOZ /L L /ZL - trtb£Z- aged IaPed V 1, 1, wall Z!,OZ /1,1 - /ZI. o R o° o° r° o ° S O o° °n ° S O o° n o° ° o vii ao of N N o n of r QQ v d o o� vi o0 0 of ao o ry o o � d o vi o .i .n �c .ri � P �6 .i d V ri ri a ri vi Oei� d.V '" e m N N n N N � m � SIN N N N N N N N- N N N N N VF �- N N N N N N N N O v1 b •. of tD N O v� Q a0 w v� N O O O 0 O O 0 0 O O 0 ° O Q Q a0 h b N O N .. O N T n n n n O O - " " N O O Ii m T T M ry v1 O O G O N h O S 0 c ry o 0 0 0 �o n o °o o n � C Si umi vm °e °m, °m o o °o, °o, °o, °o c°o o°o °o "m ° w ° ° o, o, °o, °o, °o °o °o, , o m m g u O1 m ry ° . ° m $ i . ,o N 9 C rvei N N N N N N N- N N N d � N N N N N N N N N o °m m °� °m o C" °m °o, °op, « °o °o m °o °m m m o °o v° m g ° ri N N of h m .N o N N VI O n 0 C V C ai V°q of O H b tYl m .-� O .� tD m C < .� Oi O vi V0 tC N $ o ` o U N N t0 N N^ y C C R y C � � n b O n C N Omi v°1 .e/f o V y N N l0 N O? N tp Q tp W O O a0 00 n O iD m O� tD m 2 of O y� N �O p W 0 0 0 N YTf ry n 00 O T pp N O V y m H N N Q b ti tp O� O 1� .. O O lD O 00 M tD m m e N N T m o0 1D 0� M A G� Q O 'Q O N U OD O O Q O Ill O1 tG 01 Oi N v1 M N OC N t0 n OD ^ O m N M n n v 0o N d v G vi e ry v n of N d N N N N d N �c ° O T °m Oi o0 N .P. m o N O y am V m Q� 00 O O O m� �o 00 0 0 .e. Q I� Cl m S „ m � pppp t0 O N e m O m ro O m N ./1 N 1� W VT1 til N O1 00 O V ti N N N h Q ~� 40 ^ O s V N e N b b W N m � C C � 7 .n e a o a m N e �? �o n ^ .6 m o ry Li ° a y of eo Q m o N...V O N N N O N N N G H N ^ °T °m .t°. m n I °m, a °o, °ry uei m a o m m o a e .J o o n ry rvo .r o° e c o m �c .. m m j m °m . a N �. °o °o ° o °o a °o n °o, °0 0 o N o o° o e °QO o° G N o °o, °o °o, °o °o O C °o O °o o Iw T b °00 O O O h O o0 n m a T a0 lO o U cp m W 1 v1 N N N N N rv^ N— N ti v d x N N N m c iu '^ei S N ° N h O n 0 O N 0 0 0 0 O 0 O O° 0 ti O ry h O O O O tt°i O O W ID O O O ✓f O .n N O c O V N Om O .. N O O N v� tG v1 .+ O N e 0 0 e$ c T •. O '�' y O b O N aG b m m O^ O N ry O o ci J LL a w Z p a c a a a¢ w¢ w¢ Z¢ w Z O x c¢ J a a w¢¢ ¢ x U O UY 3 m ° z Y p .-• v 2- p w o Z X 0 3 3 0 w z v p 0 a ¢ 0 LIT x z z z a= ¢ i a r= i =' o 0 0 o t� o o z t: z z p z u p a ca n- o z z z o 0 o x a 0 z 0 ¢ 0 0 " a d c ,^ N o a w O tg O m V m J w 3 3 3 z o s c a a a z 3 z= = z a _---_=--a3 = == = == o 3 3 0 o a �� > z a o� r_ Z m z g o v zz o o zz o v o w w T io i� io m p 3 0 2 oLL a`d oz1 a W>> n a 2 2 x 2 2 S x 2 3_ w >> O d d io ? �- V V �_ v V w F O_ O o a J N Y r N Z Z Z z N j j u 0 u u u u " u u K> a > d o 5 3 0 0 o a x o z Vrf .ri1 W a LL LL n a r o z= ^ o d a a LL a 3 5 3 5 3 5 5 5 0 0 5 3 0 0 z o m m m m p m N a Z z z -• pw o r 0 0 0 0 0 0 z " K z LL m c P u a a z z .n a n a z z n n a a z z `n H a a z z a¢ z z a z w w Y¢ a a n a r l7 z o a¢ o C z z z - mO w z a z a x x r r x x r r x x r x x r r x x r r t? m N z O t? c? �? �? ¢ t? p H r? ,a a �D °« `• `• n n m m w u u o °o N o °o 1 0 ry o 0 0 .I. M 0 0 m 0 O u - �+ e m m m m m m ^o m m V 1, 1, wall Z!,OZ /1,1 - /ZI. - Stet- aSed japed d I Wall zWz /� [ /Z� Y T Y Y Y }} T r r r r r Y a r T Y T T T T r z n � E 5 r h ¢ o m 0 m m a o N o o. o 0 0 0. o m a N N N N N N N N N b O O O .ti O O Q v1 N m N O n G CC O n N 0 0 C C of O 0 0 C of v1 n 0 1 N N In O C a0 N O ap N .r N N N O N n 0 o0 ilt N n 0 N O N 0 t0 O O O T Vf O O O S O O O O O S m O O I! vo°I v CO lD ° S° o W N O�� m N O Q N ppqp pSp �D tp N - N N N N N OI N ry Rf N C ti b n m e N O O O 0 0 0 �mh 0 S m N tn/} O O O O N N O O of G u1 O Q O O O O O O O O 0 N 0 0 n 0 . . 0 0 0 0 . . 0 0 . pp lD n N W m Ln T Q Q N Iq O� !� N pp lD O N W Obi S uhf N m c iv S N o e e N N N .-i ai N vi N o N N N N - - N N ry m N _ n � 1. .� m v'^i c m 1 �° �i n 1 ° 1D ui em m n n n 00 n ro vi m a oop ° ry a0 'n ea DO, n . .� 16 v N N ry � o w c �c Q o o O v m 00 6 m N n o m o 0 ° 0 0 0 0 0 c�° o 0 0 0 o � a°�� 0 0 0 0 0 0 . . 0° o o e° O o 0 o N ti O O 00 O O O O O G C O O 0 O G o 0 0 0 ✓i � 0 o 0 0 G 0 o 0 0 O 0 � O tp O .y N G I� C O O vi v� O G Q Q a O Q O O z z o u a p D z z z O o 0 a 0 E a O O > o ° z O ' 3 z> m , O N ci z 5 z - o i o ¢ 3 ° ° u o o w p o w c i ° z o o a z o o z a a ° o> O z > °c u Q o O z z z o ¢ w o w O C) N ~ O w w a= z> u V w = w X x o7f — z Z wp 0 0 F- w 1- 0 g 2¢ p z a G z z Z pu z O m H Z z F- �- Z Z z Zvii O w 0 u 0 V O V 0 LL ¢ r ¢ N o z o _a o a LL LL w z z a z z_ z a z z- a U U V z O w ¢ z m ¢ w z d H Z 2 H 2 z H H 2 2 H m 2 2 z z Z H r Z ¢ > > a a H N U Uilm O l7 l7 l7 l7 l7 O N 11 n u u d I Wall zWz /� [ /Z� Y T Y Y Y }} T r r r r r Y a r T Y T T T T r z n � E 5 r h ¢ o m 0 m m a 12/11/2012 Item 11.A. - V W N M 1-I O Co O O �--� N N N N W O a1 W Vl O N n N W u1 O O lD n a1 CO C N u5 V1 rl N to al rl 00 lD N V1 ID O lD .--I f` O Lq CD Vl N M t\ r O Ln o r; m v m Ln rq rn M ai ai 00 ai ai m M m lD '-i �o o ai r" N Lri n'i ai rn r Ln m n .--1 r` 00 Ln N M Ln IO N O V) r` lD 'C ID tl N Ct lD M T M Ln M w N �T IH Ln Vl M - lD O l0 C n tD M W W V N 1\ 1--1 O O Ln w lD N N d' w M N Vl f\ M H M r-1 00 01 N M N N N H N N 1 r-1 00 lD r- i--1 r- O -14 00 IO 00 al Ln VT V? V} V} V} V} V} V? V? Vi (n V? V? V} V? V} V} V} t/} 'Vi V} (n v 00 N M r-1 Oo ID m r` m 00 rn Tt M rr M � M w Ln d N n r m N V1 Vi a) N r� rn Io r+ r-: o m m a ri r\ c er a) m N Ln In 1-1 w lc N r� W Ln n M o r� a� Ln O n M --T M N O O O h O M N N 1 1--1 Ln M z � 1-1 ID Ln 1.4 r-1 V) Vl N O Ln M M Ql ID Q7 00 lD 1\ N Co Ln ID N W N N e1 Ln M -::r n N n ID N N N M } m a o rn m a s a, m 10 N N oo N -IT al Ln M r C N lD c-1 .--1 N lD Ln N Ln ID IO O O IZ 1D M -4 ci O M Ln - N M N !n N In Ln V1 Vl Q W - Q Q N N N Y >- >- y. Ln } Ln Z Z Z �' Q J J J J J J W W W w w W w J J W W J J J V1 U U In V1 V1 Vi F-- F- U W i U U_ LL a Z� W Co Zi''': Z. C Q: m ? D m lH O ++ Q O O CL CL > O V) Q Z w J w < Z �? > a N r' N - > W J a Q Q Z w == w O ^ U a Co Co Q D ?� m- w Z U In w z C�C �7 > ~ a a Ln v o O 0., > O l/7 W CL d = �C Q d' Y N w LL z Z Cl p H >' f- Z U Z Q Q Z voi w U _ w = O Io Ln m N z> _ O W >- == z ° Z UO a a Q CJ Lj _ F- w U CL Z Z LL CL _ O� U= 0 m ~> z Z O O O O S O O N w z l7 Q O LL Q W Z CL cLL Z_ w Cl- U M m N Q ~ V1 S S W to } O F-- O (� G G W Z Q W Z Q X > N Lou LOU Q CL Cl U N ~ Z V Z Z W U W ~ D a f- > J W `L U > W Q U z JJl a Vl s r- V1 a V1 Q z- O a Z r- �S > W m z o Co LL O w ,O m �, O F- U F" Z Laj Lu Z Q m U t Y In Q w w> > w Q Q\ Z O 0 O w�, Q N U t7 W C7 U Q y H ui Q Q H U W N W > W W N Q Q U z CL W W Q Q C Z > g z VI V NU J w 0 0= o U U_ z w U o Ln m Q Q z a N > m> N> Z_ cc Q S= z H Y V w> >z_> Q O= m w a 0 w C7 a H F- �_ aW. z J m C= U v z w Q OU Z a M a CL Co Ln N V) Iy O O vii LI) -0 E '..1 N rl- N N ri r-I M i--1- , N M �--1 e-1 Ln K r' `' O v v ID r� oo w rn 0 o �i Ln D c O e-i O ti r-I .-1 N ei ID r` t\ n n al ri -4' n ei E O '-i r-1 e-1 N N N N N N N N � V ',t V f` r O O O O O Ln Vl t� ct � r` O 7' V1 0 0 0 -. N N-- a0 N M m m O N ti r + N N N M M M M V d Packet Page -1346- O 00 d N 0 N t'r \ 12/11/2012 Item 11.A. O 00 N et' O T lD N N - r O n 00 O N O M W Ln O O W lD 00 n O N O -M:1. O Q1 n N lD V1 N n Vl Ln O W Ln N lD N N lD :I' W li '-1 Ln lD Q to n V1 Ln o0 O W N lD N M tD r 4 Ln Ln M M O O M R M O N n W M 00 e-i O M N Ln O O C-4 n ti N M W Ln O M W M n lD 1 lD O w '7 M O O C Ln T LD i Qt Ln Ql N M O ri Ln N O 07 O -Z: lD N M L 1 X N N e-i M W 01 Ln lD N N C W d' V) O o, tD m n O C V n N .1 V Ln O r-1 H M -1 _ M m N 00 VA AA- lD 00 W �--� Ol T lD Q lD C r-1 Ln N M n C N n n M V O O O lD lD n n M Ln 1p O N U1 M n 00 n W W 01 n N N lD n M M Z to n O O � M M .-i M lD lD qr n Ln Ln " to v-1 Ol m O O C -I N N O m n Ni N H Ln N Ln O 1:1' m n M lD M LD M lD M 00 N O e-i O O M N O LD O M n w m LD n lD n M lD W e-I e-I 0n n Ln V lD n n N 00 ,y LLD In '•'; N M M N lD O lD W '." N Ln N n m r,4 00 rH Ql N M n N O N N Q Q Q Q W W LL Q Q Q Q LL LL } } V1 Q } } LL LL L LL LL Q Q G LL LL Q O W W W W J J J W W W W J J Ln un J W In Vl Z J J U. J J W W Z J --J W X LL _ } h h Z Q p p O Ln \ V) J Q - a Z O N o Q LL p D H O J N = w J LL O o O Ln L) Q w om w 30 d N N Q 0- v - = p N a _ cc 0 o w ry - _ D z O " 5 Q p p a U p= J J LU O o Z m D LL In p Z} S 0 S O S F S S O 0 = O J Z Q m 0 � CD m O 0 cc m m 0 Z _Q V a p o m o U p V J LL Ln Z J Z Q Y („) p i S 00 Q Q Q Q Q Q JQ O W Vl Q h O h g N lD O ...- Z Z z Z Q °- 'S J } N Vl m '--� p Vl LL H H IW- o H w Y Co Q U j j\ w w w C7 C7 w O p Q Q Q _o H _U f- h W U w Z Z H h h ~ Z_ Z_ Q Z V O a F- a a a z Z_ cr m 2 S T S S S Y Y- 0 Z O O O O J "' z~ p z O vl lD v Q Q Q Q OU m F O Q Q Q Q� a U Vl Z Z Z Z Z Z Z m p Q C7 �' Z 2 o iD iD iD W O ov 0 0 0 C 0 0 0 l7 H J z O h h F- a} J o2i m O w a Z U Z Z w a w a w Z (� Q w w O J Q Q ++ Z Cl. a a U U U U> h o: z W w O Ln J N N w 2 Ln °'.p.. ao O O O LL, V Z O Q h p 2 2 h h W w 2 2 W} m� F a W w cn N c z U W U O� W a m O '� 1= t= H p p p p p Q O In j v U >> H' m 5 cL Z Z Z Z Z U a V Q w Z Q Q — O Z} h w J w w W w w w w Q w w Y p Co Q C G a a vhi LLi LLL Z M_ Cl. vhi W Z U p J LL J J J p p p p m w U J Q Q p p Q Q p w p n U F-- Q (o. .... O p O O O W W W W h a. U Q J f LL' h W W U - a' a' W W W W N ut S W U U U m m m 5 to U LL Q U O Q F- h- w F- F- h W h h LL p W p M` w w Z ut w w w F H F Z Q w w H U- m Z Z Q a a Z] Z Z Q Q Q Q a a a FW- O m p w w M Q¢ m Y Y Q Q Q <C s m 0 O Z Z U a d a w 0- U f- vl a Vl p a LL a a h N Vl a <-I ri O N O Ill M V1 Ln e- M In -4 �j- c-1 lD 1l N N M G Ln lD n .--I N Ln Ql Ql lD N .-1 ei N N 4 4 O ff' N m N �-i ri .-1 ei ri r-I N N N T Ln lD 9) C n Ln n Ln n W W 00 w T c-1 N N ei ei �--i c-1 .--i i-1 e-i e-i 0) O Ln Ln Ln Ln 0 6 6 In O O N Ln n 0 6 6 0 0 N N N rry m [amCT m m '-i N N N V -Zr c`, Vl Vl Vl Ln U LIl I!'1 Ln n n n n n n n n n n n U U Packet Page -1347- O N O Or r C. N J 12/11/2012 Item 11.A yt O tD �-q C M Ln lD C O d' n to tD w O tD lD w w w O ry y Cl l lR l L CO Q1 lD N O M o - oa T a- m o o r- v ri m o0 00 a L.) �o m o 0 U V q n e-1 C O tD o r- e-1 m m lD m ✓1 e-i lD r'1 'Z N M w M m O �... C C N M ry to 01 lD N M M t--1 y - M m ,q ri r14 m � x j lj'� -A v} vl� in v} v)- v* v* -Ln v} V). ttt w ry v n r` m to 00 00 to m rn 00 Co Ln r+ M ry .-1 00 O `, o n m v g o rn rn o lD a rn r i ry ui tp m o 0 ,A � V5 I O -_. N .-i M Ir" '� M OO 00 N v M V1 lD N a ae m ry � q C m N m m lD N p q N o`io n a0 �D N ^ N C .�o-1 N'..;. Z J J !n Q Q Q Q W W W W V1 J J J W W Z LL . S Z f J w O Ow Z _ C H Z C O Z W U ++ uj O C' J LLJ S to Q W w �' = fYl q w Z Q r1 Y Y J N c)• `-- ^ w .-, tD .--I � C7 iNil i QQ } a Q p 2 W Q Z c N 0 0 0 Y x (7i N N N W O Z Z z 2� ...., .__. C � W J N ri > O o Ln. F-- CW L CW L Y C v w w w _.... w �--� w w �. w Q C G � z Qc w w F- o 0 0> O z W = 06 QS Lu 06 LL W Q Q G =S> S S => S = J J J V � H w W Z 7 ? >S >? } Y y CZ'J CZ7 CZ7 Z > w U U U U U U U U V U C> Q N N N a: o Y w J w J LQ_n Q J C ... V) O Ln O V) O n w w 7 J o ~CL i7 : Q 0 0 0 0 o o 0 0 0 0 �_ 0 W 2 2 2 2 2 2 2 2 2 W J Ur J Ur J Ur r- J U W_ Z o C o C Z C C C C C C C C C C LL Z :_ Z Z Z O m --j ~ ~ W W W W W W W W W W LO in in in O O ! ! .fl 2 3 Eo- - N O 1 C) I m N !n N -4 m - Ln o lD o N "I a N r+ Ln C Z Z e-i i-i lD e-I 1-1 ri N t--I ei -q .-4 e-1 e-1 "1 N N N N -1 M a re e t r � In E y O O O O LP, to T lD O r1 H N H 1H .-i r-1 1-1 .-I 1 e-1 U Packet Page -1348- Ln 0 m M) ti0 Co a N O N r-i r-I Q1 12/11/2012 Item 11.A. Packet Page -1349- O c a� r N r-I O a� O O O O O 00 m .-i N O n N O '7 F" 't W W O Ql W Ln lO ID M M N n O O O -:. N Ln N W N O O O W to M n l0 n N M N n N C O N Ln W 00 00 n ri n 00 01 N la n rn o m= o ri r` to Ln m" r-1 w tri m C m 00 o r` o m m ri r-i w ry o to o Ln Ln W lD to W Ln o N Ln M Ti o w .-+ C Ln M n n W 0 00 C !i :Zr m a rry lD Ln o i M W n lD N to N 'i n n M lD V) N W d' c-1 n N V1 01 W LO t0 N Ln ri C c-I W r-I N lD Ln 1-1 c-i CY LD O tT e-i `-i 'i n N N to lD ei - m m ri v} v} lul'� v1 ✓} v} yr vl� V} v} vt vti v} +n v* v} v} v} ✓t u? u? v} vy yr v} if" lu� v? a Ln LD N N Q Ln W W M N n n lD V1 n n n p V n M W Ln N M 0 n 01 N H M N O N C O lD lD i-1 t.D M O Lfl N W n N W C U1 W M LO n ci' N W Ln N 17 ., lD 01 (-4 tT n ri ci n to Ln to lO .-i a M M -�T to N O M M 0) Ln O W N O lO 1-4 O n lD of r-1 O n N .-1 N M M n W lD O rti i--I C O W N lD 01 O N n M tO M lD 00 n O CO N n lO C (14 -1 LC _q V) ri 1-1 V 1-1 M N lD N l0 N M 000 NO T.i Q O O O 1 r_ -4 M M l M r1 i1 � O laD to N n n n .i Ln J J d J W J J J W W W W W W a a Q Q W W W W W Q W W W d W W J J J O F" V W LU 8t LU ❑ Ln Ln ❑ LL' n Z 5 O C O z ^ LU O u v a Q O LL r o 3 W Q o k.. O a Z Z rq w H U Ln Ln Y ❑ ❑ ❑❑ Z J O w F- lit U O J W W m Z p 0! ~ N J Zfl. v w❑ w Z z Z w V d U O` �;, ❑ U Z❑ z w v, ❑ z x Q Q O w (9 F- Z Z J a O O a `� m o o Ln Ln J N O LL w w z Z CL O S w CL w o N" C O C7 w N J Q Q Z Z c G p D: F'- Z w > Z CL O N_ LL� ^_ ❑ Z 06 5 a „" d d _ O Q N Z ❑ Z O- t]� LLJ F W �-• w Y i LL Z LL W W W Lo N= O Z Z z^ O U 02S e c Z z O O Sc Q W Q z ti O C7 r - =- U w O Z O> Z w n~ O d LU F- C7 v O O f1 O LL Lu 06 O3 Z Z V U W W p w r z J z W Z p w °w� ~ t- w F- O O O p❑ J Z a m Z m w z ... -~ ❑ LLJ ❑ Q ❑ m m Q`] ^ ^_ ❑ C L > J OZS W Z ❑ 1' C..1 /J Co V Y i' U U J J w Ln LLJ J Z ❑ O Co w Z -J m J m W W 0 C G Dr1 06 w .--. l/1 > CpC V ❑ `""' �. O ❑ z m Z O Z .Z LL p V1 Vl W In W LL LL N 02S N O w N W Ln N U O w O U 0 F- to Ln LL V J n n s Q` Q Q_ 0 0 02$ Z U_ U_ O LL. U n N N N Q Q Q O O 5 v, ❑ z F_ Z w W = U_ w U LL x W Z Ln n J J Ln N F' i- w W Q w -: O U V = w `-' h- t- F- J x p Z O a Q Q C W Lr Lz U z U � m O Z c G S S I- a s a m 1,- O CO .. Z Z ❑ O O w C7 E O Q =-❑ Q w O ❑ ❑❑ O ❑ O O O Q O m w J J U C7 W I- H w N w = J J F- Z 2 J w Z Z z m ❑ W = = d' V = W U = J Q Q C V U ❑ ❑ F J z Ln O IZ J O O Z J W W W V W J J J Q Q Z Z Ln N Z c W H W ~ ❑ Z z z Z x W U � Y J O U V U ,.' Q d d - ❑ d O N U U Z Q Q G W W Q Q Q d ❑ () ❑ W OZS y J W Z Q LL LL LL M LL 1 ❑ d _� ❑ ❑ V Q N w V W J d U J N N V1n V1 Ni W V1 Ca CaC U U 0 0 Z W -j Z I- F- U C U J J Q Z Q Z Z Z J J J J J J J J J C C - F= H J J tA d Ln - G Z O. V Q Q Q Q Q Q Q Q Q Q Q J J c G V V W W LL LL J .'. W Z Z Z Z z Z Z Z Z Z Z W w LL W W W = _ ❑ a Q Z [D Z W Z = S S w w Q Q ❑ ❑ z ❑ Q v � c? F- c? 0 0 0 ❑ Ln to h to N Ln to Ln N G N N N H F- d O_ Q > > G L~n LU O_ F- N F- V1 U VD Z to J J J c-I N M O N M '-1 r-1 Ln N N N rl N N to r-1 O lO D N O N N r-i ri `1 T-( ri r1 0) N M ri M O O O O e-1 00 N lD 7, rl ri n N VI C to n e-i c-1 ,_i M M .-1 Ln r-1 Ltl rl r-1 n n .-1 r-I Ln ri M M Cr) r-1 e"1 C .-i e-1 N - Ln O N M M m m m m M Ln 41 Ol O O M m t,O m m Ln Ln O In O O O O 01 O Ln Ln Ln :, Vl m m W W W W W W W W m C C Ln Ln Ln Ln R M lD l0 to n 00 M 01 Ol I M 01 O 1.4 - Ln lD l0 n n n n n n n n to to lD l0 lo to to l0 to lO lO tD O lD lD lO lD lO tO I n n n n Packet Page -1349- O c a� r N r-I O a� GJ C fII J Y f6 O CC C Q C f9 N 0 0 O 3 v O v o k' 00 0) Ln � �o Ln ? m N 00" O U� ^ O V) 00 o m m vi O m N �I W W W Q w Q J O i p w p O Q LU LL w X J O Ca m G J O J U a W i 0 d Z J J W U — Z � '. Q 0 O N � a ++ w— F-' Z 0 Z 0 C O ! H LU N N _m _ J Q J J 1- Lf Ln zr :Zr O r-I ri u1 7:.....'.. L� t!1 C� ri H U Packet Page -1350- 12/11/2012 Item 11.A. Ln 0 Ln a N O N ri Q1 12/11/2012 Item 11.A. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer /Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Bonness Inc. Signature:n r, 914!201! 2 r Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: EXCEPTION MANUFACTURER 12/11/2012 Item 11.A LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON- RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 87 -25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non - compliant or non - qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove /replace any Subcontractor, at no additional cost to Owner, which is found to be non - compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Survey Agnoli, Barber & Brundage 7400 Tamiami Trail N, Naples 34108 2. Signalization Southern Signal & Lighting 3884 Prospect Ave, Naples 34104 3. Clearing Wherry Truck Lines PO Boy: 61008, Ft Myers, 33906 4. 5. • 17 construction Services Agreement: Revised 511/11 Packet Page -1352- 12/11/2012 Item 11.A. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location 1. City Gate Commerce Center Collier County 2. Regal Acres, Collier County 3 4 a 0 Naples Centre Collier County Livingston Rd Extension, Collier County Piper Road, Charlotte County Burnt Store Rd, Charlotte County Reference Ron Rice, Owner (239)598 -5270 Nick Kouloheras, Habitat for Humanity (239)725 -0477 Stan Flack, The Sembler Company (727)384 -6000 Bob Di$acco, The Henning Group (239)732 -6669 Roy Benjamin _ (941 )743 -1549 John Elias (941)743 -1378 Packet Page -1353- 12/11/2012 Item 11.A. TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96, Laws of Florida) effective October 1, 1990, The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Descriotionj LF SY 1, Trench Box 2. 3. 4. 5. LF 625 TOTAL $ 1,250.00 Failure to complete the above may result in the Bid being declared non - responsive. $1,250.00 19 Packet Page -1354- 12/11/2012 Item 11.A. Cofer C.a�y ,�rs,raasv� Seivices a�s�«, >w AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS BID 11:12-5947 ROADWAY IMPROVEMENTS OF IMMOKALEE ROAD (CR 84&), VALEWOOD DRIVE AND AUTUMN OAKS LANE (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ElCollier County or ❑ Lee County: 1981 Number of Employees (Including Owner(s) or Corporate Officers): 85 Number of Employees Living In [R Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 37 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Bonness Inc. Collier or Lee County Address: 1990 Seward Avenue, FL 34109 Date: 9/4/2012 Title: Secretary/Treasurer STATE OF FLORIDA: Q COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of 2 .20 1 N Notary Public ..R °�e JEAMECARNES Ic My mmission Expires: )6,1aff MYGOMIJISSi0NODDIIN24 EXPIRES:August4,24t3 �`r "OF na4 °' Mid[d Thu k4pa tblry Sdvm (AFFIX OFFICIAL SEAL) 20 Packet Page -1355- 12/11/2012 Item 11.A. Cofer col mty A&MVWSUve SWAOiS WWn Pk1a»o Immigration Law Affidavit Certification ITB 12 -5947 Solicitation # and Title: Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the property completed E- Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor I Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment In The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security In partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Bortness Inc. Print Name Jane Baratta Signature State of Florida County of Collier The foregoing instrument was 20_Q-, by e- Title Secretary/Treasurer Date 9/4/2012 ed and acknowledged before me this __7 day of �k_, (print or type name) who has produced IF (type of identification and number) as identification. Nbry Public1� i� nature _..... °i, JEW E CARVES * " My C0MU SSIOM I DD 904824 Printed Nam gta uguet 201 -� —3 "lE0,t& 860ed Thru BudgetNdeySaviors Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 21 Packet Page -1356- 12/11/2012 Item 11.A. Cver Cctc Xn Awiriwair6e SeMms Waim PAWISMV COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from Individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) (as shown on income tax return) Business Name (if different from taxpayer name) Address 1990 Seward Avenue City Naples State FL Zip 34109 Telephone 239 - 597 -6221 FAx 239 -597 -7416 Email jcarnes@bonnessinc.com Order Information Address City State Zip FAX Email 2. Company Status (check only one) Remit / Payment Information Address City State Zip FAX Email jbaratta@bonnessine.com _Individual / Sole Proprietor x Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 59- 2055219 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certifications:: U` nder penalties of perjury, I certify that the information shown on this form is correct to my knowledge. f ' N . / Signature Date 9/4/2012 Title Secretary/Treasurer Phone Number _239- 597 -6221 Packet Page -1357- 12/11/2012 Item 11.A. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered, to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. in the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within one hundred and fifty (150) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. ReSDectfuliv Submitted: State of Florida County of Collier Jane Baratta , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Jane Baratta , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 23 Packet Page -1358- i 12/11/2012 Item 11.A. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida which operates under the legal name of Bonness Inc, , and the full names of its officers are as follows: President Kathleen M. Bailie Secretary Jane Baratta Treasurer Jane Baratta Manager The Secretary/Treasurer is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken a- ce�iified cspy of_wksi6has k►ecetaatt�cbed (strike out this last sentence if not applicable). (b) Co- Partnership The Bidder is a co- partnership consisting of individual partners whose full names are as follows: The co- partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is Packet Page -1359- and if 24 12/11/2012 Item 11.A. Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) Individual from previous page. DATED 914/2012 STATE OF Florida COUNTY OF Collier BY: Bonness Inc. legal entity Jane Baratta Name of Bidder (Typed) Ca A-- '-� Sigiiature Secretary/Treasurer Title The foregoing instrument was acknowledged before me this day of , 294Y, by "i"a. , A.r u. t. as Sec v J of u0u,�l L54 -rUC_ . , a corporat , on behalf of the corporation. lie /she is personally known to me or has produced as identification and did (did not) take an oath. My Cpgnmission Expires: o . JEWIE CARVES * * MY COMMISSION 1 DO 904824 s t EXPIR ES: Auguel4,2013 ltt""e BOWW TMI Bp* NOIin SAMM (AFFIX OFFICIAL SEAL) NAME: (Legibly Printed) Notary Public, State of '� Commission No.: dl Packet Page -1360- 25 12/11/2012 Item 11.A. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Bonnes n (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of Marltl and with its principal offices In the city of Schaumburg IL and authorized to do business in the State of Alps ate____ are held and firmly bound unto the The Bnard of County Commissioners of Collier Countiihereinafter called the Owner), in the full and just sum of Five ,prcent of amount Rid--- - - - dollars ($r 5% of Amt Bd } good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as ITS 12 -5947— Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter Into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $5x of Amt Bd noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 4th day of September , 2012. Ennness Inc. Principal BY (Seal) Surety (Seal) Eileen C. Heard, Attorney -in -fact and Countersigned rinr-{do Tiraatad Rvs- 14- at- -Agent - - Local Resident Producing Agent for FLd 1 ;+ omd Deposit ('ne...any „f_Ma -yland EXPERIENCE the POWER of PARTNERSHIP Packet Page -1361- 26 L . 0 insurance 12/11/2012 Item 11.A. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY 'THESE PRESENTS: That the FIDELITY AND .DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the Sit ¢if 4aryland, by FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary, in rst�ar o in"tfibtity granted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth qn r�a�' si`cdjei'ergo� e hereby certified to be in full force and effect on the date hereof, does haE��� ' ! end lrf4 r �MSON, Richard P. RUSSO, JR., Tanya L. RUSSO, Eileen C. HE ea� ii is AACHERD, all of Tampa, Florida, EACH its true and lawful a t, Ad uu e; seal and deliver, for, and on its behalf as sure and as its act and de 'ari '�3 ' h d n 9, and the execution of such bonds or undertakings in surety, $h d$ pursuance of these t "tt Il' a �` ���o panies, as fully and amply, to all intents and purposes, as if they had been duly e�c�ute�daq� ' b�tfy the regularly elected officers of the Company at its office in Baltimore, Md., in their own pr ¢¢Q's. '�tr'i>; power of attorney revokes that issued on behalf of Richard P. RUSSO, JR., Tanya L. RUSSO, Peter A. =,V Eileen C. HEARD, Megan MANNING, dated April 21, 2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article Vi, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of June, A.D. 2011. ATTEST: ,• W VV� 8SAL o t� State of Maryland SS: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: Gerald F. Haley Assistant Secretary Frank E. Martin Jr. Vice President On this 13th day of June, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fast above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA -F 031 -3055A Packet Page -1362- 12/11/2012 Item 11.A. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc, have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding 8. Certificate of Authority to Conduct Business in State of Florida 9. Collier County Substitute W -9 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 11. Any addenda have been signed and included. 12. The mailing envelope has been addressed to: Purchasing Director Collier County Govemment Purchasing Department 3327 Tamiami Trail E Naples FL 34112 13. The mailing envelope must be sealed and marked with: aBid Number; c*Project Name; 4*Opening Date. 14. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Bonness Inc. Bidder Name Sig ture & Title Date: 9/4/2012 27 Packet Page -1363- 12/11/2012 Item 11.A. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ( "Owner") hereby contracts with Bonness, Inc. ( "Contractor") of 1990 Seward Avenue, Naples, FL 34109, a corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane, Bid No. 12 -5947 ( "Project "), as said Work is set forth in the Plans and Specifications prepared by CME Associates, Inc., the Engineer and /or Architect of Record ( "Design Professional ") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Million One Hundred Nine Thousand Four Hundred Fifty Six Dollars and Seventeen Cents ($1,109,456.17). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise 28 Packet Page -1364- 12/11/2012 Item 11.A. acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www .fms.treas.gov /c570 /c570.html #certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred and fifty (150) calendar days from the Commencement Date (herein "Contract Time "). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand four hundred twenty three dollars ($1,423.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 29 Packet Page -1365- 12/11/2012 Item 11.A. reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his /her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time- is referenced by days herein, it shall be computed -to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. 30 Packet Page -1366- 12/11/2012 Item 11.A. H. Recovery of Damages Suffered by Third Parties. ' Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form. Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit 1: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by CME Associates, Inc. and identified as follows: Roadway Improvements to Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane as shown on Plan Sheets 1 - 102. Exhibit N: Contractor's List of Key Personnel ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846), Valewood Drive and Autumn Oaks Lane and all addenda Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E -mail or Facsimile, addressed to the following: Marlene Messam, Project Manager Collier County Transportation Engineering 2885 S. Horseshoe Drive Naples, Florida 34104 (239) 252 -5773 31 Packet Page -1367- 12/11/2012 Item 11.A. B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Bonness, Inc. 1990 Seward Avenue, Naples, FL 34109 (239) 597 -6221 Telephone, (239) 597 -7416 Fax Jane Baretta, Secretary/Treasurer C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a 32 Packet Page -1368- 12/11/2012 Item 11.A. waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 1S. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 33 Packet Page -1369- 12/11/2012 Item 11.A. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST WITNESS Type /Print Name SECOND WITNESS fype/Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form and Legal Sufficiency: Print Name: Deputy County Attomey CONTRACTOR: Bonness, Inc. By: Type/Print Name and Title OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA - BY: Packet Page -1370- Fred W. Coyle, Chairman 34 12/11/2012 Item 11.A. EXHIBIT A 1: PUBLIC PAYMENT BOND Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane Bond No. Contract No. 12 -5947 KNOW ALL MEN BY THESE PRESENTS: That and as Principal, as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2012, with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 2012, the name of each party being affixed and these presents duly signed by its under- signed representative, pursuant to authority of its governing body. 35 Packet Page -1371- Signed, sealed and delivered in the presence of: Witnesses as to Principal PRINCIPAL BY: NAME: ITS: 12/11/2012 Item 11.A. STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety NAME: (Legibly Printed) Notary Public, State of Commission No.: SURETY: Packet Page -1372- (Printed Name) (Business Address (Authorized Signature) (Printed Name) 36 •- Witnesses 12/11/2012 Item 11.A. As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2012, by , as of Surety, on behalf of Surety. He /She. is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature) (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -1373- 37 v 12/11/2012 Item 11.A. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Bond No. Contract No. 12 -5947 Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bond. ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 2012, with Obligee day of for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. 38 Packet Page -1374- 12/11/2012 Item 11.A. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the .number of suits that may be filed by Obligee. - IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 2012, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF COUNTY OF PRINCIPAL BY: NAME: ITS: The foregoing instrument was acknowledged before me this , 2012, by personally known to My Commission Expires: (AFFIX OFFICIAL SEAL) Of _ corporation, on behalf of the corporation. me OR has produced _ as identification and did (did not) take an oath. (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -1375- day of as a He /she is 39 ATTEST: Witnesses as to Surety Witnesses 12/11/2012 Item 11.A. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2012, by , as of , a Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 40 Packet Page -1376- EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance companies duly authorized to do business in the State of Florida as se solicitation. The Vendor shall procure and maintain property insuranc e required, to the full insurable value of the scope of work. 12/11/2012 Item 11.A. coverage from responsible t forth in EXHIBIT B of this upon the entire project, if The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self - insured retentions or deductibles under any of the below- listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial. responsibility for such obligations. All self - insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation., whichever is longer. The Vendor and /or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 41 Packet Page -1377- 12/11/2012 Item 11.A. hould at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 42 Packet Page -1378- 12/11/2012 Item 11.A. ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers insurance Packet Page -1379- $ Per Occurrence 43 Collier County Florida Insurance and Bonding Requirements ;Insurance I Hord iype Requirt n.... _. :, .. 1. ( Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1.000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $2.000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct or the Contractor/Vendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This Indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence If applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers insurance Packet Page -1379- $ Per Occurrence 43 12/11/2012 Item 11.A. 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and Insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business In the State of Florida and otherwise acceptable to Owner provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. [D Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Bonness Inc. Vendor Signature Print Name Insurance Agency Agent Name Baratta Marsh USA Kim Arvanitis Date 9/4/2012 Telephone Number 813- 207 -5174 Packet Page -1380- 44 12/11/2012 Item 11.A. DBPR - BAILIE, KATHLEEN M; Doing Business As: BONNESS INC, Certified Buildi... Page l of l 10 2727 AM a2712012 Licensee Details Licensee Information Name: BAILIE, KATHLEEN M (Primary Name) BONNESS INC (DeA Name) Main Address: NAPLES Florida 34110 County: COLLIER License Mailing: LicenseLocation: 1990 SEWARD AVE NAPLES FL 34109 County: COLLIER License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Certified Building Contractor Cert Building CBC059904 Current,Active 01/29/2001 08/31/2014 Special Qualifications Qualification Effective Construction Business 02/20/2004 View Related License Information View License Complaint 1940 North Monroe Street Tallahassee EL 32399 . Email, Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Flonda K an AAJEEO 0-noloyer G"yrioht 2007-2030 Slate of Florlde pr)va4y 5teten= Under Flonda law, email addresses are pjbbc records if you do not want your email address released in response to a public- records request, do not send electramr coed to th,5 entity Irivead, cuntdct the office try phene or by traditional mild. If you gave any (4uesuom, please contact 850 487 1395, 'PtNSUdnt to Section 45S 275,1). Florida Statutes, tftect"r O(tober 1, 2D12, licensees licensed under Chapter 455, F.S, must provide the Department with an email address d they have one. Trio emads provided may be used for official Communication with the licensee riowever email addresses are public record. if you do nOt wish to SUPPly a personaf address, please provide the Department with an email address which can be made available to the AubLC. Please See our Chapter 455 page to determine it you are affected by this Change litips:// wwxv .invfloridalicense.com /LicenseT) Packet Page - 1381- ,4nTl)071 AT,r, r, 01— - _ 12/11/2012 Item 11.A. DBPR - BAILIE, KATHLEEN M; Doing Business As: BONNESS INC, Certified Under... Page 1 of 1 1027 1 i Ana erz7rzot2 Licensee Details Licensee Information Name: BAILIE, KATHLEEN M (Primary Name) BONNESS INC (oaA Name) Main Address: NAPLES Florida 34110 County: COLLIER License Mailing, LicenseLocation: 1990 SEWARD AVE NAPLES FL 34109 County: COLLIER License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1224797 Status: Current,Active Licensure Date: 12/15/2009 Expires: 08/31/2014 Special Qualifications Qualification Effective Construction Business 12/15/2009 View Related License Information View License Complaint 1940 North Monroe street Tallahaw;ae Ft 32399 .: Email: Customer C2ntect n e1- . Customer Contact Center, 850 487.1395 The blate of f lorida +s an AA/tE0 enOloyer Conyriaht 2007 -2010 Stille or Florid#j, Privacy Statement Under Fionda lava, email addresses are public records. If you do not want your ernes address released in response to a Public-retords request, do not Senn elec.rona- md+l t,) tit,% ent,ty Instead, rnntact 'fir oRicr by phone at uy trad,tionai mau it you have any questions, nleese contact fi5f,de t 1395. r lieraut to 5ecbna 35::775;:), Florida Statute , efieci��e Uctoher 1, 2012, hcrnseei licensed under Chapter 455, F.S. must P+OVrde In@ DCpalt+nEnl with an Email address t they have one The emails Provided may be used for official Communication with the licensee. however email addresses are public recoid If you do not wish to supply a Personaf address, pleaf;c Provide the Department with an email address wh,ch can bC made available to the public Please see our Chanter 455 page to determine if you are atlecfed by this change https:// w��r w .mvfloridaIicen se, corn/Li cerise Dt Packet Page -1382-R 01 r n1- e 1- 017 1 4r1: 1 A n i R c m b s a x a N N O a f7 N n O mpg c7 C > m 0 0 m z 0 C C m N dm c $ 7. .Q m _< CD 'a O 9 rmc =c U3 Z £ m �'.' n; _ m d� �' m 'p m b o a CD _< y nn N w y M W C M y. CD Af' m a CL N N m a 3 N � � N P4L CD CL m d I 0 n 0 Fr O -n D ,1l m m C o N n O m r y a 3 - I a 3 Q co ON ``a r 14 ww0 A C/> W Tm M y. CD O = a CL N N m a 3 N � � 0 P4L a 0 Nwr►aa � 3 n � ac ul a, 3 rt :u G rt C H o` c A = .. O. „z -D c' r m O to CD j M CD CL m d I 0 n 0 Fr O -n D ,1l m m C o N n O n r y a I a co CD o N A Lnn N r y C/> Tm CD W CL N N m a N � � rn Nwr►aa � 3 n � ac Q a, C H o` 0 0 CD n O 4 r y r co CD o N A Lnn N r y C/> Tm CD W n a D rn Nwr►aa 3 M � ac Q a, C H .. .. Q. O. „z -D C r m O to CD j M N O X 0 C o0 r y cn 'o C c 3 N L w cr a m a z im N N m Li V A Q 7 d 'C z m m 0 Ch fD N 12/11/2012 Item 11.A rn 3 s i C, 0 1p cn Packet Page -1384- 1 2/11 /2012 Item 11.A. 0 -4 0 0 02 0 CL 0 0 U) a M C) O M 0 0 Z -4 0 M 12/11/2012 Item 11.A. EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared _ who after being duly sworn; deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor') releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated 2011 for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly /final] Application for Payment No. CONTRACTOR BY: ITS: DATE: Witnesses STATE OF COUNTY OF President The foregoing instrument was acknowledged before me this day of 2012, by , as of a corporation, on behalf of the corporation. He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Packet Page -1385- 45 12/11/2012 Item 11.A. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Bid No. Project No. Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ _ Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $_ Original Contract Price: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : . (DP's Name) (Signature) DATE: _ (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Packet Page -1386- 46 12/11/2012 Item 11.A. 2 §§ E BUJ . . U) .... w_ ©/ � ■ \ B ui w $ �; 2 ) k §K 78 . 2 2$ w� a# \� _ 8 m§ §� . . CL ka a2 27 wu CL _ IL§ )§ §L� M §IL ui /° )� E w2mo � LU 2 M E' /— CO E ■ 0a 7c E $ / (t) J d U) Kw kf w ; /R} § }2 2 2§ � �5 CL o ■ 0 2c °., 22 w U «� o cn D� )§ 2� § w § ■ co� _U, ICO) Ro � / uj a� /{ w k\ jq\% s> <% � �g2° g —� »ate . ƒ+k . kk� 0 ( \ ./ « §\(D 25£ LU § k 0 \ §§ � §/2 2 § R llull &� k § i� UJ 2 Packm Page -1387' 387 0 f W 0 U m Q id 75 0 U- `o a� _N l0 �L d W C� C m L •r Co C C 0 U_ s x w Packet Page -1388- 12/11/2012 Item 11.A. m 0 F- w m— c v R c ea — m � O a c � H % N m U C > N CL— �a o m •i > d m'ma. 0.0 0 f- % .a N d .2 �> v d d d _V O E >0 �z mLCL CL CD 0 +.+ V N R 0 Packet Page -1388- 12/11/2012 Item 11.A. m TO: Project Name: Bid No.: Change Order No.: Change Order Description 12/11/2012 Item 11.A. EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ............................. ..............................$ Sum of previous Change Orders Amount ......... ..............................$ This Change Order Amount ............................. ..............................$ Revised Agreement Amount ............................ ............................... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number: } 49 Packet Page -1389- 12/11/2012 Item 11.A. Packet Page -1390- 12/11/2012 Item 11.A. EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: Design Professional's Project No. CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND , DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL_ CUMPLF -TIUN A tentative list of items to be completed or corrected is attached hereto. This list may not be all - inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 51 Packet Page -1391- 12/11/2012 Item 11.A. RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on 2012 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on OWNER By: Type Name and Title Packet Page -1392- 2012 2012 52 12/11/2012 Item 11.A. EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: Contractor. The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 2012 53 Packet Page -1393- 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings. obtained and dated: 6.. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N /A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) 53 Packet Page -1393- 12/11/2012 Item 11.A. EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to .describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be. interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 54 Packet Page -1394- 12/11/2012 Item 11.A. the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall-it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub - Section 2.2 as the "Utilities Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as, may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress 55 Packet Page -1395- 12/11/2012 Item 11.A. schedule for the Project (herein "Progress Schedule "). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to Brent Addison, Grady Minor, 11940 Fairway Lakes Drive, Fort Myers, Florida 33913. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on 56 Packet Page -1396- 12/11/2012 Item 11.A. the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction: Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part.hereof as Exhibit D. 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re- submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10 %) of the gross amount of each monthly payment request or ten percent (10 %) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current 57 Packet Page -1397- 12/11/2012 Item 11.A. Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub- subcontractor, or supplier in the .form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non - compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 58 Packet Page -1398- 12/11/2012 Item 11,A. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non - liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a. representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient, time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. 59 Packet Page -1399- 12/11/2012 Item 11.A. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the .proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse 60 Packet Page -1400- 12/11/2012 Item 11.A. Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS- BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub- Contractor's personnel; 8.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in 61 Packet Page -1401- 12/11/2012 Item 11.A. relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As- Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of govemment, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 62 Packet Page -1402- 12/11/2012 Item 11.A. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change .Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10 %) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead and profit for all Subcontractors' and sub - subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). All compensation due Contractor and any Subcontractor or sub - subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub - Contractor's bond costs associated with any change order 63 Packet Page -1403- 12/11/2012 Item 11.A shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract. Time and not inconsistent with the intent of the Contract .Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the'Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty -eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have- waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall procee d Owner, regardless of any pending unless otherwise agreed to by the payments in accordance with the Claim. 12. OTHER WORK. diligently with its performance as directed by the Claim, action, suit or administrative proceeding, Owner in writing. Owner shall continue to make Contract Documents during the pendency of any 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and 64 Packet Page -1404- 12/11/2012 Item 11.A. Design Professional within forty -eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty - eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter.their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 65 Packet Page - 1405 - 12/11/2012 Item 11.A. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: Commodity based procurement where no services are provided. Where the requirement for the affidavit is waived by the Board of County Commissioners 66 Packet Page -1406- 12/11/2012 Item 11.A. Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: httg: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be 67 Packet Page -1407- 12/11/2012 Item 11.A. bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including 11cense fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor.. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. se Packet Page -1408- 12/11/2012 Item 11.A. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on, demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re- letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein,. then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 69 Packet Page -1409- 12/11/2012 Item 11.A. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar day's written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: 70 Packet Page -1410- 12/11/2012 Item 11.A. (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) . Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in*the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the 71 Packet Page -1411- 12/11/2012 Item 11.A. Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide. Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re- inspection fees and costs; to the extent such re- inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of' Contractor's intention to cover the same and Project Manager has not acted with . reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non - defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 72 Packet Page -1412- 12/11/2012 Item 11.A. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design 73 Packet Page -1413- 12/11/2012 Item 11.A. Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 74 Packet Page -1414- 12/11/2012 Item 11.A. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional- shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty -eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty- eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27.. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 75 Packet Page -1415- 12/11/2012 Item 11.A. 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees "), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 76 Packet Page -1416- 12/11/2012 Item 11.A. 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre- construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre- construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of this Agreement. 77 Packet Page -1417- 12/11/2012 Item 11.A. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated. herein by reference. Copies are available through Risk Management and available on -line at colliergov. net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of 78 Packet Page -1418- 12/11/2012 Item 11.A. such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sales tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone. Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self - performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub- subcontractor performing any 79 Packet Page -1419- 12/11/2012 Item 11.A. portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the - Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 80 Packet Page -1420- 12/11/2012 Item 11.A. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal /Approval Logs 34.1.4 Equipment Purchase /Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost - Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As- Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and_ records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 81 Packet Page -1421- 12/11/2012 Item 11.A. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board ", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE. Any suit or action brought by either parry to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND /UNDERGROUND TANKS. An underground 62 -761, Florida Administrative Code (F.A.C.) or aboveground 62 -762, F.A.C. regulated tank requires notification to the `County prior to installation or closure of the tank. The Pollution Control Department (239- 252 - 2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. fit Packet Page -1422- 12/11/2012 Item 11.A. Regulated tanks require notification to the 'county' local program thirty (30) days prior to installation and again forty -eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty -eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation /closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor /project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62 -761, F.A.C. and 62 -762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well - groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 83 Packet Page -1423- 12/11/2012 Item 11.A. EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. SUPPLEMENTAL TERMS AND CONDITIONS CONTENTS: PROJECT PHASING ............ ............................... 2 RIGHTS OF WAY LIMITATIONS .. ............................... 2 SUBMITTAL OF SHOP DRAWINGS ..... ............................... 3 PROTECTION OF UTILITIES .................... ............................... 3 SIGNALIZATION .................... ............................... 4 MASTARM .................... ............................... 4 PROTECTION OF LOCAL ROADS .............. ............................... 4 WATER................................................... ............................... 5 ALLOWANCES ........................................ ............................... 5 FUEL & BITUMINOUS COST ADJUSTMENTS NOT PROVIDED..... 5 CONTRACTOR PRESENTATIONS .............. ............................... 5 PROJECT INFORMATION SIGN ................. ............................... 6 SFWMD BENCH MARKS .......................... ............................... 6 PROJECT PHASING Packet Page -1424- 84 12/11/2012 Item 11.A. The bid is inclusive of the following Segments: Segment 1 — Immokalee Road (CR 846) Improvements . a. Begin Project Station 221 +02.88 to End Project Station 230 +52.63 Segment 2 — Valewood Drive Extension a. Begin Project Station 5 +07.92 to End Project Station 8 +68.10 Segment 3 — Autumn Oaks Improvements a. Begin Project Station 5 +31.94 to End Project Station 15 +01.90 Segment 4 — Oakes Blvd. Improvements a. Begin Project Station 5 +32.81 to End Project Station 8 +76.53 RIGHT OF WAY LIMITATIONS The following right of way areas will not be available; therefore, alternate measures must be employed to keep the project within the existing right of way limits. a. Segment 3 - Drainage Easements: These areas are to be re- graded to stay within the existing right of way limits while maintaining positive drainage. i. From Station 5 +67.95, 32.00' Rt. to Station 7 +00.00, 32.00' Rt. ii. From Station 7 +00.00, 33.00' Rt. to Station 7 +50.00, 33.00' Rt. iii. From Station 7 +50.00, 35.00' Rt. to Station 8 +00.00, 35.00' Rt. iv. From Station 8 +00.00, 37.00' Rt. to Station 8 +50.00; 37.00' Rt. V. From Station 8 +50.00, 35.00 Rt. to Station 9 +00.00, 35.00' Rt. vi. From Station 14 +25.00, 35.00' Rt. to Station 14 +75.00, 35.00' Rt. b. Segment 4: TCE and Drainage Easement: These areas are to be re- graded within the existing right of way limits. i. TCE: From Station 6 +21.92, 59.24' Rt. to Station 6 +55.11, 59.15' Rt. (Do not construct the proposed driveway apron) ii. DE: From Station 6 +60.00, 55.09' Rt. to Station 7 +80.87, 55.01' Rt. (Re -grade swale and provide positive drainage within the existing right of way limits) SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth in the specifications. Payment will not be made for these items of work until approved shop drawings have been received by the Engineer. 85 Packet Page -1425- 12/11/2012 Item 11.A. A. Roadway Shop Drawings are to be submitted to: Marlene Messam, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5773 MarleneMessam(aD-colliergov. net B. Signing and Pavement Marking Shop Drawings are to be submitted to: Eugene Calvert, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5791 EugeneCalvertO- colliergov.net C. Signalization Shop Drawings are to be submitted to: Dale Bathon, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5827 Dale Bathon(aD-coI Iiergov. net PROTECTION OF UTILITIES The Contractor is advised that within the project limits Collier County Public Utilities have an existing 20" C905 DR 25 PVC watermain along the east side of Oakes Boulevard with a minimum of 30" cover. The contractor shall call for locates prior to any excavation. The existing utilities have been potholed during design, however the contractor shall verify all main and service locations when they are close enough to the work to be at risk for damage. The Contractor shall protect this water main from damage during construction operations at all times. No excavation is allowed within ten feet (10') of the water main without prior approval from Public Utilities Division (PUD). Any proposed pile driving shall be reviewed and approved by PUD. The water main shall remain in service at all times. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. Should any utility be damaged, the contractor shall be responsible for all repairs including the need for both on -site and off -site pumper trucks. SIGNALIZATION Packet Page -1426- 86 12/11/2012 Item 11.A. The signalization plans within the bid package are to be bid as is; however, the Collier County Traffic Operations Department will be issuing revised plan sheets to meet current Collier County standards. These revisions may affect bid quantities. As a result, the type, size and configuration of the signals may need to be modified. If the new signal design results in a quantity or cost adjustment; this will be negotiated with Collier County. Approval (in writing) from Collier County will be required prior to ordering any signalization materials. The Contractor will not be reimbursed for equipment and materials ordered prior to County's approval. MAST ARM STRUCTURES 4.2.1 Supplemental Specifications thereto, and the Roadway and Traffic Design Standards, latest edition. The work shall also be in accordance with AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals ", FDOT Structures Design Standards and Guidelines, FDOT Standard Specifications for Road and Bridge Construction, Latest Edition. 4.2.2 The Mast Arm Structure shall be per Section 649 Galvanized Steel Strain Poles, Mast Arm and Monotube Assemblies Florida Department of Transportation Standard Specifications for Road and Bridge Construction 2010. The finish coat shall be per 649 -4.3 with Federal Color Code RAL 6005. 4.2.3 The Contractor shall field galvanize, prime and paint the areas of mast arm and upright poles damaged or affected by field cutting or drilling operations per the above finish specification. 4.2.4 Mast arms are to be physically and structurally designed to accommodate the installation of 5- section left turn signal heads in place of 3- section heads for future left turn phases. 4.2.5 Mast arm bases are to be left un- grouted until the leveling nut installation is inspected by the county. PROTECTION OF LOCAL ROADS This project is surrounded by local roads. The contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project to connections at Immokalee Road. The contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. WATER 97 Packet Page -1427- 12/11/2012 Item 11.A. No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, may likely encounter unforeseen conditions, some of a public health and safety nature. The Owner has determined these allowances and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. if the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with. the categories indicated below: BID ALLOWANCES: ROADWAY ITEMS ALLOWANCE $ 76,000.00 SIGNING & PAVEMENT MARKING ITEMS ALLOWANCE $ 2,000.00 SIGNALIZATION ITEMS ALLOWANCE $ 23,000.00 FUEL & BITUMINOUS COST ADJUSTMENTS NOT PROVIDED Section 9 -2.1.1 Fuels and Section 9 -2.1 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2010, are deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become. unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The county chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting their bid. CONTRACTOR PRESENTATIONS At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board ", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. All costs associated with participating in this process will be included in the contract price of "As -Built Plans." 88 Packet Page -1428- 12/11/2012 Item 11.A. PROJECT INFORMATION SIGN The contractor shall provide project information sign at each end of the project. Details of the sign are provided on a separate plan sheet. All costs to provide and install the projects signs will be included in the unit price per each for "Project Information Sign." SFWMD BENCHMARKS The SFWMD permits for this project require that all drainage control and outfall structures have a benchmark with a known elevation established. The contractor shall construct all such structures with the required benchmark as a part of the unit contract price for the structure at no additional cost to the county. The County will be responsible for establishing the elevation of the benchmarks. 89 Packet Page -1429- 12/11/2012 Item 11.A. EXHIBIT J: TECHNICAL SPECIFICATIONS See Attached 90 Packet Page -1430- 12/11/2012 Item 11.A. -,-r r LETTER OF Transportation Engineering and Construction Management Department 2885 Horseshoe Drive South Naples, Florida 34104 Phone: (239) 252 -8192 Fax: (239) 252 -5885 Date: December 14, 2009 Project Name: Northbrooke DriveNalewood Drive Extension Re: Contract # 60106 Technical Special Provision for Signal TO: Robert Tipton, P.E., P.T.O.E. — Director, Traffic Operations We Are Sending You: ® Attached ❑ Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Reproducible ❑ Copy of letter COPIES DATE NO. I DESCRIPTION 1 12 -14 -09 Technical Special Provision for Traffic_Si nal Control Devices These Are Transmitted As Checked Below: ❑ For approval ❑Approved as submitted ❑ For your use ❑Approved as noted ❑ As requested ❑ Returned for corrections ® For review and comment ❑ DUE: January 11, 2010 ❑Resubmit copies for approval ❑Submit copies for distribution ❑Return corrected prints ❑ Returned After Loan to Us A copy of the signal plans can be found at the following transportation location: H• \1Traffie Oas -ATM Dept\Proiect 60106 - Plans Copy To: rile S Packet Page -1431- Messam, P�. — Sr. Project Manager 12/11/2012 Item 11.A. E. & C.M. Dept. TECHNICAL SPECIAL PROVISION FOR Traffic Signal Control Devices Collier County project Number 60106 Roadway Improvement o Immokalee Road (CR 846) Prepared For: Collier County Transportation Engineering & Construction Management Department co *T County 1 _---too YEARS ') Parsons Brinckerhoff 5405 West Cypress Street Tampa, Florida 33607 Prepared By: Bijan Behzadi, P.E. Date: December 9, 2009 Florida P.E. Number: 43868 Packet Page -1432- 12/11/2012 Item 11.A. PURPOSE: All work associated with the installation of a traffic signal shall conform to current Florida Department of Transportation (FDOT), National Electrical Codes (NEC) and this supplement. It is the intent of this supplement to detail installation requirements dictated by the County, which exceed standard FDOT and NEC requirements. It is the Contractor's responsibility to note these extended specifications, and to adhere to the methods and requirements mandated in this document. GENERAL INSTALLATION AND MAINTENANCE REQUIREMENTS WORKMANSHIP: All work is to be performed in a workmanlike manner. It is the Contractor's responsibility to provide the labor, skilled in the appropriate areas, necessary to provide an acceptable and professional finished product. The Contractor and his personnel shall have, at all times, all the necessary paperwork needed to complete the job. It is expected that. plumb surfaces shall be plumb. Spacing of multiple components, such as conduit stubs or straps, shall be in equal increments. All materials shall be new or in like -new condition. All mast arm pole assemblies, pedestrian poles, and supplemental signal poles shall be leveled to the satisfaction of the Collier County Signal Inspector. The Collier County Signal Inspector assigned to the project shall have the authority to make final determinations on whether workmanship, materials, and/or final product(s) meet the specifications contained herein. QUALIFICATIONS OF SIGNAL CONTRACTOR PERSONNEL The Contractor who is engaged in installing or maintaining traffic signals within Collier County shall have all work performed under the supervision of a traffic signal technician certified by the International Municipal Signal Organization (I.M.S.A.) as a Level I1, Traffic Signal Technician. All cabinet- related work shall be performed by an International Municipal Signal Association (IMSA) Level LI Technician, certified in traffic signals. This certification shall be presented at the pre - construction conference or upon request. A local permanent telephone number where trouble - calls can be received on a 24 -hour basis shall be provided by the Contractor. Licensed Electricians shall supervise all electrical service type work. Installation, repair and maintenance of the county's fiber optic cable network shall be performed by fully trained and qualified technicians. During all working hours, the Contractor shall have a responsible, English- speaking superintendent on the project with the capabilities and authority required by FDOT Specifications, Section 5 -8. 2 Packet Page -1433- 12/11/2012 Item 11.A. RESPONSIBILITIES OF SIGNAL CONTRACTOR PERSONNEL Collier County Traffic Operations Department Inspection Staff shall be notified. in writing either via form letter (To: Collier County Traffic Operations, At: 2885 Horseshoe Drive. South, Naples FL 34104) or e-mail (TrafficOps @colliergov.net) a minimum of 72 Hours prior to the commencement of jobs that include overhead or underground work that will be conducted as part of construction or maintenance projects within Collier County or State road rights -of -way within Collier County. Collier County Traffic Operations Department Inspection Staff shall also be notified either via form letter or e-mail a minimum of 12 Hours prior to any and all daily work to be performed throughout the entire length of construction or maintenance projects. Any changes that necessitate the rescheduling of work that has been previously scheduled shall be provided in writing via e-mail no later than the morning that it was to be performed. Collier County Traffic Operation Department Inspection Staff has the full authority to shut down any and all overhead or underground work that has failed to comply with the aforementioned requisites. All new traffic signal installations shall flash for a minimum of 48 hours prior to the beginning of the "48 Hour Test." Collier County reserves the right to redirect the termination point(s) of any or all conduit(s) from what is shown on the plans. If the quantity of materials is increased, the Contractor shall be compensated according to the per unit price of this change. The Contractor shall submit cut sheets on all materials proposed for the installation of a traffic signal. The material submittal will be reviewed by Collier County for conformance and returned to the Contractor within five business days. Whenever a new traffic control device is to be installed at a location where no device exists, the installing Contractor (from the time of activation of the device) will assume the full responsibility of maintenance of said device until such time as a final inspection is completed by the County and the installation accepted. Whenever a new traffic control device is to be installed at a location where there is an existing device, the Contractor shall assume the full responsibility of maintenance of the existing device on the commence work date of the contract. The Contractor shall be responsible for continuous maintenance of the existing device until such time as the new device is activated, inspected by the County, and accepted. For new traffic signals, conditional acceptance and inspection will be scheduled with Mr. Gregory Garcia of Collier County Traffic Operations, (239) 774 -8260, before the signal is placed in the normal operational mode. Notification is also required before placing the signal in the flashing mode. When a signal malfunction occurs, the Contractor shall respond within two hours of notification and repair the traffic signal so that it is operating in a safe manner. The Contractor shall be responsible for the permanent repair, and shall notify the County of the completion of the repairs within 24 hours. If the Contractor fails to respond within two hours, the County reserves the right 3 Packet Page -1434- 12/11/2012 Item 11.A. to either repair the malfunction or employ alternate personnel and charge -all costs incurred by Collier County to the Contractor. Authorized Collier County personnel may, at any time, enter the controller cabinet in order to restore any and all signal equipment to proper operation, if the malfunction or non - function of such equipment poses a hazard or inconvenience to motorists or pedestrians. Such authorized entry may occur at any time within the period of the contract, and such authorized entry shall in no way relieve the Contractor or manufacturer of his respective warranties. The Contractor shall be responsible for coordinating with all utilities having overhead or underground facilities in close proximity or possible conflict with the Contractor's excavations and underground cable installation. The Contractor shall notify all utility companies and maintaining agencies seventy -two (72) hours in advance of commencing work. Hand- digging will be required in all areas where the utilities stake or locate a possible conflict, or where hand - digging is specified on the plans. The exact location of utilities shall be determined by the Contractor when necessary, during construction. Traffic shall be maintained in accordance with the "Manual on Uniform Traffic Control Devices" and "Roadway and Traffic Design Standards" and as designated in the plans. In addition, the Contractor shall schedule work in such a manner that signal coordination is maintained throughout the course of the project at locations where the County requires existing coordination to be maintained. Coordination may temporarily be accomplished through the use of time -based coordination (TBC), where applicable, but in no case shall uncoordinated operation exceed a period of 24 hours. Existing signalization shall remain in place to the extent possible and shall be used for Maintenance of Traffic as required. The Contractor shall maintain vehicle detection at each signalized intersection for the duration of the project. The maintenance of existing signals, until removed, shall be the responsibility of the Contractor. Except as approved by the County, there will be no lane closures or signal shutdowns during the following periods: Monday through Friday, from 6:00 AM until 9:00 AM and from 3:00 PM until 6:00 PM, or as specified on the local agency permit documents. The Contractor will be permitted to work in the roadway during all other periods, unless informed otherwise by the County. In no case shall the Contractor close more than one lane without approval of the County. It is recognized that signal shutdown will sometimes be required, such as when installing a new controller. During times when signal shutdown is required, the Contractor shall be responsible for furnishing uniformed Law Enforcement Officers to direct traffic. CONCEALED WORK: All work which will not be readily visible upon completion shall not be concealed until a County Signal Inspector gives approval. In the event the below items are concealed, it will be the 4 Packet Page -1435- 12/11/2012 Item 11.A. Contractor's responsibility to expose the questioned item(s) for the Inspectors' approval, at no additional cost to the County. This includes, but is not limited to: 1. Buried or imbedded conduit 2. Ground wire, rods, and array 3. Loops and homeruns 4. Leveling nuts before grouting 5. Loop splices before encapsulating GROUNDING: Minimum size of all ground/bond wire will be stranded #6 AWG. Bare wire will not be accepted inside a conduit. Ground wire shall be attached to the ground rod by means of a Exothermic Grounding Bond. Use materials from the same source, meeting the requirements of the Institute of Electrical and Electronics Engineers (IEEE) Standards 80 and 837. All ground rods shall be 5/8 " x 101, copper clad bonded to a steel core. All exposed, above- ground metal conduit shall be properly grounded with a grounding bushing or clamp. CONDUIT: All conduit and fittings shall be utilized for the purpose they were designed. There shall be no fabrications of non - standard sweeps by "cutting up" a standard sweep. Heat - bending PVC conduit is acceptable. No conduit shall be filled beyond the capacity stated in the National Electrical Code. PVC conduit stubs into the controller cabinet shall be plumb and evenly distributed. Spare conduits shall be brought to the nearest pull box and have a #12 AWG blue insulated stranded or approved equivalent locate /pull wire installed. All PVC conduits shall be joined together with integral deep bell ends and special long line couplings. Controller cabinet PVC stubs are to be the following function and sizes: • One 3/4 " conduit for grounding. • One '1 1/2 " conduit for power service. • Two 3" conduit for vehicle traffic signal cable. • One 3" conduit for pedestrian traffic signal cable. • One 3" conduit for pedestrian detection cable. • One 3" conduit for video detection cable and/or inductive loop detection cable and emergency vehicle detection cable. • One 2" conduit for communications cable. Each one way mast arm traffic signal assembly shall contain the following conduits: • One dedicated 3" conduit for vehicle and/or pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. • One 2" conduit for video detection and Emergency Vehicle Detection cable.. 5 Packet Page -1436- 12/11/2012 Item 11.A. Each two way mast arm traffic signal assembly shall contain the following conduits: • Two dedicated 3" conduits for vehicle and/or pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. • One 2" conduit for video detection and Emergency Vehicle Detection cable. Each pedestal mounted one or two way vehicle traffic signal assembly and with a one or two way pedestrian traffic signal assembly shall contain the following conduits • One dedicated 3" conduit for vehicle and pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. Each pedestal mounted one or two way vehicle traffic signal assembly shall contain the following conduits: • One dedicated 3" conduit for vehicle traffic signal cable. Each pedestal mounted one or two way pedestrian traffic signal assembly shall contain the following conduits: • One dedicated)" conduit for pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. Each pedestal mounted one or two way pedestrian push button assemblies shall contain the following conduits: • One 2" conduit for pedestrian detection cable. All signalization cable to mast arm poles and inductive loop shielded cable and communications cable to the cabinet shall run in conduit either under pavement or underground as required. Conduit placed under pavement for signalization and/or communications shall be installed according to Sheet No. TSP -18 of the "Collier County Signalization Technical Special Provisions ". Conduit placed under pavement for inductive loop lead -ins shall be installed according to Sheet No. TSP -20 of the "Collier County Signalization Technical Special Provisions ". At no time shall logic level (low voltage), or fiber optic cable be placed in the same conduit as 120 volt signal cable. A #12 AWG blue insulated stranded or approved equivalent , locate/pull wire shall be installed in all conduits, spare conduits, or conduits shown on the plans that are to receive cable at a future date. At least five feet of locate /pull wire shall be accessible at each conduit termination and secured within the pull box or place of tennination. All exposed, above ground conduit shall be heavy -wall, galvanized rigid conduit a minimum six inches underground. All , threaded rigid conduit connections shall. be coated with anti -seize lubricant. All underground communications conduit shall be 2" HDPE (High Density Polyethylene) SDR 11, orange in color, sectional or continuous. a Packet Page -1437- 12/11/2012 Item 11.A. All underground signalization conduit shall be schedule 40 PVC, gray in color, sectional or continuous. Duct seal shall be used for sealing conduit ends. Spare conduits shall be capped with a removable PVC pressure cap. If conduits cannot be placed at a 30" minimum depth due to underground conflicts (i.e., rocks, roots, culvert pipes, etc.), then the Contractor shall contact the Collier County Signal Inspector to receive authorization to place conduits at less than 30" Conduit entrances into base - mounted controller cabinets through the sides, back or top of the cabinet are not permitted. DIRECTIONAL BORES AND DRIVEWAY CROSSINGS: All road crossings shall be accomplished by means of a directional bore. The contractor shall provide Collier County with directional bore log(s) taken at 10' intervals for all directional bores. The conduit installed shall be Schedule 40 PVC continuous conduit or sectional. The Contractor shall provide the appropriate manufacturer fittings when switching from the polyethylene: continuous conduit to standard PVC. Examples of appropriate couplings are Etco Specialty Products and E -loc couplings. The Contractor will be responsible for cleaning up the spoil and returning the site back to the original condition after the bore operation is complete. All drainage facilities shall be properly protected (i.e. hay - bails, silt - fence, etc.) from directional bore spoil.. In the event that drainage facilities become filled with spoil as a result of the directional bore, it shall be the Contractor's responsibility to have the material removed and the facility returned to its original condition. SIGNAL CABLE: All pedestrian and vehicular indication signal cable shall be IMSA Spec. 19 -1, stranded, #14 AWG. A minimum 15 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for vehicular signal indications. A minimum two 15 conductor signal cables shall be installed continuous from the controller assembly to a two -way mast arm pole terminal compartment for vehicular signal indications. A minimum 7 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each through movement signal indication terminal block. A minimum 9 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each left and/or right turn movement signal indication terminal block. A minimum 9 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for pedestrian signal indications. A minimum 5 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each pedestrian signal indication terminal block. 7 Packet Page -1438- 12/11/2012 Item 11.A. A minimum Z conductor signal cable shall be installed continuous from the controller assembly to each pedestal mounted vehicular signal indication terminal block. A minimum 5 conductor signal cable shall be installed continuous from the controller assembly to each I. -way pedestal mounted pedestrian signal indication terminal block:. A minimum 9 conductor signal cable shall be installed continuous from the controller assembly to each 2 -way pedestal mounted pedestrian signal indication terminal block. All Pedestrian detection cable shall be IMSA Spec. 50 -2, shielded, stranded, #14 AWG. A pedestrian detection cable shall be installed continuous from the controller assembly to each pedestrian push button. The pedestrian detection cable shield wire shall be terminated in the controller assembly earth ground buss bar. All L.E.D. illuminated sign panel cable shall be IMSA Spec. 194, stranded, #14 AWG. A minimum 5 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for L.E.D. illuminated sign panels. A minimum 5 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each L.E.D. illuminated sign panel. An Ethernet switch meeting the requirements outlined within this specification shall be supplied with each controller assembly. The controller assemblies shall be supplied with a fiber optic communications interface that is fatly compatible with the counties existing Advanced Traffic Management System. The controller cabinet assembly shall include approved rack mounted detector assemblies with external power supply. The rack with associated field hook -up panel(s) shall be fully wired and capable of 32 channels of detection consecutively labeled according to NEMA. phase associations. When the rack ' assembly with power supply is furnished as part of the cabinet assembly, the cost of such shall be covered by the cost of the controller /cabinet assembly Pay Item. The Contractor shall provide additional racks, power supplies and. mounting hardwire when detection requirements exceed 32 channels, or as shown on the plans_ The cost of the additional racks, power supplies and mounting hardware shall be included in the cost of the detector units. CONTROLLER UNITS Each Controller Unit shall be solid state digital, based upon microprocessor design. The Controller shall meet, as a minimum, all applicable sections of the NEMA TS 2 Traffic Controller Assemblies with NTCIP Requirements, 1998_ Where differences occur, this specification shall govern. The controller shall be an Eagle Model Epae 3108M51 NEMA TS2, Type 1, with "SCOOT" communications port, fully compatible with Collier Counties existing Advanced Traffic Management System. 8 Packet Page -1439- 12/11/2012 Item 11.A. MALFUNCTION MANAGEMENT UNIT This specification sets forth the minimum requirements for a shelf-mountable, sixteen channel, solid -state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. Where differences occur, this specification shall govern. TS 2 CABINET POWER SUPPLY The TS 2 cabinet power supply shall provide regulated DC power, unregulated AC power and a line frequency reference for the TS 2- detector rack, Bus Interface Units, load switches, and other auxiliary equipment. As a minimum, the power supply shall meet all applicable requirements of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements; 1998. In addition the 1.2 volt. DC output shall be rated at 5 amps. The TS2 cabinet power supply shall be an Eagle Model CPS -105 or approved: equivalent. Where differences occur., this specification shall govern, CABINET ASSEMBLY This specification sets forth the minimum requirements for a control cabinet assembly. The cabinet assembly shall meet, as a minimum, all applicable sections of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. CABINET DESIGN AND CONSTRUCTION GENERAL The cabinet and door(s) shall be constructed from type 5052 -H32 aluminum with a minimum thickness of 0.125 inches. All welds shall be neatly formed and free of cracks, blowholes and other irregularities. All inside and outside edges of the cabinet shall be free of burrs. All sharp edges shall be made smooth. The cabinet shall be designed and manufactured with materials that will allow for base mounting. A rain channel shall be incorporated on all four (4) sides of the main door opening to prevent liquids from entering the enclosure. Cabinet door openings shall be double flanged outward on all four (4) sides to produce the rain channel. The top of the cabinet shall incorporate a. 1 (inch) slope toward the rear to prevent rain accumulation. The cabinet shall be supplied with a natural aluminum finish. Sufficient care shall be taken in handling to ensure that scratches are minimized. All surfaces shall be cleaned of all oil residue and shall be free from weld flash. All interior seams shall be sealed with RTV sealant or equivalent material. All cabinets shall be supplied with two removable shelves manufactured from 5052 -H32 aluminum having a minimum thickness of 0.125 inches. Shelves shall have a minimum depth of 10.5 inches. Packet Page -1440- 12/11/2012 Item 11.A. One set of vertical "C" channels shall be mounted on each interior wall of the cabinet for the purpose of mounting the cabinet components. The channels shall accommodate spring - mounted nuts or studs. All mounting rails shall extend to within four (4) inches of the top and bottom of the cabinets. Rivets or pop -rivets of any kind shall not be used in the cabinet or on the main panel. No bolts or screws shall protrude through the outside 'walls, top, bottom, or sides of the cabinet. All cabinets shall be supplied with four (4) anchor bolts to properly secure the cabinet to its base. DOOR and HARDWARE The lower section of the cabinet door shall be equipped with a louvered air entrance. The air inlet shall be large enough to allow sufficient airflow per the rated fan capacity. A removable fiberglass, air filter shall be supplied with each cabinet. The filter shall be secured to the air entrance in such fashion as to maintain close contact, at all times, to the louvered air entrance. The filter retainer shall be a slide fit design with no bolts or springs utilized'to secure the filter to the door opening. The roof of the cabinet shall incorporate an exhaust plenum with a vent screen. Perforations in the vent screen shall not exceed 0.125 inches in diameter. The main door shall be equipped with a three -point draw roller type latching mechanism. The push. rods shall be turned edgewise at the outward supports and shall be 0.250 inch by 0.750 inch aluminum, minimum. The handle on the main door shall include a hasp for the attachment of an optional padlock. The handle shall not extend beyond the perimeter of the main door at any time. The lock assembly shall be positioned so that the handle shall not cause any interference with the key when opening the cabinet door. When the door is. closed and latched, the door shall automatically lock. It shall not be necessary to use a key in order to lock the door. The main door shall be equipped with a mechanism to automatically hold the door open at approximately 90, 125, and 150 degrees, in windy conditions. The main door shall be equipped with a #2 tumbler lock number. The lock shall be of brass construction, and shall have a swing away cover. Two No. 2 keys shall be supplied and attached to each cabinet door upon shipment. POLICE SWITCH COMPARTMENT A switch compartment shall be provided on the main door. The opening for the switch compartment door shall be double flanged on all four sides and shall incorporate a rain channel on all four sides. The police door lock shall be of brass construction, and shall have a swing away cover. All cabinets shall have a police panel door that utilizes a slam shut type latching mechanism. Two police keys shall be supplied and attached to each cabinet door upon shipment. TYPE 1 TERMINALS AND FACILITIES MAIN PANEL DESIGN The main panel shall be constructed from 5052 -H32 brushed aluminum of 0.090 inches minimum thickness and formed so as to minimize any flexing when plug -in components are installed. All main panels shall be hinged at the bottom to allow easy access to all wiring on the 10 Packet Page -1441- 12/11/2012 Item 11.A. rear of the panel. The cabinet back panel conductors shall be arranged to allow the top of the panel to be tilted out through the main cabinet door. MAIN PANEL CONFIGURATION: The main panel shall be fully wired in the following configuration: Sixteen load switch sockets,. (eight vehicle sockets, four pedestrian sockets and four overlap sockets) eight flash. transfer relay sockets, one flasher socket and two main panel BIU rack positions. Reference designators for all load switch and flash transfer relay sockets shall be silk- screen labeled on the front and rear of the main panel. Up to eight load switch sockets may be positioned horizontally and stacked in two rows on the main panel All load switch sockets, flasher sockets, and flash transfer sockets shall be mounted on the main panel only. A bracket extending at least half the length of the load switch shall support all load switches. This support must be rigidly mounted to the main panel and be removable for maintenance by using hand tools only. All field output circuits shall be terminated on a non -fused terminal block with a minimum rating of 20 amps. All main panels shall provide means of programming the controller phase outputs to load switch inputs with only the use of a screwdriver. Permanent alphanumerical labels shall identify all field input/output (1/0) terminals. All labels shall use standard nomenclature per the NEMA TS 2 Specification. All flash color selection shall be accomplished at the field terminals with the use of a screwdriver only. It shall also be possible to select, through terminal connections, which of the two flasher circuits is connected to each phase. All cabinets shall be wired so that flasher circuit output #1 shall be wired for phases 1,2,5,6 and overlap A and overlap C. Flasher output circuit #2 shall be wired for phases 3, 4, 7,$ and overlap B and overlap D. All cabinets shall be pre -wired to flash phases 2 and 6 yellow and all other phases and overlaps red. Signal output terminals shall be screw type, Compression type termination shall not be acceptable. As a minimum, a RC network shall be wired in parallel with each group of three flash - transfer relay coils. A RC network shall be installed on all other relay coils. 11 Packet Page -1442- 12/11/2012 Item 11.A. All Controller Unit and Malfunction Management Unit cables shall be of sufficient length to allow the units to be placed on either shelf. Connecting cables shall be jacketed or sleeved in a braided nylon mesh. The use of exposed tie -wraps or interwoven cables are not acceptable. Cabinet configuration shall be provided with a minimum of eight RS-485 Port 1 communication cables to allow full capabilities of that cabinet. Each communication cable connector shall be a. 15 -pin metal shell D sub- miniature type. The cable shall be a shielded cable suitable for RS -485 communications. CABINET AUXILIARY SWITCH PANEL AND POLICE PANEL An auxiliary switch panel shall be mounted on the inside of the main door. The auxiliary switch panel shall provide as a minimum the following: AUTO /FLASH SWITCH. When in the FLASH position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. When the switch is moved from FLASH position to the AUTO position, an external start signal shall be applied to the controller. This external start signal will force the controller to initiate the start up sequence when exiting flash. SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed from all signal heads in the intersection. The MMU shall not conflict or require reset. STOP TIME ON /OFF /AUTO SWITCH. STOP TIME ON position, when applied, the controller shall be stop timed in the current interval. STOP TIME OFF position, when applied, the controller shall not stop time in the current. interval. STOP TIME AUTO position, when applied, the controller normal operation. EQUIPMENT POWER ON /OFF SWITCH. This switch shall control the Controller Unit, Malfunction Management Unit and Power Supply AC power. When in the ON position the AC power shall be applied. The police door switch panel shall contain the following: AUTO /FLASH SWITCH. When in the FLASH position, power shall be maintained to the controller and stop time shall be applied. The intersection shall be placed in flash. When the switch is moved from FLASH position to the AUTO position, an external start signal shall be applied to the controller. This will force the controller to initiate the start up sequence when exiting flash. SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed from all signal heads in the intersection. The MMU shall not conflict or require reset. AUTO /MANUAL SWITCH. Cabinet wiring shall include provisions for an AUTO /MANUAL toggle switch and a six (6') foot hand cord. Hand Cord and police panel connection shall be made with an RCA type connection. 12 Packet Page -1443- 12/11/2012 Item 11.A. All toggle type switches shall be heavy duty and rated 15 amps, at a minimum. Single or double - pole switches may be provided, as required. All switch functions shall be permanently and clearly labeled. All wire routed to the police panel and auxiliary panel shall be adequately protected against damage from repetitive opening and closing of the main door. No modular connectors will be allowed in the cabinet except for the detector panel interface. All other cabinet wiring shall be "hard wired" point to point. AUXILIARY DEVICES- LOAD SWITCHES Signal load switches shall have a minimum load current rating of 10 amperes at 120 VAC for incandescent lamp load. The front of the load switch shall embody a minimum of three LED indicators. The three indicators shall show the inputs to the load switch. The full supplement of load switches shall be supplied with each cabinet to allow for maximum phase utilization for which the cabinet is designed. ` FLASHER The flasher shall be rated at 15 amperes, double pole with a nominal flash rate of 60 FPM. FLASH TRANSFER RELAYS All flash transfer relays contacts shall be capable of making, breaking, with a contact current rating of twenty (20) amperes. The coil of the flash transfer relay must be de- energized for flash operation. The full complement of flash transfer relays shall be supplied with each cabinet to allow for maximum phase utilization for which the cabinet is designed. BUS INTERFACE UNITS All Bus Interface Units (BIU's) shall meet the requirements of the NEMA TS 2 -1993 Standard. The full complement of Bus Interface Units shall be supplied with each cabinet to allow for maximum phase and function utilization for which the cabinet is designed. Each Bus Interface Unit shall include power on, transmit and valid data indicators. All indicators shall be LED's. PHOTOCELL CONTROL A photocell for street name sign(s) and/or street lighting shall be located inside the controller cabinet. The photocell shall be mounted on a separate panel and be wired so that an on/offJauto switch can be utilized for maintenance personnel. A 2" hole, covered with Plexiglas, shall be installed in the controller cabinet. All signs shall have one breaker specifically for the illuminated street sign located on the power panel', which shall be labeled accordingly. ETHERNET SWITCH A 10 port managed Ethernet switch with gigabit uplink ports shall be furnish and installed in each controller assembly. Ethernet ports shall consist of 2 fiber optical Ethernet ports (1000 Base 13 Packet Page -1444- 12/11/2012 Item 11.A. X) and 8 fast Ethernet ports (10/ 100 Base TX). All fiber connections to the Ethernet ports shall use an "FC" type connector. The 2 fiber optical gigabit ports and fast Ethernet ports 1 through 4 shall be reserved for arterial monitoring camera use. The fast Ethernet ports 5 through 8 shall be reserved for the Collier County Traffic Management System use. The unit shall carry a 5 year warranty - applicable to design and manufacturing related product defects. The Ethernet switch shall be a "RuggedSwitch" model: "RS900G- HI- N- 2LC10" or equivalent. The signal contractor shall furnish and install "Transient Voltage Surge Suppression" for the Ethernet switch. The 120 VAC power to the Ethernet switch shall be wired to an advanced 3 stage hybrid, solid state power line protector (load side). The power line protector (line side) shall be connected to the controller assembly, power panel, 15 amp auxiliary breaker. Wire connections to the power line protector shall be made with compression type screw terminations. The power line protector shall be an "EDCO" model: "HSP121 BT- 1RU" or, approved equivalent. VIDEO ENCODER When arterial monitoring cameras are shown on the plans, the signal contractor shall furnish and install a "Video Encoder" in the controller assembly. The video encoder shall be a "Mavix MediaRacer 150 Series (Extended Temp AC)" model 11MXRD030" or approved equivalent. FIBER OPTIC CABLE The Contractor shall furnish and install fiber optic cable as shown on the plans and in accordance with the requirements specified herein. All fiber shall be shipped on reels of marked continuous length. No splices shall be permitted within the fiber jacket. All fiber shall be labeled with the logo "TRAFFIC OPERATION'S" and cable length at a minimum of every meter. The fiber optic cable shall have a continuous linear green stripe on the exterior of the cable. After installation, the distance markings at each end run shall be logged and provided to the county. After installation, each run of fiber optic cable shall be marked within 03 meters of each splice and/or termination with the location that the cable goes to. The following standards are applicable and are hereby incorporated by reference: ORGANIZATION STANDARD APPLICABILITY REA TIA/EIA TIA/EIA BELLCORE PE -90 598A -95 472D TR- NWT -00020 Cable Construction _Color Coding Fiber Optic Cable _Optical Characteristics The Single -Mode fiber cable shall consist of 12, 18, 24, 30, 36 or 48 fibers as shown on the plans, arranged in color coded buffer tubes of six individually color coded fibers. When less than six buffer tubes are required for the number of fibers, polyethylene filler rods shall be used to maintain cable integrity. Each buffer tube shall be filled with a non- hygroscopic gel for protection of the fibers from impact and moisture ingress. Aramid or Kevtar strength members shall be bundled with the buffer tubes and the filler rods and jackets shall also contain non- 14 Packet Page -1445- 12/11/2012 Item 11.A. hygroscopic gel. The entire cable shall conform to REA Specification PE -90. The minimum bend radius of the cable shall be no more than 242 millimeters, and the maximum tensile strength shall be at least 135 Newton short term and 30 Newton long term. The fiber optic cable shall meet the following optical specifications: • Attenuation at 1310 nanometers < 0.35 dB/km • Attenuation at 1550 nanometers < 0.25 dB/krn • Attenuation at 1383 nanometers < 2.1 dB/k:m • Point Discontinuity < 0.10 dB/km • Core Diameter 8.3 43/64 m • Cladding. Diameter 1.250 + 1.0 43/64 m • Core -Clad Concentricity < 0.8 43/64'm • Coating Diameter 245 + 1.0 43164 m • Numerical Aperture 0.13 • Index of Refraction (1310nm) 1.4675 • Index of Refraction (I550nin) 1.4681 All saw cuts must have loop and lead -in wires placed and sealed immediately after initial sawing with a loop sealant that is approved by the State Materials Office, and is on the Certified Products List; except Type III Steep Asphalt and Type II Coal. Tar Base cement, which are not acceptable for use in Collier County. Loop wire placement in saw cuts shall be a minimum of one inch from. pavement surface. , All saw cuts for loops or loop lead -ins at signalized intersections shall not exceed 4.25 inches nor lie less than 3.75 inches, with 4.00 inches being the standard. Exception to this requirement may be taken, when in the judgment of the county; the required depth exceeds the thickness of the existing pavement. ELECTRICAL POWER SERVICE The Contractor shall install electrical power service equipment as shown in the plans. Installation shall be in accordance with Index No. 17736 of the Roadway and Traffic Design Standards, January 2008, as illustrated with "NO METER USED ". Electrical service shall be installed in accordance with the current NEC and FDOT Standard Specifications for Road and Bridge Construction, with the following enhancements: When replacing any electrical power service. all work shall be completed in one day and the signal shall be made fully operational by the end of the Contractor's workday. A 40 ampere breaker will be installed for the electrical power service unless current requirements for normal operation of the signalized intersection exceeds 25 amperes. As a minimum, the breaker supplied for the electrical power service shall exceed the current requirements for normal operation of the signalized intersection by twenty five percent. No nails or small screws shall be used to mount the electrical disconnect or straps in place. 15 Packet Page -1446- 12/11/2012 Item 11.A. All fastening devices shall be screws, sleeve anchors, or lag bolts, 5 /16 " x 2" or larger. The electrical service shall be installed onto a 8' concrete service pedestal. The electrical service disconnect and breaker shall be manufactured by Square D Company. The service disconnect part number shall be Q0612L100RB or approved equivalent. All. service wire is to be #6 AWG minimum. The service neutral wire shall have continuous white insulation. Earth ground conduit size from the disconnect shall be 3/4 " rigid. After the wire leaves the weather head, the wire shall have a minimum of ten turns to form a coil, with a minimum of 3' of wire past that point. Meyers hubs shall be used for all conduits exiting the electrical service disconnect. The 1 1/2 " service feed may be changed to PVC 18" below grade. PHASE WIRING Each vehicle movement shall be wired separately and combined in. the controller cabinet to obtain the specific sequence of operation as shown on the plans or as directed by the county. Wherever applicable, or as otherwise specified by the county, the controller assembly will be wired with signal head numbering and vehicle phasing per Index No. 17870 of the Roadway and Traffic Design Standards, and directionally oriented as follows: A. When MAJOR ARTERIAL is a North/South direction: • Southbound Vehicle Movements = Controller Phase Two • Northbound Vehicle Movements = Controller Phase Six • Eastbound Vehicle Movements = Controller Phase Eight • Westbound Vehicle Movements = Controller Phase Four B. When MAJOR ARTERIAL is an East/West direction: • Southbound Vehicle Movements = Controller Phase Eight • Northbound Vehicle Movements = Controller Phase Four • Eastbound Vehicle Movements = Controller Phase Six • Westbound Vehicle Movements = Controller Phase Two PEDESTRIAN ASSEMBLIES Article 653 -2 of the Standard Specifications is expanded as follows: All pedestrian signals shall meet: current F.D.O.T. Specifications, shall display International Symbols, be black in color and be constructed of lightweight aluminum. Article 665 -2 of the Standard Specifications is expanded as follows: Pedestrian and push button signs shall be CC- R10 -3'e according to the Collier County "PEDESTRIAN PUSH BUTTON SIGN DETAIL" sheet. Refer to plan sheet notes for applicable street names. The location of each button shall face the crosswalk for which it is intended. Cable from the pedestrian and/or vehicle signals shall not be run in the same conduit as the cable for the pedestrian detectors. All pedestrian field wiring entering the controller shall be wired through an appropriate lightening suppression device. 16 Packet Page -1447- 12/11/2012 Item 11.A. REMOVAL OF EXISTING EQUIPMENT Existing signal equipment removed from any project shall become the property of Collier County, except any concrete or wooden signal poles which shall be disposed of by the contractor. SIGNAL EQUIPMENT: All signal heads shall be TCT, Eagle Mark Five or other County - approved equivalents with tunnel visors. Plastic signal heads are not accepted. All signal indications shall be L.E.D, as manufactured by GE Illumination or approved equivalent. Collier County's standard is to install signal heads, horizontally on mast arm (rigid mount) installations, and vertically on span wire (free- swinging mount) installations. Exclusive and through movement signal heads shall be placed in the center of the lane, as required by ueometrics. Five- section signal heads shall be placed on the lane line, as required by geometries. Five - section vertical mounted signal heads shall have a serrated locking spacer ring installed on the arrow side of the signal head. The doors of a five- section signal head shall open away from each other (i.e., the wing nuts are between the two sections). A terminal strip shall be added to the red circular indication of the five section cluster. The wire connection for the red indication shall be made on this terminal block. All East and/or West bound traffic signal heads shall have back plates. Signalized intersections that do not have a clearly defined East, West, North, and South bound movement shall have back plates installed on all traffic signal heads. All traffic signal back plates shall be Louvered vacuum - formed plastic Pelco Products Inc. or approved equivalent, and mounted with the manufacturer's supplied hardware. All dark signal indications shall be covered with covers manufactured by Traffic Sign and Signal Cover Concepts or other County approved equivalents. All pedestrian heads shall be single section, with international symbols. The pedestrian signal indications shall be full -hand and full - man, Countdown, L.E.D's, as manufactured by GE Luminations or approved equivalent. Pedestrian signals are to include explanatory international signage according to the Collier County "Pedestrian Push Button Sign Detail ". Standard (no terminal compartment) "Astro -Brae" signal mounting systems using stainless steel wire rope cables as manufactured by Pelco Products, Inc. shall be used throughout and installed to the manufacturer's installation instructions. All signal assemblies shall have tube caps installed and the excess tube cut off. Pedestrian signal poles and ground- mounted, near side traffic signal poles shall be mounted using Pelco, part #PB 5335 base assemblies. These base assemblies must be equipped with Pelco Products, Inc. part #PB 5325 pole and base collar assembly. All aluminum poles shall have a 17 Packet Page -1448- 12/11/2012 Item 11.A. spun finish. This pole shall be grounded by means of a solderless lug. All poles which require threads (i.e., to mount pedestrian pushbuttons, pedestrian. signs, etc.) shall be drilled and tapped. OPTICAL VEHICLE DETECTION: Optical vehicle detection is Collier County's standard for vehicle detection: All new intersections shall utilize video detection on all approaches, including system detection. Any modification to existing intersections which necessitate replacement of 50 %u or greater vehicle detection zones (excluding system loops in the calculation) shall be converted entirely to video detection. If less than 50% is being replaced, standard inductive loop detectors can be used.. Vehicle detection shall be accomplished by means of video detection. All vehicle detection modules shall be Iteris Vantage Edge 2 dual input video processors, including one Iteris Vantage E- Access module and one Vantage TS24M Interface Module. The video detection system shall communicate with TS -2 controllers using standard protocols. All cameras shall be Iteris Vantage color camera assemblies. The camera(s) shall be wired with a combination video /powers cable as manufactured by Isotec or approved equivalent. The camera(s) shall be equipped with an ES 1.70 motorized zoom lens, 115 VAC, NTSC with Edco Model RMCX1.05 . video detection suppression with a BNC pig tail. All of the video suppressors shall be mounted upon one panel along with the system main surge arrestor and terminal block. All cameras shall be mounted on a Pelco mast arm camera bracket, part #AB- 0175- 5- 96 -ALO or approved. equivalent. The system shall come equipped with a 2 channel video input 9" color monitor with 800 lines of resolution and 2 BNC connectors, part #CEM- 09/09A. All associated cable shall be that which is recommended by the manufacturer. The system installer shall leave a minimum of 30" of spare cable at each camera bracket to neatly form a cable -tied loop to the camera. All manufacturer installation instructions and tools shall be used. INTERNALLY ILLUMINATED SIGNS: All internally illuminated street name signs shall be a rigid mount on the mast arm. The mounting hardware shall consist of two Engineered Castings, Inc. or Pelco Products, Inc., sign hanger brackets. Illuminated street signs shall utilize L.E.D.'s as the light source. All sign faces shall have a green background with white lettering and a 1 " white border around the entire sign. Specification is for the Carmanah R409 LED Edge or Engineered Castings Quantim Lite internally illuminated Street Name Sign - for both single sided and double sided under hang mounted signs. Mechanical Specifications: The outer dimensions of the sign assembly shall be standard nominal heights of 18 and 24 inches, and standard nominal widths of 4, 5, 6, 7, or 8 feet. The maximum thickness of the sign shall be 2.00 inches. The maximum weight shall not exceed: 4' x 18" : 40 lbs 4' x 24" : 45 lbs 5' x 18 : 45 lbs 5' x 24" : 55 lbs 18 Packet Page -1449- 12/11/2012 Item 11.A. 6' x 18" 50 lbs 6' x 24" : 65 lbs 7' x 18" : 60 lbs 7' x 24" : 75 lbs 8' x 18" : 70 lbs 8' x 24" : 85 1 bs UNINTERRUPTED POWER SUPPLY The UPS shall have six (6) sets of normally open (NO) and normally closed (NC) single pole double -throw (SPDT) dry contact relays rated for 250VAC @l A. ON BATTERY -The relay is energized whenever the UPS switches to battery power. LOW BATTERY- The relay is energized when the battery has reached a user defined low battery level of remaining useful capacity. This alarm is latched when a qualified line returns or the inverter shuts down. The default setting is 47VDC ( -40 %) of remaining useful battery capacity. TINIER 1- The relay is energized after being in backup mode for a given amount of time. This timer is adjustable from 0 to 8hr. The default setting is two (2) hours. ALARM- The relay is activated after a specific or general alarm is detected. The alarm conditions include: line frequency, low output voltage, no temperature probe, overload, unconnected batteries, high temperature ( >55 °C) and low temperature ( <- 20 °C). FAULT - The relay is activated after a specific or general fault is detected. These faults include: short circuit, low battery voltage ( <41 VDQ, high battery voltage (> 59VDC), overload and over temperature ( >75 1C). AC /DC FAN CONTROL -The relay is activated when the battery ambient temperature is greater than 35 °C or at a user programmable threshold from 25 to 55 1C C 5 °C increments. The UPS shall have a DE -9 RS -232 connector on the front panel. The UPS shall have an optional RJ45 Ethernet connector on the front panel. The UPS shall have a battery connector on the front panel. The battery connector shall be an Anderson p/n SB50 or equivalent. The UPS shall have a RJ14 battery temperature probe connector on the front panel. The operating temperature range of the UPS shall be -400 to 55 "C with the capability of operating @ 40OW: 1. For up to 4hr at 25 °C ambient using the 50Ah batteries. 2. For up to 8.8hr at 25 °C ambient using the 94Ah batteries. The batteries shall be Gel Cell Valve Regulated Lead Acid (VRLA) type specifically designed for outdoor use. The batteries shall be designed for Float Service to provide 100% out -of -box runtime capacity. The batteries shall have a five (5) year full replacement, non- prorated warranty. 19 Packet Page -1450- 12/11/2012 Item 11.A. The FL.05 side mount cabinet will house the entire UPS, including batteries, switches, charger and inverter. The cabinet must. meet the requirements for NEMA 3R enclosures. The housing must have the dimensions so that it may easily be attached the side of an M or P Type cabinet. Dimensions of the enclosure shall not exceed 17.D x 17.W x 48.5. H. The UPS enclosure must not interfere with the opening of the traffic cabinet door. The complete enclosure and door must be made from .125. thick aluminum. All external seams must be continuously welded. The door opening must have a double flange for weatherr sealing purposes. The housing must have a port for connecting an external generator. The generator door compartment shall include a generatoriline switch to transfer to generator mode. A fan must be mounted in the air baffle at the top of the cabinet with an air outlet built into the overhang. The fan must be thermostatically controlled. The bottom of the door must be louvered to allow airflow. A removable dust filter must be located behind the vent. The enclosure will include built in transfer switches for both bypassing the UPS for maintenance and to manually transfer to generator power when a generator is connected during long power outages. The Maintenance bypass switch will be a 3- position switch, UPS Normal mode, bypass UPS on and bypass UPS off. The generator will be a two- position switch,, Normal AC power and Generator Power. A quick connect generator connector will be built in to the enclosure and accessed through a flush mounted police door with a #2 Corbin type lock. The external side of the door will be flush to the outside of the cabinet and mounted on the right side of the enclosure, when facing the front. As part of the enclosure a battery cable kit with individual quick disconnect for each battery will be provided to connect the battery to the UPS, and accommodate the specified batteries. Rubber boots are to be provided as part of the battery cable kit for each terminal on the battery for protection and safety. EMERGENCY VEHICLE PRE - EMPTION Each approach to a signalized intersection shall be provided with an emergency vehicle pre- emption. The installation shall be compatible with the existing Collier County 3M Opticon Emergency Vehicle Pre - Emption System. EMERGENCY VEHICLE PRE- EMPTION Each approach to a signalized intersection shall be provided with an emergency vehicle pre- emption. The installation shall be compatible with the existing Collier County 3M Opticon Emergency Vehicle Pre- Emption System. all Packet Page -1451- 1 12/11/2012 Item 11.A. Pre-emption wiring: Each vehicle movement shall be wired separately and combined in the controller assembly to obtain the specific sequence of operation as shown on the plans or as directed by the county. Each Pre-Emption detector shall be wired in the controller assembly to place a call for service in the following "Controller Emergency Pre-Emption number: A. When MAJOR ARTERIAL is a North/South direction: Northbound Vehicle Movement ................................... Controller Emergency Vehicle Pre- Emption #1 Eastbound Vehicle Movements ................ .....................Controller Emergency Vehicle Pre- Emption #2 Southbound Vehicle Movement ................. ......._...........Controller Emergency Vehicle Pre- Emption #3 Westbound Vehicle Movement......._..... .... ..................... Controller Emergency Vehicle Pre- Emption #4 B. When MAJOR ARTERIAL is an East/West direction: Eastbound Vehicle Movement ........................................ Controller Emergency Vehicle Pre- Emption # 1 Southbound Vehicle Movement.._......._.. ... .................... Controller Emergency Vehicle Pre- Empti on #2 Westbound Vehicle Movement.......... ......... ................... Controller Emergency Vehicle Pre- Emption #3 Northbound Vehicle Movement ................. ....................Controller Emergency Vehicle Pre- Emption #4 21 Packet Page -1452- 12/11/2012 Item 11.A. EXHIBIT K: PERMITS See Attached 1. South Florida Water Management District General Permit No. 11- 03059 -W 2. South Florida Water Management District Environmental Resource Standard General Permit No. 11- 03063 -P 91 Packet Page -1453- 1!A, - � Form #0941 08795 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO; 11 -03063 -P DATE ISSUED: September 18, 2009 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: PROJECT LOCATION.- PERMIT DURATION: 12/11/2012 Item 11.A. This application is a request for an Environmental Resource Permit authorizing Construction and Operation of a surface water management system serving a 3.45 - acre roadway improvements project known as Roadway Improvements of Immokalee Rd (CR 846) - Valewood Dr, with discharge into Cocohatchee Canal Basin via an existing roadside swaie on the north side of Autumn Oaks Lane via the proposed surface water management system. COLLIER COUNTY, SEC 29 TWP 48S RGE 26E See Special Condition No:1.. See attached Rule 40E- 4..321, Florida Administrative Code. This is to notify you of the District's agency action concerning Notice of Intent for Permit Application No. 090327 -5, dated March 27, 2009. This action is taken pursuant to Rule 40E -1.603 and Chapter 40E-40, Florida Administrative Code (F.A.C.). Based on the information provided, District rules have been adhered to and an Environmental Resource General Permit is in effect for this project subject to: 1. Not receiving a filed request for a Chapter 120, Florida Statutes, administrative hearing. 2. the attached 19 General Conditions (See Pages: 2 - 4 of 6), 3, the attached 19 Special Conditions (See Pages: 5 - 6 of 6) and 4, the attached 4 Exhibit(s) Should you object to these conditions, please refer to the attached "Notice of Rights" which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter. If we do not hear from you in accordance with the "Notice of Rights," we will assume that you concur with the District's action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a "Notice of Rights" has been mailed to the Permittee (and the persons listed in the attached distribution list) no later than 5:00 p.m. on this 18th day of September, 2009, in accordance with Section 120.60( BY' , , Philip Flood Jr. Service Center Director Collier County Service Center Certified mail number 7006 2150 0002 5479 3742 Page 1 of 6 Packet Page -1454- 12/11/2012 Item 11.A. NOTICE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Fla. Stat., following is notice of the opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Stat. Persons seeking a hearing on a District decision which does or may determine their substantial interests shall file a petition for hearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Fla. Stat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fla. Stat. "Receipt of written notice of agency decision" means receipt of either written notice through mail, or electronic mail, or posting that the District has or intends to take final agency action, or publication of notice that the District has or intends to take final agency action. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the timeframe described above waives the right to request a hearing on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand- delivery or facsimile. Filings by e-mail will not be accepted. Any person wishing to receive a clerked copy with the date and time stamped must provide an additional copy. A petition for administrative hearing is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach, Florida. Any document received by the office of the SFWMD Clerk after 5.00 p.m. shall be filed as of 8 :00 a.m. on the next regular business day. Additional firing instructions are as follows: • Filings by mail must be addressed to the Office of the SFWMD Clerk, P.O. Box 246.80, West Palm Beach, Florida 33416. • Filings by hand - delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing. To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the petition. • Filings by facsimile must be transmitted to the SFWMD Clerk's Office at (561) 682 - 6010 Pursuant to Subsections 28- 106.104(7), (8) and (9), Fla. Admin. Code, a party who files a document by facsimile represents that the original physically signed document will be retained by that party for the duration of that proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who elects to file any document by facsimile shall be responsible for any delay, disruption, or interruption of the electronic signals and accepts the full risk that the document may not be properly filed with the clerk as a result. The filing date for a document filed by facsimile shall be the date the SFWMD Clerk receives the complete document. Rev. 07101/2009 Packet Page -1455- 12/11/2012 Item 11.A. Initiation of an Administrative Hearing Pursuant to Rules 28- 106.201 and 28- 106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1/2 by 11 inch white paper. All petitions shall contain_ 1. Identification of the action being contested, including the permit number, application number, District file number or any other SFWMD identification number, if known. . The name, address and telephone number of the petitioner and petitioner's representative, if any. 3. An explanation of how the petitioner's substantial interests will be affected by the agency determination. 4. A statement of when and" how the petitioner received notice of the SFWMD's decision. 5. A statement of all disputed issues of material fact, If there are none, the petition must so indicate. 6. A concise statement of the ultimate facts alleged; including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's proposed action.. 9. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes, 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for filing a petition, The SFWMD may, for good cause, grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. If the District takes action with substantially different impacts on. water resources from the notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule 28- 106.111, Fla. Admin, Code, unless otherwise provided by law. Mediation The procedures for pursuing mediation are set forth in Section 120,573, Fla. Stat., and Rules 28- 106.111 and 28- 106.401 -.405, Fla. Admin. Code. The SFWMD is not proposing mediation for this agency action under Section 120.573, Fla. Stan., at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3) and 120.68, Fla. Stat., a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD's final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9110 in the Fourth District. Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the SFWMD Clerk within 30 days of rendering of the final SFWMD action. Rev. 07101/2009 Packet Page -1456- 12/11/2012 Item 11.A. Hppucauon No.: U9027 -5 Page 2of6 GENERAL CONDITIONS 1 All activities authorized by this permit shall be implemented as set forth in the plans, specifications and Performance criteria as approved by this permit. Any deviation from. the permitted activity and the conditions for undertaking that activity shall -constitute a violation of this permit and Part IV, Chapter 373: F.S. 2_ This permit or a copy thereof, complete with all conditions, attachments, exhibits, and modifications shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3• Activities approved by this permit shall be conducted in a manner which does not cause violations of State water quality standards. The permittee shall implement best management practices for erosion and pollution control to prevent violation of State water quality standards. Temporary erosion control shall be implemented prior to and during construction, and permanent control measures shall be completed within 7 days of any construction activity, Turbidity barriers shall be installed and maintained at all locations where the possibility of transferring suspended solids into the receiving waterbody exists due to the permitted work. Turbidity barriers shall remain in place at all locations until construction is completed and soils are stabilized and vegetation has been established. All practices shall be in accordance with the guidelines and specifications described in Chapter 6 of the Florida Land Development Manual; A Guide to Sound Land and Water Management (Department of Environmental Regulation, 1988), incorporated by reference in Rule 40E- 4.091, F.A.C. unless a project - specific erosion and sediment control plan is approved as part of the permit. Thereafter the permittee shall be responsible for the removal of the barriers. The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources. 4: The permittee shall notify the District of the anticipated construction start date within 30 days of the date that this permit is issued. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District an Environmental Resource Permit Construction Commencement Notice Form Number 0960 indicating the actual start date and the expected construction completion date. 5. When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an annual status report form. Status report forms shall be submitted the following June of each year. 6. Within 30 days after completion of construction of the permitted activity, the permitee shall submit a written statement of completion and certification by a professional engineer or other individual authorized by law, utilizing the supplied Environmental Resource /Surface Water Management Permit Construction Completion/Certification Form Number 0881A, or Environmental Resource/Surface Water Management Permit Construction Completion Certification - For Projects Permitted prior to October 3, 1995 Form No. 0881B, incorporated by reference in Rule 40E- 1.659, F.A.C. The statement of completion and certification shall be based on onsite observation of construction or review of as -built drawings for the purpose of determining if the work was completed in compliance with permitted plans and specifications. This submittal shalt serve to notify the District that the system is ready for inspection, Additionally, if deviation from the approved drawings are discovered during the certification process, the certification must be accompanied by a copy of the approved permit drawings with deviations noted. Both the original and revised specifications must be clearly shown. The plans must be clearly labeled as "as- built" or "record drawings. All surveyed dimensions and elevations shall be certified by a registered surveyor. 7. The operation phase of this permit shall not become effective_ until the permittee has complied with the requirements of condition (6) above, and submitted a request for conversion of Environmental Resource Permit from Construction Phase to Operation Phase, Form No_ 0920; the District determines the system to be in compliance with the permitted plans and specifications; and the entity approved by the District in accordance with Sections 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit Packet Page -1457- - 12/11/2012 Item 11.A. Hpp icanon No.; UW327-5 Page 3 of 6 GENERAL CONDITIONS Applications within the South Florida Water Management District, accepts responsibility for operation and maintenance of the system: The permit shall not be transferred to such approved operation and maintenance entity until the operation phase of the permit becomes effective. Following inspection and approval of the permitted system by the District, the permittee shall initiate transfer of the permit to the approved responsible operating entity if different from the permittee. Until the permit is transferred pursuant to Section 40E- 1.6107, F.A.C., the permittee shall be liable for compliance with the terms of the permit. 8 Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by that portion or phase of the system. Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of the phase or portion of the system to a local government or other responsible entity. 9. For those systems that will be operated or maintained by an entity that will require an easement or deed restriction in order to enable that entity to operate or maintain the system in conformance with this permit; such easement or deed restriction must be recorded in the public records and submitted to the District along with any other final operation and maintenance documents required by Sections 9.0 and 10,0 of the Basis of Review for Environmental Resource Permit applications within the South Florida Water Management District, prior to lot or units sales or prior to the completion of the system, whichever comes first. Other documents concerning the establishment and authority of the operating entity must be filed with the Secretary of State, county or municipal entities. Final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local government entity. Failure to submit the appropriate final documents will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system and any other permit conditions. 10. Should any other regulatory agency require changes to the permitted system, the permittee shall notify the District in writing of the changes prior to implementation so that a determination can be made whether a permit modification is required. 11. This permit does not eliminate the necessity to obtain any required federal, state., local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and Chapter 40E-4 or Chapter 40E -40, F.A.C.. 12- The permittee is hereby advised that Section 253.77, F.S. states that a person may not commence any excavation, construction, or other activity involving the use of sovereign or other lands of the State, the title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund without obtaining the required lease, license, easement, or other form of consent authorizing the proposed use. Therefore, the permittee is responsible for obtaining any necessary authorizations from the Board of Trustees prior to commencing activity on sovereignty lands or other state -owned lands. 13. The permittee must obtain a Water Use permit prior to construction. dewatering, unless the work qualifies for a general permit pursuant to Subsection 40E- 20.302(3), F.A.C., also known as the "No Notice" Rule. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any system authorized by the permit. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit Packet Page -1458- 12/11 /2012 Item 11.A. Application No,: 090327 -5 Page 4 of 6 GENERAL CONDITIONS application, including plans or other supporting documentation, shall not be considered binding, unless a specific condition of this permit or a formal determination under Section 373.421(2), F.S., provides otherwise. 16. The permittee shall notify the District in writing within 30 days of any sale, conveyance, or other transfer of ownership or control. of a permitted system or the real property on which the permitted system is located. All transfers of ownership or transfers of a permit are subject to the requirements of Rules 40E- 1.6105 and 40E- 1.6107, F.A.C... The permittee transferring the permit shall remain liable for corrective actions that may be required as a result of any violations prior to the sale, conveyance or other transfer of the system. 17. Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect,. sample and test the system to insure conformity with the plans and specifications approved by the permit. 18. If historical or archaeological artifacts are discovered at any time on the project site, the permittee shall immediately notify the appropriate District service center. 19. The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate. Packet Page -1459- SPECIAL CONDITIONS 12/11/2012 Item 11.A. Hppacauon No.: 090327 -5 Page 5 of 6 1. The construction phase of this permit shall expire on September 18, 2014. . 2• Operation of the surface water management system shall be the responsibility of the permittee_ 1 Discharge Facilities: Structure: S -16 (DS -8006) 1 -.25' dia. CIRCULAR ORIFICE with invert at elev. 10.6' NGVD 29.. 20 LF of 1.5' dia. OTHER culvert. 1 ' W X ' L drop inlet with crest at elev. 12.61' NGVD 29. Receiving body ' AUTUMN OAKS LANE ROADSIDE SWALE Control elev : 10.6 feet NGVD 29. 4. The permittee shall be responsible for the correction of any erosion, shoaling or water quality problems that result from the construction or operation of the surface water management system. 5. Measures shall be taken during, construction to insure that sedimentation and/or turbidity violations do not occur in the receiving water. 6. The District. reserves the right to require that additional water quality treatment methods be incorporated into the drainage system if such measures are shown to be necessary. 7. Lake side slopes shall be no steeper than 4:1 (horizontai:vertical) to a depth of two feet below the control elevation. Side slopes shall be nurtured or planted from 2 feet below to 1 foot above control elevation to insure vegetative growth, unless shown on the plans. 8, Facilities other than those stated herein shall not be constructed without an approved modification of this permit. 9• A stable, permanent and accessible elevation reference shall be established on or within one hundred (100) feet of all permitted discharge structures no later than the submission of the certification report. The location of the elevation reference must be noted on or with the certification report. 10: The permittee shall provide routine maintenance of all of the components of the surface water management system in order to remove all trapped sediments/debris. All materials shall be properly disposed of as required by law. Failure to properly maintain the system may result in adverse flooding conditions. This permit is issued based on the applicant's submitted information which reasonably demonstrates that adverse water resource related impacts will not be caused by the completed permit activity. Should any adverse impacts caused by the completed surface water management system occur, the District will require the permittee to provide appropriate mitigation to the District or other impacted party. The District will require the permittee to modify the surface water management system, if necessary, to eliminate the cause of the adverse impacts. 12- The permittee acknowledges, that pursuant to Rule 40E- 4.101(2), F.A.C., a notice of Environmental Resource or Surface Water Management Permit may be recorded in the county public records. Pursuant to the specific language of the rule, this notice shall not be considered an encumbrance upon the property. 13• If prehistoric or historic artifacts, such as pottery or ceramics, stone tools or metal implements, dugout canoes, or any other physical remains that could be associated with Native American cultures, or early colonial or American settlement are encountered at any time within the project site area, the permitted project should cease all activities involving subsurface disturbance in the immediate vicinity of such discoveries. The permittee, or other designee, should contact the Florida Department of State, Division of Packet Page -1460- 12/11/2012 Item 11.A. APpficatiorr No. 090327 -5 Page 6 of 6 SPECIAL CONDITIONS Historical Resources, Review and Compliance Section at (850) 245 -6333 or (800) 847 -7278, as well as the appropriate permitting agency office. Project activities should not resume without verbal and/or written authorization from the Division of Historical Resources. In the event that unmarked human remains are encountered during permitted activities, all work shall stop immediately and the proper authorities notified in accordance with Section 872.05, Florida Statutes. 14, Minimum road crown elevation: BASIN 68006 - 12.61 feet NGVD 29. 15. All fill material and construction debris must be removed from the site and disposed of at an acceptable off -site disposal area once construction activities have been completed; under no circumstances shall excess fill or construction material be left on -site or adjacent offsite areas. 16. This permit does not eliminate the need to obtain any and all necessary easements and rights of way prior to the start of any activity approved herein. This permit does not convey to the permittee,, or create for the permittee, any property right, or any interest in real property; nor does it authorize any entrance upon, or activities on, property which is not owned or controlled by the permittee; or convey any rights or privileges other than those specified in the permit and Chapter 40E-4 or Chapter 40E -40, F.A.C. 17. Prior to the commencement of construction and pursuant to Subsection 40E- 4.101(2), F.A.C., the permittee shall demonstrate ownership of the project area to the District's Environmental Resource Compliance staff. 18. The permittee shall utilize the criteria contained in the Construction Pollution Prevention- Plan (Exhibit 3.0) and on the applicable approved construction drawings for the duration of the project's construction activities. 19. The Urban Stomwater Management Plan shall be implemented in accordance with Exhibit No. 4.0. Packet Page -1461- E p_s alf_rsport.rdf " 12/11/2012 Item 11.A. Last Date For Agency Action: September 21, 2009 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: Roadway Improvements Of Immokalee Rd (Cr 846) - Valewood Dr Permit No.: 11- 03063 -P Application No.: 090327 -5 Associated File: 090327 -7 WU Concurrent Application Type: Environmental Resource (New General Permit) Location: Collier County, S29/T48S /R26E Permittee : Collier County Board Of County Commissioners Operating Entity : Permittee Project Area: 3.45 acres Project Land Use: Roadway Drainage Basin: WEST COLLIER Sub Basin: COCOHATCHEE CANAL 1 -75 CANAL Receiving Body: existing roadside swale on the north side of Autumn Class: CLASS III Oaks Lane via the proposed SWMS Special Drainage District: NA Conservation Easement To District No Sovereign Submerged Lands: No PROJSCVPURPOSE: This application is a request for an Environmental Resource Permit authorizing Construction and Operation of a surface water management system serving a 3.45 -acre roadway improvements project known as Roadway Improvements of Immokalee Rd (CR 846) - Valewood Dr, with discharge into Cocohatchee Canal Basin via an existing roadside swale on the north side of Autumn Oaks Lane via the proposed surface water management system. App.no.: 090327 -5 Page 1 of 7 Packet Page -1462- PROJECT EVALUATION: PROJECT SITE DESCRIPTION: 12/11/2012 Item 11.R. The project site consists of a vacant parcel of land located between Immokalee Road (CR 846) and Autumn Oaks Lane approximately- 600 -feet east of the intersection of Oaks Boulevard and Immokalee Road in Naples, Collier County. A location map is attached as Exhibit 1.0. There are no permitted surface water management facilities within the project area. The project site is. currently a forested, vacant parcel of land. Residential development is located to the south and north of the project area; a new church is being constructed on the parcel west of what will be the Valewood Drive extension. Land to the east of the proposed wet detention area (Pond 800) is vacant and forested.. The proposed wet detention pond will be located to the east of the proposed Valewood Drive extension. The general drainage pattern within the proposed 3.45 -acre project corridor is to the southwest direction. Currently, the stormwater runoff within the project corridor is collected into roadside swales along Autumn Oaks Lane prior to discharging into the Cocohatchee Canal to the east of Tarpon Bay Boulevard without treatment. Existing site elevations range from 12 to 13 feet. Vegetation on the project site. consisted of pine, cabbage palm, Brazilian pepper, melalueca, cypress and ear, leaf acacia, with a ground cover of saw palmetto, swamp fem and bracken fem. The hydrology of the area has been severely altered by the construction of the Cocohatchee Canal to the north of Immokalee Road and the presence of ditches and swales on the north and south sides of the project area; this was evident by the large amounts: of grapevine and smilax that have colonized the area. In addition, soil samples taken in the project area did not indicate the presence of hydric soils. There are no wetlands or other surface waters located within or affected by the proposed development. No adverse environmental impacts are anticipated as a result of the project. PROPOSED PROJECT: The applicant proposes roadway improvements within the 3.45 -acre project limit corridor for the construction /extension of Valewood Drive south of Immokalee Road to Autumn Oaks Lane and the widening of Autumn Oaks Lane with associated improvements (sidewalks, etc.) and a surface. water management system (SWMS). In addition, turn lanes will also be constructed. on Autumn Oaks Lane, northbound Oaks Boulevard, and eastbound and westbound Immokalee Road. The roadway improvements will add an additional 1.14 -acre of impervious surface within the project limit corridor. The site details and drainage plans are attached as Exhibit 2.0. The SWMS consists of a wet detention area (pond), named Pond 800. The total 3.45 -acre of the roadway improvements corridor has been divided into two (2) basins: 0.78 -acre Basin B800A and 2.67 - acre Basin B8006. The site runoff from Basin B800B will be directed to the SWMS via sheettlow and interconnected drainage structures which discharges into the existing roadside swale (this swale is approximately 750 -feet upstream of the Cocohatchee Canal) on the north side of Autumn Oaks Lane, which then discharges into the Cocohatchee Canal Basin via the 1 -75 Canal Basin on the east side of Tarpon Bay Boulevard. Basin B800B has been designed with a minimum sized bleeder to provide compensating attenuation for the discharge rate from Basin B800A. The area within Basin B800A cannot be hydraulically conveyed to the proposed pond in Basin B800B, the runoff from this basin will outfall to its historical discharge point; therefore, this basin is not included in the total controlled basin area of 2.67 acres (Basin B800B) in this application. However, compensating attenuation for the discharge rate is provided in Basin 800B as described above. No adverse water quality and quantity impacts are anticipated as a result of the proposed project. LAND USE: - WATER MGNT ACREAGE represents the proposed wet detention pond area at the Top of Berm of elevation 13.00 ft NGVD. The pond area at the control elevation 10.60 ft NGVD is 0.73 acres. App.no.: 090327 -5 Page 2 of 7 Packet Page -1463- 12/11/2012 Item 11.A. LAND USE: - OTHER represents the area covered by Basin B800A outside of the controlled basin area for the SWMS. Construction: Project: Impervious Other Pervious - Water Mgnt Acreage Total: WATER QUANTITY': This Phase 1.14 acres .78 acres .23 acres 1.30 acres 3.45 Discharge Rate: As shown in the table below, the proposed SWMS provides attenuation for the 25 year -3 day storm event and the allowable discharge rate for this project is based on a minimum size bleeder. Discharge Storm Frequency: 25 YEAR -3 DAY Design Rainfall 11.5 inches. Basin Allow Disch Method Of Peak Disch Peak Stage (cfs) Determination (cfs) (ft, NGVD 29) BASIN B800B nla Minimum Size Bleeder .31 12.61 Road Design Road Storm Frequency: 25 YEAR -3 DAY Basin Peak Stage ( ft, NGVD 29) BASIN 68006 1" 2.61 Control Elevation ; Basin Area (Acres) BASIN B800B 2.67 Design Rainfall: 11.5 inches Proposed Min. Road Crown ( ft, NGVD 29) 12.61 Ctrl Elev ( ft, NGVD 29) 10.6 WSWT Ctrl Elev Method Of (ft, NGVD 29) Determination Adjacent Canal Control Elevation Receiving Body: Basin Str.# Receiving Body Basin B800b S -16 AUTUMN OAKS LANE ROADSIDE SWALE Discharge Structures: Note: The units for all the elevation values of structures are (ft, NGVD 29) App.no.: 090327 -5 Page 3 of 7 Packet Page -1464- j r _� ass : ,n� ",:, _ 7 . - _ 12/11/2012 Item 11.A. 4. Discharge Structures:. Culverts: Basin Str# Count Type Width Length Dia. BASIN B800B S -16 1 Other 20 1.5' Inlets: Basin Str# Count Type Width Length Dia. Crest Elev. ....... ..... BASIN B800B S -16 1 Inlet _ 12 . .61 Water Quality Structures: Note: The units for all the elevation values of structures are ( ft, NGVD 29) Bleeders: Basin Str# Count Type Width Height Length Dia; Invert Invert Elev. Angle BASIN S -16 ... 1 Circular Orifice _ ... ...... .25' 10.6 B800B WATER QUALITY The SVIWMS provides the required attenuation and the water quality volume based on 2.5 -inch over the 2.67 -acre controlled basin B800B area plus an additional 50 % treatment as listed in the table below. This treatment volume includes compensating water quality treatment volume in Basin 800B of 0.16 ac- ft for Basin B800A. In addition, stormwater within this Basin B800A is conveyed from the impervious areas to its discharge point via grassed swales to provide some unquantified treatment within Basin B800A. In addition, a Construction Pollution Prevention Plan and an Urban Stormwater Management Program specifications and guidelines are part of the required water quality. Construction and daily operation of the project shall be conducted in accordance with Special Condition Nos. 18 and 19., and Exhibits 3.0 and 4.0 shall be retained in the permit file. No adverse water quality impacts are anticipated to result from this project. Basin Treatment Method Vol Req -d Vol (ac -ft) Prov'd BASIN B800B Treatment Wet Detention .83 .83 Wildlife Issues: The project site does not contain preferred habitat for wetland - dependent endangered or threatened wildlife species or species of special concern. No wetland- dependent endangered/threatened species or species of special concern were observed onsite, and submitted information indicates that potential use of the site by such species is minimal. This permit does not relieve the applicant from complying with all applicable rules and any other agencies' requirements if, in the future, endangered /threatened species or species of special concern are discovered on the site. CERTIFICATION AND MAINTENANCE OF THE WATER MANAGEMENT SYSTEM: It is suggested that the permittee retain the services of a Professional Engineer registered in the State of Florida for periodic observation of construction of the surface water management (SWM) system. This will facilitate the completion of construction completion certification Form #0881 which is required pursuant to Section 10 of the Basis of Review for Environmental Resource Permit Applications within the South Florida Water Management District, and Rule 40E- 4.361(2), Florida Administrative Code (F.A.C.): Pursuant to Chapter 4011-4 F.A.G., this permit may not be converted from the construction phase to the App.no.: 090327 -5 Page 4 of 7 Packet Page -1465- erp_ staff _report.rdf 12/11/2012 Item 11.A. operation phase until certification of the SWM system is submitted to and accepted by this District. Rule 40E- 4.321(7) F.A.C. states that failure to complete construction of the SWM system and obtain operation phase approval from the District within the permit duration shall require a new permit authorization unless a permit extension is granted. For SWM systems permitted with an operating entity who is different-from the permittee, it should be noted that until the permit is transferred to the operating entity pursuant to Rule 40E- 1.6107, F.A.C., the permittee is liable for compliance with the terms of this permit. The permittee is advised that the efficiency of a SWM system will normally decrease over time unless the system is periodically maintained. A significant reduction in flow capacity can usually be' attributed to partial blockages of the conveyance system. Once flow capacity is compromised, flooding of the project may result. Maintenance of the SWM system is required to protect the public health, safety and the natural resources of the state. Therefore, the permittee must have periodic inspections of the SWM system performed to ensure performance for flood protection and water quality purposes. If deficiencies are found, it is the responsibility of the permittee to correct these deficiencies in a timely manner. App.no.: 090327 -5 Page 5 of 7 Packet Page -1466- erp_stal r(Ipert_rd RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation water is not needed for this project. 12/11/2012 Item 11.A. The applicant has indicated that dewatering is required for the construction of the stormwater pond for this project. Water Use Application No. 090327 -7 for dewatering will be issued concurrently. This permit does not release the permittee from obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will require such authorization, including construction dewatering and irrigation, unless the work qualifies for a No- Notice Short -Term Dewatering permit pursuant. to Chapter 40E- 20.302(3) or is exempt pursuant to Section 40E- 2.051,.FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Potable Water Supplier: Utilities are not needed for this project. Waste Water System /Supplier. Utilities are not needed for this project. Right -Of -Way Permit Status: A District Right -of -Way Permit is not required for this project. DRI Status: This project is not a DRI. Historical /Archeological Resources: The District has received correspondence dated May 6, 2009 from the Florida Department of State, Division of Historical Resources indicating that the agency has no objections to the issuance of this permit. Their findings are based on the absence of significant archaeological or historical resources in the project area; and based on the location and nature of the project it is unlikely any such site will be affected. This permit does not release the permittee from compliance with any other agencies' requirements in the event that historical and /or archaeological resources are found on the site. DCA/CZM Consistency Review: The District has not received a finding of inconsistency from the Florida Department of. Environmental Protection or other commenting agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concerns about this application. Enforcement: There has been no enforcement activity associated with this application. App.no.: 090327 -5 Page 6 of 7 Packet Page -1467- erp_staff_ report. rdf STAFF REVIEW: DIVISION APPROVAL: NATURAL R OURCE MANAGEMENT: L L; di ; 5( Laura Layman SURFACE W TER AGEMENT• William F ley, P.Y. 12/11/2012 Item 11.A. App.no.: 090327 -5 Page 7 of 7 DATE: , DATE: l� 7 Packet Page -1468- 2/11/2012 Item 11.A. I z 0 1. . ....... ... Quell VOL," Gaff Club 8 i i3o - Cypress woods Golf &Country A club Nortlibrooke plan 2/11/2012 Item 11.A. I 1 _Sti fiiT COWTtjr C01WrC0t-#i Pto*jN0.60106 Roadway Improvements of Immokalee Road (SR 848), Valawood Drive, Autumn Oaks Lane and Oaks Boulevard PROJECT LOCATION MAP Packet Page -1469- FIGURE I Exhibit 1.0 Application No. 090327-5 Page 1 of 1 E 1. . ....... ... 1 _Sti fiiT COWTtjr C01WrC0t-#i Pto*jN0.60106 Roadway Improvements of Immokalee Road (SR 848), Valawood Drive, Autumn Oaks Lane and Oaks Boulevard PROJECT LOCATION MAP Packet Page -1469- FIGURE I Exhibit 1.0 Application No. 090327-5 Page 1 of 1 E 12/11/2012 Item 11.A. NN, z` sue* I:F. �' < � xFi� Now is wg - y.. ww Kt was "f a y' i tl'� .i � �i h •' K Y.' S �d �yop��py a y •I�A � N Y`yQ M t:w t � • i ... / , 1. � "��# "^.! -mow,+ -.w. 'x;`' t • \ a 1 � I gg �7y_ W 1 I «. ,1 A I�� . In�0'illl Illi o1 r'4' •�' x.i .3'r "'+t�i' f# �.I ti . < � i Q�IIIlI� E ��- I '� � � C�+ � `1 I •-; yr' �.� � g�t ' ''•� "s'. ti� 3 "if' IM s i WW�Si7iq e ''•. .. ., v;. .,��` ,.fib ,'' • ?> Packet Page -1470- ��pti t 0327` 12/11/2012 Item 11.A. 3N17 AVY 37x33 1.715 ti Q N ti � 1024 $ p it In a UCi r a N u F C X S Wa QW N W j. U12 ^ U Y ° 414141 g w 2 � � W �• v W ~ �o tibjdo j g ° p L, _O z�wW Q zt 2 N w4 N¢Lj- 4 aj( � -s v M Q W � O In aQ�. O 2 Q ~ v�I�III1�il,l ,o o I. i gyp'^ <ti o h �4 � W ti N k m � t Q 9 i; a w J V N LQ a o N = 3Nf7 AVa z - + —"�r�— �....... J �• .3N17 AVN v 3 W 8 J' 1N135N3. 3d015 � 4�„ �x � �° aak • \ ENO Q 3 2 sC0 x =4i jWW 2� /� Y O7 I-tiI- CW V �V� 4 hZ0 ¢N y 1-u Exhibit 2.0 Packet Page -1471- Application 10 090327 -5 Io Ma jwq 12/11/2012 Item 11.A. H W e N,7 v t� to 5 1 h 2 Q Z 2 2 & C& � 0 cc v_i W 2 t w Q o � q I � i a J I I Q N N 2 C U Y! s o — ?N17 AVy '151X3 1 h . H W e N,7 v t� to 5 1 h a H i � Y � Q4twi1 3N17 M/tl 2 Q Z 2 2 & C& � 0 v_i S �1 t w Q o � zv 0 3 i O� N N 2 C U a H i � Y � Q4twi1 3N17 M/tl Lf-3d 1115 3N17 M/H'1S1X3 1 ti V q 1 1 i �1 11 I � E+ ` Lu a ti vl J + N a J C7 2 2 Q Z 9 W v_i O� I i w V) ��� `tOiai. d ! n I moo 2 y I I m J Q �vtu i j ti 2 W2E2 � � M y2 Qt1+iry0 kvyy0 m � I 2 � 3 U O Q o W Lf-3d 1115 3N17 M/H'1S1X3 1 ti V q 1 1 i �1 11 I � E+ ` Lu a ti vl J + N a J C7 2 og� 4 � �O a N a Q N 1 I W 3 U ti W 4 a' 4 h W ti ti it 5� O � h � Packet Page -1472- Q =. N'� g 11 q p ti ti sass aQa� v N�gIN� u ry n N b 2 t\iou n �OOq�W > O Q C F. 1. 11 N tyw� U W W Y QW Q N ' 9 0 W i Exhibit 2.0 Application 090327-5. 3 of 10 U � rz � l 2 Q Z W v_i og� 4 � �O a N a Q N 1 I W 3 U ti W 4 a' 4 h W ti ti it 5� O � h � Packet Page -1472- Q =. N'� g 11 q p ti ti sass aQa� v N�gIN� u ry n N b 2 t\iou n �OOq�W > O Q C F. 1. 11 N tyw� U W W Y QW Q N ' 9 0 W i Exhibit 2.0 Application 090327-5. 3 of 10 U � rz � l 12/11/2012 Item 11.A. m e N 7RN � II� O S 11 fi µ� 3�N3d 17/S � C tu Y o U /• N w y�ijj��a I / N � i(p Y1♦ / Y{ / �NIIIIII pq� lo'. � l— — — —I a g� �IIIIIIII�lllllli i. I I I ? a� If I I A a 3$ o ' lab N k W Exhibit 2.0 Application 090327 -5 Packet Page -1473- 4of 10 12/11/2012 Item 11.A. Exhibit.2.0 Application 090327 -5 Packet Page -1474- 5 of 10 12/11/2012 Item 11.A. Exhibit 2.0 Packet Page -1475- Application 090327 -5 g 6of10 I W I W a Q 4 iR � G I.ALWU ( 1y 09�Zl7 W W RY Ayf i � w � �✓ 3 III �dP'9111 1!81 cw `s N � a � � R8 N I I IIIIIII��IIIII! y�� ♦ y W v� i� 8j~• � a w 3 aas I � • OW WWI. 1. � � W +R C] I 02 � UU Ly t W IPA , N ~ N 0 w 1 371 --Md ONV NV7d 93S 00'08 +6 'V1S 3N/714J1YM Exhibit 2.0 Packet Page -1475- Application 090327 -5 g 6of10 12/11/2012 Item 11.A. g Q�IW Exhibit 2:0 Application 090327 -5 Packet Page -1476- 7 of 10 t t�1 w o s���•F � I i � as W W ���� cRi�f n• i cps r f Ll ! O 3dld .tl ---••• it � 1 , w y 1 y wt C f W n p 4 W IQ L2 I W Fag; 0 oIam Q 1.. I� w wt�n a 8 � pl IIIII I g l� N e Np 1-A w 3 R1�In N' N x o 3 d SllM g N q i 1 n N N c 3NV7 Sxh'0 NM'R1IN MW OWAMA AWK j OD 00+5 715 • 3Nn SM Nwinr .t3AluK j /f"U+n 715 Exhibit 2:0 Application 090327 -5 Packet Page -1476- 7 of 10 — -- -'� •off a�A w�. y & a I aw g�Rj a ;k- o N N $ N Z � N� N k I i R4 7 V U M•1 D q i 4 ¢ W l�. z N I J o a �+ cy x� U U 4 4� W N 4 N 4 y u 12/11/2012 Item 11.A. D2 C 4 a0 4700M37Vn � qo� 1y3y5 W R 2 (9) [3314S NV7d 3HS 4°a � ; y i 00'09 +92'Z "V1S 3N17H01M11 ti ~ w~o W k a ts y� 3 W N WE Mi t3�U 00!� N�i I��a N 3AIW OOO#,37Vn — -- -'� •off a�A w�. y & a I aw g�Rj a ;k- o N N $ N Z � N� N k I i R4 7 V U M•1 D q i 4 ¢ W l�. z N I J o a �+ cy x� U U 4 4� W N 4 N 4 y u 12/11/2012 Item 11.A. D2 C 4 a0 4700M37Vn � qo� 1y3y5 W R Packet Page -1477- W p A N i 11.11211 Exhibit 2.0 Application 090327 -5 8of10 J V a iS 2 W � ; y i w i~ ti ~ w~o W k a ts y� 3 W N WE Packet Page -1477- W p A N i 11.11211 Exhibit 2.0 Application 090327 -5 8of10 J V a iS 12/11/2012 Item 11.A. u1 133HS 37i "d oNV NV7d 33S g 00'0k+L "Y1S 3N17HO1VN N g L ' o iV � � W Q ♦ �♦ $ . L W T Si I t Ln aj =' a W W. tp 14 4 N aX. Wf. W i Q m h i � 8 4A s� �fI� 11�'j jIllli; $. lu � ullllllll�(� _. � I I , r x W o I ; Exhibit 2:0 Application 090327 -5 Packet Page -1478- 9 of 1:0 W N. I o e Q I 12/11/2012 Item 11.A. o � i 0 WN 3.YN210wo ti i i tJ �a 0 X01 Rio eat � `j r ,1 1 'N 11 ON IS I ol JIL I M M.91 100 1 IN I . lLqm Exhibit 2.0 Packet Page -1479- Application o1090327 -5 0 12/11/2012 Item 11.A. Exhibit 3.0 Application 090327-5 Packet Page - 1480 1 oft W� > �. 11 ¢W L >00 G ..W va VO¢0.. `i 2 2 23Q�Z i WS 04p 4 pgQ fY 5W w- b O „ L Ni O r0 °- z.o�uW CA COiiK ,�:hctW` g NoY,~i,aFJ' R Wyye -•W i �`W1i i��Wk�pppp�iO4N W O>.W i��W4 �2i20 23'�`N` Y W 4 i4yti 0042¢4 =.�i �V r Wi`UN -`Ir �'LmhnNt O -< NF <O �CW a°N �t W4 <N - OS •O- --:H Nfwe w0� >f •.4OC2C Y ¢ O• Rpa y4�'- pL <• O NN�Oi ?oW N -i ' �. WOW W NN. <¢ > OW ;< � fiSO� ;O S � WOi Nm�W +�00 <'OYiVp iC iY Ti �UYO�N �/O ¢. ¢i1�� ¢fQU LLOE i¢D GtW eN Oa'pi > "' ¢ <�yyU WG -W U,D'S i2W 1Wy� ¢WY-¢�4 iC SAO S. O Q yNy.�000 S� O U -0 +C-y O.Y OSYWQW yU i <... i O>o O�U. <O¢W. i..- wT`SO¢�. D �W•.V�i�W iU�YORk G�VO Ok.pi i1. �'� �• 'W Oi; O i 6,W�WI OO ¢y ..ii0 O 4- DSOW W.° O Li `4020.02. �.. ¢° 4 Y Oi ` W.K K l 0 �'. a w Y O R.G < y� F 0 °W INH. � W -¢ Mill WyS0.~ V W O OS. < i i ¢ W20.. 4U w6 tY. 4. Q.S < lW• m. Q 2 2° w aOa C W. °Q`V ENO o.u'' tis z•�'`i `u �i �=Nn • ww�pp R x � 2 i 0 W a 4D. o ax >`i owrk WO a O Y ,. is M. > OjiW _� �.W. �o WYpCOpQW ' t°i0y f(pp�` gCppUW 0N4 O�W4 oC� WO.O 2 -• > C <.W��} i N -'W mm.. .. 4:'•i. iN000N6 O }W i,uTO 0iW>60 N O -jp.`q W W N C JC 2 SON O ar0 � W. Ot'Q.>�SWQ 4uN>`i N��. N O i2 � f N U i¢ w� Y S i� UO W aw. T O` R o O�OVj < oi�Wx -pONN¢ �walUUl�� \� 2i - ¢iO -.O `002` Dr- �' �O N`NW �oow O� W W� iNW - ¢ riY <O YNWu',OaC ..- WW.a ;w YV` �r•.iiwpQp .O.,`pNpY ¢ SW g030`¢N WwCWW >Sau b L O r•• 3 O 4 V� ,� D_ 4 O U r 4 4 0 0 0 Q Nq O i S� a� Ui� pU 8N W W NO S¢¢ 34- O i WOx <W>k kp���.W¢W- .M��v,.YW- w n < N•o �. iUi Q.2 ..:�: O D N'¢ Q 4_N U O N UO Y O W 42f4 4,NU W <W a �.� -C ON O. G�O¢QD�ROO <. W.uti ti h L - Exhibit 3.0 Application 090327-5 Packet Page - 1480 1 oft 3, i O W o W 0. yy �� v M » Je`s f <4 °� W► OC W • o sa is � g8kd WW R� b 0 W O W W i 0 uwW.b Nm �V lm » m U D W �e< 1- CCC► N °�y`� NS:� <ti�RUO WR »� 4WL C.ea O1.¢ zo �,T.yt$c_oo lea WoN NW I.N 4W' 1.0 OlIy 9.: ►p� \ g °o�tieyy� i�o EQi oAii< d. 'o id WOU^iS O. a�� �8m W`Y tog WQ.o 4.4 Q -`112, NffiI� q< °CSOO� ►�• W <t C il. Hy}� 'M p'i YSCOOi r wi MOCC- !O•iF. OU Owy' O u W C i�Oy t �W Vz-, - > > O Ot <W° G�2. Y0 W -O I. C 4 �i L iolL°.0 o� m tOVW °.Fii O pW eeL p�p VLV ¢ Du WW it Nq¢OUNO�t 1. O3Di y¢� iWW U4O �muiaYr��'$.aNE gs °. 4 caw SWOW RY W °W W - S ;C9 - a Ws`� a -xti 3 °g c$� D>ti iiO �^AU Y Al C -�4'i UW OeO Al it a <W. ~tlw< 4 °M tv,G Y -� Ph N °u -d . 2-ja: CWO iIpWi . o<°O< t8Oa WO<i i4 <W�ty Iuy_ 8CM' -uV NIWa �y IZ. 'wU °to Wec OED YYC�� 1x. R _Y p� LSO• E �'v SO W Cam: BRwfd Qe�� L:W W4Wa 6 °t! -U W sL _ L -UK W-- S N 0 N < ° O O <W U.ii R,zi O W hO �<y< :INAz X04 L < »z <W EV it W D LQ 4iW ZU =O D �°un gwg! W �iim YI Oi. L 8' 1< X =eta Uyo t k F, d Wo ° iW �m p p C m 02 -- +wWV1�LLi L W O.O NW WOE 4x W ¢L 4FU 4OwO�i ayi S � Wi utip YW `OC OW WO <iC :.�'i LWW VO 4O: �4+i CA <mu is U4U> 8 i $ Wi4 a� C� V ►m O °u NG +I`i C��C�yug oU[.'Vi 4. CV 4» i-Ciy WWi.SW aa° 6F .iU i >QC1W -OV •'W9W W2N <` C 1-w yyY W W ji pWO W° �� iaW�id u.O gy-!l �44Wi >Y Um ��p t°i4 a_NN¢9. 4N <N h .x W46 HHO D W i to = Packet Page -1481- 12/11/2012 Item 11.A. N� j w �c 4 1-109. U I. �t M B Exhibit 3.0 Application 090327 -5 2of2 4 12/11/2012 Item 11.A. 9.0 CONTROL & ABATEMENT OF EROSION & WATER POLLUTION Per the FDOT Drainage Design Manual, the Contractor is required to implement all necessary measures to control erosion on the project, so as to prevent pollution of water, detrimental effects of public or private property adjacent to the project right -of -way, and damage due to work on the project. These measures consist of construction and maintenance of temporary erosion control features. The use of these measures is required throughout the life of the construction contract. Additional measures may also be required, as directed by the Engineer, due to unanticipated conditions at the time of construction. The Contractor shall take sufficient precautions to prevent pollution of streams, canals, lakes, reservoirs, and other water impoundments, with. fuels; oils, bitumens, calcium chloride, or other harmful materials. No siltation or any other operations causing interference with movement of migratory fish is allowed in streams. Construction operations in and around all water bodies shall be limited as much as possible. No frequent flooding of live streams is allowed without the construction of a temporary bridge or other similar structures. Except as necessary for construction., excavated material shall not be deposited in rivers, streams, etc., or in a position close enough to be washed away by high water or runoff. Where dewatering operations occurs during construction, the water must be treated prior to discharge into bodies of water. The treatment is accomplished by pumping the water into grassed swales or appropriate vegetated areas, sediment basins., or confined by an appropriate enclosure such as turbidity barriers when other methods are not appropriate. All borrow pits, disposal areas, staging areas, etc. shall meet the approval of the Engineer as being such that erosion during and after completion of the work will not result in probability of detrimental siltation or water pollution. Temporary erosion and water pollution control features shall consist of, but not be limited to, temporary grassing, temporary sodding, temporary mulching, baled hay or straw, and staked silt fence. Details of some of these items are found in the FDOT's Roadway and Traffic Design Standards. The requirements for these items are described in Section 104 of the FDOT Standard Specifications. The Contractor shall provide routine maintenance of permanent and temporary erosion control features until the project is completed and accepted. Replacement of the erosion control features is required in the event that the features become damaged or fail to operate as intended. After the project is completed or when the permanent erosion control features are in place, the temporary erosion control features shall be removed or incorporated into the soil in such a manner that no detrimental effect results. Valewood Drive Extension Collier County 14 Packet Page -1482- ExFilfP�€.'�cDocument Application 090327 -5 1 of 2. 12/11/2012 Item 11.A. 10.0 MAINTENANCE OPERATIONS The County Maintenance. Department is the entity responsible for all maintenance and operation of the proposed water management systems and has the •option to subcontract any of these operations whenever necessary. The primary goal of the maintenance for the surface water management system is to insure that ponds, pond outfali structures, and all roadway and other conveyance systems are free from debris, sediment or vegetation. This criterion is required to maintain a properly functioning system, free from flooding or failure of providing water quality treatment. Typical maintenance operations that are required for roadway drainage systems include but are not limited to the following listed items: (1) Pond Control Structures: The pond discharge control structures must be periodically inspected for the following: 1) The perimeter area outside of. the structure must be clear of any debris or overgrown vegetation that may inhibit or block tie flow of runoff entering the structure. 2) If grates are installed on top of structure, any debris (i.e., trash, grass clippings, etc.) must be removed from the top of the grate. 3) Bleed - down orifices must be cleaned or cleared of debris blocking the orifice opening. 4) The inlet control. structure and outfall pipe leaving the structure must be cleared of debris and silt. The downstream end of the outfall pipe must be clear from overgrown vegetation and debris that could block flow in the pipe. (2) Roadway Inlets and Pipes: Periodic inspections of the roadway conveyance system should be conducted to prevent restrictions and /or blockages in pipes and inlets: Due to the high transportability of soils and sediments in this area, frequent removal of silt from inlets and pipes is usually required. Large roadway facilities are particularly susceptible to silt due to a variety of hauling activities that may occur on these facilities. The mowing of grassed areas by maintenance crews also creates debris (grass clippings) that must be periodically removed in order to prevent clogging in the system. Grass clippings are primarily prone to clogging the top of grated ditch bottom inlets. Maintenance crews should also be able to recognize erosion problems that might: inadvertently occur within the roadway drainage system. Additional sodding and /or riprap material may be required after construction of the system is completed or after a large rainfall event - (3) Cross Drains. Cross drains are frequently susceptible to silt and scouring or erosion. These structures should be periodically inspected for silt, erosion, and blockages. Overgrown vegetation should be removed from the upstream and downstream channel areas to prevent flow restriction. The removal of silt and other debris from the culverts is required to maintain the hydraulic capacity of the. crossing. Failure to maintain hydraulic capacity may result in upstream flooding that may result in flood damage to the adjacent properties. (4) Ditches: All ditches on the project must be regularly inspected for silt and erosion problems. Failure to resolve erosion - related problems to the roadway system may result in reduced water quality in the downstream receiving waters due to iincreased turbidity. Re- sodding and repair of eroded ditch side slopes may be periodically required. Valewood Drive Extension E)& fttg4J1&sign Document Collier County 15 Application OF&D --t Packet Page -1483- 2 of 2 12/11/2012 Item 11.A. STAFF REPORT DISTRIBUTION LIST ROADWAY IMPROVEMENTS OF IMMOKALEE RD {CR 846} - VALEWOOD DR Application No: 090327 -5 Permit No: 11- 03063 -P INTERNAL DISTRIBUTION X John Policarpo - 4270 X Rina Dalai - 4270 X William Foley, P.E. - 4270 X Laura Layman - 4270 X C. Tears - 6862 X ERC Engineering - 6861 X ERC Environmental - 6861 X Fort Myers Backup File - 6861 X Permit File EXTERNAL DISTRIBUTION X Permittee - Collier County Tecm X Agent - Pb Americas, Inc. GOVERNMENT AGENCIES X City Engineer, City of Naples OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee Packet Page -1484- o -- 12/11/2012 Item 11.A. SovTx. FLoRIDA WATER MANAGEmENT Dismcr LOWER WEST CdAsr REcioNAL SERVK'L- CENTER ''.VI.'McGregor Boulevani. Fort Myers. FL 3.1901 - Ft. WATS 1-800- 248 -1201 - Stizicom 748 -2329 - fax (239) - ww-ww.shimd.gnv./hvc`/ CON 24 -06 Application No..: 090327 -7 General Permit No.: 11- 03059 -W September 18, 2009 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT: General Water Use Permit No.: 11- 03059 -W Project: ROADWAY IMPROVEMENTS OF IMMOKALEE RD (CR 846) - VALEWOOD DR Location: COLLIER COUNTY, S29ff48S/R26E Permittee: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS This letter is to notify you of the District's agency action concerning your Notice of Intent to Use Water. This action is taken pursuant to Chapter 40E -20, Florida Administrative Code (F.A.C.). Based on the information provided, District rules have been adhered to and a General Water Use Permit is in effect for this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes, administrative hearing and 2. The attached Limiting Conditions. The purpose of this application is to obtain a Water Use Permit for dewatering for the installation of Pond 800 and miscellaneous utilities. Withdrawals are from the Water Table Aquifer via one proposed withdrawal facility- The Permittee shall not withdraw more than 1800 million gallons in the duration of this permit, nor more than 10 million gallons per day. A copy of the permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations. r f,,7A;c'r F #1. ;1)(li.'"AKITRi: 37411 Gun Club Road P:0. Box 24%Q, krVest Pilm tkach. FL 3:117 ri4MO • (,%1) "X) - FL WA175 140432 --kI43 Packet Page -1485- 12/11/2012 Item 11.A. Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 2 Date Of Issuance: September 18 2009 Expiration Date:. September 22, 2014 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Proposed Concurrently With Application No. 090327 -5. Modification To Permit 11- 03063 -P, Proposed Concurrently With Application No. 090327 -5.. Right Of Way Permit Status Not Applicable. Surface Water From: Water Table aquifer Permitted Allocation(s): Annual Allocation: 116,680,000 Gallons Maximum Monthly Allocation: 9,910,100 Gallons Proposed Withdrawal Facilities - Surface Water Source: Water Table aquifer 1 - 4" X 19.7 HP X 222 GPM hydraulic Pump Rated Capacity Source(s) Status Code GPM MGD MGM MGY Water Table aquifer P 222 0.32 9.7 117 Totals: 222 0.32 9.7 117 Packet Page -1486- 12/11/2012 Item 11.A. Application Number. 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 3 Should you object to the Limiting Conditions, please refer to the attached Notice of Rights which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have questions concerning this matter. If we do not hear from you prior to the time frame specified in the Notice of Rights, we will assume that. you concur with the District's recommendations. Certificate Of Service I HEREBY CERTIFY that a Notice of Rights has been mailed to the addressee not. later than 5:00 p.m. this 18th day of September, 2009; in accordance with Section 120.60(3), Florida Statutes.. Sincerely, Noah B. Kugler, P.G. Senior Supervising Hydrogeologist Water Use Regulation Division NBK /tb Certified Mail No.: 7008 1140 0001 4111 8522 Enclosure c: Engineer, City of Naples Parsons Brinckerhoff' Packet Page -1487- 12/11/2012 Item 11.A. Application Number. 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18 2009 Page 4 Limiting Conditions 1. This permit shall expire on September 22, 2014. 2. Application for a permit modification may be made at any time. 3. Water use classification: Dewatering water supply 4. Source classification is: Surface Water from, Water Table aquifer 5. Permittee shall not withdraw more than 1800 million gallons in the duration of this ,permit, nor more than 10 million gallons per day. 6. Pursuant to Rule 40E- 1.6105, F.A.C., Notification of Transfer of Interest in Real Property, within 30 days of any transfer of interest or control of the real property at which any permitted facility, system°, consumptive use, or activity is located, the permittee must notify the District, in writing, of the transfer giving the name and address of the new owner or person in control and providing a copy of the instrument effectuating the transfer, as set forth in Rule 40E- 1.6107, F.A.C. Pursuant to Rule 40E- 1.6107 (4)„ until transfer is approved by the District, the permittee shall be liable for compliance with the permit. The permittee transferring the permit shall remain liable for all actions that are required as well as all violations of the permit which occurred prior to the transfer of the permit. Failure to comply with this or any other condition of this permit constitutes a violation and pursuant to Rule 40E- 1.609, Suspension, Revocation and Modification of Permits, the District may suspend or revoke the permit. This Permit is issued to: Collier County Board of County Commissioners 2885 South Horseshoe Drive Naples, FL 34104 7. Withdrawal Facilities: Surface Water - Proposed: 1 - 4" x 19.7 HP X 222 GPM hydraulic Pump Packet Page -1488- 12/11/2012 Item 11.A. Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 5 Limiting Conditions 8. Permittee shall mitigate interference with existing legal uses that was caused in whole or in part by the permittee's withdrawals, consistent with the .approved mitigation plan. As necessary to offset the interference., mitigation will include pumpage reduction, replacement of the impacted individual's equipment, relocation of wells, change in withdrawal source, or other means. Interference to an existing. legal use is defined as an impact that occurs under hydrologic conditions equal to or less severe than a 1 in 10 year drought event that results in the: ('1) Inability to withdraw water consistent with provisions of the permit, such as when remedial structural or operational actions not materially authorized by existing permits must be taken to address the interference; or (2) Change in the quality of water pursuant to primary State Drinking Water Standards to the extent that the water can no longer be used for its authorized purpose, or such change is imminent. 9. Permittee shall mitigate harm to existing off -site land uses caused by the permittee's withdrawals, as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm caused by withdrawals, as determined through reference to the conditions for permit issuance, includes: (:1) Significant reduction in water levels on the property to the extent that the designed function of the water body and related surface water management improvements are: damaged, not including aesthetic values. The designed function of a water body is identified in the original permit or other governmental authorization issued for the construction of the water body. In cases where a permit was not required, the designed function shall be determined based on the purpose for the original construction of the water body (e.g. fill for construction, mining, drainage canal, etc.) (2) Damage to agriculture, including damage resulting from reduction in soil moisture resulting from consumptive use; or (3) Land collapse or subsidence caused by reduction in water levels associated with consumptive use. Packet Page -1489- 12/11/2012 Item 11.A. Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 6. Limiting, Conditions 10. Permittee shall mitigate harm to the natural resources caused by the permittee's withdrawals; as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm, as determined through reference to the conditions for permit issuance includes:. (1) Reduction in ground or surface water levels that results in harmful lateral movement of the fresh water /salt water interface,. (2) Reduction in water levels that harm the hydroperiod of wetlands, (3) Significant reduction in water levels or hydroperiod in a. naturally occurring water body such as a lake or pond, (4) Harmful movement of contaminants in violation of state water quality standards, or (5) Harm to the natural system including damage to habitat for rare or endangered species. 11. If any condition of the permit is violated, the permit shall be subject to review and possible modification, enforcement action, or revocation. 12. Authorized representatives of the District shall be permitted to enter, inspect, and observe the permitted system to determine compliance with special conditions. 13. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations, 14 The permit does not convey any property right to the Permittee, nor any rights and privileges other than those specified in the Permit and Chapter 40E -2, Florida Administrative Code. 15. Permittee shall submit all data as required by the implementation schedule for each of the limiting conditions to: SFWMD, Environmental Resource Compliance, P.O. Box 2468.0, West Palm Beach, FL 33416 -4680. 16. The Permittee is advised that this Permit does not relieve the Permittee of complying with all county, state, and federal regulations governing these operations, maintenance, and reclamation of the borrow pit. 17. All dewatering water shall be retained on the Permittee's land. Off -site discharge of dewatering effluent shall not be made. 18. The excavation shall be constructed using sound engineering practice. If the excavation endangers the properties of adjacent owners through erosion, side wall collapse, etc.., the Permittee shall cease operation upon notification by the District until a method to prevent such occurrences is found and instituted. 19. Permittee shall immediately cease dewatering when continued dewatering would create a condition hazardous to the health, safety, and general welfare of the people of the District. 20. Permittee shall be responsible for clearing shoaling it the Permittee's dewatering operation creates shoaling in adjacent water bodies. Packet Page -1490- 12/11/2012 Item 11.A. Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 7 Limiting Conditions 21. Permittee shall comply with turbidity and general water quality standards for surface discharge into receiving streams; as established by Chapter 62 -302, Florida Administrative Code. 22. Permittee shall not lower the water table below the following depths: -2.25 feet National Geodetic Vertical Datum (NGVD), or 14.25 feet below land surface (bls) 23. A copy of the permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. 24. In the event of a declared water shortage, water withdrawal reductions will be ordered by the District in accordance with the Water Shortage Plan, Chapter 40E -21, F.A.C. The Permittee is advised that, during a water shortage, pumpage reports shall be submitted as required by Chapter 40E -21, F.AZ. 25. At least 72 hours prior to initial dewatering, the Permittee shall notify the District that dewatering is about to commence and verify all precautions are in place prior to project commencing with pumping operation, including: A) The location and design of the recharge trenches and on -site retention areas where dewatering water will be retained. B) The location of monitoring facilities, and C) Other appropriate site- specific issues related to the protection of the resource or other existing legal users. Failure of the permittee or his representative contractor to notify the District before dewatering is initiated will result in enforcement action. If necessary, the District shall conduct a site visit. Notification of commencement of dewatering can be made by contacting: Scott Korf at 239- 338 -2929. 26. Dewatering is authorized by this permit for a duration of one year from the date provided to the District by the Permittee in accordance with the notification requirements as stated in the Limiting Conditions of this permit. 27. The Permittee shall conduct dewatering activities in adherence to the following operating plan: Exhibits 1 -3 show the general project location and the project site. Exhibit 4 is a description of the typical dewatering pump to be found on -site. Exhibit-5 provides volumetric calculations, details of the dewatering plan and general notes to be followed by the contractor on- site'. Exhibit 6 shows the pond to be dewatered in two cells and the location of the recharge trench. Exhibit 7 shows cross - sections of the pond, typical recharge trench and retention berm. Exhibit 8 provides the surveyed plan and profile sheets for the project. Packet Page -1491- 12/11/2012 Item 11.A. NOTICE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Fla. Slat., following is notice of the-opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy.. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's ( SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Slat. Persons seeking a hearing on a District decision which does or may determine their substantial interests shall file a petition forbearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice. of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Fla. Slat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fia..Stat. "Receipt of written notice of agency decision" means receipt of either written notice through mail, or electronic mail, or posting that the District has or intends to take final agency action, or publication of notice that the District has or intends to take final agency action.. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the timeframe described above waives the right to request a hearing on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand - delivery or facsimile. Filings by e-mail will not be accepted. Any person . wishing to receive a clerked copy with the date and time stamped must provide an additional copy. A petition for administrative hearing is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach, Florida. Any document received by the office of the SFWMD Clerk after 5 :00 p.m. shall be filed as of 8:00 a.m. on the next regular business day. Additional filing instructions are as follows: Filings by mail must be addressed to the Office of the SFWMD Clerk, P.O. Box 24680, West Palm Beach, Florida 33416. Filings by hand - delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing. To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the. petition. Filings by facsimile must be transmitted to the SFWMD Clerk's Office at (561) 682 -6010. Pursuant to Subsections 28- 106.104(7), (8) and (9), Fla. Admin. Code, a party who files a document by facsimile represents that the original physically signed document will be retained by that party for the duration of that proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who elects to file any document by facsimile shall be responsible for any delay, disruption, or interruption of the electronic signals and accepts the full risk that the document may not be properly filed with the clerk as a result. The filing date for a document filed by facsimile shall be the date the SFWMD Clerk receives the complete document. Rev. 07101/2009 Packet Page -1492- 12/11/2012 Item 11.A. Initiation of an Administrative. Hearing Pursuant to Rules 28- 106.201 and 28- 106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1/2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number, District file number or any other SFWMD identification number, if known. 2. The name, address and telephone number of the petitioner and petitioner's representative, if any. 3. An explanation of how the petitioner's substantial interests will be affected by the agency determination. 4. A statement of when and how the petitioner received notice of the SFWMD's decision. 5. A statement of all disputed issues of material fact. If there are none, the petition must so indicate. b. A concise. statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's proposed action, 8. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for tiling a petition. The SFWMD may, for good cause, grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension. A timely request for extension of time shall toil the running of the time period for filing a petition until the request is acted upon. If the District takes action with substantially different impacts on water resources from the notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule 28- 106.111, Fla. Admin. Code, unless otherwise provided by law: Mediation The procedures for pursuing mediation are set forth in Section 120.573, Fla. Stat., and Rules 28- 106.111 and 28- 106.401 -.405, Fla. Admin. Code. The SFWMD is not proposing mediation for this agency action under Section 120.573, Fla. Stat., at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3) and 120,68, Fla. Stat., a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD's final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9.110 in the Fourth District Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the SFWMD Clerk within 30 days of rendering of the final SFWMD action. Rev. 07/0112009 Packet Page -1493- Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009` Page 8' be :Taryn Boomgaard C. Tears - 6862 P. McGary - 6861 Permit File S. Korf - 6861 WU Compliance - T. Schwetje - 6861 Engineer, City of Naples Attn: Naples 735 Eighth St South Naples Naples, FL 34102 Parsons Brinckerhoff Attn: Greg Cutrone P E 5405 West Cypress Street Suite 300 Tampa, FL 33607 ADDRESSES Packet Page -1494- --- 12/11/2012 Item 11.A. ` 12/11/2012 Item 11.A. A.,25 R,26 021 R20 R 29 8:311 Im W& k34 T46 4, 40— T 47 5 + 901. T 48 L T44: C331 RA + "T 6 aW 51: T 54 q 52 TV 92 .. .. . ... T 53 Project Site COLLIER COUNTY, FLORIDA N Legend A BApplication Map Date: 9/16/2009 ClApplication Sections Application Number. 090327-7 Permit Number: 11-03059.-W Project Name- ROADWAY IMPROVEMENTS OF IMMOKALEE RD (C.R 846) - VALEWOOD DR Packet Page -1495- 20 Exhibit : 1 i 1i O a fp N Kg6 tong -a oak @s !} a N N Y A O C Brawn �a tyJ6 m` L x 1 Hidden Oaks Autumn Oaks 12/11/2012 Item 11.A. r. 0 Fieidfair -5; 0 m. tr Mistfethrush --` I A a m ®1984 -2008 Tel. Atlas Rel. 072008 COLLIER COUNTY, FLORIDA N Legend A Application Map Date: 8/31/2009 Application Number: 090327 -7 Permit Number: 11- 03059 -W Project Name: ROADWAY IMPROVEMENTS OF IMMOKALEE RD (CR 846) - VALEWOCPD DR D 550 1.100 Feet Exhibit: 2 Packet Page -1496- I!gigx3 12/11/2012 Item 11.A. L-L.N060 Packet Page -1497- e :ON }! lgx3 .� \ CD c $ © V ■ CD � E k © e 22 $s Co D E 2 \ � 12/11/2012 Item I1.A. C >�7■Im a��o�m m ■z� CD § g 2 f\ \\ k) k CD C lm \/0 / o , @ § \ R ok k 7 ] I 0 E w � m L z « _ . C:) / \ / / \ / CD .\ / \ k% Packet Page -1498- c 2 / / z 2 Cr CD \ d � � k a M m ■ 9 jq uX:� 12/11/2012 Item 11.A L-LZC060 •lel;lwgns s1y3 yllnn papnlaul aJe g algel pue 517170 wJo3 palepdn ayl -paslAaJ uaaq aney a algel pue 51717d swJo3 '01Jeuaas BulJalemap paippow app }o 31nsa.i a sd •yauaJl aBJeyaaJ pawJaq punoJe apeJB Bulpnlaui 008 puod Jo) apej8 leUl! lanJ;suo:) '( -sadols ap!s 008 Puod.lanJlsuoa pue Z tlaa aieAeax3 '9 'i Ilaa pue wJaq a,Jey:)aJ ol:luanl ;pa dwnd -dwnd Jalawelp yaui b pue slulod pane Bulsn Z Ilan Jalemacl -S •sadols ap!s 008 Puod 3anJlsuoz pue 1 Ilaaaaeneax3 •p •Z Ilaa of luanl7 ;a dwnd -dwnd Jalawelp yaul 17 pue slulod Ilam Suisn T Hai Jalemas3 •£ -110-91 uotlenale le wJaq )o dol pue 1) 9 "01 le uollenala wol;oq ayl 41!m Z Ilan 13nJ1suaa -Z •yauaJl agae.yaaa pawJaq 1anJlsuoD •T •18a4S SuuaWmaQ puod ayl uo papnpui aJe pue uollanJ;suoo puod ayl uo uo!1ea!l1Jel:p Jo} pap!AoJd aJe salouSutmolloj ayl '[9tN 69'0 > DIN SS'0 = S x DIN TT-0) Aep fad Ilan pea olul padwnd aq Ipm 1eyl luanll }a ;o lunowe a41 sawn (S) anll Si Haa yaea ui ap!AoJd awnloA 441'(ODW TT'O) aSJe4as1P wnurnxeiuslyl uo pase8 '0JW 11 -o of aB.ieyaslp urnwlxew ayl l!wll Ipm 4:)igm uo►leaado Aep lJom Jnoy 8 ue of pappisaJ aq ll!m dwnd ayl 'JanaMOH 'Cr9VV Z£'0 01 a2Jegaslp Al!ep lelol e Jo'Wd!D ZZZ ;o Allaede:) aBJeyaslp wnuwlxew a sey dwnd /,JeloJ pasodoJd ayl sadols apls puod ayl }o uopnJlsuoa pue uorleneaxa of Joud dwnd AJe1a yaul t7 e pue slulod clam Bulsn paialemap aq p!m albs ayl Aljaedea aBeJOls Jo DIN 69'0 aney II!M Ilaa yaea `1; 17.17 jo yldap algel!ene .ue uo pase8 '1) 17'17 s1 aBeJols,Jo} yldap algeHene lenlae a41 'PJeogaaJ; JoJ pasn aq IplA'm 1} 0'1 AlalewlxoJdde aaulS •y:idap aeerols lelol }o jaaj y-S aplAoJd Ipm pue (sane gb'0) '1J "bs 000'TZ AlalewrxoJdde yloq aJe Z Hai pue T Hai •a11s1 }o luanl;ja padwnd a41 a2Jeyxlp of paau ayl aleulwlla Ipm 4 ?!4A^ spa:) (Z) onnl Aulsn palanJ;suoa aq ll!m (008 puod) puod pasodoid a4l .al!slJo pa$Jeyassp aq IIIM luanl; ;a padwnd ou leyl vans lejl!wgns lep!ui ayl woij paslAaj uaaq sey Suualemap pasodoJd ayl olJeua:�S ulaalevaaCI 008 puod Packet Page -1499- g I!a! qx3 12/11/2012 Item 11.A. Ri $ `K .7i e E i a h ■ ^ x. z x x' ^ ^ } r Y T r z ;R pNe K n w txi � k 4 Packet Page -1500- L- LZE060 Al b €C ry z O H I� H 9 I!q!gx3 12/11/2012 Item 11.A. L-LN060 Packet Page -1501- G 1 �t ' •.� j v �, I Ida � 9I r ''�: P Y` � !r N - '�.. � 4 � • . l� �~ 1 �'° w'a'r.• w'" �'$ , Ila 7 a �6Tgq. uw f {3 rRsr. r � .. • - •.: var�i�nam vni►�f '� �- �� �, e � pipe ' �^ JI bpi 1 .N 8 1 g� •,g v 3 € Packet Page -1501- 4 Iigiu; 12/11/2012 Item 11.A. jou L j q!ux� v D z cY v I -a C7 D r 0 N Ul R1 n -a O z 0 rn n a r+ z x D z v m r. z O z 0 m r r 12/11/2012 Item 11.A. L-LZ�06U 0 477 � o . \f�\� \m . ✓ X 4n nr \. !! Ir : y tzl / \/ i /. tz a a, ► t, l l: l i All rn ttttt i XX r NY \�� t, t I i � � ,� •�• t t r Packet Page -1503- R I!q!ux3 i ". k z- Shy o �g P � � 1 x7 0 y VNC aN� I I F� Cam, <ES BL >0.1 I i I I i I I I I Packet Page -1504- I 12/11/2012 Item 11.A. L-LZE060 D.RiVE 0 ;9 gna Z 0 }i Y a Y a 8 jp qx---� 1� 8^ r QOM P qqr4 i GR �i i Z 8 n Page -1505- 12/11/2012 Item 11.A L- LZC660 SrCE Mtw Ar1D PfiOFjL-- SHeZi (Zt_a "q Ys V � g +. g l i l( , I o t & E s h g 1 �• j7 • j Packet 1� 8^ r QOM P qqr4 i GR �i i Z 8 n Page -1505- 12/11/2012 Item 11.A L- LZC660 SrCE Mtw Ar1D PfiOFjL-- SHeZi (Zt_a R I!q!gx3 12/11/2012 Item 11.A. L-LZC060 t�arCettttr£ STA. tDf60D0 s' SEE PLAN AND PRDFJ s to CA MA i • A A5 . >K. .t I 1 ar : a F r it tA :t w i I., pin, i bf �'^^ �— 1i� y[^r It Y k [ �b �"A 1 IAg b 1 � q 7 � _ t i ..__ L q ✓ • '•y �i '! 11 1 � � � N 4N .. o a kS J Sk i i fxx n : d V .lye R Rr i h E 4 Packet Page -1506- 12/11/2012 Item 11.A. 8 jq uX:� L -LUD60 j qx:� 12/11/2012 Item 11.A. L-LZE060 7' � �• gi~ � all i -7 z y, v-AaiVGOD DR. 9 VALEWOOD DRIVE rek- t F C; SEE ptAv snEET IS) --.—Packet Page -1508- I!q!gx3 12/11/2012 Item 11.A. L- LZC060 ;i Al va . - •V+4E%Va? DRIVE i N S �. �� ' . �- tr.+toE •: r n _ SNP i. - r � I ti 7 q a st } N C f �a r s i t t ry , ^ '^3 i ....... t L. s r46' AWN- 12/11/2012 Item 11.A. EXHIBIT L: STANDARD DETAILS Not Applicable 92 Packet Page -1510- 12/11/2012 Item 11.A. EXHIBIT M: PLANS AND SPECIFICATIONS PLANS AND SPECIFICATIONS The following special provisions are taken from Division I of the FDOT Standard Specifications for Road and Bridge Construction 2007. Many sections of Division I have been deleted and in some cases replaced by provisions in EXHIBIT H. The Contractor is responsible for reviewing all contract documents and sections. If a section within the FDOT Specifications for Road and Bridge Construction is deleted and there is no section in EXHIBIT H that section is deleted and not applicable to this project. DIVISION II and III of the FDOT Standard Specifications for Road and Bridge Construction (2007) are adopted and made a part of this contract as amended. Any references in Division II and III to sections within Division I which have been deleted and replaced by provisions in Exhibit H shall be treated as references to the applicable section within Exhibit H. ORDER OF PRECEDENCE The order of precedence provided in Section 17 of the Construction Agreement is supplemented by the following: 1. Exhibit I - Supplemental Conditions. 2. Construction Agreement 3. Exhibit H — General Terms and Conditions 4. Advertisement for bids, instructions to bidders, proposal, contract form, payment and performance bond. 5. Exhibit M - Plans 6. Exhibit M - Specifications 7. Exhibit J - Technical Specifications 8. FDOT Roadway and Traffic Design Standards 9. FDOT Standard Specifications for Roadway and Bridge Construction 93 Packet Page -1511- W C� O J v cc Q v� Q Q �4 q I > J n o C 0 W V1 I�: I, i� ti!�iit�iii��iijiil��ii�,��i�i Viii ii•, Li111j. s � V ff 3- 9Z -i�J/ 1! - -•- --• i y I� N N i I V) ? Ql) ri Y a z uj Z) UA Cr z tia �C� �oxQC�ov� z a Q i"w W Packet Page -1512- 1 tn�C�uj lj ,lid? G1 cn? 1 1 1/2012 Item 11.A. J N n ti J N o v� Q Q �4 q I > J n o C 0 W V1 I�: I, i� ti!�iit�iii��iijiil��ii�,��i�i Viii ii•, Li111j. s � V ff 3- 9Z -i�J/ 1! - -•- --• i y I� N N i I V) ? Ql) ri Y a z uj Z) UA Cr z tia �C� �oxQC�ov� z a Q i"w W Packet Page -1512- 1 tn�C�uj lj ,lid? G1 cn? 1 1 1/2012 Item 11.A. J n O J N C oo�� Q N �3 LO 0 0 0 �. a- N 0- gN W n i « A�C ro ni iii _ 0 0 N /� 101 ?ION, 0 m � m 0 O C � O ca In W n O J N C oo�� Q w ki Q� �8 Wkn O ` L Q O �g m : �v LO N CL Q O § § CC, § \ j �\ # @ \ 2 \ % k k \ \ § \ j / % \ \ }� \ \ \ ) § 7 \ ) \ W < / \ \ \ § 8 § LL- Lt. / \ k ( / % \ � � j / § \ 2 \ j 2 � \ \ j IF ) \ \ § ) \ \ \ ) V) § § \ < \ \ \ � \ \ 5 \ \ § t § \ / �§ \ \ } / \ \ \ k� \ \ \ 7 \ / \ / \ ¥ Packet Page -1514- 12/11/2012 I m ]].A. \ § � % \ƒ / ®_ / ® 2 4 ) @ § 8 § ( a u a \ \ \ § �. \ 6 . \ / 2 § R \ § -4 Z_t 7% $) 3 § � § § \ § § w \ § % \ © E \ \ § Q @ 9 .7 / { q § \ Q {$ \ q% 2 / � §% / « {E § § IZ \ 0 / § ) / 2 / § Q k % L E ƒ/ 2 t « / / I $ ® § f }/ xU- m� © Q zt Jz 4 u /k \\ 4 �\\ \\ \ CL @ $� m tz ■ % \R \\./ $§\ \) $ f\ w < 2 Packet Page -1514- 12/11/2012 I m ]].A. I I� I� m �Q y of i z � 1 Q IIi I I I I I �RggNl��� � •• ois � 1 \ i FIO 11 I 7 3 3 t 77 SPEED LIMIT Q J �z I � � j z� Q Z o ° m mm� 1 W / � O 3, p 3 ti �< y 12/11/2012 Item 11.A. 6 i NN b IRK O y ti I � I Z / aiavnainog 93mvo Packet Page -1515 - a as g 3 � W A �y k 3� tiR 3 Wi 3�io 0 [AIMG a0OM31VA W Z a 0 Q w � � to �O a � 13Yt �QIQ Vk I I I� I� I� li 13 I� Imo, I� w 3 �o fi I cc :::�T*l Packet Page -1516- 1 a =11 3 a I 13� I�< 12/11/2012 Item 11.A. z�z uj � Z �Ln °az�W US1to W • • • A V1 V1 V1 rc 7 3K TOP � L WAY /kb'M T1H C ► WQ d01S N '3 It 4 z: N ' in LU 5 l I� w � � to �O a � 13Yt �QIQ Vk I I I� I� I� li 13 I� Imo, I� w 3 �o fi I cc :::�T*l Packet Page -1516- 1 a =11 3 a I 13� I�< 12/11/2012 Item 11.A. z�z uj � Z �Ln °az�W US1to W • • • A V1 V1 V1 rc 7 3K TOP � L WAY ti w W L g N N Z ICK J v W O i �12 IW .i III X11= mil NII � ii QII v i� II.� I II I Ik =- �� II 2� 4 J a� 12/11/2012 Item 11.A. 225 ------ -adOLI - - - -- W — ;es----- - - - - -- LO lu •z Qy t\ � � N \, / t W � J V_-- _- -- - --- Q 3� 3 < yt to k W WWt � y 1 �a I I � 3 = i N ,W_ < 33y Packet Page -1517 - nii r n IM K W r Hit; tu t N N N I �S N N S L33HS 39S 00 +f6-7 •d1S 3N17 f 0.LVH I-It, I bi L w� 3$ � H 16 g� 3 w 7 . 12/11/2012 Item 11.A. I I II II I I I I I I I I 1 II II I I � I I � �. Wy II II awl IN II II ' '4 441 J " N Q W� �a�� <�, II 11 I W a II II I 4 NEXT SIGNAL I II i i i��ll al I� I� i II I II II. I II II I �! Jill IL II II '� II II I I II II II il� i i i II�II i i i I � it 0II II � cc iW11 I � I I I II II I I I e I I-It, I bi L w� 3$ � H 16 g� 3 w 7 . 12/11/2012 Item 11.A. I I II II I I I I I I I I 1 II II I I � I I � �. Wy II II awl IN II II ' '4 441 J " N Q W� �a�� <�, II 11 I W a Valewood Dr NEXT SIGNAL I II II. I II II I Packet Page -1518- v Ww a� N � I wl N W i N N Ni Q W W I II II II 3 II � 12/11/2012 Item 11.A. all I I �\ I I I I it I I u� I� I II i I 1 I Ii II i4 I I I I I II II I II II I i II Ii II _ III II II II I II � I I I � I I I I I I I II II I I II Ii II I II Ij II all I 1 II i II CII I II WII i i i I II �Ij t I li I I I III I I I'° I I I I I I it i II I I I .. I i i i I I I I I I � II Packet Page -1519- I 11 II W I II II II 3 II � 12/11/2012 Item 11.A. 12/11/2012 Item 11.A. Q� i to °- 3 o 3 toll � k p O Qo� atiC'n H �Y xzWw p 3 W Z o _� C� C1 � i ca °� cn c m > q O . U ¢ q acW> O U q V) >� q¢ O U q 4 O U V ¢ q av q O U ¢ q to �Cwx 4 O U Q q V1 t V to 4 OQ U Q O� U Q V1 C-) U Q In ¢ i Oq U ul x x lil 1 1 1 1 1 1 s W W sN .��...i Lo J Q Z7 Z O N O X W to Z •���2 ^'7 I L tz 0 � Q CO Z Lni In cp N t: N o� N tn� PacketPage-1520- I T fS.h 3 of `D i3 In h�3 1 Q i Q t i Q ti C m j I, h i� 12/11/2012 Item 11.A. d2x VD O W2 d�WW 8S fn LQO ii C ti Y t0 •�"Rp q p II i W W N 4 A IR I b N� hW Wt 24 Z Wvwi< u�ZS Q P7P a o3 �i�x xx r I�lJ ti g m w 0. 4 i3 In h�3 1 Q i Q t i Q ti C m j I, h i� 12/11/2012 Item 11.A. d2x VD O W2 d�WW 8S fn LQO ii C ti Y t0 •�"Rp q p II i W W N 4 A IR I b �N N� hW Wt 24 Z Wvwi< u�ZS Q P7P — ul.r�n Co c%i � CV �1 r If1 ti g m w 0. 4 . F ` 1 —III 4W �c T =li ; —II :I --ll �hh ww I{F111= I{- II'� �I 4d �N N� hW Wt Q P7P — ul.r�n Co c%i 2 Wt 1. P7P Y x 1 —III 4W o� T =li ; —II :I --ll �hh ww I{F111= I{- Is o k o 2 L .o . • o e a , a • p • C . � • p. lO °Q• -o. 4•.Q �Q.p Q Packet Page -1521 - U O I III J Zt ti Q 12/11/2012 Item 11.A. LW Q 3 0 J g ] a N w M � N � 4a1 q W 0 VW + p W n Wcn W v, W J!l; -IJ LY r t�C .+ V) i V) $oo W � z ao� o Rl tn y h - L - sg ? Ij o °* an �m Waa � 1 O tiW =xa4� O � W.n LUO u11.SC O� � �Nx°x ¢p oW 4I J �� NO••ICOUO W t�~ aN �� V41 i�- WI- .i�(R(���nS OCL V q` W 2 H�2 <C W �Cd VVQ W 4 y�� F• W x � W Packet Page -1522- 12/11/2012 Item 11.A. Packet Page -1523- ---------------------- �A III�A� �� �91�IYfl■I■�IIWI011�11 Ioiu�u��w�um�nmue�u� �9BINO�IIII�I���Y II�BIt @��IIOIgI�I�III�RIIIWIII�BIII�I �NYI�III�IIII■IIIWII Packet Page -1523- 12/11/2012 Item 11.A. Packet Page -1524- > >�0 0 W I J W Y 1.Ot4�� NNp x �a � �• J� i 4�~ i = ti UC W z ~ U W W W � ;� O`y-� L= •[' pap ZZ �W U <¢ W N N W W J W> 1. h4 O O V u O W O u> O x ooO a C C lliyy ph h0 JWW ¢II- i u0 .�.�. 4� O O0 0 <WO 1 a >� >> O iW i3 >8 x 7 O 24 sue1�¢ ¢J u� i i W �Jp tai W W J� �V ft We �O ppu m W -CNN w omg 4 O t-`: 20 Ct W x O V < F• NOI W W (�N C.t �. W W <-• < x 3 W h0 N W O Nn 4 O � 0 2 Q JA J N O , O �- •< U�• � N � Ni N � Ii•�a 2 W ~ �U 4 ` � 666 taj l� C O =� W 2 i 2 `C FW...O '� OW iI W W C W O< w0 W < OW �. X00 M V NWd NJ U Y i0 0Y• NOV x.i 3¢ u 2 S Oh O V V ^' N W> h00 2W ULP Om JW~ Y J a ib a W i �iU vW �C V W O< VOW > = > x0 Cphpm pp 00 OOM � O Wa NV¢ NW N 4 UT >¢> UJ W C >a N1+ 2W< W4 N2 N� O O cOp� M 01 Nn N .•1 1(1 r� q ip a 1. bi T T Q Yf N h m V j m < N C W C S O ".Q >¢ W w N h O N •'1 P P N O .if O N x Yf b h �- J N x N U e >Ola WUh O>W 4 ^ <O¢ w1 N< J O tl' i O W 001. W N2 Y 2 w N N N N N N al N N N N tiN; 2 W> 2C O 0 a¢uJ� CgqVJ 1,S R < J z ,�11 IIII SOThN « x2> hUU UW Wh> Wi < k U ly<y�x ZCOCU 3 >�.N OOO UVW 2 W C < tiJ� Z O O O OxN hllnQ, t>Ir Wm W¢O xCw Cx-d yW[�x W W1¢w� W� ti pW� J x �WW 2a> QUO• I NNA 3W O3 ��0 � � N � � �UW >Oi2< �-W •W o 2 � x ¢ i >> bW h a uJx p> W ¢ � W > � V tN g �x< C 2 4 V O z O 4 <a V `•�- t >3V �->C a¢ 55�,� J J <` W ¢ tz Nj�t _.2 C1J0320 a• NO U¢ Olt a< WO W U 4 W W U xua 2 W 2 2 O W JO> QQ Nh a 20> OWJ W O xJY Y� W x 4 V 4 S 9< m4 N a O O OO W >< h C << x C V tl W W �C. 20 x J J JhC �W O •tiVJ O > V V 4 3 T 3 O 2 3> O N V a oC VI- W < J C WO! 1. W JW ON aC V h OV a Oar C¢a WO24 pp� VO¢ W1. Wia => W O > W 2 ><O �� w2 ~ < L61' o O `x O2 a »p d NO < <O W ¢a •x> N aC > C a W JOJ�O O W -N C< O O S 2 O> <2•• N J 22m O« W 4 2 WW C J 4OJ WW< C N VW V aU < W C O W Q IN> <W U < >W < a��• 2>W h <V W N i i ¢OTa T> S ! W otoJW > a^ a >>¢a 42 O O 02 >C� U ;�•o ti WN. U42 1� W O hi 3 R �WO ¢ q `t Ohzo p po W O< I. L v < �ZWh Cad xo iQ.2 hfa.1 W x Q ;ua >C W O �' T O 0 0 J > Y W W D ¢. > i ti b O I W i W < < < O �• a J UW1. J< a J O ht CO J2h J j J W W C O I.C¢ p It OK M V < S h W W a N W < N ¢ 4 = In W W 1- a J x O S hWtiW m W < W ON� o 0 a W N x <2 V • N¢« UaN C • • C >2 � C2 ^ 0 O O W > W Va � ¢ P C V a? ¢ IaI �Z I � W 0h V2_x a ¢2It N J N p Wb m Y �x O W O pOJ J > ; 4 > > ~ h2 vi i i m a 04. 2 < > 2 `•W 2W J i i z W `Z NW Ja _ ti:2Q0 ti00 j J m C 2 3z It V OU 00 Na 00 iti H'00 OUIw. 5H U V ` N W OaWf<. i O t hV i~ WW J 2 I <W W 4 xc¢p> h�0�0 z�k 1. C W J J SI N O W 3 J MSCa C <C > I�h2 1-W 1� J i W W S4 2 w C22 xN W 0 y m �y 2 O OL O O 3 44 3W W N O Oppp OW4 �2 W �2 < A4� _ 4h O CEO OU < �0 N Wh �O <;> I O V hPhO P 00 <IO bJN Packet Page -1524- 12/11/2012 Item 11.A. < y i (� O > > > > a > > > a W - W aa4q mWW u V U U V u U u yb>N q Otiw Ww[> W> -1 UWU• uWu• (WV�• W UWU W W W N u u V W¢ h W1°il< W W W W W W W W c~i 1-U•'y1� > ti a ¢° Sp it at x ti 00� O Wa�O O <•NC� W <4 _04 u ' y1y� V � N�IM <T ` OWiiU ia¢2 2W3 >N W W O x <b» j1 ppp 1� W O a4�Npp 1. W U�IW W a R NOW U1S. 3 W N. mla/1 N� O° 2 W �� W q¢N 1. N < w> ..22 L x0 >aJ -N W W Nx <OW0 W •� < 4 V > g W 4 O O O.W W i i a llyy y W� �O¢UW �ppl1 2w: cc W 1� V yU M i2¢ w <¢< ;aWhU1C,� '1. u�O kO W� W.WS 2 O �W>> iJ$O OC yWj W � W 2 >20 � 9 ¢ W < > > O Nh¢ W > 1. >N a ; U C.1 1N2rN � � 2 4 W W Wes+¢ <N W �2 J ¢4 ♦ 1�Oq -« w mptp > «x O Om 2 > yp�.7 �x� <O = `N010 <� Q wk O WO <•¢ WTO W x W� ; W x W N 000 y �p � a >WC~< ' > i •W l ; W 3 W a i W a W OO.i �� � yy�y� i 0 = ►00i W wt uNa -w v O W 1-1W- W x x 4 Q W- 2 N W h 2 r G 2 W W 2 n W r xW+ N W ti< OJ pp O C J ti 2 4 4. b < ¢ S 2 W� -V 3 41+2 6 ¢ 02 xqx ; ¢ 20x iqx WI>Rp O_ ^a i ¢NO 1. N7 ;W.+Oy x WaNi ° �,2 2EJ22O -° -2HUH y� 1�0¢ OF• i JI^ 1. J1. •• W ;x ^a _ & a><o x a 8a a i a�4 a i ak a$i bq><o> Nuu =i4 ��= WW�otim wu xa$axa$a 8ax$axi - lu a u <W 2 4 G W< y\ 4 W ¢ W 2 > W> W> W> W h W < a J N N > >; a\ W ¢ N J N W N J N ¢ A U yW� a ��• - W `S ZO Y1 2 <2 3 Z4 WC1°/1Q 3C 3 wa3�a Moo ?�¢ � T W N •� W Ji� a W UW 2 >¢q W U> 4 4• 4 4 . 4• 4• 4• 4 M ytW�� O N V - i > W W Y i 3iC 4 W OW vWi < O um -C=ui um1W. 1p�y r��� ti W V f2.a V F U o � N W � W -J.�•[ O� it I1IIIpry. WC1tiW ~;q 4 U;�I.N x2 W = J O O W 2� V Q < ti Wy Vb 1� WWVN� JN �In WiCiiO '�:z O - � a 2¢ ~�y W W S a W O W W {¢ N < � t p J Li. N N= V 0 C jp p03W0 JU W q2Z « �4x2kWa O gWNx "W y J02 W � W V ti 20 14ir0 <¢W O� V b : 21W.f 012. O JJ 7 0 2 mm W W t WW vZViuxQiW =h mo 1Vi1 j Z ��a =2N y 2 Wpp 2 ~ W C O W O lz 0.CDO CJVm<at t "Rr-R y1-W <J W C c W JQWi 3z02VWV W 2eUO2< ; ^q 1N1yyx IU�a ii; 4¢ W V ; u N11 h •¢ OI^NO q> 3 W 3¢ 2 N D 4 0 WWV� W °JR� sw�4 qU1^ t1< i22 4 W y ti W NOI> O <> =x43 Pi 4 W 2 u 0 •. 4 W k u° W J N 1 4, u[ ^ u W y W< •• y W< •• u 51-1 -T W - W 0U 1^ x0 ±W �JI - <NO aqW- O�W ` <x W n w h w_zo¢u h su m u: b -�' °Qp h 4 °N1hDNhtiUHU� bh0 br3V -3` bNi> boy Packet Page -1525- p !3 dl W W VI 12/11/2012 Item 11.A. W� Oil N II MhI'by�1� p.p�N 'T7� a�`3� b1p1�J Na Q! � uu e� � W ~ �• z ((�i�ip II � •, W� W� 9 W s t� W iii II i P �• MIT!, 071777077777/7171 �s N T. ®N a Wa W °II .I uI m 3 4 N d4 p N b 3 IMP wN 40 W � rW iD b ru V �b c Y %� ¢iM iii r ► W V Li STi V2V O u ¢ b N N ya O W '1 t OR � a n w a RN h pX Z4 i ¢ YI b N �� W�V� •� 3 w by aubw 0mY, �.�.n ®W ociib uoy�a ¢NN iV ©A h h O� d¢a Oar NOi Q ��. a�.wtil1yy 1O1yy�N� �� WNNiw C�CNON 2 ti WW� JaC ep2iyW��wpp,�� 4. Y; 1.�j4rr�r.rrr h W Wei YI nN� C6 yF A OOaC N� N b rb� 00 �� QC h0•Irw� • h �' yyS•� 4 0 E; �a F r Y1 ar b w h rat 3G � U S2 h0•Irw� • h �' yyS•� $ I 7 -1'lTl w i h N o h � � w Njj Yt �-h PI ♦' i WW1 s h � ►f M1 � W N �ceti 4 W W W W W W 4 4 a } ���u���� v C W W r O C o$htimm° 000 000 O a Nd1aVl7� bbiq•�bb b jS� 3 4 0 E; �a F r Y1 ar b w h rat 3G � U S2 h0•Irw� • h �' yyS•� $ I 7 -1'lTl w i Packet Page -1526- r >w YW 1- W b w h bwh��� � h0•Irw� f O w i h N o h � Yt �-h PI ♦' i WW1 s h � ►f M1 � W 4 !iS a } ���u���� v C W W W W O C Nd1aVl7� aMU/Ul Packet Page -1526- r >w YW 1- W 12/11/2012 Item 11.A. Packet Page -1527- . % �. ■ �� .k k | � ■I� ' | Ell - - - - -- | �� SNUG j oo_�■ _ #! | | � I I I l J i l l I \ I �I Jill . . \ I ]l ] # ! � £ ■ 2 Packet Page -1527- 12/11/2012 Item 11.A Packet Page -1528- IN 1111 1 111 IF IMMUNE COMMON I JIM oil IN IN IN IN IN 11 IN 3.11-M-11-10 loll, IN IN IN IIIIIIIII i 1 Y 1 D ■11 IY BI Y1�111 11 1 ■il' Millilli 1EIIIIIIIIII ■ �i o ■ e ii' i ua oI Mill n Noy 11 IN 11111111 ME IIIII I H jill IM JOIN NONE WEI a i IN 1111 1 111 IF IMMUNE COMMON I JIM oil IN IN IN IN IN 11 IN 3.11-M-11-10 loll, IN IN IN IIIIIIIII i 1 Y 1 D ■11 IY BI Y1�111 11 1 ■il' Millilli 1EIIIIIIIIII ■ �i o ■ e ii' i ua oI Mill n Noy 11 IN 11111111 ME IIIII I H jill IM JOIN NONE WEI '7ri'=117 9W nM 43M QZWN ON 03MSrs 3/II JACVZ0713 WA 9 133W VM1 A UK 12/11/2012 Item 11.A. Packet Page -1529- Wi m 2 3 x ° N 61 4 I-•9 � 3 � W = in q a 8 N z C3 G ry Y3 wq� 4 is 7 W— 3 M915 d� hN N W • .�. � N h a p< 3 mpWW • h h 5 ru . ti H a w ,<. zi x Z- a ~ S h g C� W��� �iN • Q hhn hh LLnn vi O mq n 4ey O 7 N a- a- a- N — N— N- N- N— N — N— N— N LU Nm6 � a W Packet Page -1529- a --------------------- - - - - -� l I I i I I I I I � I I I � A I � I I I III ��I I II W4 I I � I - - - - - =— - - - - -j1 I I I t LIXC I �I W I N $ I 12/11/2012 Item 11.A. Wi �a �~ tJtUu~ 2 v4 �y W in NM1 N� �q w a Y X L a Packet Page -1530- 4 V q O in I 12/11/2012 Item 11.A. f 0 w � k11. t�Oy O g .o g 4 +1 S� v O VJ n Q o`E z a u •� a�1u o is . C V Packet Page -1531- a $ 8: tt a a N � p 13 e m� a h N W O N V x a m V uu '^ rFap� ga k Y y 4 Y h V 7 rjF$ N h h i b O V G �a u`c° out oE_ a •> N •�� N C.. O V dY All a!!! IOj III cmo% °u {VIII L y b �v � h INIIIIIII Olin V$ ° V• b y a .S. vV � ` > �•; y $$ Cpl X4111 =tea l� Q- O= O O�TaT� .0 O _ C E all I I I C ��F •' ��L..Q:' NQUY °bIN C'� fl 11 II C G'O cud° - a u o oSm-• �>•`•V c� ' J b y p u•o>'�°aE °aoE o I uu y�c� N�3 a oo° E u a c H c o Z V a F �� O N V C O N •C C V v°� � q Np� •CN o 0 W ` ` � � �mc � •C ` V t V V O � Q� I- ba `I-ta a oS a m '20, 8 E Y o � a t 8 Packet Page -1531- a $ 8: tt a s m� a h N W ga k N h h Packet Page -1531- His 3D4 ]INNIMI 3/fl 9 1.. a0. 12/11 /2012 Item 11.A. W W � � �z IZ O LQ W I V Cc LLJ LZj i � p Y g' V Y � Cl- CD %oil i m h O a w C Packet Page -1532- o ? & F� a:rVs <U7AN) t33! ------------ NOIiVA313 F S !Jy it E i o ? & F� a:rVs g a z 0 z K 0 m z w wi 2�Oo =EH F m' of EEN U U so r N 12/11/2012 Item 11.A. O K V 0 00 fV lV w n S T i a cc a a � 3 Z m o w8 E$8 �ioSoVa Ur W 6 22 W 10 aJ Q y Y W yU N i F i 1:10101 Hill „ m7AN> 1334 ----- ------- NOTIVA313 g a z 0 z K 0 m z w wi 2�Oo =EH F m' of EEN U U so r N 12/11/2012 Item 11.A. O K V 0 00 fV lV w n S T i a cc a a � 3 Z m o w8 E$8 �ioSoVa Ur W 6 22 W 10 aJ Q y Y W yU N i i 1:10101 Hill } helli IR W 8 Eiji �I Packet Page -1533- g z rx O Co uj UU O Q.' O CL N H z W C O N 2 � W X W > W W 00 13 m W = Q C � rl� w W J 0 U 9 12/11/2012 Item 11.A. O W N e a $ g LQ za a Q w WUj � • 2 S N 1 Z a W i W Q ° � X W w a` y� a Co tw p w to w' w +,n ° 4 � h �o ��I 1 I Hi 1�dH�i 1�,1 , �i i 11t 1�ii', i , i• i� � s x e 9 W v w > y LU LU o (i✓ 1� fV�J`1 6. 1---- N m to 4 CL + N 2 a•OV N w In u o J Nay L h a L 4tn '1I0 � ate', „ � a o z w �•c Iti tiff ti� O ��► Id. � O -C LLJ (n o• ; O Y o Y �Ln 7 N 2 m C O�7 ~oj t-u 2 2 t In + W W3 W ti 4 a 2 C < ! 2 O v< 2 I+ J u S W N H y ti �Cal v la dW aSS"aoai�'i< iCn "oases Ilk x ��3�avJ�z�auiSi��hnti >> Packet Page -1534- 12/11/2012 Item 11.A. N Ism O 4 W �1 R d I'll o� ti 00000 W W W W W �� ti k 4. � N O p O iiW V�in3 y�i Waw.v�i2f���n Cav�W W •. ¢¢I��ti4 22�440�+1x xap���� 4�. C i J U U m z - Packet Page -1535- Iz I"1 N-�'1 NCO N hIt1NPh O O pit 0 a a�3W W W W W W W0 dy-�i �i �i Z'i Z'i Z'i v�tiAdd; W W W W0 S I W W Ws 0tif �nW�it� ti i � � In vi W OOw�NvOi$� a Q Zp � lJt mmW 22TOZOOj l,L vi ey y Z� .ti � W W WO U0� ��I -2�2x Q U 4 O In �jJCn Trl r`�W �� ti � k0T¢¢¢¢ 4 W i In ut��G3 �..ZO. 0 tititiQQ�O -2� W Y� i 2� 2��? WIN ��ow'2 � � � W mtna Q 4 � QQ88Q84�QQQ�3�'8�''�3 ppJV1�a �wyij?�T� �yhh 1Y.4 O � WQ W coo 3W - Packet Page -1535- Iz I"1 N-�'1 NCO N hIt1NPh O O pit 0 a a�3W W W W W W W0 dy-�i �i �i Z'i Z'i Z'i v�tiAdd; W W W W0 S I W W Ws 0tif �nW�it� ti i � � In vi W OOw�NvOi$� a Q Zp � lJt mmW 22TOZOOj l,L vi ey y Z� .ti � W W WO U0� ��I -2�2x Q U 4 O In �jJCn Trl r`�W �� ti � k0T¢¢¢¢ 4 W i In ut��G3 �..ZO. 0 tititiQQ�O -2� W Y� i 2� 2��? WIN ��ow'2 W W mtna 2620 ppJV1�a �wyij?�T� �yhh 1Y.4 O � WQ W coo 3W J Qv�xQ MINE �o x m�� twrti O U p aim8 ti \O¢ QW o ti U \� oo U 2 4�t��xY��00W 2 2 �NQ¢W ti ¢ k» W W W C C U V0�3�� JW W W W W �p_O�_QW 2 WN��U2Ctxaz�W Wtim Jh -QQac� 44JW V�vitn�ODUUW aJ00040�tiU�S W W W V��4Z33i4�i�tn04� i4444i�3mmKQQTiU�n�nSi�UOW Wv�00��i�i�`i - -�3 p N^l�"'Y Ea.OO P P P P - Packet Page -1535- A" S�P 04 "Sil ■ V 41. "Sil ■ 12/11/2012 Item 11.A. / %� - 2r wa K� XV &mss ! \ \ }§ 3 K k & )f) K q. § E * § ©•. % &k� {tee k 2 . k \k�§§ 2 eme_BB . . . � . . . � §�! § �a \ � / § (q- . � % ■ q \ Q 0 [ © @ ■ | % �f - ? \ \ § ¥ c CL Q) #Ln Zt \{ LU L ® � ® . •e§ � � \ ) { & - \ / 7 / », Ave / 7 @ &2 ;do7s m a CL , in _ § ° q ■ Packet Page -1537- W*1 W O O I ti I H Y? 1 �1 ti I/ ti W ' OW 3N17 M/N ' 151x3 W q N� C7 i Wp¢a-- �� W y p N O OOW � 1 i m` > N� 3DN3-4 1715 3N/7 AVN '1SJx3 3 ? 1 O 3 - C1 �UU w p LPL, Ln Oi I mg 3 LQ vaiW H r I— i Wp¢a-- �� W y p N O OOW � 1 i m` > N� 3DN3-4 1715 3N/7 AVN '1SJx3 3 ? 1 z� O 3 - C1 �UU w p LPL, Ln Z Z� I mg LQ n ` JC) ztiz Q V Z� I- O Q- 'UW Zo C� Q In Q V) VQ W Q oO0 I Q LL o Q" LL AO a�� � o+i 3N17 AVN z� I, w i� Qk K ti LU �O W ti W s� os M~ Packet Page -1538- Q U 12/11/2012 Item 11.A. INA k b :.J W U � W V h� in I tiW U � ti In Q. uj2 U 3 W U W z d II II u ti ti � P �ppnplN N cuN\ II II 11 N 11 O p�W �tiW�rVl �ww�oo O I i Q i I i >C Q i � W 0. A O 3 - C1 �UU w p LPL, Ln Z Z� ¢ ? Nom mg LQ n ` JC) V Z� I- O Q- _�� C� Q In Q V) VQ W Q 4 I Q LL o Q" LL a�� I, w i� Qk K ti LU �O W ti W s� os M~ Packet Page -1538- Q U 12/11/2012 Item 11.A. INA k b :.J W U � W V h� in I tiW U � ti In Q. uj2 U 3 W U W z d II II u ti ti � P �ppnplN N cuN\ II II 11 N 11 O p�W �tiW�rVl �ww�oo O I i Q i I i >C Q i � W 0. A 12/11/2012 Item 11.A. N N 3JN3� ITS it Q N K ilt N F. R 0 m� � uIIIIIIIIiIiI � / � 'u�I�Ill��llllil� N " •s'' I I �I I I I I N k W Packet Page -1539- 12/11/2012 Item 11.A. % $ � \ % § ■ � § § _ w � _ \ \ • m ■ w � � • � pi's � $ \§ ) } \ )k � g %2K |%!§ Packet Page -1540 12/11/2012 Item 11.A. ■IIIMIHI �IIII�A� �0 11 12/11/2012 Item 11.A. __ Packet Page -1541- ii ■IIIMIHI 111111 ■1 __ Packet Page -1541- ii 12/11/2012 Item 11.A. U-i d Zt LQ LQ Ln in Ln O e d h W J e � 4g4 8 o � IIIIQ) Illillll :t ° y LLJ S tiy^� 4 R tea` � t 4 q R � W � 4 w j 3 a _o � ti W (� 3 4 V ti n ❑ Q 4 � Z 0 a Q � o � Q �a V s 12/11/2012 Item 11.A. U-i d Zt LQ LQ Ln in Ln O e d h W J e � 4g4 8 o � IIIIQ) Illillll :t ° y LLJ S tiy^� 4 R tea` � t 4 q R � W � 4 w j 3 a � ti W (� 3 4 V ti n ❑ 12/11/2012 Item 11.A. U-i d Zt LQ LQ Ln in Ln O e d h W J e � 4g4 8 o � IIIIQ) Illillll :t ° y LLJ S tiy^� 4 R tea` � t 4 q R Packet Page -1542- w V s I� W � N 3 - 2 �+N N \ a19i i- tiNN gKgN � N N N Packet Page -1542- 12/11/2012 Item 11.A. g N o all, s h Z IKXSN31X3 3AW0 ODLtN3T'A T glyy t N O) N N 8 a Q O rd- _ II A R V3 e p$ < ? N N N w� nn°o' x 0, a 1 W + X N e (� W W N ti I6 J' ar Jr O fn Q (n Ct Y p W Ow OZ �Z O J J gw — w am m > g B Y eog; ~ O Z 5 O ii¢ !� O tnn3'R106 7/10 In 8 R E W W13lYYA31MS J OO.0 OOwt �}� OOH oow 8 z 8 O^ II s °o W 8 N W °o o g o za 0�a°o g + JV QNJt (n > t W C W O J Y Q UO mw2z k �� LL V) Qa In m m $ ��IIII����IIIIg w - U w = lfll���llll � 3 L7.. W N O $ O7NA3WO SXYO N - 7113M A3 0M CO WHI OOH � OOH N . g P8 I O - + N W O NW9UX3 3AWO ODDK3WA p coo z Q Q N J O+ WN LO mH •�' o J YQ 8 0,- O O r n V) W z w o z >` Y Z O J h 0 Q Q Q J t W x O J+ a Ocn ¢Q W M m << Q § OM V) o w e N OW MW SY O Z O J !E9 •'A O OJ YW 13C t L11 V) OWAJVIW S)= p W V) Q m O �g + Qm Z: WMW A U9 > W OO +L OO.Y OOH W C „O I a rl Q J H O Packet Page -1544- q w 0 rg Wr 065 g E e A 5 I, I I r yl R� A N it II III ! II I I I N I AI I t i I - - I I I I j�d, r _ I N I I a I _ � I 12/11/2012 Item 11.A. W � N O � ,41. O t 1-12 --i l �» � I Ilw I —a I_ I' L� `�—� —i — I i--------- - - - - -i I I I I I 0 'an�+7 93aroo . sza. �J I lx3'an7B saroo — -- — — — — — — — - - -J .uj Y 0 I qq W N JO ENV N Packet Page -1545- 11 rt 1 ��e4a IT N4WL i w y W� MOR: IN N Y. 0 R 14 Al A I d �a i 3 �= a N 2 W KIy N llzi !� , z CS SN�� 2 � CS W v x �p���uttJJJJJ t$ g ''� EI x 4"j . CC4 @4@ FW. ~G � �Ii�NS p�Wt p > i 5i 2 N g �o oil NN wo yy yy.� jtg eqw 4 ~ U. a w j Wei � g � N ��%4 s W wN !19 gilt -T 0 j Lo b isIZCIgI- aW �: ¢� i5laf3 -4747 i N W ti =y �QQ��1�. i 3 ~y��y4 t. m= ~� = N~ Wp 1i Rate �. Saup� aW W a Ww �8ya�x a �•�'� ��W� 3�io�W ���o•� {W(�O�yiu� '^�,�, ��Wwy �YtSi�z� ��~ x ;� 4xy'��z�p WQwo 6 ttr�yy 1. 1. o�y}j6 i'�iCZ O�i WO �I�Vp �xy �. Wu w'� a .i vi r o w 12/11/2012 Item 11.A. W � Nib w ��S o i�S °t 0�4 ` 3 � ii i Yy^ gn 4 G Wa< W ti t S hie ON � �S� �N C •uO �J ~r� ¢ ° It! -W aV`!LL� y�W " OR 8yy Packet Page -1546- W� �4 I w J U 12/11/2012 Item 11.A. Packet Page -1547- � � ON r °� ': \` rd C ■ ■ ■ ■■■ ■Ip�7�1 ®SEES■ SEES ■ ■ ■q ■N� ■ ■ ■■■ MENEENEEMMU -SIMONE ■■■■■■sir■a■■A■■■ ; �■■Entmommommli ■r 0 ■�i ■ ■�I{i'��� �N ■ ■�ItE�W'PE■L■ ,a MOMM, nNIMS No IN I-111111VA ago v ■min ■EA■ ■N ■■ nm m■■is■■■■■■■■ V ■S■E■■.NNE■N ■■■ MEN ■■■S■■■■■■■■ SEEN ■■■■■■■ ■■■ ■�' moommommmommomm a • r ■■■■ENENE■■■■■■■ ■E■■■■■■E■■■■E■E ■S■■E■N■■■■■N■NE ME mom E ■ NOON ■ESE■ ONES ■■■■■■■■E■■■N■■ ENO ON Packet Page -1547- 12/11/2012 Item 11.A. Packet Page -1549- r _ X77, I - w —7w U _�, I� �.a■ �': ",C • � - _ Tii�c ■■ ■■■ice MIN ■■n■■■i\■■■■■Im■I■ ■ ■n ■■ ■Ifi ■1� am ■m■■■L d mmus ommmmmammmm ■ii ■���a ■ ■ ■ ■■ �i■Iri ■i�i�i���cM� [i. ►rc��E ■.��E�L.III . ■ ■ ■ ■�� ■ ■ ■ ■ ■It ■lid ■��■■■ ■■I�■I� ■■■■a■■■uhi■is■I■ ■■ ■■ ■■lfilmu■ ■I■ ■ ■■■nn ■ ■ ■ ■ ■I� ■I■ ■■■■■ ■t \■■■ ■XAM n■■■ ■■■tom■ ■■!sis'■ W-■ ■�iiii�i�ii�riil■■■■■:NE� ■ ■�1iii1 ■ ■11i■■■■■■ ■ ■�1lfii ■ ■11P_,G� ■� ■1� MEN 1■ ■ ■ ■1ff■F:..■■ ■■tea ■ ■A,■a n■ I.N ■ \ ■■■INI ■r7 ISBN e nAM ■aa■■ ■ ■■ n ®■■■■ ■■■.■■■ loss Packet Page -1549- 12/11/2012 Item 11.A. !6) 133HS. W7d 33S � � �—'j — $ QO'O9+SZZ 'Y15 3H17H�1VM r�obs; III '13;�N W I x �» :�� I I I II� � � ��'�� �' :•fag W �� �'dll I I i 'J.I J i J I I• `; .� �� N e CIF � • • �1' ✓ � ' �I`�fl'if I I W I ; v I •�, � I I I� I I I 3A160 000MG7VA i W R WI i I D �/ I' I � I i�N •O h 'aO ODDM37VA W k W A 0 i v V 2 2 Hh \ ~1 4 I I / I ills • � I� i P � P I ,� I�f I r II � :d I I a �d r I k W N •II I I IW�1 1• 1 p I I I ,• 1 I I I I II I• I I II I IIL I II W 115: L1 I II vVfi ; iii it'll N as I Iwl I FI l W QI 3 I 1 I -- il t— II 1 II � II I I 11 I 1 I • �' a Q N I.• W ♦ N f. C' �� 7 O 1:• I•• Packet Page -1550- I ! l low_ I 1 —J I 1 I i —ofj Q I I I C fdF -- il t— II 1 II � II I I 11 I 1 I • �' a Q N I.• W ♦ N f. C' �� 7 O 1:• I•• Packet Page -1550- 12/11/2012 Item 11.A. Q I • L I� a� d I :� I i+` Il I iii III A q a l i i i II IWkl31 1 II �:{ a 1 I I WWVf I i i i N II I �I x11:31 I I I li l 11• + 1 I I I I' �: It if p � o +f g. a u I II I I i II � I III ' • �06�J�� IIII 1 � °a I I I 1� �'�` I � I; �• ' � II I� I I II I II�II � �•• N I I I I\ `I III • I 1 W Q�l I I I I I 1 IiI 1 I pl; 1 1 II I I I � II' � � I• II R. II 1 1 1 II; I I il: II � o II I 1 I I I I 1 �1 I I 1 p'll m N II I I I III: I I i• II : : W N II ~C • II I I I II' 1 I �I II'�.i;il II I 1 1 III' I I I I.II . fb1 133NS Nrd 335 pp'p9�r -5'� 'tl1S 3NI7N�1V11 Packet Page -1551- � � ! w J.33 H -PI,ada» NY7a 23 00'>6'Y-L337HOlm. P.. -1 . � . � . � ! k ■ \ / 7 \ q ( R ! 0 i - Packet Page -1552 12/11/2012 Item ]].A. §� ! 2 % S . |§ § � § |� ■ ■ | _ I : - ■,. D� § $ � \ §(]�� i �( _ |� ° \ % § I i , © Ln tA I I I I ! k ■ \ / 7 \ q ( R ! 0 i - Packet Page -1552 12/11/2012 Item ]].A. §� ! 2 % S . |§ § � § |� ■ ■ | o aaa I S 4 11 � M II 11 W W W W . .- .......... ....... . �:.. .. :.. _ - _ .. ..._..... i. . . p 1p• �yA � 1 'Q �� N„ 4 •II � jib bx •f. ,, C �: g•. I l • f I I : "{w, N '•� /�i� t :�y a is � i� �N .� h/ � N .•�tD �. n .- I1 N _ X21• •O ti itidi_dt f.x•,:. pis _ _ a —s Co Ll _fp� Mkt. �'xk}!•�ws' ................ w:i�Y• ..... Packet Page -1562- a 12/11/2012 Item 11.A. I 4 W I I � I J 3 J 0 1111 ii 12/11/2012 Item 11.A c� a a W N 0 I 'q �•' �W g o a W O '4 �• al j� I I W I � II 1y I I I & I e I I I i I W I I W QI�I' I Q IQ m a� ft� 0 e�3�� I m �tlI�IIII�III�ll1 0 I I I � illI IIII ��� I I I I I � i � ,� IIl11IlI`IIIIII I I I W I W I I I I I A I I I N �3k J:• R W _ _�.,I O y� W W W W a i� 'L Packet Page -1563- 12/11/2012 Item ]].A. .■ (# § ■ I ` [ { ! - ����� \�\ �\■ � , �| � ■:a.�: §/ ■ 2 �§�§ hm > �\ § |,\� !� { ■ ,§ §§ `v \ | \ ° § ■ % »v. «swr� § § ■ ■ § � , ! � & _ & �$ § ■- b2i � . » ■ § � �� � � . �■ k ,■ | � |m |( \\. ■ � 9 k§ k ; {.| ${ \ ■ /j \� _ k § in ` « � |! � |� Packet Page -1569 12/11/2012 Item 11.A. Packet Page -1570- 0 4 cc tdlr: N � ( I t C'n o V aPm.� m � m y IS amE �d m o$ �F" I a m c ma tltr C o —y y N mj bb cell W tt�� 2 E' C ro O IL Co C � m z 9 CWT' G O y � m N �� i' w ay ¢ �m�G CO c m �•- G � Yy z¢¢ Y o� h� c$ m � m Y Y Z pE.ca CO �CiaO^� N W W hy�ee¢ E fin' C7� I W lZlr- gmg i. °ch ly- agigw w 2 W O�O E A O 2 UO �� o °z �0¢ ZQ 00CMo d y t'aac �w w z {1! iIa m; w WQ os W C C N G O of Co C/� W O I C 3 0 om m m S 2 HH �' N oo � addN ^gym Q¢ .� �1p•m ¢mom It � W O glbI N o yi - a o 4 � ut�lt�l m a ms N N 2 $ m Lu =•°� LO I I Ln �� m�a$ 1rljj°7t` { N m G ro E m� m 00 ¢ w N Q I Y m 3 Z Q z 9 m ti Q illl N m L m m Z a $ h Packet Page -1570- 12/11/2012 Item 11.A. Packet Page -1584- x N <p N Ch¢ [ < C OW 2 1 i � I � 00 W y ali.N ti1YWy 1 N r � C Cop 2 W W O 0 W p 2 <i0.NV O py� WWpOm4 W0410 W 2 W 1 OW pp 1 N NCWnO mN.4 <1 IRA- OW ^O+ 2> Ab W O.�WJ �O < <W C 4 2 W I !y� 1N1 b W1l�< i��� >N0 S -2 , W2J�pp+ -21 � W1 -.OW =2 U>3< [cl 1VVV S ;O�ai OUW E� 1 >W�trSC�O2U -oxi m W�1t0jbW 2 • 1 1 �W�p < z1zaX tr1<EN ppU -CW Y Wa 4� 2J 0 +WU01J 120H. IS <- 1y yj} h q `E^ aG1 L 4i ti �l2 <2 L;C W a 10Y W10 W Wa100. ^CW300�W W WOU O1t2 1.� E 2(1(��;WUN O�pNpi2W N oiJ4 W W- '�1 , 2 �US� 1W>ti < hills 2 2W 1VW 22<x 4 0 0Rp 12W0p C00�1 2 -2x � i ON01� !H0, O E t <W�Vl2 iN�Vi O 222 < - W2UQ1 W WZ43b�0 < <g1Wti 1 i Zt+•1c .J. -�i yV g h 7j D W FNTOIO< W, 3 1 1 .1 E O W a p N W T 0 N 10WW1 >Ca322i4 U U UFO -^ 0 1 < 0 1 W W W Y 1 U+ W U U >2V4N O O K- E O U� U K "'• W }WOE °uNi " o ppi •0� <2- 4'' >oRp$ Wx Wz1 4 h 04-..0 NWx0. < WE <W 1 <1p �iWiN 21a- 1 W4 4 W1 k Vi <O�[1.w ly 2 Nb -ND� U [bgOiW � t J h <11yySi 0 8 L1 h2N0 h a1 1 JJp+< �yVy1 W < ^2� <ui W�2J0 04 2 02 OW201 S�1 01WE�O O N -1 Z OU1tOOi •W COCZi C aoas< 4 W2 >01ii1WCU00 <WCt��t�,���NW ; OiNW20 �Wi J1�y�O ` N + pNpl01WOapNQ 4<N zjIC 8qi 2O WW OO pWpyUy��� <Wii{CyW4WJmW pp JO 9''. %?ON N 1 MUM °mCt� pUW N �0419�C °0� ^>• - FN� 4h u2 �>z0g0vJ swill 1S i�42Wi.pW1Cf2nN � g -4 4 i°N?i0 0wVOb 4 W +U01x Epppp3 Wb all mW p2Q N-60� 20 2 W R q i�f 100E -a4 �i12V +2 �WUN <S 1 3h i z .� WWO 2V C1 h >1 O WW 2W ^L WEAN W VN=J NN<O 41h > <• +10W0W12 D0 ^ ^••• -o is +O 21 1z <! L0i �101yy pO'< NN W i �JL pOC =ZW[NlWi201N w =2V ..NO yp�� ` .4W 2 lONCV�IWYN�G N U C1�4 'kill 14W. pJ NI<.L2 ^ -a �x�4O� M ASS OWW WCU� p�< 0, CC4N.iiW 1. i W p[ O1 W .J41+4 iii! O .1(((��� <yEy��.4 ly �1W.tiOVN3�Ni�WVTi s>,NO�'yp��W4.Dj<O y� ppy� OpOliilG �xy gj ~� h �YNONQNC202WWENDO 2 Hall (mmpmm(��i>Nyy>��10 Wm1tr0. H all•WDl4i.F1W0 C1a�mm2 WWi�4[.1 �Om3 <�W�^I �y < ^yy N WN Y N11i Epp4 <1O1a }.M2 W =4'T VU <1 pptr J -cC O E1W J2 L_W1p24U <N I01^Dq<W34 1- b >iNb+ NpNp� Q �� S � W pL yoww O20¢> �app1ff W fsf.. 22O 14W-2401a o1 UWOWWm~C0 J Y1 W1W0Nj 01 C22 N Oz3aS +N1pOhl -OiOW - <hWW <1 2WW O^ ! 1 YC011N2q 2N !0.W < E � D Y O <> WbW1VfpoUCVWN =2�V O 4. W N ¢ NQ1J <gWWU <QW -2� -.+W>1 -1 W1< -2 �O ;qq+ 1W04W <��^I O~ V <~C p40 p a �CO>y O�a¢412�i<Ni2 wi 0W2 0 p0< °ti ° =acaiwo ° - <�oCO OWZWCO U� >N O- [ 241N0.04N01• -01.0. 610. a pp ppUp -py4>y� >V02_ xaaNOW�pwpo +N W W X� C 11 J\ OE W W� N .•1 ♦ N �N ; O i00 i20W =07=CCWU?<a 31.1a1U -1WCa « 0� 2OW.1CUM,` D1U <03W4[ J� �� a4 d`�48 s W Qm O V C -• O � i 2 0 2 N i 4 x ` a O WV• < 2 � 2 L < 4� W I IIII Ili•. b pw1 W O � 4 a �ON W q 0 i C 2v W W V OOh 2 b o O W a o 2 t U O pp � UQ i 1 OS >W 20 <K i OW4.�+ p W 4mC ,ppCW1N 2 N jq`1 v 2� 20 W a0 �qW VS 2 < h�t1i JCmoVWi 4�W 4 uGW � Nom^ 0tl1 N T �xz1 > C W W 4� hR 3 NV 33 2 +2 ON > O <a� b m0 a2 0 01 4WS OS bE 3 1 2 OOCOa W D h +4 O [W.4u 2 a 31 W O UNO 1 44 2 >^ 4 U U�N <T •'fx N O» N < Npo Q Cx 5 W 1 LV O< h C 1�1J1 N 0 N 4 WO J O a 1 O 2 Q> 1 OU 10W HE 2V �o 1 W x T �2[Q WW = h W0 Q U�W N +Y i ti0 .,12 ^O > N� h 0�1zx ON4 aN < u�+ oO M wN S 2 +UONW- �< - N _ <1 O 3 JR b ONU f1 OW�O K- < OOM WuQ O 02 4 WW +1 U 1 o ii u plw1 W AU WN< 1-u u s'N O t 1. 1122 2 G 0 [0.2 - 1 U T 1 1 C p alit h> 2 W2N0 > 10-1 1 x U V 2- 22- a>_2 U 22 j0 4WW0 N was 2 W < " 0<NN- [Ub� 0 ••C U00 >1� ¢J b1�W U eC <j�N > <W <�o N2� yy oW0 4aii3 :,"Mad O <W1 U3p aWOW�020a10 x0j� << Oi�mWVRa < ^1 N2 C1N 04 Oppp 20.�Q0 1^ a2 W W pp 0> C 0 2 N 2 N Q Qp �W 22 NS- � 2 J W O 2J <J 0 0.0h Wpo1 ONC2 x<Q a O�W Iii J ^[V C N4 -bW2 +W yyW�t S W .+ T- Wm1- OCiW 1T `1 p3C� a21 WO 1 cWC 000^ WO- Ch 00 a► ��E U <1U 00•• O 0. 1 U 1W1 Sq. L O ^ 1Lj 2V O Wp4W Npg4p0.> J J RaJ {. O !- �a1N�221.. > `N 2 3 � WYW NR- a2 10W >2 WW 22 <W <�1 W � W W IW.W MUmCkii JpiC i� pp2WCUp� trhi4.� tp Qty O C >N 4� 0402 1 a.400 <1 pp WC O NW O +U2 < CKVWV.4N WN22NC '4 COmO[2W12 11N W 4V W <WNO< Z 2 2 00 < 10J0 [qOa W UO U^ 122 0 a - <01W4 Ub0. xOU 2p W�4� � ,.1 24 N C� W 0..12c 011QN00^1N -W.4 1p <U �JU aW�3311 R O�Oh� 034aWTgN -01W O <122 >V ,014 ^I LWOp-O E hWC 21 O +J O =0N <40N < >21 m�00< < 22�+W2- uOr-1� <^ >2 O ^ -4 OpWN`1Ca0•• OO 1 UUW04+ �- ••pcOm44 -x V 2 O 2 �UNO 1 U TL 1 p J71 •<OKON -ZN N CO NWWWNO <0V ^aOWN2 C C CO2T2` W4.4p O <21 <W00.0.0CY3 0200 1]lJ � 101c 1Wa10W�y 4 ^UW�2bW- OC WJ2k10N1p JOWOWKO 01 30`1 ^WR 020Jw00.0U LU <1JC[OgpSNQ W1WWWpp aaU21 -^ O 32 1 V W 1W 1W 31 aV�ONi��+ V oNxWpp aWNO 2W0 <C >� 2WW< pa0 WO YW [q< Q m12>2 >CW2W ;Ym U�W2U�YJ^1 NROoQ > a ^ <i2UUN0 0 0 00 12�•+N <1110.40 -W •4 -W <x W� N�a O >CO <i W14WV04U3! -W -NC/ 22�+ <- <•+02JK �w0p Q W- VSWWW2 <1- 4444000100NWW 1UNN0.0.W OC20 +OON�C Ca 4�V ON 0 C O< 2WE�4WWpa tiU1i-Ci��i2+ 0 WWWTWQtr �4. 1T. Y30 W •x >O IWii -N4.1f Nb�+ N .•1 � Nun O NW0000 pW x2 <4 ^WNUW <W 4 4ti0ii ".?3� 'i0i N< OZ 0 U O W 4 NU Packet Page -1584- 12/11/2012 Item 11.A. Packet Page -1585- W N � � 2 _h° ati JtiWN � N h 4k <�� iC ON � uw�W " w2 WOO •rnti$< ^ �i tii a ; < 2W <03C �DO <Nyyy���O�Uh W�.i W R 4 O 4 yiN32� ONU Uu2�UNt<O NSW xti O !� O iii. < ^3< LW.I Nk2WTCY+ k 010 � L «�0YR0 1.0 <V h W W V1. W x W W�4� uwio� ONp kW <N0 iWOM 2 <+1 4 •O U1- O O 2VOW rW0 U 0. 4 } YyU�I.002 hOWh }O�c^ W V j2W0 �F. i3C Uk< 4NW3aJJ <k W W N •dYkh2W J2N ci WUOkM 1�4. 8 U ixi c0 4 p h0< O W 2r OJOO < WCN4> r20yaV¢4y�a 0. VITnW �yWy��pip wN� > -W, 2u�2 GCO ^pW° p�p�p�a U k W t C N o W << V O C W¢ Np 2 Y O C< W 2 < ; <02 DOW�NLU2E 4 VY p V4iWW N> O kU p44WOh< ¢ o1z Oj V1.O V ck W tiJkC 24 w ppVW k0 0.0. W WW4 OU V Zku NS j� kMoQx N 3 3 iTM Wr¢2 20p OW2NOa ~2< �OVfJ o2~ <i� h VI •NONWO tU ^• WO < ^L W UN< WW �`� pNp N N � N ^^ W °VOL< is ~0i CF. V~( <N22 W N W<° ^k k k N h k V •• h W 2 V L W 2 W U k W V O O WO xm^ Vh0 <x� W Opi pp1•-O 4 y2j � 8 O 4� yI�R <jR¢S 0 N ¢iV LppdW pia 1� C Ck 4�'K 3pN4 ~ppz0 WSa V�� >Wti0 WUW� 2�2 Pe <O U [U 00 Ct°d �Wi °C <k�� m�W� HgCW °CWNO 31T.�� 1°.J� ziW yy�ti hW 4I4 LiU���t 4.hk� Cim FO I�W�x4 .ice QO F.�J h k 1.2W WOC2 ik <� =V2 O Wm pkN O VO V V c2 x < W ia�2 O WWWJ ° -^ TW O m^ W uWW 84W YC Ut OCY•]h� I.< C ]ON <¢ W J <kk N0.W 22 WF. L. W Y NQ +� O � ^OU µ� U< Oi «< 04411��iy� WO ^i -+ 4 •.i'0. 4 J C ^a W3 � r� J2 O�WOCx QO< 1.0 WI ilk <2 � Os • <O YNO L $ y CC k V A ^kl� 1- Oc2} V-+Wh h I�h OW �N xv VOUW< r2 ^- W O¢ x k <k Ww <x2 W <Q W •-320mm k21- < <W 1 -W22�0 CN CO WgW 'GOWW 4^ ••O O ! O WuC� ^< TNtii N< ^�- 1�Uk1�L W UW � 0.W kk] Wk00> h227 O < W O K4 $ pp y Co O O-ci2 C`iY,lj7 cc • 4 < 04 �0202ti kU O�y •W0.k^ who Tq �° q z zox k^i kk <rn oap ¢U p W� }-, <U <c •O -UW 01`^ O< Ww W02Wk ¢� <¢� U2 ^� JU x02 JQ UW Y � �! W 2 ¢h> > D iCrN 2`2 WVWWW U2 O ^ -O 4W kl u¢CN 2<W WN ONW 2k�2 «x1�i k W ••JCN NCV+� t' $E F. -WwJ xoo �� w4 a� orW, <x r� AN �¢ 11H � oe.W4�xxz m � C1� m VkxJW W Wq OC O W4 hW W } ]2 4 <•+ WO« kh W 0.J C rW- <mWN00 VJ ^W WVr1- ^�+�WSTW Wc0 WO yyO 40 OT4k0 W <W � N4 4 W <U U1�M YWOm^ USxJ< 4< CWT 4kN kU2+ W J 4W <I^ - S3�- Oti <h c� rhN4 -+2kiW W ^pp hW WWM1 -} <T<CW 2A�k0.0UWOW2 W <F. <hi k �-< WSqo kf-9< °< m U O W itiaWm Ngh2 <WI -OF. � �i W N ° � II =k fl OH2� WWW N ]�� 00 � }W W ++��I Op Iilll �lllll WW�wi� WLoW �h m L 1. r k 0 V W O � loa I�IIIIIII W } <WtiWr z ^OJNW O NW kW 0 <W U ^•, W pO SW _o < 2 h u JI.i2rmW W I i WT WtiUkMO r ^1� }im NWW Q .. < 1� x �t WcQ W V v <pNp2 J•• << Vk t O < 2 pp �I'IIIIIII O WO C WOt2i�y422'Ckci •W� r�" W 2a ti WOC �2N N III CCC 2i �O W <O O^ kh h0 ^ -W QJ4.0 k WN W N �+O N W ZV h^ W< WbtOWWhQU� <..•� kQ^ mi�kx0 U<i � SW O 4 k pq 3 N4 Wm .4i hp 0 0^ W N M O x O < pp N <xRC2h2N1.. 1-2 VoW x O `kw LO 02 mkti O i0 cN }Oha k 4w2 . x c� do WO W iW m "a u k �iW hp°k ii- . i 1W. 1.2Ja2 °w$2$ 2xwi w w� ti �� • Y� JJ1. xpZO ¢ UqWq O�yy 6�. WWW 6 Ox- N WW., w W >� <190tiW1T. >q>q>gQ kC a.Ny 2 30 03 WpJ 00 Wjx OU 4l2W�� pNU - tl a2W kQW4iWNO4�N��ONm< OWC¢ Q 2~2 Wpp< JG ON OS ppt. 4 h0 hW`� 2~Uti W S2 �n2 2 i4KWUW <U4C •� >�W2rxC ^20N 3i-�W OC 3�Vr-`^ tii •� x < �.+W� OZ O T W> U0 O Opopp 240W} �+ ^rU Wkftk <JW OWO0. ti SU }NWO -NOG UO V�� 1.i 2- U WN OpJ =W p }titi + ^hk2 WJL < >N k W•V V] -2 a C iN< RO � j= p NOkW 2g Wes; i <hi��iiU ~�l�iiu�ri Qa W ~ WUi iQ J� uW WiU k -2 r k 069 �OtiVC O 2{., 2 W2U <W4�0< W <i. 2W O O I.L000OONON wOOOx ^< WkmV o0a.i W•• U 22 �1- <�W �O � >-,N <m< WW ^xx 2• ZW�OVk QOk> •V < V 2 mN ki N1. <t <ktk0 Imo!] V.iO <a.>k hQI- 2 i� W W•• W N1. 004 Wh N O^ U O J I.hh ^k WW���� W2 x < < WOOJ2NNh2N�`2x WN.�1��4Mrx220WW <-i W Ck Oaa.VO <pp W024aR <-I 2 OW1� ^OU ]4 N wC4hOJ "W %2 Jam^ 2¢ i. -� W2 y N i- OW yy�� 2 <k k , x O WN� p WkNiUQ Wx ^ <rW •VW �- < W ri.N JgC� -iti Tkr ^O� -0N L1. <> N2 mOiipp 41^+.< rW0 6.02WWN oWW <Upp OOC W}v•+OOW� < i21y WUTV20C< U° > 30 h V WWO �y xO kO Jti° w^ mN yi ¢k ZVm ^OOW WW1•pUp N ^ > h� UW }]O -+ppV hWWaSki ^CNrti 24�..iG O 2j <aW40�+ W -r OY V-+2k W 2 N V UQC 2 TkW VW^ cmW W f. �U �2o k= -2 1. 1. 1003 � 11YY�� JW` 01�Oi U �k <� } <mO�U 03 �r tk hF. 1. WWU m N dV4 ¢ qCq U'NgWN22 ^r •W ¢mNh F.W <4.Q N^W W ^020W1� <W ``N <tt�� 1yy� MSUN k� O�Wh0 4h h 0 WN^hNOF. kp W11Y� um C1�hCh W.+ OkON <�qJ <h <i'13o >p pk- O 2 0,24 �"8 «T Wr1.¢i Wm 30W ]kWh�NW Wh WNW •004 1�0� k > <WQ m�203>T r<00 Om O Nh N- WF•W ��A/1 ` `m izi.W WU1• 222- 2 I�2 .� kN W ^OW N tiT k hy^Ok0 O^1 emu^ hW NW> U20 W>> xw 1-V1 .iW M.i -,�^ JO 002<W N�00W1^ <O <T Vk uh N 4 2�CppOWN W w OQ 2 < -O ••M-Wp UU< ^�`OOUWUWOk w2 <QWhk 2f�WU�k <2< Up2p h ^I�kO -2 2N0W 21�- Oa_NO �2 V TWhNkW OW <w 2 kWx ^W CN�2WNW�S�OC~i �N4�WO�O�R <i20G� �n2N� x ah4T.N2�� ^SOW �Ykk i4oWti W 1.] k0U42Sk4W 2 tiW Wii -- O_kF. IOW Y VW W <h °�NN4�1 <ippWJJJNOtim�J �2ioiW0 -Wi 2° O W }� 9WO <NNOI.DO]��cW 232VV<R mO �W C3JY m�0< O •Vm O'VO -4pp J =�=mppti tC 2 2 pOkWzII4yy�y��1VWi p�p�2�kWIjWiW 24"cOt°.i�t <mN m��p2 O�O.�����ZU4 k�hNgV°i JC2°i�4°iY W <O��}�W2e2�W ow. WN¢N �KT p4qq Q¢NNi N h tiQ ^N!1! N LiV OQ °�U2 UNOh� N^ NCO^ U Packet Page -1585- 12/11/2012 Item 11.A. Wy� rl. h O� +yy $ w $yovG��� Wu. °p J � y `=�°.YP�� WL �!Wu! Wx JO Ra° 46 w6wh .QQO Zi �NWN 1rx. 2t4 E 6p 'h gW bm< aiMC4O Wi2o pQ4 plx.+ ,OY >1 -` w Oy44 � F i WW W U1�. qa4 `I �Wi �YW� OW W�.i 81 ' W i4i I s 15: gi1N1�k u o Qa wa 0. W 0� � t <$ C`O NN# i YYYWWWIII Y1C0 V 44B Da 3 =� 311 Was W V NW �i W NOi it M$ �y1A Piiw � �r8 4E ;s yub a r W `i�1 =! N oWi]B -4 i! 1S iN $p °w. x11°�, �V -j_�� y$JrSiii i�ZZZ222WW ffo mm �^ O y1y� N- p ., a "< }fie Ilk N ��ypC ,KZ 1i. N N-- W=h4 ft. <01 °i ■` "~Q° Pyr WO.�a °NQ hB4E 1.O 4WQ h °W4 •i F .'Y�° a !! di 8e�� e=hae� o.s'o�w u r �xff o� bhC s l�� Yye�� • � pc!! M! !� N S N itfp°i i CxO xC OOi '..iYY6 o N 4~ Fw>< A' NW^ nO iii nh0 Cfi E 4 ^b1WhU hh YUhU r¢I. Y O$ YTuai ag1"u41" ti xa.WO °w C �°Ci : VL N c<<� rmD, F.W D : c WS W4� �4ua og �E7 h H i Udt:= r G\ N. Ci i 0 i B �F •C <i�N 04 t 6 iW " OQ W4 8= �yy11 Ek :` m��W uQ 11J.�"� m : i o ''r ' -si" ty!� � r'Or1. JIC. N^ W N y� ah J B1rV�.'�jW1 N t eO¢i + u d. lBQ < Ex per ( -�! W�i p° C =I yO1 yNi OS h1i.WW NW 3bm1.�i W II<�� �1y2�u N¢ _ h< <T1 �.NKNy ;JJ ya i�w irN 1°y �°!j 8V WL CN. h Oix t! B B < 21y4y1`r a UbW lD• QW N VW W�-D�+1 O � -W4! $a�x� 4b< Ix.�o�o > C Y1� rh K� 4 OOZ° � � WN•il IDU-O < r~ t!t b WM�Oh OW' y W <O O t E 1W O N !a .i B8iDO r O OWu1JUx fy�y� 4 CB 4N�Wu Yt2s�0 TV e W 4v S <w'� �YQ � i�4y 0 0 o ypFa i yW4��yW U�.Q W �Wp °t h Wlyh��1 UO 1°. O1'i 'yyBJ 1°. <f' ~� OhN.Jil. yo1 yy��1$11°,� i 1°. i i oUf ONE aW4 W j BE^ u 4OliO! Ota QO < °h .+`6t B mYN E D t oN W L4i2 i.Nl.? _ `jtle WU�OW i OthJ�d FU�.� i W U U!C a� N�ai� " E ^� ' Cb ° W N W °O WUO U j =Q° yOy�11C1..°p <$ O Qyy�1 �N44 C pYNqIW.N l.�i�w ° ixlar 10.04 � � >Y p< Mt �¢4p =lU �4? O � C d ErOO � CN�+Ri � N � � i N 7>e t o NS O � y Uy�q 1y yN�O Hw ~1. y1P y�1 N HIM y� W0C < 'W N�N- < ,5C2 s�I.Sti � W4M :C< � < y1 N IL. i4 0� liZN WC* cN lWpuklaa>oW i O CAW +. °a of w Vow 0= C 1;. bW 1. y�1. ` *i �J bN+ N ��u 41.1 i m MW1 O 1w.W O r �E Z fly ji Wv f YcZar amfil C Q+ v < aW .1� $� i�i F hii 4^ F.ai N cN 22 Cl i+ B O.• O •1 B4 ., �+ WbWhN Wl �y1 U y1 WW W C �h o <u F.L i1Jq +p i 2� O NwWiW> N G �hK� yil yi D <t <Z2OO ;�Gpti4` mxi uC` ^ mW r QVy O �C.1i,��. �; 1` y4W��yUy�1t 4�4 `i 4iO4 C OOWW NOOppO W < 4 0 ` 1.W 1�. `dj Lh << 4ri yN� O� I1�u'I III lO <WOORR = 0O1..1ay� `Si1�Sb bW1�1.. pV Zia, 1. yyyp111 pp�11.2 hx+ 4 U B N~ C C • -i W 41 pp W a< N ! a Mi! : 2W k W N C W 4 O^ 41:W !> cx1,•,, �y11 gi �n yNta$ i .- N F i Ea � C °4 iNx u °G 0.W< uW CiQW a t< <a O N FO y1 O4w p1�,1. 1V. iS Y 1Y Z hiS 12. la`• ppSN4t 1lYy i N yyl�1 rr�1CCW t <4 ,yWl1a lt. U <'OE 1�aE Q �?$W C�.1L �DlN� It < N � N WW 0pO iOR� �CCCW Ny' C �� a p��WC m l W4�GN NN B N NC WEF2.i N ON; NOAMR B AGOW bOO: N4 � � � M �C1 �■ N Al ax N2 ~i !� 1. L W . B NR - NI. o WNj Q QW yO, ag 4 wN y °� o !iN O b O WO iW W o K°U !ii -4 i° U xa i a xK •1W� V•+< h OW> 2 � �a � 11� JJ r, 16m D� po E iv `4� 4 `J 4a`VUi 'e> < qw °- oow g �W =u�a $ y� � h <4 DW ti 4 ¢ W.WpWpWpO�'�N \` Wi C,< > pm 4t y� y1 !{ a1p <4 �N 1. Ow ; i <UJ «y�,N p� <hGy 44i u �tiWJ 0 OOW�Qlu�< m N Ni NSW{ i� YUE yRWu a�eOp w �a �$ y3 VO xO � C�1I°ni YyW2 WN Q O!W JiO C 4JO�\ .1 �Fy �h[ 1°• 1°. �UU � +W�i '• •t 1i. ON �z iO t 4N < w yhy�� ^ U.+iWB i1°. �NOV i <u+ C tOtNWQ .1 Va�j..�41 N 4 �N4N p O ai =i aW 5O W N gg O i N t < U 3OWU •. B �tOUO N of UhV C O a sp 00 V=ti :2 QY°�N ON ° EGlY W Cad 2ii <N e�N4 alQO ON`OO 0O+ a� <N4z N W u 4 U t e 8 y1 c � to � I<� CCy d ih � 8�: i � a o is ��i ^ aOW rx! Oi ig2 �� <.pp1 y� <�1- Q <pFU Y�F°- N� -!O Q+ Oi y10 O gala 444 bW "O ■a i� y6� � .~i G4pO� � iVah W4O4 Caaia W WQ� +V O2 WI�h ^��! ppyyN11 �!i Vi yWg1yY J �y^ �N fOUO p�yNj� O Wlx. W° O Oa � �Syt�N C° a C �BtyWyyaS N °p�V1 L 1WWR i 1S `O �B U < NtiE tioU 4V`Y ` EW J�= Wb Y W �CQ >02; wN.i b�Y�� iOGwW �; 4i Ue.e 8 V tide. Q pMb.Yy 8 a r 4 CWlyYW1^ pNp W top O4+ 14�pN O�NpN �LY O14y QY �11y iNe 1 <. O G 4U1• �N iO1a.4 �O1yS.0 aOOOO ! iGN�� xi ONaYl3� 0 U 0��4 O QVDlp @p <i ,QSi )ii 1W. JC 4x F S NZx L 1Vy yh �2ty1 +x1y < J V¢yCY1 aiii �NOO� h i ! \1au� Ch W OUyD� U V CCN $Uail =W JRO tE �± ;! N� J<�!�W �1 O j N N{•<ui1.jWOj �Wa ggE� ima°b O UCi� Wt1°1.1 �• "11E�Wwi y, a i O.1Ox 11� tt 1 �y pW U 1t1�h ° i W yN1O +iU w C 1CAw�, JiUuu�1xhU t! W xCWO .. y��14444 +i C�i +rt+ C f N ul�� O� 12. aNa `M 4 N yig C4 V12. ilO al yyWyq��N \C ■i A C�° i Y <p O 00 ■ 1a1..Q< 1. i ♦♦ N ppJ� J U WIC i 021.41 ON NW N W < UlpJ EO4 ii NV QaU U.1 �� NN8 MMi C 4 N ¢�U <2 �8 r�� VOJ O WO C YE a O�Nr N CC Nr 2 o ;w y�1xy1•�1�' oii °u`��z 14.1 {'�i[O�NU �p��aY�Cy ^D � ¢pyYG11 !W1a.�> ■h <W gk1 aW iU 10�, y4� WhtKK 2�pQ 1yO./ .<i VO�e h8tIIh NpMq rs4eq �4 Wiy <1 1. ?Cingq_ tm1 - j N44O FNS ♦is Y1O A C1. A OYN A N � a � � aMNI O tNM �<UO iN ^ <<�<lt1 h �{�tYI BOA{ A Packet Page -1586- 12/11/2012 Item 11.A. W � <Ci 4 i W �N ■4 a G � s OLb W �l vv0.��� W O^ W �! 4y W � ♦_�J ` ^7 �W�W �i iW i� E� Cw �yuW� � eWtt iN Si W Wa WW O <�. W WS Ww a_n al YN Y� W aQ i awn a� 4o vq 40 o :i w rise ei vii > =i a yam ei .+� i i E• v N o� u ° � ¢ 13 N� u. �"t �"` u q�1ga• °° E � °u ° E Wo °o �'o � i � �+ x° D � • � 5.i S� 3$$�� W C� O -'- C �i �U � Y ;j N� I�I�plllll'��II a yppp w a i^ y pqEoq t pFp ` C W a a : mY p W W y U Oy� W E E i W >p2 „ r 0 4 y W aK p i N y�� W O 4 y W �I IIIIII +I O ^ 2 ^ Z - � Qi yNy��w a 3'i c°l� U O � W •� r �¢¢<� � yQy�� N >_ ud V `I =W ¢ ' ^` ZZ ^ ^ ^ a WOE n♦ n m w � a a > 64^ a N� w ♦ n G Y� N •+ >m ♦d n< � d N Njm ♦Q ni N N � i ZaN° �o o i N 4 o N � !C i w OU Q22 N ; �i U N N O p N 8� = N ■O = ; <OV. �U t i F W 4 N i 2 W �^ 2 a laf U W rk 3 W4 a Z W Q\ G a W N d W� W 1 N W O> N 20th �i O F <a ` W 4 3 N `a ¢ N>o4 4 uN i ol° W R yWF U Ian W WO ;� O Y o � � Y � _ L W rn ` Y !!p� ! p °p■■ � 2 \< i Y t iWi�ii `W< i � �^ YS 1� °�y4 ON O ` � v�1 Y4 oW W W W =� �Y � f¢¢ U N d M YN VN Y ^� C UWe U W i a U� Y d a N i Rp a i CN YJ O U 4 N� ♦ -i- Ca�� n riff Q C Q Q V< in n . . a ma = i a ♦ > a - i NF F— 3 Na 3 ♦r ha m - a N. Packet Page -1587- Packet Page -1588- 11.A. Packet Page -1589- -n 11.A Packet Page -1590- m 11.A. 12/11/2012 Item 11.A N � � S rra•tsrx� —�` � �vu_ xa \\�� u — "vu�x� —�\ �,9� � �' 6 LLJ Q 4 Q N CL Q I w ~ Q ---+► -- ~ a L yQE U i 7�L ��1��lIIIII �Q _ 371 _ _ 371 3'1 � � 1811111 IIIIIIIIII i 1 \ i YM'1SIx3 \ CCI - x3 \ Ml'15113 I I a _ 8 zz Q _ U9 I W -- ----- - - - - -j i -- - - -- T - - --1 I vi - -Q - -=�' 4 - -- -I rn 'I Q 6T = - o = In V1 N N a� a W l Packet Page -1591- R r i I Ij :22� is I I I I I 1 I f h 1 I.� � I � I� 1 12/11/2012 Item 11.A. y Ln h- o� 0. 0. O L i i ; I.• 1 W IQ a g ................ —.-- . - -_ —. �.• a m f— --c- -- - --- -- - — — `— OA79 S3riD A A M -- - - - --� I 01 i i i i —fir 15 r� S \i I I I I I 1 I f h 1 I.� � I � I� 1 12/11/2012 Item 11.A. + (�aar,��a:.��_d:_fn: _i•. ? „��.. � i.• ~diva .,t:r - - - - -- I f— VA76 S3M+O --► ------ - - - - -- Z7-r � 1 IG ---- -- - --- Packet Page -1592- Q ti V Q ti • opf Y o� 0. 0. O L i \ 1 a g a m o x c 0 x� r + (�aar,��a:.��_d:_fn: _i•. ? „��.. � i.• ~diva .,t:r - - - - -- I f— VA76 S3M+O --► ------ - - - - -- Z7-r � 1 IG ---- -- - --- Packet Page -1592- Q ti V Q ti • opf Y 12/11/2012 Item 11.A. IN A 11 ♦���i� �. 1� Ll���������e������ 1 Packet Page -1593- 12/11/2012 Item 11.A. �g a OO OO += 'V1S .7N17HOLLYM W• I I! 1 IIII �� �.. I 4 2 I I I I IIII I i I•: � N ....�_ � i 1 ( i IIII i I �•' I I I I ` W I I I �pp� I II II nn' I I•• I �i�liVi�ll�llllU -�Up„ E�� � I I I I I :•r I I I I -- w I1 I ............................... e 41. h FO/SN31X3'OA78 SAVO I I ........:............. i 1 ----------------- j I I I IIII In j I 1 1 I i i i IIII i j l 4e t I W I I I I IIII tn e I r g N I i i i IIIIW I I I I IIII Y i i i i I g$ I I I zz $V) m e N m m i Y m Packet Page -1594- p 8 00'09+Q? 'V1S 3NI7M011+N W .II I I II I: I � m ��� I, I I1{ � II: I �•'�� U a I I I II II: I I I 11 1 I I I IL !. .5. III I I I II II• j I ;, .•; �• 7/ i i i � i� I L ••1 I I I I; I I I I I I• I i �� I I I I• I {�, Is I P° �\` Liy, �Li I I I I• I I I I I I I• I I 3AfYG 0I00#MYA a• V I I; 1 p�, •• �•' I I I I• I I• I a ; �• I I 1 1 1 1 I ;III j• � i i II'II i• i �� I .. `•II I. i i � Iltyp ^II j� i i � I :. y�yy� � 'll � I III I• w N x I'. III I { 1 { 114 I. , { { IY •11 1� I I I I I Ilan I• � � I 1 ', � g W I .I I I I Ii�ll�l• , I I b Q 1 I i'.6 IIII ¢ W Co I -di I I I ' I I I IIII I. a al I'll � c I -? I i I I II •II I: I � � g.�. a N � � I I I I II •II I• i I � `•ti tS � 2S q I u •'t' I I I I II II I I C I N W :i a a L g �= 00'00+0ZZ 'V1S 3N17H01t+N Q s Packet Page -1595- 12/11/2012 Item 11.A. Z WWh 4 ti U y lk 14 b w^ � c ... � g.�. a tS � 2S a a L g �= Q s N I— p vi xl 4 ti U y lk 14 12/11/2012 Item 11.A. b ���/ �.• N I I I I . 11 II � ; I I � II • � h .QY • .l „••I _ � I I I I II II : I I II II � : 4 � I I I I II II I I II II • ' ; �� • I I I I IIII I I II',.: � Q o I I I I I IIII :: j I (� �I :•; I I 1 I IIII I I II IL,:,: I� l i i i II NV I I I I) `t ' I i i i II 1\ i i fl�ll ' ��• V If II; 1 I D1�pryry Wh N II I I I II ; II; I I III` � II I I I II III I I I I1�� III I I II II• � � III . , II 1 I I II II• I I �I � :;; � �� w I III IIv II: lu P I I II w II • i i- :t d iIs II i i i Il II: i i ' II I I � Ila; I , , SI II,.; IIIIIIIIII� II � il� I I • z C O J h 11 I i I II � �� y � I �• , :: � o tS ~ vl t 8 CIF m II I I I II II. I II I II I I i II 161 _ I. 00'09+M 'V15 3N17H.71VM Packet Page -1596- - -J Ijji �IU I II I :i _J I a..: �a�� IIn I 11 I •: I I Iq I __.JII I I All X111 I .__II � qII IIn I II I j qII Ilp I II I ! I tl l l j i n 1 I I I I I I nll Ild I II ; i --------- - - - - -- r - - - -- rr1.+ ........ ........................a.....- a LL. H O 0 2 j qs in tY W I L ............ f� 0/ 6 1 I i 12/11/2012 Item 11.A. Pa � �� b ti 4 x Y v L g O � h O t t � 14 I' qs in tY W I L ............ f� 0/ 6 1 I i 12/11/2012 Item 11.A. .0.— Packet Page -1597- Mal ■ g Off b ti 4 x v L g O � h O t t � 14 c Ln WI o 3 .0.— Packet Page -1597- Mal ■ g Off 12/11/2012 Item 11.A. i It WS�yBi W W Wh V �I I I I a �I II �I I I I I I � fti111�ll�llll ��� � z g � i (��IuIIl�llllll N i : � I c 0 ,3AfYG GOOK97YAl k ° l I ! I �U o - m ° F li ' I I I I H c a N ,• o= g ti Packet Page -1598- 12/11/2012 Item 11.A. g — 00*09+00 XLS 3Nl7H:)IVIV yhj � I � : I I � :•` •4' it 9 w :II � I i ( �•; I G I; L a C 1 I w ti m °•7/ I i I ������ I i L� 1 � �•I �/ i l l I: I I, i S I I I I• , 1� C '• I I I I: I I I I;I g EN �•. �� �� I I I 16 I I I L -- -- .� •�� I I I I; I I �i i l��y 3N60 000M37VA r l �•• I I 1 I: i i ;' O I I _II( I• I 1 W ml I,J I —i 1- I I I I� I '• I �~ } I � ���3 =1I I � � � Il�il � °� � II :' • W � � h I tUNlllll�lllll N ,II I i II�II I: yi 42W�j N I I I I 1411 I� II I::;: yiyE O°a F. Z N I :I I I I I 1 11 O¢ I III M WW I II�II�I: II tn �� i' I I I I II Ii�ll '• 1 1 I I :I I r. w i � i II :II I• I I a "I � � � jl�ll �m � I I•� �� • : I I I I li � II '' I :::: ' I 1 � I l) 11167 � i f`1 ..... _.. _...... •..0 ..._.g�0 y { ,ins I I I I `\111 I � 1: �p�5 • L„ I I I A 11 O vI Q I I I I ",� I I•� Packet Page -1599- 00'02 +lr? TIS 3NI7HOIV'M a ; lflti,ll.�: I to u u I 1 w a I I i it II I I i i I• i III II: ' iti v II i i III i �I II;.: W Lo ks I I III I . I II � ; I, � it �i ; •' n I. II I I I II � , II: ; �I:�I• N r I I�i 1 I I , • f i f 11 II 1 I I I N I I I I I II II : Packet Page -1600- 12/11/2012 Item 11.A. ��I61 a J e � IA la 0 2 �g 2� Cep m 1 ��I61 a J e � IA la 12/11/2012 Item 11.A. � QD'pg+gEZ 'd1S 3N17HJ1Md o I` I II II I i ll II � o I I C I I; Ili II II I I I II II I, III V I I I I I a � Il ' ICI II al: I I II II:� I d g; I al; I I I �/ � I II �' �I� I I 11 II�• ,' W 'MO 3N1Do3X3 r$ 1 I� I I !i II llllll 8 it I II II dill I �, I, IIII II; ; ; III:•. { IIII $ � I I ,e IIII . ; j !I II -: •' � •. �: v I i i� IIII �; i `II II:•: I` j o <�' a NI I� I IIII I I iIIII:: 0 0 pg� N I II 1� IIII .t,1, 1�1 I � ; IIII I I III : 8 0 � �� "I. C1 ; itr.� ` o t OOIW +IFZ TIS 3N17HO YR I I ®® I Packet Page -1601- 12/11/2012 Item 11.A. I VI IVVII I ; ; it II I I I I II II l i �I I I a I I I I II II �� 91 I I I II o II I I I I I a I j i i i II � II i; it II I i i II Ww II I I iI II II a II i f 11 I i i II 3 II ;� III I I I i i II II i; '11 II 1 I II II I III I I i i II II i ; �i II � I i i IF II , I III i ; it I I If II ; �) I If 11 i II I J! II � I i i i !1 11 r e 8 I I i i II II � I t w I J I I II II I ; 41 I I Q i i i i II 11 i i �l II � I I � II II I I III I i i i II II i t it 11 I I II II II I 1 f 111 l I I � ����• if I II i II I Ill l II i i 91 II I i i l l II I I II II II i i 41 II !!I II II fl it II II i i it II � II II � Iii i i II II i i 41 II I II II I if II a $ I i I I If II it II t I {I I If II ; I II I g jjjI I c I { i i i II II 41 II a $ 8g$ I I Il 11 1 II II I I dl II a s I i i II II i i iI I I o 3 3 3A o �n I I I, II II I I x.I QD OBt9FZ 'V15 3N/7ND1VN f 1 a q Packet Page -1602- 12/11/2012 Item 11.A. — Packet Page -1603 g09+alt3k/7 =ole � a » 2 I . ` _ q q « 2 2�.% § § k 1 1 I I \ \ | | ■ | �Ak I . I I � � � �i ■ ■ I � � =k} 1kf \ / \ \ \ \ / \ \ / o - m m I I I §�2kƒ ^ ^Cp Packet Page -1603 12/11/2012 Item 11.A. W O A i 00'09+01 'VIS INQU01M t: �. .........., o.g . ..... ................... ... •� -�i a d l i 8 �� - a.. .. _ ...... - moor ,op .1 14. � � !' I � � o �ullllll�lllllll Qu a = �I�IIIIII��IIIIII jj yy I �° I' "p 3 ; ti tio� � L�I * 8 m c � II ................ � \ � ................. V1 S2M A31AM = : I .T I,,.__________ I.......... Packet Page -1604- 12/11/2012 Item 11.A. I I I W$ a '•' � I I I I I � � I,.I I jl aaa I `� I I j I iiikm W W W of L1 I I II � { C1 I i I r lea Era I ! � �lil illy � 1 II II ►III ll� Z 'u; allllluulll :I b W I n l I I G c�c�d � I :i mph 00 4 I � o a � ooh b I 2s ~ l $� 3 M v O H OLT 01 'd15 3NIVO.077 ®® 1 db Cr cc Packet Page -1605- 12/11/2012 Item 11.A. i err E IF Nu AMW r i i a �� t - 7 IE'R� " � �1 � 1 ,� I''" x•J'i -. ! T','. 1C �tG� ��+ cty'��� "'� "1. u (� .. �� I,�,L "i * it �d S viC + '�.. �' iF:' - ;i+ fl• �6.. 1 I � h � t AF itt It jr .4'>t "'. t � / af� qg � '3 `4N; ;•,, •'fie iW o s `C ;:;v: g ti i tl���llll , rY: 41 t - Packet Page -1606- 12/11/2012 Item 11.A �g F; C s ZZ W uj II���Wa pp� .�� s W`iO4 �p` `��pp4 a`yyjW��� m ���tC 08��o 199I1Q1111 VIN aossssss����� � I��III (II�IIIII nqh a � N O N 2 A Packet Page -1607- ��LI!l�NQ4��4Q�Q222��tlQw��QRQ SlQ @ @�SR22 S S1R�2�Q l SIR221Q S l�Q ;2�L''2� J� J J J J J J J J� Q Q C�� C C� � �pp C�� C C p � p MriAZ�V r r.%q��. • •i24lR�'2�2�42S��a e p� � p� g � �dR�3RRRR:RR� R RgRRR��R��R��I�«age1� 12/11/2012 Item 11.A. g ~ m OO'O9+oz 'V18 31Yl7HO1VA' _ II ; I I I I ; I • F `3� w„ q l I r i r r II swwen ' I; 1' k 7fM y , , $ GOW wow r I I,—T 0 � I W gadi W2 I � i I[I�11 I• I : 4 I iCy \II N I � I� Packet Page -1611- 0 1 � i W 9 II ; II ; II iJ I I II i I I � I R' , 1 ' I I M I I II ; I , II I r. ' al II I' i 1 I 1 1 I 1 Fr, I I Ie, III I I ll i I I ' III I I ; fl I I III " 4 yl II R II I I I. ; IN ' II I I I4. I I I II I i I II I I I II I I I i s II I 1 III I I I I I LI I I I 1 II I I I I II I ! I ' II I I I he i II I I I I I << II II • I I ' I I ' I I � ► I I i �h.I 1 I II; I I 1 II, I III ; II II III ; III I I ILII , I IL II I III III I .III; II; i i III ' it , I I II' I I II I f If Ip' Ii' I I II; i i I II ; AID � I it ' 1 ' I ' 1 I 1 I Packet Page -1612- R 12/11/2012 Item 11.A. �9 a I► �I W Qi ���I�III (1111 I l 12/11/2012 Item 11.A. (S) 133HS LN3ni snf v unl.Ln 33S g 00'06+1 XIS 3N17HJ1VM Si Q I Q 114 4 + h wti � m � ��IIIIIIIII� o° IIII III IIIIIII{ uI�I�III��IIIIIII N t O N 1 C Packet Page -1613- 12/11/2012 Item 11.A. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 95 Packet Page -1614-