Loading...
Backup Documents 09/25-26/2012 Item #11B i 11B1 MEMORANDUM Date: October 15, 2012 To: Diana De Leon, Contract Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #12-5946 "LASIP Outfalls 3 & 4" Contractor: Bonness, Inc. Attached is an original copy of the contract referenced above, (Item #11B) approved by the Board of County Commissioners on September 25, 2012. The second original document will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment MEMORANDUM Date: February 11, 2013 To: Diana De Leon, Contract Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #12-5946— LASIP Outfalls 3 & 4 (Santa Barbara & Airport-Pulling Rd.) Contractor: Bonness, Inc. Per your phone conversation with Trish Morgan, the Payment Bond (#9081342) dated September 25, 2012, (Agenda Item #11B), approved by the Board of County Commissioners on Tuesday, September 25, 2012.) for the aforementioned contractor. The incorrect payment bond that was submitted to our office is being retrieved by yourself and the Purchasing Department and the corrected contract and bond (as approved by the BCC) will be re-submitted by your office. The original incorrectly submitted contract and a copy of the bond will be held on file with the Minutes and Record's Department in the Board's Official Records. If you have any questions, please contact me at 252-7240. Original Bo (#9081342) Retri d up by: ACC Date: 0 /(A3 Diana DeLeon, Contract Technician, Purchasing Released By: Date: 241 j 3 Martha Vergara, Deputy Clerk Thank you. a 118 1 i`tak Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Acinin is#ative Services ' ' ion Telephone:(239)252-8941 Purchasing FAX: (239)252-6700 Email: RhondaCummings a(�colliergov.net www.colliergov.net/purchasinq Memorandum Subject: Contract#12-5946 "LASIP Outfalls 3 &4" Date: October 9, 2012 From: Diana DeLeon for Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Ray Carter, Manager Risk Finance This Contract was approved the BCC on September 25, 2012 as agenda item 11.B. The County is in the process of executing this contract with Bonness, Inc. Please review the Payment and Performance Bonds, and Insurance Certificate(s) for the referenced Contract. • If the insurance is not in order please contact the vendor/insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any • estions, please c•• -ct me at the above referenced information. Insura - • %'roved By: _.....Y. / ////2,.--- Ris- May ag'•r''ent Signa ure to (Please route to County Attorney via attached Request for Legal Services) 1, DATE RECEIVED •• `I, OCT 09 2012 ^' \p`\ RISK MANAGEMENT .4 G/Acq u isitions/Age ntFo rmsand Letters/RiskMgmtReviewofl nsurance4/15/2010/16/09 l 118 yrcc, 7...„ Cent Ad 'ni -Services Division Purchasing LASIP OUTFALLS 3 AND 4 COLLIER COUNTY BID NO. 12-5946 COLLIER COUNTY, FLORIDA Rhonda Cummings, FCCN, CPPB, Procurement Strategist Email: rhondacummings @colliergov.net Telephone: (239) 252 - 8941 FAX: (239) 252 - 6700 Design Professional: Ted Tryka, PE Agnoli Barber and Brundage, Inc. 7400 Tamiami Trail North, Suite 200 Naples, FL 34108 (239) 597-3111 W P;ur rasing Iepadmert•3327 Tamiami Trail East•Naples.Florida 11124901•;w w.colliergov,nel/purchasing 1 Construction Services Agreement:Revised 3/1/2012 i 116 Co unty Email: RhondaCummings @colliergov.net Telephone: (239) 252-8941 s Ad inistrative Services C vision.; FAX: (239) 252-6700 Purchdsifg ADDENDUM #2 Memorandum Date: July 27, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 — ITB 12-5946 LASIP Outfalls 3 and 4 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGES/CLARIFICATION: To address changes in the Utilities Standards, see the attached documents Section 01026 Par 1 1 01 C Item 39 Utility Revisions discussed in Pre-Bid Meeting held 7-25-12 Plans —Addendum #2 Technical Specifications—Addendum #2 Section 2, IV, C, P1, S4 Bid Form —Addendum #2 c: Shane Cox, Senior Project Manager 1 118 37 PLANTINGS(ABOVE SEASONAL HIGH WATER TABLE) 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) 39 10"HDPE DIRECTIONAL DRILL(CARRIER PIPE) 40 4"DR 14 FORCE MAIN 41 4"AIR RELEASE VAVLE 42 4" PLUG VALVE 43 SANITARY SEWER MANHOLE 44 REMOVE 4"FORCE MAIN 45 REMOVE 24"FORCEMAIN 46 REMOVE 8" SANITARY SEWER 47 REMOVE SANITARY SEWER MANHOLE 48 12"WATERMAIN DEFLECTION(CONTINGENT ITEM) 49 24"FORCEMAIN DEFLECTION(CONTINGENT ITEM) D. The CONTRACTOR's attention is called to the fact that the quotations provided for the various items on the Schedule of Prices Bid are intended to establish a GRAND TOTAL BASE BID AMOUNT for completing the WORK in its entirety. Should the CONTRACTOR feel that the cost for any item of WORK has not been established by the Schedule of Prices Bid in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the WORK in its entirety. 2.0 End of Section 11B LASIP Naples Manor Outfall 3&4 Addendum #2 - 7-26-12 Utility Revisions Discussed in Pre-Bid Meeting 7-25-12 1) Above Ground ARV on Forcemain Collier County Utilities is in the process of updating standards to require above ground ARV's on Forcemains. A new detail, referred to as WW-14A, will replace the existing below ground detail WW-14 in this plan set. Sheets Revised: 23, 33 & 49 2) Revised Utility Detail G-9 Strike-through text on Item No. 6. Sheet Revised: 47 3) Reduce Directional Drill Casing Diameter Collier County Utilities is reducing the casing size diameter so that casing spacers are not required. The new HDPE casing diameter is 10". Sheets Revised: 23, 33 Contract Docs: Section 01026, Part 1, 1.01, C, Item 39 Technical Specs: Section 2, IV, C, Paragraph 1, Sentence 4 Section 7, I, C, Item 39 Bid Form/Estimate: Item 39 4) Add note regarding Pumper Trucks Note: The contractor shall provide off-site pumper trucks as required by Collier County Utilities to pump down the lift station at Myrtle Lane while service is interrupted. The cost of the Pumper Trucks is considered incidental to the work and no separate payment shall be made. Sheet Revised: 23 5) Add Addendum #2,Plan Revision #1 to Cover Sheet Sheet Revised: 1 f 11B 1 1_ O 1 8,','-■ _° ,1`<� ;°g .' Z l '-'§'11 am y h � ■° na in i 'Ia x 2 A dig4 m >iNN V m �i m ∎Sg b7 r'-' n(C m 'Z'�lg 0 N ' C� N N{Ar�F O A N^ g + ^ oA-N 2 A g le 'b � nmyya u w<n n o n>N N $•� 0i ;D m c G' R° Z NzOOD Z ca� '..N ti—= idt <-Wno - ooO,°- nDmn o r N 6d4 ,NCZ� "C fr . ' § c K? 00 cZ�KOF K mm ; Dmm z ,,,';,`g-1 b � � , C)W Y �A t=1 Q smt � ,, 'r ' r2y `2 �oo� m,, 9 g .., so-g- . R m wza°�ma,ti,�,2m1r- ro O R= - � . g P_ ZO m>p'42•8 2mmOx '7 - mmzr" 7 6 � x a= zCQ o P14 2�1€ a m'Ov r rOm ,C yO6v }a m 0 o z� " �1OoZ 7� > z, TI ,7 �i gla mm9U i:i b,;,00 rki m`-' b e z,m. :a C N o p m� ,�0 7 A A ', 7, �e g c o zn-in32Em' > r'72om; - 'a Tz cN mmz=O > g 7 v tr`� p zzE� �>rmO�� o �o x 92 Ev G an c2 o y-*,u A x o p CITl 7 N g ?.,-ii ygtm' ,' a tt'atr"w w =A yt o2 p Z r yy w ,---- r� /1 l o O en � A•^ 'Z., a -o \m m m,m z; ti oa I I I iz to I J O ND i m m A 0,ti m I r W `b D E D D I d m 11 o m 0000 _ mmi gi ; xA ob r 171 A7)� �] C & r^ tI r Z Up (T A CAN 4 C Z 7 l l l m D 1.i � C mil ,..., m z 0 b I I C En En Mr tiz `]y,,_ _ ,,o 9 7 E. - - C WtiC y \ O m m m fti 4?2 4- I -�(c )7,, ry „Z— D D .n ' . : ''. .4. W. W , ff FN • s , „ � .L � R o u i 1 ''[ ' ' mir , _A:4,,,,„• .tr , _,•_ ,_._,„_ ,,,.. . ., ,a 8- ... .. I a O o H I _ :',d j : WUNN6AkN RO0 �1s• 8 m M 1 3 . 3 _ [f _ ■f O� .J �- 4 {snGr,. rsY sAmLEvuiw o Z 0 m o Cr, rI ''t tf . . s € 1r f D m - tfE1 Y ,i E(i FS�t a 9E 3€ i °; �, Y eF O ;B 1, .Fd k Ifa 10:` ' fie * _ i 0 �! _..._......._. f f 8f . s ; ' m!A m m m m O 7.7 AA— Cb P A • - ■ i 1 1 8 i I 1 •-•6 61 lm I MA STA. 432+00 L ,:., 1. ,s, 0. 0, ... '"tir; 0 l■ .....f.j._Reele.4 0 6 I ' 1 S1 I I / '1 ■ 1 ,o,i3 .,,, ,,,g A rA I, "343z 'T. 4 1 , '-:■=,,-,.:--■9:+, .r i ,--,i'" IT I 00 I ' ,_. 1' i f;', l'- 1 , .• ,- - - --'%- -4 i 1 F3),''•;:_.'Z''' l• 7-I''-'a:."'"g 1 •-= R.t t 1 .., 1 ', ••••-..'• 5. -i ,, • •0 ,--,..s, , ., , 0 33 0 1 -o 4; sk., ! Pog li a,ao 1 1 , ' o ■ R, 1 i 8 c., . J, , 111111111. I 2 i a im1ilrk11 • , i 1 ... '..3 Tr P.I I 11 i F.ti:)›C.) r;= z Z ,•,..c m— . k) " i'••",.,•, R• . g Fl-7- . V, 3'1;', 0 ___, E "<'',,•,.=, °Cii I ' r', i ,I,En. /4 ■ >213 r-- _ I NMI-00026 '- 641•PAAdi _ i. I '=iir-q•ZI, 1 --- 1 1 `404■Arattlik 1 ,-T`,,i, '-,'`-`,.:••!'t-n,'-'''''',,,, ,.•—i=" /A. ‘- , - ,,,,,, q.Y• ■,„ t„:80 ,,,,,,, -,:,,, 1 •,-• .••= ••. 16,41' I- -- • ,,, z _ I A .w-. -MN , -,,,, _7! UL" • ;-6 13- .-- Nap- P‘z =, › ,s,° . , I ,,, i 3,1 , . "Si , 1>. 6-••• 2 • 1 t 4311! !4 2 J.': ili?k$N1 R',' ,... re _ •,•. 2 si, ! 7C>rl, , (04,„.r.i , „,•, 20 .0_ ' ..,. . ,..„ 6..., :71' .-. 8 rT,i P1.9 • ' / ' i'''.• -., / _ , , + ,• ---... -.;--, , .....• -1 I., 1 I ' =10, • ert,' - a,.;w1:1, ,-;,., ) / '''• i ,?),z., 0,0 2 t "•••■ ftl .0 . 1 f________J 1 i' / ' • 1 ri,l -i,. MATCHLINE STA. 437+50 '' I° " ' - •'.; ,.. R'',.,g%, R1r.r° `,6:,.;.. `i,•, , Eu:;-,5-° ,r r:3 , SCALE 0- 50 , i■ii'---Z 7----"-- 8 4, N 'D " i 11B _ ,s ..4, I ; ail of (,),„___z,„ 21 ,,,Z O ��r,czn o n ➢ OZO➢ r-2. AcT C2. co m A mr 2, m HC➢A� o A z 2 N rZ— e O r O O ).A O Z Z<C ),--/ Z wc)(-)w ,, z yO� c>�I'i NAO - O z , Z O O -n O m➢RI __ zv)r` O _ ' Z 2. mO ZC Z N c)I- ➢ m O m I---- A o m n sI Z ss y °m E'4 '^gym A Y> a I I 0 y m 0 0 x ° z o C N m �//� Y , k '.Z a I_. ■ Z; m ° O / 11 k n C=rCi ° c U2:65 H ;g II �en uoZ M . 1,1 l M M R .� pz,I R .R Ca` °_ — �p ° --- �O _._.t_0 0'D b 0 1 m Q g '.2 0 N , Cr� L7 lum___..� 1... E_ ii E D 02 O 6 m N m Smm-=m a Is ''I A , "R �Ye ff 11M=!Z gig- i a -''It __...... __ c-o i —.two m m o, m g7' m o A m ti C°a 1N d-, J u ' Co z 0 00 0 c 0 0 0 x °'6"" •A� z o T Y 1- am d ^U ao a ':-;A x o w ccy'n aw O n a W W (..n c Y U C a y -..,-,-,=,, n O O V jK V U W In E iol W m P ig o m ,x. B A CWii O �h , 118 1 . om H nsv m z N N D 30 MINIMUM n FFr ncuo1 _ 8 l P m z nE , 0 (1'4, f b 1 1 It 111111g i F � • ii m ii: zp, i 32' g E'm !, ; :. 1=-'7' ko = m A o m ii T,o T o �nAm o ° ° m A ,,3 T. m = eq1 , zoozo o _^0, o o m 4.O .2' ' m o m �7 Sm o ® v= 0 I •on al , p mz maai p A ,0›. ,x I r- 's-:IB • • ➢off o;C➢ pot p'1 m<4 Sly N r " . 621. z 7J m D Z r D p m' m C Z O In m °^ °Ik m °,x Ao-,mvm o,° Uo m,A°, D _ ° ��m,2 zIA zm �D 6 c-- 0 � 'Dm ➢� .,JmN 10 e o s; 0 von i'c=� 1"mT 4,F n>-) Iz .0 C mN� mmmA oAm AA mmW IZ g. A) o I mp3 momz �ym < --,P< s c v 0 ::; ➢lnz0l � cn o �mZ z \ z N ' Y�. z c) A y In cn < p�l 1n 1 " O o O <D '-'m,-, ➢ zoo 4 y = O p ➢ ZmmL m E — '-"]I > , stn" z do D.5))-g< C Np 0 CC r- -, m V l-nn Z m - °,=C r (C ➢z m " 0ml"p m Y, O Dr0 D4� p)z m 0'''-;, r� A mzo= 1-2m 0Zm yin m ,E m Tlo 3=C N O C p .T,;,,'p n , C D y m o➢ z o= ti ,� , p0 m FCJ ~ m L. ➢m { l ➢ O r-C 1 p �y r›- <m > -on _ -1 z m -1 b m r V,° 0o z p A ➢1) \.i 0 2m *x)m TV/ ➢ fir* - (nil m m l C S" E m m m Z Z m r ° . m` , __ N^ DZc I m O C m = . m D .T1 N ➢ y A ^^ .. uV F N y' z ➢ � m o 0 m z w A g-o c t v , 1 1 B , ..... 4,-0" "lc>ral w gm.) 1 a 0 * 2, 1 ' 8 ; 0 0 1 I i------ I .,, M75 *> Z ow o ,< m " * < ° -o > z z z — 7J -o —I n 77.E =i m m -< 0 > > 0 <2 Z Pl 0 z GO G) -< -< (J) m m z > n > z rn< M CD< > Z —> I– -‹> 73 Z AN › ,, ,J ,.., ,),, o 0 0 -I 1- 0 ‘ ti':1 23 n —( 0 z 0 c 5 cp z z z .: 7 (I) -, z z z 8 4 2 u) z o 0 11 M m n = M> CA 17".< •---"M ,0 0 z. . 2 F,9 z Z o 7 z c=, D ' ;•101111111.1. °IMP —I 0 * !Ltd> n z> E cn I— Lf / m cr P.) L 1 t j■ 1EC' il AFin .. 1-' .-__ -'-- . --N'l \ L. -9 t, ' ,-,,,,....,...;,,,,.•t :—at— a E ' ■V, , r , li — : --I ill' 1 A rj 1 J 1 l F.; "01"g""t t .A.E 5 i o -gli F, t' o g"rir.•• •kg ".n.,940 M li i 0 • _ -- !a.P I i & . 0 ; ,;', .:i■ - . p 1 ni K IV NAAB E inal -_-!: ,5„.- ,-..--Rg- 0,. •„:ir i„,„._ ., II 1 i -1E,x 011W$,-. P'E 2 8' (6V) I'll ' 4±-14•"11 .1.11111111111111_0 !:-'-' il 1 1 1 Z .. i. g las ■2. ,1° 035/,, r E 0 ,,,2 _,...■ ---.N: — . ,2 P, I I r 512E; '., rg-'g . NIIIII 1 z , 1 1 $ii ,'"-n l'i. T 'Z,0 'n P7Ert4 4, ..?] sEt ,.- i.0,-- P; li p- ' i 1 ,1: 0 < -..., IA ' Lz . , , V G 4k ? I i ' > t...„ P1 E ''• - t / t IP! W ' ; ..g i. --c— r> :I I ,r41.=21 ' 0 1 PinAgi7N,NN .1I 1 7 1 R ' 70 C3.1= ' ell PI r.• - i 1 i ! E i P — ./. ./.. t LC, IZ) 11B EXHIBIT J TECHNICAL SPECIFICATIONS PROJECT: LASIP - NAPLES MANOR OUTFALL 3 & 4 ABB PROJECT NUMBER 7599-6 PREPARED FOR: COLLIER COUNTY TRANSPORTATION ENGINEERING DEPARTMENT, ROADWAY, STORMWATER, AND BRIDGE SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 ENGINEER: AGNOLI, BARBER & BRUNDAGE, INC. 7400 TAMIAMI TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597-3111 Fax (239) 566-2203 DATE: July 2012 11B TABLE OF CONTENTS EXHIBIT J TECHNICAL SPECIFICATIONS Page SECTION 1 SPECIAL CONDITIONS 1 I. GENERAL 1 SECTION 2 SITE WORK 3 I. CLEARING AND GRUBBING 3 II. EARTHWORK 3 III. SEEDING/MULCHING/SODDING 4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS 5 SECTION 3 PAVING 11 I. STABILIZED SUB-GRADE/LIMEROCK BASE 11 II. CONCRETE CURBS/GUTTERS/SIDEWALKS 12 III. PAVEMENT MARKINGS 14 SECTION 4 DRAINAGE 16 I. STORM SEWERS/STRUCTURES 16 II. SWALE EXCAVATION 19 SECTION 5 CONCRETE 21 I. GENERAL 21 SECTION 6 PLANTINGS 22 I. GENERAL 22 IL PRODUCTS 26 Exhibit J Table of Contents-Specifications Index.doc 1 11B SECTION 7 MEASUREMENT AND PAYMENT 29 L GENERAL 29 Exhibit J Table of Contents-Specifications Index.doc 11 11B EXHIBIT J TECHNICAL SPECIFICATIONS SECTION 1 SPECIAL CONDITIONS I. GENERAL A. Beginning Work The Contractor shall notify the Engineer, the Utility Department and any and all utility companies of his intention to begin work, not less than 5 days in advance of the date on which he proposes to begin construction. B. Suspension of Work The Contractor shall not suspend operations or remove equipment or materials necessary for the completion of the work without the permission of the Engineer. The Engineer shall have the authority to suspend the work, wholly or in part, for such period or periods as may be deemed necessary, due to the failure on the part of the Contractor to carry out orders given or to comply with any or all provisions of the contract. Such suspension shall be ordered in writing, giving in detail the reasons for the suspension. If for any reason it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily, not become damaged in any way, and he shall take every reasonable precaution to prevent damage to or deterioration of the work performed, shall provide suitable drainage of the roadway by opening ditches, shoulder drains, etc., and shall provide any temporary structures necessary for public travel or convenience. C. Night Work In general, all work shall be performed during daylight hours. For special operations, night work may be done if so authorized in writing and appropriate governmental approvals are obtained. No night work shall be performed unless adequate artificial lighting has been provided and has been approved. D. Sequence of Operation The Contractor shall not open up work to the prejudice of work already started, and the Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional section. E. Drainage The Contractor shall so conduct his operations and maintain the work in such condition that adequate drainage will be in effect at all times. Existing functioning storm sewers, gutters, Exhibit J Section 1 Special Condiiions.doc 1 118 ditches, and other run-off facilities shall not be obstructed. F. Hydrants Fire hydrants on or adjacent to the roadway shall be kept accessible to fire apparatus at all times and no material or obstruction shall be placed within 15-feet of any such hydrant. G. Barricades and Protection of Work The Contractor shall protect his work throughout its length by the erection of suitable barricades where required. He shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across thoroughfares. Wherever it is necessary to cross a public walk, he shall provide a suitable safe walkway. He shall also comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants and letter boxes shall be kept accessible at all times. H. Use of Explosives No blasting shall be done except upon approval by the Owner and the governmental agency or political subdivision having jurisdiction. When the use of explosives is approved by the Owner as necessary for the execution of the work, the Contractor shall use the utmost care so as not to endanger life or property, and assume responsibility for any such damage resulting from his blasting operations, and whenever directed, the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES" and shall be in care of competent watchmen. All permits required for the use of explosives shall be obtained by the Contractor at his expense. All requirements of the governmental agency issuing permit shall be observed. L Collier County Utilities Standards Manual Water utilities, sewer utilities, and reclaimed water utilities shall be in accordance with the Collier County Utilities Standards Manual, latest edition. A copy of the manual is available on the Collier County Utilities website. SEC 1 Exhibit J Section 1 Special Conditions.doc 2 118 SECTION 2 SITE WORK I. CLEARING AND GRUBBING A. Scope The scope of this section consists of clearing and grubbing within areas designated by the Engineer. The work of clearing and grubbing shall include the disposal of the resultant products and debris. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Clearing and Grubbing, and Selective Clearing The work shall include the complete removal and disposal of all buildings, timber, brush, stumps, roots, grass, weeds, sawdust, rubbish and all other obstructions resting on or protruding through the surface of existing ground and the surface of excavated areas. All stumps, roots and other debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of not less than six inches and all stumps, roots, etc., exposed shall be removed to a depth of at least one foot. Where so directed by the Engineer, desirable trees within the work area shall be trimmed,protected and left standing. Selective clearing shall be performed in some areas by retaining trees selected by the Owner for saving which shall be protected from construction equipment by the Contractor in a manner approved by the Engineer. Any loose boulders or rocks lying on the surface of the ground shall be removed. Timber, stumps, brush, roots, rubbish, and any objectionable material resulting from clearing and grubbing shall be disposed of off site. The Contractor shall obtain all necessary permits and approvals. As an alternate proposal, burning of debris will be allowed subject to the Contractor obtaining all required permits and subject to applicable laws, ordinances and regulations. II. EARTHWORK A. Scope The work of this section consists of furnishing all necessary labor, equipment, material and transportation necessary to bring the site to the lines and grades shown on the drawings. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid on existing conditions. Exhibit J Section 2 Clearing&Grubbing.doc 3 118 B. Excavation Existing surfaces to be excavated from, or filled over, shall be stripped to a depth of six inches, unless otherwise directed by the Engineer, to remove grass and roots. This stripped material will be classified as unsuitable material and shall be used as top soil. All suitable materials removed from the excavation shall be used as far as practicable in the formation of the embankments, sub-grades, shoulders and other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A-8 in accordance with AASHTO Designation M145-73 is considered to be highly organic soil (peat or muck) and unsuitable material. This unsuitable material existing in detention areas may remain, unless otherwise as directed by the Engineer. The unsuitable material shall be stockpiled in surplus excavated material areas as shown in the Drawings or as otherwise directed by the En- gineer. All excavated material shall be considered property of the Owner and disposed of on the Project. C. Grading Excavated material from lakes, swales and/or ditches may be used to make required fill provided the material is of suitable nature. Grading shall be accomplished to meet the proposed elevations as shown on the plans. Any suitable excess excavated material shall remain the property of the Owner and shall be disposed of on site as directed by the Engineer. All suitable excavated material shall be considered property of the Owner and disposed of on the project. D. Road, Parking Lot and Maintenance Road Road, parking lot, travel-way and cart path embankment material and placement shall be in conformance with Florida D.O.T. Standard Specifications, Section 120. III. SEEDING/MULCHING/SODDING A. Scope The scope of this section consists of seeding, sodding, fertilizing and mulching all unpaved areas within road and/or completed drainage swale rights-of-way. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications,he shall base his bid upon existing conditions. B. Materials and Placement of Seed and Mulch The Contractor shall furnish all labor, material and equipment to prepare shoulders and backslopes from the edge of the pavement or back of the concrete gutter to the right-of-way line, and such other areas as designated on the plans. All work shall be in accordance with Section Exhibit J Section 2 Clearing&Grubbing.doc 4 116 570 of the latest edition of the "Florida D.O.T." standard specifications. C. Final Cleanup The Contractor shall keep the works free from accumulations of waste materials, rubbish and other debris resulting from the work. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the works and adjacent property, all surplus and discarded materials, rubbish and temporary structures; restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work; and shall leave the site and vicinity unobstructed and in a neat and presentable condition throughout the entire area or length of the work under contract. The placing of materials of every character, rubbish, or equipment on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. If the works are of such character as may be done by blocks or sections, the Contractor may be required to remove promptly and dispose of accumulated rubbish, debris or surplus materials from blocks or sections as completed or partially completed. In the event of delay exceeding four days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials, or to restore displaced or damaged property, the Owner may employ such labor and equipment as he may deem necessary for the purpose and the cost of such work, together with the cost of supervision, shall be charged to the Contractor, and shall be deducted from any money due him. No Contract shall be considered as having been completed until all rubbish and surplus materials have been removed and properly disposed of. IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS A. Scope The work included under this Section consists of clearing, excavating, grading and backfilling as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. B. Clearing 1. General The Contractor shall perform all clearing necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Plantings, shrubbery, trees, utility poles or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored, or otherwise protected and preserved unless otherwise directed by the Engineer. 2. Tree Protection The Contractor shall exercise care to protect the roots of trees which are to remain. When excavating within 5-feet of the trunk of such trees, the Contractor shall use chain Exhibit J Section 2 Clearing&Grubbing.doc 5 11B saws, pruning shears and/or clippers to prune injured roots. The backfill shall be placed as soon as possible. C. Excavation The Contractor shall perform all excavation of every description and of whatever substances encountered,to the dimensions and depth shown on the Drawings, or as directed. All excavations shall be made by open cut(see Section V of the Special Conditions Section for information on blasting). One exception will be the Dual 58" HDPE crossing under U.S. 41. This work shall be accomplished by Jack& Bore per Section 556 of the FDOT Standard Specifications For Road and Bridge Construction, current edition. The other exception is the 10" HDPE Directional Drill for the 4" forcemain relocation. All existing utilities such as pipes,poles and structures shall be carefully supported and protected from injury and, in case of damage they shall be restored at no cost to the Owner. In areas where trench widths are not limited by right-of-way, and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. A substantially and safely constructed movable shield, "box" or "mule" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. Pipe trenches for utility lines shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, or sheeting if used, of 8-inches minimum and where the pipe size exceeds 12-inches to 18-inches minimum. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12-inches. Manhole excavations shall be carried to sufficient depth to permit their construction on the undisturbed bottom of the excavation. If overcut, bedding material shall be furnished at no cost to the Owner. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to stockpile areas designated by the Engineer. All materials suitable for use as backfill shall be hauled to and used in areas where not enough suitable material is available from the excavation. Suitable material in excess of backfill requirements shall become the property of the Owner and shall be placed on site in an area and manner designated by the Engineer, at the Contractor's expense. All unsuitable material shall become the property of Contractor and shall be removed from the site by Contractor. Exhibit J Section 2 Clearing&Grubbing-Add#2.doc 6 11B D. Removal of Water It is a basic requirement of these specifications that excavations shall be free from water before pipe or structures are installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and the Contractor may elect to use the Alternate Method of Construction (see paragraph I). The Contractor shall provide all necessary pumps, underdrains, well-point systems, and other means for removing water from trenches and other parts of the work. The Contractor shall continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent floatation or movement of the pipe in the trench and until backfill is above the natural water table. Water from the trenches and excavation shall be disposed of per South Florida Water Management District permit restrictions in such a manner as will not cause injury to public health, to public or private property, to the work completed or in progress,to the surface of the streets, or cause any interference with the use of the same by the public. E. Pipe Bedding Excavation shall be backfilled with approved pipe bedding material, up to the level of the lower one-third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material for piping shall be pea rock, drainfield limerock, or similar materials as approved by the Engineer. Limerock screenings, sand or other fine inorganic material from the excavation may be used for bedding material when pipe is installed above the natural water table. Any excavation below the levels required for installation of the pipe bedding, except for "Additional Excavation", as hereinafter specified, shall be backfilled with approved bedding material, tamped, compacted and shaped in 12" lifts to provide proper support for the proposed pipe, at no cost to the Owner. F. Trench Stabilization No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms that are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. G. Backfill Backfill material shall be noncohesive, nonplastic and free of all debris, lumps and clods. Backfill material placed within 1-foot of piping and appurtenances shall not contain any stones Exhibit J Section 2 Clearing&Grubbing.doc 112 or rocks larger than 2-inches in diameter (1-inch for PVC) and no stones or rocks larger than 6- inches in diameter will be permitted in any backfill. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, the Engineer will order the Contractor to provide additional material suitable for this purpose. The additional material shall be installed as specified herein. Selected backfill material containing no stone or rocks larger than 2- inches shall be placed in 12-inch layers and thoroughly tamped to a depth of 12-inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. After the backfill has been placed to a level 12-inches over the pipe, the remainder of the backfill shall be placed in layers, not to exceed 12-inches, and compacted with mechanical vibrators or other suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined. No more than 250 feet of trench shall be opened, without backfilling, at any time. At the end of the work day, all trench shall be completely backfilled except the pipe end, which shall be protected against damage and accident. Backfilling of a trench through an existing paved area shall proceed per plan details, if applicable. H. Additional Excavation and Backfill Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the Engineer and wasted. Sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in 6-inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of 95% of AASHTO T-180. Construction shall then proceed in accordance with the provisions of Subsection E, Pipe Bedding. Additional excavation shall be performed where organic or other unsuitable material is encountered in the excavation. The Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. Where such additional excavation is ordered by the Engineer,the cost of such excavation and backfill shall be included in the unit price bid for excavation of unsuitable material. Unsuitable material will become property of Contractor and removed from the site. Exhibit J Section 2 Clearing&Grubbing.doc 8 11B ` 1 L Alternate Method of Construction A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence of the Engineer, may elect to employ the following alternate method of construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the alternate method of construction to such specific portions of the work as the Engineer shall determine. The construction specifications contained in the preceding parts of this section shall establish the required standards of construction quality for this work. Use of the alternate method of construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payment will be made to the Contractor for excavation, backfill, sheeting or any costs in use of this alternate method of construction. The unit prices established in the Proposal shall be full payment for the various items of work. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of Subsection A through Subsection I, including this Section, shall apply to this construction unless otherwise specifically modified herein. 1. Removal of Water The installation of pipe, manholes and appurtenances under water will be permitted and the requirements of Article D, "Removal of Water", will be waived. 2. Excavation Excavation for manholes to be installed under water shall be continued to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12- inches in rock, or 24-inches in sand, for the placement of drainfield limerock as hereinafter specified. The excavation of pipe trenches at their junction with excavations for manholes shall be modified in the following manner: A longitudinally sloping, plane bottom surface, for the placement of pipe bedding material, shall be provided from the bottom of the manhole excavation, at its extremity, to a line of intersection with the bottom of the typical excavation of 10-feet measured horizontally, from the vertical plane of the manhole excavation. 3. Pipe and Manhole Bedding The pipe trench or manhole excavation shall be backfilled to receive the pipe or manhole with drainfield limerock as the same is commonly referred to in this area, up to the level of the lower one-third of the proposed pipe barrel, or to the outside bottom of the Exhibit J Section 2 Clearing&Grubbing.doc 9 1...16 . .... .. proposed manhole, as applicable. This backfill shall be tamped and compacted to provide proper bedding for the pipe or manhole, as also specified herein. Under no cir- cumstances will material other than drainfield limerock be considered satisfactory for use as bedding material for underwater construction. 4. Backfill After the pipe is installed, backfilling shall proceed in accordance with the provisions of Subsection G, "Backfill". SEC 2 Exhibit J Section 2 Clearing&Grubbing.doc 10 11B SECTION 3 PAVING I. STABILIZED SUB-GRADE/LIMEROCK BASE A. Scope The scope of this section consists of furnishing labor, equipment, and materials for the construction of a crushed limerock base and of a stabilized subgrade. The stabilized subgrade and the base course shall be constructed in accordance with the plans and specifications. Standard specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and those shown on the plans or called for in the specifications. B. Material and Construction The limerock base and subgrade material shall conform to Section 911 of the "Florida D.O.T. Standard Specifications". Stabilization of the subgrade and shoulders shall be in accordance with Section 160 of the "Florida D.O.T. Standard Specifications". Construction of limerock base shall be in accordance with Section 200 of the Florida D.O.T. Standard Specifications". The subgrade and shoulders shall be stabilized to the depth and width as shown on the plans and shall have a minimum Florida Bearing Value (FBV) of 75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall be compacted to at least 98% of maximum density as determined by the AASHTO TI80, (modified proctor test). The limerock base shall have a compacted thickness and width as shown in the drawings. All limerock shall have a minimum LBR of 100. Compaction of the base course shall be at least to 98% of the maximum density as determined by the AASHTO TI80, (modified proctor test). C. Testing and Inspection The Contractor shall be responsible for the cost of and the furnishing of samples of the materials to a testing laboratory approved by the Engineers. Test report and samples shall be required from every limerock supplier furnishing the material. The source of material designated shall not change without written consent of the Engineer. During the construction, the Engineer may require additional tests if any visible variation occurs. One Florida Bearing Value (FBV) Test or Limerock Bearing Ratio (LBR)test for each 0-1000 square yards of subgrade and one FBV (or LBR)test for each additional 1000 square yards (AASHO T180). One in place density test for each 0-1000 square yards of base course and one test for each additional 1000 square yards (AASHTO TI80) shall be provided by the Contractor. During construction a field inspection of each phase shall be made by the Engineer. It is the Contractor's responsibility to notify the Engineer when a phase of construction is ready for Exhibit J Section 3 Pavim=.doe 11 11 [3 inspection. The Contractor shall notify the Owner prior to conducting any test, so that the Owner may have his Representative present. II. CONCRETE CURBS/GUTTERS/SIDEWALKS A. Scope The work covered in this Section of the Specifications consists of furnishing all plant, labor equipment, materials and the performing of all operations necessary for the construction of concrete curbs and/or gutters. B. Construction Methods All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted in conformance with Section 3A. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. All work shall be performed to the length and cross-sections shown on the plans. Forms shall be of sufficient strength to resist the pressure of the concrete without springing. Bottom forms shall not be removed within twenty-four hours after initial concrete placement. Side or top forms shall not be removed within twelve hours after concrete placement. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. Curbs and gutters shall be finished until a smooth surface is attained. Final finish shall be a light broom finish. When completed the concrete shall be cured as outlined herein. C. Placing of Concrete Concrete shall be deposited in clean, wet forms and as nearly as practicable in its final position to avoid segregation. Concrete placing shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. Concreting shall be a continuous operation until the panel or section is completed. All structural concrete shall be vibrated. No concrete shall be allowed a free fall of more than four feet(4') or allowed to strike against a vertical or inclined surface or reinforcement above the point of deposit. Placing by Exhibit 7 Section 3 Paving.doc 12 11R means of pumping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. Placing of concrete shall be so regulated that the pressure caused by the wet concrete shall not exceed that used in the design of the forms. After the concrete has taken its initial set, care shall be exercised to avoid jarring the forms or placing any strain on the ends of projecting reinforcement. D. Machine-Laying Machine laying of work will be permitted, providing all quality conditions of conventional construction are met. As a specific requirement for machine-laid curb and gutter, contraction joints shall be sawed unless an alternate method of constructing them is approved in writing by the Engineer. Joints shall be sawed at times designated by the Engineer, and at intervals of ten feet except where shorter intervals are required for closures, but no joints shall be sawed or constructed at intervals of less than four feet. E. Curing As soon as practicable after finishing, all concrete shall be covered with burlap and kept moist for a period of seven (7) days or, an approved membrane curing compounds such as Res-x, Aqua Resin Cure, Spartan-Cote and Clear Bond or suitable equivalents may be applied at the Contractor's option. Where membrane curing compound is used, no walking or other traffic will be allowed over the work for seventy-two hours after application unless the surface is protected by burlap or heavy building paper. F. Joints 1. Construction Joints Joints not shown or specified shall be located as to least impair the strength and appearance of the work. The placement of concrete shall be carried on at such a rate that the surfaces of concrete which have not been carried to joint levels will not have attained initial set before additional concrete placement. 2. Contraction Joints Curbs, curb-and-gutters, and valley gutters shall be constructed with contraction joints at intervals of ten feet(10') except where shorter intervals are required for closures, but no joint shall be constructed at intervals of less than four feet(4'). Contraction joints may be of the open type or sawed. Construction and construction procedures of contraction joints shall conform to the Specifications set forth in the "Florida State Road Department Standard Specifications for Road and Bridge Construction". Exhibit J Section 3 Puving.doc 13 11B 3. Expansion Joints Curbs, curb-and-gutters, and valley gutters shall be constructed, with expansion joints at all inlets, all radius points, all points where operations cease for any considerable time and at intervals of not more than one hundred feet(100'). Expansion joints shall be constructed with PVC slips encasing the reinforcing bars. Expansion joint material shall be one-half inch bituminous impregnated expansion joint material. 4. Other Where the Plans call for sealed joints between walks or concrete medians, and curbs, such joints shall be constructed as specified in the Standard Specifications. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. He shall reject all delivered concrete and finishes not meeting these specifications. The Contractor shall also be responsible for securing laboratory tests or reports if such tests or reports are requested by the Engineer. The Engineer will not require the testing of more than one set of three compression test cylinders per 50 cubic yards, (or part thereof). All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. III. SIGNING/PAVEMENT MARKINGS A. Scope The work covered in this Section of the Specifications consists of furnishing all labor equipment, materials and the performance of all operations necessary for the installation/application of roadway signs, and pavement markings. Exhibit i Section 3 Pavuls_.doc 14 116 B. Signing All roadway signs indicated on the plans shall be constructed as specified in Sections 700 and 996 of the Standard Specifications. C. Pavement Markings The thermoplastic markings used shall comply with and be installed per Section 711 of the Standard Specifications. The Contractor shall install modified Type 5 Class A reflective pavement markers in the center of the outermost travel lane adjacent to all fire hydrants. These markers shall have blue bi-directional reflective faces and shall conform to Section 706 of the Standard Specifications, and shall be installed by one of the methods described therein. D. Raised Retro-Reflective Pavement Markers and Bituminous Adhesive All raised Retro-Reflective Pavement Markers (RPMs) and adhesive shall be placed as specified in Sections 706 and 970 of the Standard Specifications. SEC 3 Lxhibii 1 Section 3 Paving.doc 15 11B SECTION 4 DRAINAGE I. STORM SEWERS/STRUCTURES A. Scope The scope of this section consists of furnishing labor, equipment and materials and the construction of the gravity storm sewer system shown on the plans and/or herein described or specified. Standard Specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials Aluminum spiral rib pipe shall comply with the provisions of AASHTO M-196 Type 1R and ASTM B-745 Type 1R. The pipe material shall be formed from aluminum alclad coil and conform to the current AASHTO M-197(and ASTM B-744)material specification. The pipe shall have an external helical corrugation of 1/3" X 3/4" X 7-1/2" O.C. resulting in a Manning "n" of 0.012 or less. The helical lock seam shall contain external seam staking. Minimum pipe metal thickness(gauge)shall be in accordance with the plans. Reinforced concrete pipe shall comply with the provisions of ASTM designation C76 "Standard Specifications for Reinforced Concrete Pipe" and shall be Class III, Wall B. Pipe joints shall be sealed using rubber gasket joints and the pipe joint shall be manufactured to meet the requirements of the approved type of gasket to be used. Joints on oval pipe where provision has not been made for gasketing in the casting, shall be wrapped with geotextile filter fabric approved by Engineer. Lifting holes will not be permitted unless the Contractor submits a shop drawing for the Engineer's approval, indicating the method to used in sealing the holes. Mortar used for constructing and plastering manholes, catch basins,drop inlets and junction boxes shall be in accordance with A.S.T.M.Specifications Serial Designation C 270. The Contractor will have the option of using either a Portland cement-hydrated lime mixture or a Portland cement mixture with masonry cement added for improved workability. The mortar materials shall be proportioned by volume and shall be as follows: One (1)part Type I Portland cement- A.S.T.M. C-150 Three (3) parts aggregate (sand) -A.S.T.M. C-144 Exhibit J Section 4 Drainage.doc 16 11B The addition of masonry cement A.S.T.M. C-91 will be permitted to improve workability of mortar. Brick used in the construction of manholes, catch basins, drop inlets and junction boxes shall be Portland cement concrete conforming to A.S.T.M. Serial Designation C-55,Grade U II. They shall be sampled in accordance with A.S.T.M. Serial Designation C-140. All concrete and concrete work shall conform to the specifications contained herein unless otherwise noted on the Plans. All concrete specified in this Section shall attain a minimum compressive strength of 3000 psi in 28 days. Reinforcing bars shall be intermediate grade,new billet-steel,deformed bars free of loose rust,scale, dirt or oil, and shall conform to A.S.T.M. A15 latest revision, "Specifications for Steel Bars for Concrete Reinforcement". Rebar deformations shall conform to A.S.T.M. A305 latest revision. Welded wire fabric for concrete reinforcement shall conform to A.S.T.M. 185, "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement". All reinforcement steel shall be placed, spliced, lapped, etc., in accordance with the A.C.I. Standard 318 latest edition, Building Code Requirements For Reinforced Concrete. C. Handling Material Reinforced concrete pipe and accessories shall be loaded and unloaded by lifting with hoists or skidding in a manner that will avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. In distributing material at the site of the work,each piece shall be unloaded near the place where it is to be laid in the trench. D. 1 Laying Concrete Pipe Trench and backfilling shall be completed as specified in Section 2-D of these Specifications. Gravity storm sewers shall be laid to the exact line and grade shown on the plans. Sewers will be inspected when the line is completed and backfill has been placed to a depth of one foot(1')over the pipe. Backfill may be completed only after the Engineers approval of each section has been given for line and grade. Faulty sections of line, rejected by the Engineer, shall be removed and relaid by the Contractor. The laying of pipe in finished trenches shall be commenced at the lowest point,with the spigot ends pointing in the direction of the flow. D.2 Laying Aluminum Spiral Rib Pipe Installation shall be in accordance with the pipe manufacturer's "Recommended Installation Procedures" unless otherwise specifically modified herein. Trenching and backfilling shall be completed as specified in Section 2,Article IV of these specifications unless other wise specifically modified herein. The pipe shall be installed on select bedding material to the dimensions given on Exhibit J Section 4 Drainage.doc 17 11B sheet 1 of 4 of FDOT Standard Index 205. Backfill materials in the pipe envelope shall be limited to clean, non plastic materials that require little or no compaction effort (GP, SP) or to well graded granular materials classified as GW, SW,GM,SM,GC or SC with a maximum plastic index(PI)of 10. Maximum loose lift thickness shall be twelve inches (12") with each lift compacted to a minimum of 90% standard density per ASTM D698 (AASHTO T99). Compaction in excess of ninety-five percent (95%) is not recommended. Special attention to moisture content to limit compaction effort shall be required. Soil cement or cement slurries may be used in lieu of the selected granular materials. When the aluminum spiral rib pipe invert is to be installed below the natural water table,#57 stone shall be utilized for the select bedding material and clean sand for backfilling in accordance with the detail shown on the Plans. The stone and sand shall be placed in lifts and compacted/tamped as specified above. Contractor shall exercise extreme caution during backfilling and compaction until the minimum cover requirement is obtained in accordance with the pipe manufacturer's Fill Height or Height of Cover Tables for HS-20 vehicles and construction vehicles. Upon completion of backfilling and compaction of each pipe run,the pipe shall meet the requirements of FDOT Standard Specification Section 430-8.2. E.1 Jointing Reinforced Concrete Pipe All pipe shall be joined by rubber gaskets installed in strict accordance with the recommendations of the pipe manufacturer. The joint shall be sealed so that the joint will remain watertight under all conditions of service, including movement due to expansion, contraction and normal settlement. Pipe joints and rubber gaskets shall conform to the requirements of Sections 941 and 942 of the Standard Specifications. E.2 Jointing Aluminium Spiral Rib Pipe Coupling bands shall be made of the same material as the pipe and shall be a minimum of 16 gauge. Bolts,nuts, and other hardware used shall meet the requirements of either ASTM A307 or ASTM A325. Each end of each pipe section shall have a minimum of two annular corrugations and shall fully engage,over the entire periphery,one corrugation on each pipe end. In addition,two neoprene "0-ring" type gaskets shall be used in conjunction with the connecting band. The neoprene "O- ring"gaskets shall meet the requirement of ASTM C-361. An acceptable connecting band is the H- 12 Hugger Band with double "0-ring"gaskets. Field cut pipe shall only be installed with the plain end (no annular corrugations) in a storm sewer structure. A filter fabric jacket in accordance with FDOT Standard Index 280 shall be installed around all joints. F. Catch Basins, Storm Sewer Manholes and Concrete Headwalls Catch basins, storm sewer manholes and concrete headwalls shall be constructed at the location and to the depth indicated on the drawings and in accordance with the details shown thereon. Excavations and backfill shall be made in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgoing pipes shall be sealed with Portland Exhibit J Section 4 Drainage.doc 18 lie cement mortar to form a watertight joint. All pipes within catch basins,storm sewer manholes,and concrete headwalls shall be cut off flush with the face of the structure and the broken ends of these pipes shall be grouted with Portland cement mortar to a smooth uniform covering with no steel exposed. All precast reinforced concrete structures shall conform to A.S.T.M. Specification C-478. The Contractor shall submit three (3) sets of shop drawings of the proposed precast structures for approval. Construction of grated inlets and catch basins shall be to the elevations and dimensions shown on the Plans. Construction shall include any reasonable adjustment and realignment of the grate necessary, or the installation of the inlet grates. Frames shall be secured in mortar and the mortar struck smooth inside and out. G. Manhole Frame and Cover Material used in the manufacture of the casting shall conform to A.S.T.M. Specification A 48-76 Table I, Class 30B iron or of the U.S. Government Specification QQI-652, latest revision for gray iron casting. See details for specific information. H. Form Work All work shall be performed to the dimensions shown on the plans. Forms shall be of sufficient strength to resist springing. Bottom forms shall not be removed within twenty-four hours after placing the concrete. Side or top forms shall not be removed within twelve hours after placing the concrete. Upon the removal of the forms,minor defects shall be corrected with a rich mix of cement mortar. When completed the concrete shall be cured as outlined herein. II. SWALE EXCAVATION A. Scope Swale excavation shall conform to the limits indicated on the plans or specified herein. This work shall include excavation, shaping and sloping and other work necessary in bringing the swale excavation to the required grade, alignment and cross section. B. Excavation All suitable materials removed from the swale excavation shall be used as far as practicable in the formation of subgrades,shoulders or other places as directed. No excavated material shall be wasted without permission,and where necessary to waste such material it shall be disposed of as directed by the Engineer.Material classified as A-8 in accordance with AASHTO Designation M 145 is highly organic soil and is considered unsuitable and is to be removed to the required depth and replaced,to the satisfaction of the Engineer, with suitable material. Unsuitable material existing in open areas may remain and these open areas may be used for disposal areas for the unsuitable material as directed by the Engineer. Open areas are defined as those areas that do not include building sites, paving or street rights-of-way. All excess unsuitable excavated material shall be considered Exhibit J Section 4 Drainage.doc 19 lip property of Contractor and shall be removed from the site. Final elevations shall be within 0.1 foot of the required elevation and surfaces shall be sloped to drain as shown on the Drawings. SEC 4 Exhibit J Section 4 Drainage.doc 20 11B SECTION 5 CONCRETE I. GENERAL A. Scope The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work. or as herein specified. B. Composition Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. C. Materials 1. Cement Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM C 150, latest revision. Type II cement shall be used in the construction of sanitary sewer manholes, wet wells and pump stations. 2. Aggregate Aggregates shall conform to ASTM C 33, latest revision. 3. Water Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. D. Classification and Strength of Concrete 1. Class and strength requirements for concrete shall be as tabulated below. Unless otherwise specified, Class B concrete shall be used. 2. Strength Requirements Concrete class and strength shall meet the minimum compressive strength requirements. The compressive strengths shall be as determined by standard laboratory cylinders tests in accordance with the procedure set forth in ASTM C 3.1 and C 39, latest revisions. Exhibit J Section 5 Concrete.doc 21 11 B Compressive Strength In Pounds Per Square Inch Class Design A 4000 B 3000 C 2500 E. Field Control and Testing 1. General The quality of the concrete as to conformance to the specifications is the entire responsibility of the Contractor until it is accepted in place in the structure and verified by the final cylinder tests made by the laboratory as selected by the Owner. These cylinders shall be in accordance with the procedure set forth in ASTM C 172, latest revision. 2. Reports Proper reports of all tests performed by the laboratory will be prepared by the laboratory and submitted promptly to the Engineer. Such reports shall be properly labeled so as to identify the portions of the project into which the materials have been placed. F. Concrete Placement The concrete shall be ready-mixed and shall conform to the applicable requirements of ASTM C 94. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. The Contractor shall abide by the Statement of Responsibilities as set out by The National Ready Mix Concrete Association and the Associated General Contractors of America. SEC 5 Exhibit J Section 5 Concrete.doc 22 11B SECTION 6 PLANTINGS I. GENERAL A. Scope The required plantings consist of ground cover species, four inch liner minimum size installed three feet on center, in two planting zones. The species that are to be installed by zone are listed in Table 1. Table 1. Species to be Planted by Zone Botanical Name Common Name Above SHWT Below SHWT Andropogon sp. Broomsedge X Eragrostis elliottii Lovegrass X Gaillardia pulchella* Blanketflower X Helianthus debilis* Beach sunflower X Mulenbergia cappillaris Muhlygrass X Paspalum monostachyum Seashore paspalum X Spartina bakeri Sand cordgrass X * Species to be installed in upper portion of planting zone The Contractor, by completing the Bid Form, acknowledges that they have inspected the site and have read, understand and will abide by all conditions of the contract documents. B. Description 1. Work Included a. The work consists of the delivery and installation of specific plant species of the quantity, quality, and size specified in the construction documents. b. The Contractor shall be responsible for all materials and work called for in these documents. It is the intent of these specifications to provide quality plants vigorous in growth. Any item not specifically shown in these specifications, but normally required to conform to such intent, is to be considered as part of the work. c. Completion of work shall mean the full and exact compliance and conformity with the provisions expressed or implied in these specifications. d. The Contractor shall provide a report to the Owner's Representative with a summary of the size and number of plant species delivered to and installed Exhibit J Section 6 Plantings.doc 23 11B e. The Contractor shall provide all labor, equipment, tools, and incidentals necessary to deliver and hand plant ground cover species within the designated planting areas. 2. Substitutions and Changes in the Work Substitutions and changes are not anticipated concerning plant species, minimum sizes, and numbers. However, the Owner reserves the right to make adjustments to the species composition and quantities and shall provide the Contractor at least 30 days notice prior to specified delivery dates. Changes made to the number of plants required will result in a modification in the contract amount based on the per plant costs provided on the attached Bid Form. Any and all requests for substitutions or changes in the work by the Contractor must be requested in writing by the Contractor, and approved in writing by the Owner's Representative before work may start on the substitution or change. C. Quality Assurance 1. Materials Plant material nomenclature shall conform to the botanical (scientific) names. Names of varieties not included therein shall conform generally with names accepted in the nursery trade. 2. Inspections a. Plants may be inspected and approved prior to installation. Contractor shall be responsible for replacement of plants that do not meet specification and have not been approved prior to installation with no additional cost to Owner. b. Installation - The installation shall be subject to inspection at any time by the Owner, Owner's Representative, or local, state, and federal regulatory agencies. On-site observations shall continue throughout the contract period. 3. Varietal Characteristics All plant materials shall be the species and variety specified in the documents, typical of the varietal characteristics. The growth habitat, leaf arrangement, texture, and plant structure shall show the standard characteristics of the plant's specific species. If there are any questions as to certainty, it will be the Exhibit J Section 6 Plantings.doc 24 11R responsibility of the Contractor to verify the species. D. Product Handling Growing Conditions a. All plants shall be grown in accordance with sound nursery practice to assure a fully developed, healthy plant. All plants shall be grown under climatic conditions similar to those of the project. Container grown stock shall be planted in sturdy containers. Plants must have been previously root pruned and/or contain sufficient roots for continued growth without resulting shock. b. Plants shall be grown in a soil mixture suited to each species and which will promote optimum secondary root development and plant establishment. The Contractor shall be responsible for preventing root- bound stock by increasing the size of the container if necessary. Plants shall be adequately rooted to hold the soil mass together until planting. Plants shall not be root-bound. 2. Protection a. Individual plant species shall be grown in conditions most advantageous to growth for that particular species in respect to sun, shade, and other climatic conditions. The delivered specimen shall be true to color and characteristic of the plant form. All plants shall be free of frost, insect, diseases, mechanical damage, and weed and exotic free. b. Plants grown initially under shade conditions shall be hardened in direct sunlight for a minimum of the last one month immediately prior to delivery. 3. Storage Plants being stored and those being prepared for shipping shall be cared for in such a manner that damage will not be caused. Plants being prepared for shipment shall receive proper care, including proper water and protection from injurious climatic conditions. Plants shall be shipped in such a manner as to prevent damage to stems and root systems during delivery and handling. Plants shall not be stored in a body of transport truck, but shall be delivered to the site promptly, and unloaded as soon as delivered. Containerized material shall not be stacked prior to shipment. Exhibit J Section 6 Plantings.doc 25 11B II. PRODUCTS A. Plant Materials 1. General Plants shall be well formed and shaped,true to type as specified. 2. Nomenclature Selected stock shall be true to botanical and common name and variety. Botanical name shall have precedence over common name. 3. Containerized Plants All container grown plants shall meet the specifications called for in this document. They shall be well rooted and established in the container in which they are delivered to the site, and shall have been in that container sufficiently long for the fibrous roots to hold together when removed from the container. The container shall be sturdy and of the design, size, (unless otherwise specified) and quality usually accepted in the nursery industry for the growing of nursery stock of the listed variety. The container shall be sufficiently rigid to hold the soil protecting the root mass during shipping. 4. Planting Soil All planting soil used for containerized growing shall be soil that is generally accepted for the growing of the particular plant species. All soils shall be weed, exotic,pest, and insect free. 5. Replacement If the plant stock does not meet the specifications, the Contractor shall replace the plant stock at their own expense. B. Delivery 1. The Contractor shall deliver the plant materials to a designated staging site in a vehicle outfitted specifically for the transportation of such nursery stock. All plant material shall be delivered in a manner to prevent damage, including wind damage. There shall be no evidence of wind or sun damage and materials shown have no evidence of drying. The Contractor shall be responsible for unloading all plant materials at the planting areas. Exhibit J Section 6 Plantings.doc 26 11B C. Installation 1. The contractor shall observe the following planting instructions: a. All plant materials will be planted in a manner consistent with the planting plans. b. Care will be taken that plant roots will not be allowed to dry out during delivery,handling, and planting. c. The Contractor shall plant all plant materials by hand. d. The Contractor shall water all planted materials immediately following planting. e. The Owner reserves the right to make adjustments to the above spacing, species composition, site layout, and plant numbers and will provide the Contractor with thirty (30) days notice prior to installation. D. Maintenance Once planting is completed, the planted materials shall be maintained by the Contractor, including but not limited to watering as needed, throughout the contract time until Final Release for the Contract by the Owner and their representatives. E. Acceptance Upon completion of installation of the required plants in the planting areas, the Owner's Representative shall inspect the plant material at the site for general conformance with the Technical Specifications. Plant materials and plant installation conforming to the specifications will be accepted by the Owner's Representative. The Owner's Representative shall review reports from the Contractor summarizing the number, size, type, and location of the planting material. The acceptance will be based on visual observation and review of reports submitted by the Contractor. The Contractor shall be responsible for replacing plant material which does not conform with the Technical Specifications or is unacceptable to the Owner or their Representatives at no additional cost to the Owner. F. Guarantee The Contractor shall guarantee that the plant materials are installed according to the plans and specifications given in these documents and the permits issued by the regulatory agencies. Contractor shall be responsible for 100 percent survival of installed plants until determination of substantial completion. Maintaining 100 percent survival of plants may Exhibit J Section 6 Plantings.doc 27 11B include watering and replacement of dead plants. A minimum 80 percent survivorship for one year will be required for all planted herbaceous material. It is the Contractor's responsibility to coordinate chemicals used, schedule used and application techniques, because the Contractor, not the Owner will be held responsible for plant mortality. The Contractor will be required to bond or irrevocable letter of credit equal to ten percent (10%) of the sum to be paid by Owner for all of the work to be provide under the terms of the contract between the Owner and Contractor. Said bond or irrevocable letter of credit shall secure the cost of replacement and maintenance of the plantings, and shall be in such form, substance and from such issuer as shall be acceptable to Owner in its sole discretion. Survival of the Plantings, and all determinations as to the percentage of Plantings that have survived, shall be determined by the Owner's Representative, no less often than semi-annually and at the expiration or termination of all of the Contractor's work. Contractor to be responsible for complying with all issued permits and securing any additional permits required to complete the work. The above guarantee ensures that the Contractor shall replace all plant materials, which have not been accepted by the Owner's Representative or die within the period at no additional expense to the Owner. However, the Contractor is not responsible for plants, which die within the one-year warranty period after final release of the Contract due to circumstances beyond the Contractor's control. SEC 6 Exhibit J Section 6 Plantings.doc 28 116 SECTION 7 MEASUREMENT AND PAYMENT GENERAL A. Scope The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all materials, labor, tools and equipment, for performing all operations necessary to complete the work under the Contract,and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or from the action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment,materials,commissions,transportation charges and expenses,patent fees and royalties, labor for handling materials during inspection,together with any and all other costs and expenses for performing and completing the work as shown on the plans and specified herein. The basis of payment for an item at the unit price shown in the proposal shall be in accordance with the description of that item in this Section. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Form or Basis of Payment, he shall include the cost for that work in some other applicable bid item,so that his proposal for the project does reflect his total price for completing the work in its entirety. B. Types The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of measurement contained herein. A representative of the Contractor shall witness all field measurements. C. Bid Schedule Items Corresponding to Table A (Bid Proposal) 1. Mobilization Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the contract unit price bid per lump sum. Exhibit J Section 7 Measurement and Payment.doc 29 11B 2. Provide/Maintain As-Built Plans Measurement for payment of the above item will be by lump sum. Payment for as built plans will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to provide the as-built plans. 3. Provide Construction Surveying and Layout Measurement for payment of the above item will be by lump sum. Payment for construction survey layout will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to perform construction layout. 4. Maintenance of Traffic Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, mobilization, signs, barricades, and all other work and incidental items required to maintain traffic flow through the construction zones in accordance with the FDOT and Collier County right-of-way permit requirements. 5. Floating Turbidity Barrier Measurement for payment for the above item will be the linear feet, measured along the top of the floating turbidity barrier, completed and accepted. Payment for floating turbidity barrier will be made at the contract unit price per linear feet, which price and payment shall be full compensation for all material, labor, mobilization, erosion and turbidity controls, and all other work and incidental items necessary to maintain the floating turbidity barrier in accordance with the plans. Exhibit J Section 7 Measurement and Payment.doc 30 1113 6. Staked Silt Fence (Type III) Measurement for payment for the above item will be the linear feet, measured along the silt fence completed and accepted. Payment for Type III Stake Silt Fence will be made at the contract unit price per linear feet which price and payment shall be full compensation for all material. to construct and maintain the silt fence in accordance with the plans. 7. Staked Hay Bales Measurement for payment of the above item will be the number of each Bail installed and accepted. Payment for bailed hay or straw will be made at the Contract unit price per each, which price and payment shall be full compensation for all staking, bedding, grade preparation, labor, and all other work required or specified for the satisfactory installation of each bail. 8. Clearing and Grubbing Measurement and payment of the above item will be by lump sum. Payment for clearing and grubbing will be made at the lump sum contract unit price which price and payment shall be full compensation for all material, labor, hauling and disposing and all other work and incidental items required to properly remove existing culverts, pavement, driveways, structures, rip-rap, debris and vegetation from the area of proposed construction. 9. Un-Classified Excavation Measurement and payment of the above item will be based upon the number of cubic yard of material excavated. The quantity for payment shall be field measured in its original position as determined by the Engineer and agreed upon by the Owner's representative and the Contractor. Payment for this shall be full compensation for all materials and labor necessary to complete the excavation, accepted and approved by the Engineer, including temporary berms for de-watering. The soil borings do not indicate the presence of Exhibit J Section 7 Measurement and Payment.doc 31 11B rock in the excavation on this project. It is common in lowering canal bottoms to encounter rock excavation. Rock excavation should be anticipated and, if encountered, will not be considered a changed condition. The cost of performing rock excavation, where needed, shall be included in the Un-Classified Excavation pay item. 10. Embankment Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, compacted, in place. Payment for the above item will be made at the contract unit price per cubic yard, which price shall be field compensation for all materials and labor necessary to furnish the embankment in place and accepted as approved by the Engineer. 11. Maint. Travel-Way (6" Limerock) 12. Maint. Travel-Way (6" Concrete) 13. Boat Ramps (Armorflex) Measurement and payment of the above items will be the actual area of each item placed and accepted. Payment for these items will be made at the Contract unit price bid per square yard for the respective thickness of each item, respectively. The Contract unit price shall be full compensation for all necessary preparation, tack coat, placement and compaction, furnishing of all materials, and labor, equipment, transportation and all other necessary items to complete each item described above as specified. 14. Manholes (J-7) (<10') 15. Inlets (Ditch Bottom Type C) (<10') 16. Inlets (Ditch Bottom Type E) (<10') Measurement for payment of the above items will be the number of each items constructed and accepted. Payment for items will be made at the Contract unit price per each, which price and payment shall be full compensation for furnishing all materials and completing all work described or shown in the plans, including all clearing and grubbing, all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and Exhibit J Section 7 Measurement and Payment.doc 32 11B all other work required or specified for the satisfactory installation/construction of each respective item. 17. 18" Class III RCP (Storm Sewer) (Round Shape) 18. 24" Class III RCP (Storm Sewer) (Round Shape) 19. 48" Class III RCP (Storm Sewer) (Round Shape) 20. 54" Class III RCP (Storm Sewer) (Round Shape) 21. 60" Class III RCP (Storm Sewer) (Round Shape) 22. 72" Class III RCP (Storm Sewer) (Round Shape) 23. 48" HDPE DR 32.5 (Storm Sewer) (Round Shape) 24. 12" ADS Pipe The quantity for payment for the respective sizes and respective items shall be the horizontal distance, measured along the centerline of pipe or box culvert in the following manner: a. Between headwalls: Pipe shall be measured from the outside wall of one headwall to the outside wall of the consecutive headwall; b. Between Mitered Ends: Pipe shall be measured as indicated in FDOT Standard Index No. 272/273, therefore not including the length of the mitered end (dimension F); c. Between Inlets and Manholes: Pipe shall be measured from inside wall to inside wall of the upstream and downstream structures. Payment for these items will be made at the contract unit price per linear foot for the respective item, which price and payment shall be full compensation for all material, labor, excavation, pipe, gaskets, pipe bedding, pipe laying, dewatering, compaction around the pipe as specified, sheeting, shoring, box, restoration to preconstruction condition of irrigation and landscaping excluding sod, and all other work and incidental items required for a complete installation as specified. 25. Jack and Bore (52" I.D. 1/2" Thick Steel Casing) The method of measurement will be the actual length of the installation, measured in place along the surface of the ground, complete and accepted. No additions or deductions will be made for sweeps in either the vertical or horizontal direction to complete the installation. Payment will be full compensation for all work and materials required to Exhibit J Section 7 Measurement and Payment.doc 33 11B complete the work specified in FDOT Section 556, including furnishing and installing casings, from plan point of beginning to plan point of ending at plan depths, removal of excavated materials and spoils, removal and disposal of drilling fluids, backfilling, and complete restoration of the site. The installation of tracking vectors (wire or tape) will be included in the cost of the bore and will not be paid for separately. No payment will be made for failed bore paths, injection of excavatable flowable fill, products taken out of service or incomplete installations. No payment will be made for jack and bore until a Bore Path Report has been delivered to the Engineer. After the Engineer's acceptance of the Bore Path Report, payment will be made in the amount of 70% of the unit price bid, for Jack and Bore (52" I.D. 1/2" Thick Steel Casing). The remaining 30% of the unit price bid will be made after submittal of as- built plans. 26. 12" ADS Yard Drain 27. 18" Mitered End Section (Cross Drain) 28. 24" Mitered End Section (Cross Drain) Measurement for payment of the above items will be the number of each drain or mitered end constructed and accepted. Payment for drains or mitered ends will be made at the Contract unit price per each, which price and payment shall be full compensation for all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and all other work required or specified for the satisfactory installation/construction of each respective item. 29. Class I Concrete (Endwalls) 30. Class II Concrete (Endwalls) The quantity for payment for Concrete Class I and II shall be the number of cubic yards placed and accepted. Payment for this item will be made at the contract unit price per cubic yard for the respective item, which price and payment shall be full compensation for all material, labor, excavation, dewatering, sheeting, Exhibit J Section 7 Measurement and Payment.doc 34 116 shoring, form work, placement of concrete, backfill, and all other work and incidental items required for a complete installation as specified. 31. Reinforcing Steel (Endwalls) The quantity for payment for Reinforcing Steel (Endwalls) shall be the number of pounds of steel placed and accepted. Payment for this item will be made at the contract unit price per pound, which price and payment shall be full compensation for all material, labor, placement, supports, tying, welding, clips, spacers, couplers, and all other work and incidental items required for a complete installation as specified. 32. Rip Rap (Rubble) (Includes Bedding Stone) Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, in place. Payment for Rip Rap will be made at the contract unit price per cubic yard, which price and payment shall be full compensation for all riprap, labor, placement, compaction, and all other work and incidental items required for complete installation as specified. 33. 6' Chain-link Fence 34. Iron Mesh Fence (Hog Wire) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the fence. Payment for fences will be made at the Contract unit price per linear foot. which price and payment shall be full compensation for all clearing, grading, preparation of post holes, posts, incidental materials, concrete, and all other work required or specified for the satisfactory construction of the fence. 35. 6' Chain Link Single Leaf Gate (16' Wide) Measurement for payment of the above item will be the number of each gate installed and accepted. Payment for gates will be made at the Contract unit price per each, which price and payment shall be full compensation for all fence and gate. Exhibit J Section 7 Measurement and Payment.doc 35 11B 36. Sodding (Bahia)(Includes Water, Fertilizing & Mowing) The quantity for payment shall be per square yard as determined by field measurement of disturbed areas. The type of sod placed shall be as specified. Installation of sod shall be properly coordinated to avoid damage to newly placed sod areas. No payment will be made for sod that is not green and healthy at the time of project completion. Payment for sod will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, sod, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand of grass. 37. Plantings (Above Seasonal High Water Table) 38. Plantings (Below Seasonal High Water Table) The quantity for payment shall be per square yard as determined by field measurement of planted areas. The type of plantings placed shall be as specified. No payment will be made for plantings that are not green and healthy at the time of project completion. Payment for plantings will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, plants, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand plantings. 39. 10" HDPE Directional Drill (Carrier Pipe) Payment for furnishing and installing Directional Drill crossings will be made at the Contract unit price per lineal foot of casing installed including all labor, material, equipment and incidentals necessary to install one linear foot of casing, regardless of depth of cover in accordance with the Collier County Utilities Standards Manual. Include price for casing material, including spacers and identification tape, clearing and grubbing, removal of pavement, driveways, sidewalks, trenching, rock excavation, disposal of non-useable excavated material, bedding, laying, backfilling, grassing, sodding, replacement of pavement, driveways, sidewalks, cleanup and all appurtenances. Measurement for payment will be made horizontally along the centerline of the installed casing. Exhibit J Section 7 Measurement and Payment-Add#2.doc 36 11B 40. 4" DR 14 Force Main Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per linear foot for PVC pipe sewer service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters,protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and all other work for a complete installation. Measurement for payment will be made horizontally along the centerline of the installed pipe. 41. 4" Air Release Valve Payment for furnishing and installing air release valves will be made at the appropriate Contract unit price per air release valve acceptably installed. This item includes the valve, valve box, concrete work, operators, stems, incidentals, and all necessary labor, materials and equipment for installation including valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 42. 4" Plug Valve Payment for furnishing and installing valves will be made at the appropriate Contract unit price per valve acceptably installed. This item includes the valve, valve box, vault or housing, concrete work, operators, incidentals, and all necessary labor, materials and equipment for installation including valve stem, valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 43. Sanitary Sewer Manhole Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or Exhibit J Section 7 Measurement and Payment.doc 37 11s crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all manholes to Collier County Standard Details. This items does not include outside drop manholes or standard precast shallow manholes. Measure cuts from proposed grade to the invert elevation of the sewer. 44. Remove 4" Force Main 45. Remove 24" Force Main 46. Remove 8" Sanitary Sewer Measurement for payment for the above items will be the linear feet, measured along the top of the pipe removed. This item includes a removing and properly disposing of any liquids or solids contained within the sanitary sewer pipe, removing and properly disposing of the pipe and any fittings or materials associated with the pipe including, but not limited to,thrust blocks, supports, fittings, and connections. Once the pipe is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per linear foot and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the sewer mains. 47. Remove Sanitary Sewer Manhole Measurement for payment for the above item will be the number of each Sanitary Sewer Manhole removed. This item includes a removing and properly disposing of any liquids or solids contained within the manhole, removing and properly disposing of the manhole and any other materials associated with the manhole. Once the manhole is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per each and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the manhole. Exhibit J Section 7 Measurement and Payment.doc 38 48. 12" Watermain Deflection (Contingent Item) 49. 24" Forcemain Deflection (Contingent Item) Measurement for payment of the above items will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all clearing, grubbing, excavation, dewatering, backfill, directional boring equipment, casing and carrier pipe and other materials, thrust blocks, supports, fittings, connections to existing mains, valves including air release valves, valve vaults, valve boxes, adjustment of existing valves and valve boxes, warning signs, testing, fittings, and for all equipment and all other work necessary to complete the installation as specified. These items are contingent items and are to only be used at the direction of the Engineer. SEC 7 Exhibit J Section 7 Measurement and Payment.doc 39 1 Agnoli, Barber & Brundage, Inc 1 B g ge, c Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Total Cost Cost 1 MOBILIZATION LS 1 $0.00 1 2 PROVIDE/MAINTAIN AS-BUILT PLANS LS 1 $0.00 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT IS 1 $0.00 4 MAINTENANCE OF TRAFFIC LS 1 $0.00 5 FLOATING TURBIDITY BARRIER LF 140 $0.00 6 STAKED SILT FENCE(TYPE III) LF 15,881 $0.00 7 STAKED HAY BALES EA 120 $0.00 8 CLEARING AND GRUBBING(10.1 Ac.) LS 1 $0.00 9 UN-CLASSIFIED EXCAVATION CY 10.400 $0.00 I 10 EMBANKMENT CY 2,136 $0.00 11 MAINT.TRAVEL-WAY(6"LIMEROCK) SY 8.031 $0.00 12 MAINT.TRAVEL-WAY(6"CONCRETE) SY 116 $0.00 13 BOAT RAMPS(ARMORFLEX) SY 184 $0.00 14 MANHOLES(J-7)(<10') EA 4 $0.00 15 INLETS(DITCH BOTTOM TYPE C)(<10') EA 2 $0.00 16 INLETS(DITCH BOTTOM TYPE E)(<10') EA 1 $0.00 17 18"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 87 $0.00 18 24"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 27 $0.00 19 48"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 22 $0.00 20 54"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 80 $0.00 21 60"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 505 $0.00 22 72"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 52 $0.00 r- 23 48"HDPE DR 32.5 PIPE(STORM SEWER)(ROUND SHAPE) LF 390 $0.00 24 12"ADS PIPE LF 700 $0.00 25 JACK AND BORE(52" I.D. 1/2"THICK STEEL CASING) LF 390 $0.00 26 12"YARD DRAINS EA 20 _ $0.00 27 18"MITERED END SECTION(CROSS DRAIN) EA 2 $0.00 28 24"MITERED END SECTION(CROSS DRAIN) EA 1 $0.00 1 29 CLASS I CONCRETE(ENDWALLS) CY 37.0 I $0.00 I 11B Agnoli, Barber & Brundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Total Cost Cost r 30 CLASS II CONCRETE(ENDWALLS) CY 14.4 $000 31 REINFORCING STEEL(ENDWALLS) LB 1,249 $0.00 32 RIP RAP(RUBBLE)(INCLUDES BEDDING STONE) CY 868 $0.00 33 6'CHAIN LINK FENCE LF 1,696 $0.00 34 IRON MESH FENCE(HOG WIRE) LF 99 $0.00 35 6'CHAIN LINK SINGLE LEAF GATE(16'WIDE) EA 2 $0.00 36 SODDING(BAHIA)(INCLUDES WATER.FERTILIZER&MOWING) SY 18,227 $0.00 37 PLANTINGS(ABOVE SEASONAL HIGH WATER TABLE) SY 129 $0.00 38 PLANTINGS(BELOW SEASONAL HIGH WATER TABLE) SY 242 $0.00 39 10"HDPE DIRECTIONAL DRILL(CARRIER PIPE) LF 100 $000 40 4"DR 14 FORCE MAIN LF 308 $0.00 41 4"AIR RELEASE VAVLE EA 1 $0.00 42 4"PLUG VALVE EA 1 $0.00 43 SANITARY SEWER MANHOLE EA 1 $0.00 44 REMOVE 4"FORCE MAIN LF 204 S0.00 45 REMOVE 24"FORCEMAIN LF 60 $0.00 46 REMOVE 8"SANITARY SEWER LF 28 $0.00 47 REMOVE SANITARY SEWER MANHOLE EA 1 $0.00 48 12"WATERMAIN DEFLECTION(CONTINGENT ITEM) LS 1 $0.00 49 24"FORCEMAIN DEFLECTION(CONTINGENT ITEM) LS 1 $0.00 PROJECT TOTAL $0.90 11B 7 T' County Email: RhondaCummings @colliergov.net Telephone: (239) 252-8941 Admistrabve Services is FAX: (239) 252-6700 Purasin ADDENDUM #1 Memorandum Date: July 20, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — ITB 12-5946 LASIP Ouffalls 3 and 4 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: Add slots to upload bid schedule and other documents. c: Shane Cox, Senior Project Manager 1 11B TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 14 BID SCHEDULE 15 MATERIAL MANUFACTURERS 16 LIST OF MAJOR SUBCONTRACTORS 17 STATEMENT OF EXPERIENCE OF BIDDER 19 TRENCH SAFETY ACT 20 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS 21 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 22 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 23 BID BOND 27 BIDDERS CHECK LIST 29 CONSTRUCTION AGREEMENT 30 EXHIBIT A 1: PUBLIC PAYMENT BOND 37 EXHIBIT A 2: PUBLIC PERFORMANCE BOND 40 EXHIBIT B: INSURANCE REQUIREMENTS 43 EXHIBIT C: RELEASE AND AFFIDAVIT FORM 47 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 48 EXHIBIT E: CHANGE ORDER 51 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 53 EXHIBIT G: FINAL PAYMENT CHECKLIST 55 EXHIBIT H: GENERAL TERMS AND CONDITIONS 57 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 89 EXHIBIT J: TECHNICAL SPECIFICATIONS 90 EXHIBIT K: PERMITS 91 EXHIBIT L: STANDARD DETAILS 92 EXHIBIT M: PLANS AND SPECIFICATIONS 93 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 94 2 Construction Services Agreement Revised 3/1/2012 11B corty Count Acitmenivrative Service Nis& purchasing PUBLIC NOTICE INVITATION TO BID LASIP Outfalls 3 and 4 COUNTY BID NO. 12-5946 Separate sealed bids for the construction of LASIP Outfalls 3 and 4, 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 17th, day of August, 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 25th day of July, 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, LASIP Outfalls 3 and 4 Bid No. 12-5946 and Bid Date of August 17, 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 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 3 Construction Services Agreement:Revised 3/1/2012 11B 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 Two Hundred and Forty (240) 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 17th day of July, 2012. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director 4 Construction Services Agreement:Revised 3/1/2012 11B 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 1 - 53 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 Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be 5 Construction Services Agreement: Revised 3/1/2012 11B enclosed in another sealed envelope addressed as above. Bids received at the 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 3/1/2012 11B 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 and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and 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 via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior 7 Construction Services Agreement: Revised 3/1/2012 11B 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. 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. 8 Construction Services Agreement:Revised 3/1/2012 11B 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 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 Purchasing professional 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 9 Construction Services Agreement: Revised 3/1/2012 118 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 http://www.colliergov.net/Index.aspx?page=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 (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.html). 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 10 Construction Services Agreement:Revised 3/1/2012 118 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 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 11 Construction Services Agreement:Revised 3/1/2012 116 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." 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 12 Construction Services Agreement:Revised 3/1/2012 11B 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. 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." 13 Construction Services Agreement: Revised 3/1/2012 1113 CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA LASIP Outfall 3 and 4 BID NO. 12-5946 Full Name of Bidder Bonness Inc. Main Business Address 1990 Seward Avenue Naples, FL 34109 Place of Business Telephone No. 239-597-6221 Fax No. 239-597-7416 State Contractor's License# CBC059904; CUC I224797 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 3/1/2012 11D 11B Agnoli, Barber & Brundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Total Cost Cost 1 MOBILIZATION LS 1 $8,128.49 $8,128.49 2 PROVIDE/MAINTAIN AS-BUILT PLANS LS I $3,084.25 $3,084.25 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $15,415.93 $15,415.93 4 MAINTENANCE OF TRAFFIC LS 1 $11,530.05 $11,530.05 5 FLOATING TURBIDITY BARRIER LF 140 $7.43 $1,040.20 6 STAKED SILT FENCE(TYPE III) LF 15,881 $1.39 $22,074.59 7 STAKED HAY BALES EA 120 $10.62 $1,274.40 8 CLEARING AND GRUBBING(10.1 Ac.) LS 1 $67,313.93 $67,313.93 9 UN-CLASSIFIED EXCAVATION CY 10,400 $11.39 $118,456.00 10 EMBANKMENT CY 2,136 $17.28 $36,910.08 11 MAINT.TRAVEL-WAY(6"LIMEROCK) SY 8,031 $10.42 $83,683.02 12 MAINT.TRAVEL-WAY(6"CONCRETE) SY 116 $34.62 $4,015.92 13 BOAT RAMPS(ARMORFLEX) SY 184 $119.95 $22,070.80 14 MANHOLES(J-7)(<10') EA 4 $7,935.22 $31,740.88 15 INLETS(DITCH BOTTOM TYPE C)(<I0') EA 2 $1,434.90 $2,869.80 16 INLETS(DITCH BOTTOM TYPE E)(<10') EA 1 $2,352.50 $2,352.50 17 18"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 87 $29.62 $2,576.94 18 24"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 27 $42.70 $1,152.90 19 48"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 22 $146.26 $3,217.72 20 54"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 80 $144.10 $11,528.00 21 60"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 505 $203.22 $102,626.10 22 72"CLASS III RCP(STORM SEWER)(ROUND SHAPE) LF 52 $308.82 $16,058.64 23 48"HDPE DR 32.5 PIPE(STORM SEWER)(ROUND SHAPE) LF 390 169.43 $66,077.70 24 12"ADS PIPE LF 700 $16.04 $11,228.00 25 JACK AND BORE(52"I.D. 1/2"THICK STEEL CASING) LF 390 923.96 $360,344.40 26 12"YARD DRAINS EA 20 $941.10 $18,822.00 27 18"MITERED END SECTION(CROSS DRAIN) EA 2 $891.08 $1,782.16 28 24"MITERED END SECTION(CROSS DRAIN) EA 1 $955.42 $955.42 29 CLASS I CONCRETE(ENDWALLS) CY 37.0 $1,062.69 $39,319.53 1 1. FE1 , , Agnoli, Barber & Brundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Total Cost Cost 30 CLASS II CONCRETE(ENDWALLS) CY 14.4 $1,052.24 $15,152.26 31 REINFORCING STEEL(ENDWALLS) LB 1,249 $0.91 $1,136.59 32 RIP RAP(RUBBLE)(INCLUDES BEDDING STONE) CY 868 $61.56 $53,434.08 33 6'CHAIN LINK FENCE LF 1,696 $14.39 $24,405.44 34 IRON MESH FENCE(HOG WIRE) LF 99 $6.92 $685.08 35 6'CHAIN LINK SINGLE LEAF GATE(16'WIDE) EA 2 $424.68 $849.36 36 SODDING(BAHIA)(INCLUDES WATER,FERTILIZER&MOWING) SY 18,227 $1.74 $31,714.98 37 PLANTINGS(ABOVE SEASONAL HIGH WATER TABLE) SY 129 $19.90 $2,567.10 38 PLANTINGS(BELOW SEASONAL HIGH WATER TABLE) SY 242 $11.81 $2,858.02 39 10"HDPE DIRECTIONAL DRILL(CARRIER PIPE) LF 100 $81.19 $8,119.00 40 4"DR 14 FORCE MAIN LF 308 $41.65 $12,828.20 41 4"AIR RELEASE VAVLE EA 1 $6,177.62 $6,177.62 42 4"PLUG VALVE EA 1 $816.87 $816.87 43 SANITARY SEWER MANHOLE EA 1 $4,056.32 $4,056.32 44 REMOVE 4"FORCE MAIN LF 204 $10.94 $2,231.76 45 REMOVE 24"FORCEMAIN LF 60 87.56 $5,253.60 46 REMOVE 8"SANITARY SEWER LF 28 $27.00 $756.00 47 REMOVE SANITARY SEWER MANHOLE EA 1 $621.39 $621.39 48 12"WATERMAIN DEFLECTION(CONTINGENT ITEM) LS 1 4646.81 $4,646.81 49 24"FORCEMAIN DEFLECTION(CONTINGENT ITEM) LS 1 23279.03 $23,279.03 PROJECT TOTAL 51,269,239.86 118 ' 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: - ,e6-AA ,�7Z- Cato:. 8/17/2012, Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date! 1s Construction Services Agreement:Revised 3/1/2012 1. ITB 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 ail 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. Electrical 2. Mechanical 3. Plumbing 4. Site Work 5. Identify other Grady Minor & Assocuites, PA subcontractors that 3800 via Del Rey represent more than 10% of price or that Bonita Springs, FL 34134 affect the critical path of the schedule 6. Identify other Erosion Control- Kate's Enviro Fencing subcontractors that 3435 Quail Dr, Bonita Springs, FL 34134 represent more than 10% of price or that affect the critical path of the schedule 7. Identify other Clearing/Grubbing-Ecosystems Technologies Inc. subcontractors that 2221 McGregor Blvd, Fort Myers, FL 33901 represent more than 10% of price or that affect the critical path of the schedule 17 Construction Services Agreement:Revised 3/1/2012 118 8. Identify other Jack and Bore-Cabana Construction subcontractors that p0 Box 61646, Fort Myers, FL 33906 represent more than 10% of price or that affect the critical path of the schedule 9. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 10. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: Bormess Inc./ Signature: dam ' Date: 8/17/2012 18 Construction Services Agreement:Revised 3/1/2012 i 118 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 IQuantity) Cost Cost (Description) (LF,SY) 1. Trench Box LF 773 $2.00 $1,546.00 2. 3. 4. 5. TOTAL $ 1,546.00 Failure to complete the above may result in the Bid being declared non-responsive. Company: Bonness.Inc. Signature: :� Date; 5/'l 712012 20 Construction Services Agreement:Revised 1/1/2012 I 118 Co Cou11.ty Adn-,R ve Services Division iu AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS SOLICITATION#12-5946(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 NI Collier County or❑ Lee County: 1981 Number of Employees (Including Owner(s)or Corporate Officers): 85 Number of Employees Living in © 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. Date: 8/17/2012 Collier or Lee County Address: 1990 Seward Avenue,Naples, FL 34109 Signature: —- __AY Title: Secretary/Treasurer STATE OF FLORIDA: 0 COLLIER COUNTY ❑LEE COUNTY t Sw, rn to and Subscribed Bef Me, a Notary Public,for the above State and County, on this ' I Day of L-31- , 20 l Notary Public ,■RY Pu, -,P JEANNE CARNES ,� • My Com ssion Expires: *l,;_. * 1tYCOMMISSICN f DD 904824 N EXPIRES:August 4,20133 Sr 474.OF„oe Medlin Budge Notary Sevice (AFFIX OFFICIAL SEAL) 21 Construction Services Agreement:Revised 1/1/2012 11B ActrwestrativeSentes Immigration Law Affidavit Certification Solicitation: 12-5946 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/ 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 Bonness Inc. Print Name Jane Baratta Title Secretary/Treasurer Signature t Date 8/17/2012 State of Florida County of Collier /14k- The foregoing instrument wp�p,��signed and acknowledged before me this l day of L.47 20 id., by Ttz3LP :i_i rit_tC%_. (print or type name)who has produced St .i IC (type of identification and number)as identification. Nqt-ry Public Signature +°`"'••:'(; JEANNE CARNES MY COMMISSION it Oa 404824 Printed Name of Not.. w t,ic EXPIRES:August4,2013 4,-,,or 702-J Sanded Thu Budget Mary Smell 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. 22 Construction Services Agreement:Revised 1/1/2012 118 ,.. 3 Al a A _ _.. _. m 0 < -1 < 5 < 0 < > 91 0 0 m < Z e �,4 f ast a c -r fir* + m m W 'f I l g n =- °7 ' ;5 r� c .4 O x f Ili?o m y a µ K 3 a ® ' c 33! C V m y m m m .' R. 4 p !t v m H o- rye �' - D a - i'; f41 o. n v _ 4 Illit ,. .t. oilisi —In o a 'D -I m > n N to n a a -0 C C n n O '� 9 a o .3� � ;; aa co 0 0 r, pi IR co o m a c " a m 1:1 Ili - 0 3 3 s 0 rt •0 0 :. hD hD H. CCA W 3. •3 " a 3 a N 2, _e-P. 2,1 r � r 3 I fu O i 4o N' c M 0 M -t o' Q cn c MO E 0 H Cr 9 3 3 0 0 01 Y Z sev-• 3 d c 3 co `•°• m co --0 (0 oc -nz N CO co iv CCD 0 ° O 0 O - o Co = Eti cn O (.74 r N 0) C~D N rn C) Qo 3 x * Cl) to = = 51 a 0 m 0 CD 7 N to n A a 3 D 0 m A W 5` 7z1 a. P) Ca CQ m •• N i a CD a ^^ o cn ll i lc Sy O CN co x D s6- cD i 1 1 8 _. 1 c th 'A 2 .!..... "--• 0 2. '. 0 i co 01' ca. ia Z 0 n )+0 -1 0 3 pt. 03 ..:1 P'11.;tr-i 0 EL C) ..< or 1 a i, .41.I'3- °) ,., ■ 0. S.." .11. a a. 2 2 •• iv x (2 rA. 71: trt N, 1,!.,-.--..,,,,ct, mot -. a, p•--,,,,,,,at. 0 .... No o _ t., 7. N.) IA ,:. ..., CO, (J) f-rro' 154; --s -ri M 0 ):' ;73 '!",:4.i.i• r" --"I' --I X 2644. 71. > CD m _ m 0 ..s. Z 0 .-1 C) -I ,. , .. 0 7:1, . . 0 ..,...„ .,„. ApYtlF4 a ':., : ., . ...,,;,- '1 --,...., _ ,; :;;:.:;4 ; `,,., ,,,,,,,., „ .., 4._.,„, 7.' `,7*i ; co , x*,,I,..t- I #t•'-* tz;;,„,-4., ,Art,p3 ,.41;‘-.... 1-'... :,-.Tt ,.....,,., , 0.„)r, — I' .,----..,:;:'L..-,,- 0,;., :4•,--;,,i,,,,,,,,,:i 118 7E10- i Ackeristrative Services Wean Purthiene 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) Taxpayer Name Bonness Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 1990 Seward Avenue City Naples State Florida zip 34109 Telephone239-597-6221 FAX 239-597-7416 Email jcarnesnessinc.com Order Information Remit/Payment information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status(check only one) _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 Certification: tinder penalties of perjury, l certify that the information shown on this form is correct to my knowledge. Signature > ,� Date 8/17/2012 Title Secretary/Treasurer Phone Number 239-597-622 i 23 Construction Services Agreement:Revised 1/1/2012 11B 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 Two Hundred Ten (210) 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. Respectfully Submitted: State of County of , 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. , 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. 24 Construction Services Agreement:Revised 1/1/2012 i 11B (a). Corporation The Bidder is a corporation organized and existing under the laws of the State of which operates under the legal name of , and the full names of its officers are as follows: President Secretary Treasurer Manager The is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken , a certified copy of which is hereto attached (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 , and if operating under a trade name, said trade name is • 25 Construction Services Agreement: Revised 1/1/2012 11B Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED legal entity BY: Witness Name of Bidder (Typed) Witness Signature Title 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) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: 26 Construction Services Agreement: Revised 1/1/2012 11B BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Bonness Inc. (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 Maryland with its principal offices in the city of Schaumburg IL and authorized to do business in the State of Florida are held and firmly bound unto the The Board of County Commissioners of Collier County FL (hereinafter called the Owner), in the full and just sum of • .. a•. dollars ($ c of amt hrt--- ) good arid 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 LASIP Outfalls 3 and 4 Bid No. 12-5946 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 into 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 $5% 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 17th day of August , 2012 Bonness Inc. Principal BY (Seat) Fidelity and eposmpany of Maryland Surety (Seal) Countersigned Eileen C. Heard, Attorney-in-fact and Florida Licensed Resident Agent 27 Construction Services Agreement:Revised 1/1/2012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance 118 Local Resident Producing Agent for Fidelity and Deposit Company of Maryland 28 Conslmclion Services Agreement:Revised 111/24/2 eI.)1I :es. EXPERIENCE the POWER of PARTNERSHIP Insurance i 116 1 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 eSSl..ate r4Iaryland,by FRANK E. MARTIN JR.,Vice President,and GERALD F.HALEY,Assistant Secretary, injursuariq'ildritgority granted by Article VI,Section 2,of the By-Laws of said Companies,which are set forth an. ne(fet rr skte�ie`i e hereby certified to be in full force and effect on the date hereof,does hereby nomr e._and'a poittt 'gter` MSON,Richard P. RUSSO,JR.,Tanya L.RUSSO,Eileen C. HER '; fig 'n Lem 1∎4ANNII i'edei•c ARCHERD,all of Tampa, Florida, EACH its true and lawful agent `d, 'tatirlie n=Fact,stq I rh�� htt eal and deliver, for,and on its behalf as surety,and as its act and dew �i—K*1 14l� ds..a - ud to tongs and the execution of such bonds or undertakings in pursuance of these fs\74411 be as bindin-j bt s*-Companies,as fully and amply,to all intents and purposes,as if they had been duly cttt"d ci(gaS J'ie gc -1 y the regularly elected officers of the Company at its office in Baltimore, Md.,in their own pr its�r�s. hi power of attorney revokes that issued on behalf of Richard P.RUSSO,JR.,Tanya L. RUSSO,Peter A.TF 'ISON,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: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'nq ofPpsfr L 1tf}, ro. CI By: J Gerald F. Haley Assistant Secretary Frank E. Martin Jr. Vice President State of Maryland ss: City of Baltimore j 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 first above written. I ). /7 -1 '',.-0--r_..7 `tom CL ":._&A,.r.'.M..— ';;,ni. ,,+J• Constance A. Dunn Notary Public My Commission Expires: July 14,2015 POA-F 031-3055A 11B Local Resident Producing Agent for 28 Construction Services Agreement: Revised 1/1/2012 118 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 and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 10.Any addenda have been signed and included. 11.The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12.The mailing envelope must be sealed and marked with: Bid Number; aProject Name; ' Opening Date. 13.The Bid will be mailed or delivered in time to be received no later than the specified openina 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. der Name - `;�,A66 Secretary/Treasurer Signature&Title Date: 8/17/2012 29 Construction Services Agreement:Revised 1/1/2012 118 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 LASIP-Outfalls 3 and 4, Bid No. 12-5946 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli, Barber and Brundage, 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 Two Hundred Sixty Nine Thousand Two Hundred Thirty Nine Dollars and Eighty Six Cents ($1,269,239.86). 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 30 Construction Services Agreement:Revised 1/1/2012 118 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 Two Hundred Ten (210) 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 Two Hundred Eighty Eight Dollars ($1,288) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 31 Construction Services Agreement:Revised 1/1/2012 11E 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. 32 Construction Services Agreement: Revised 1/1/2012 11B 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 I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Agnoli Barber and Brundage, Inc., and identified as follows: LASIP Outfalls 3 and 4 as shown on Plan Sheets 1 through 53. Exhibit N: Contractor's List of Key Personnel ITB 12-5946 LASIP Outfalls 3 and 4 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: Shane Cox, PE, Senior Project Manager Growth Management Division 2885 South Horseshoe Drive Naples, FL 34104 (239) 252-5792 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: 33 Construction Services Agreement: Revised 1/1/2012 11B Bonness, Inc. 1990 Seward Avenue, Naples, FL 34109 (239) 597-6221 Telephone, (239) 597-7416 Fax Jeanne Carnes, Project Administrator 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 waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. 34 Construction Services Agreement:Revised 1/1/2012 118 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 15. 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. **** 35 Construction Services Agreement: Revised 1/1/2012 i 11B IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Bonness, Inc. MAI , 14 &4 .i,..__ By: Wit ,. .trit.0 ,IJw FIRST WITNES , /� 1 %(4 Ai Lai'1 . p,4,(ct,�-- �\ �L 17 Pr. 07\a t S- ( \ _, Type/Print Name and Title Type/P ' t Name Pi , _ ._` Q ►. A--S, _i- COND WITNESS Je tni e ('Airyl eo Type/Print Name Date: 10- 4S- apt 3" OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Dwight E. Brock' Clerk yg hoc r: 14 Q-A) Fred W. Coyle, Chairman AO':st4 sit iForm andLegal SO ficiency: Print Name: __ lid /._ ..,,,1 AssistentCo ty Attorney 36 Construction Services Agreement:Revised 1/1/2012 MEMORANDUM Date: February 11, 2013 To: Diana De Leon, Contract Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #12-5946—LASIP Outfalls 3 & 4 (Santa Barbara & Airport-Pulling Rd.) Contractor: Bonness, Inc. Per your phone conversation with Trish Morgan, the Payment Bond (#9081342) dated September 25, 2012, (Agenda Item #11B), approved by the Board of County Commissioners on.Tuesday, September 25, 2012.) for the aforementioned contractor. The incorrect payment bond that was submitted to our office is being retrieved by yourself and the Purchasing Department and the corrected contract and bond (as approved by the BCC) will be re-submitted by your office. The original incorrectly submitted contract and a copy of the bond will be held on. file with the Minutes and Record's Department in the Board's Official Records. If you have any questions, please contact me at 252-7240. Original B (#9081342) Retried up by: / f Date: Diana DeLeon, Contract Technician, Purchasing Released By: Date: t , Martha Vergara, Deputy Clerk �^ Thank you. 11B ERO rP.AGE OF gO.GIC CONS`IKUCTION gATME.MT BO! THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05,FLORIDA STATUTES,AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2),Florida Statutes BOND NO. 9081342 CONTRACTOR: Bonness Inc. 1990 Seward Ave Naples,FL 34109 239-597-6221 SURETY: Fidelity and Deposit Company of Maryland 1400 American Ln,Tower 1 Schaumburg IL 60196 847-605-6000 AGENT: Lykes Insurance,Inc. Construction Services Division 400 North Tampa Street,Suite 2200 Tampa FL 33602 (813)223-3911 OBLIGEE: The Board of County Commissioners of Collier County FL 3327 Tamiami Trail East Naples FL 34112 239-252-8941 CONTRACT BOND AMOUNT: $1,269,239.86 CONTRACT DATE: Seri-kJ..J:1er as ,2012 PROJECT: Contract 12-5946 LASIP Outfalls 3 & 4 stormwater improvements Naples Manor Outfalls Collier Project No.51101 LEGAL: Sections 29& 32,Township 50S; Range 26L eLykes, EXPERIENCE the POWER of PARTNERSHIP Insurance 11E EXHIBIT A 1: PUBLIC PAYMENT BOND LASIP Outfalls 3 and 4 Bond No. 9081342 Contract No. 12-5946 KNOW ALL MEN BY THESE PRESENTS: That Bonness Inc. 1990 Seward Avenue,Naples FL 34109 , as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Ln,Tower 1,Schaumburg IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County FL as Obligee in the sum of One Million Two Hundred Sixty-nine Thousand Two Hundred Thirty-nine and 86/100 Dollars ($1,269,239.86 ) 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 2 -11day of S -e b4-kr- 2012 , with Obligee for Contract 12-5946 LASIP Outfalls 2&4,Naples Manor in section 29&32,Township 50S,Range 26L 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 a544' day of 5�f,-1-e.:.. 1 20 12 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 37 Construction Services Agreement:Revised 1/1/2012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance 11B Public Construction Bond#9081342 • LASIP Outfalls 3&4 1 El Signed, sealed and delivered in the presence of PRINCIPAL —=0j. r'� / 44 l�i� °, Bonness Inc. BY: Witnesses as to Principal NAME: 7 J .004-a,±, ITS: 'ec i•-e 'Cvr� /Theacwr9� STATE OF Florida f J COUNTY OF Collier The foregoing instrument was acknowledged before me this # day of 2012 , by Tame- kol- tw , as :,,I1 rea.cw of Bonness Inc. , a Florida _ 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. Abair % • +°�a*P`:e`% JEANNECARNEs Signature of Notary) # .,' * MY COMMISSION#DD 904824 �p 4 EXPIRES:August 4,2013 NAME: Jeatvxc, �f' ��9TFOF F10�\OT Bonded Ttw Budget Notary Services (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln,Tower 1 Schaumburg IL 60196 (Business Address N/A N/A (Authorized Signature) Witnesses to Surety (Printed Name) 38 Construction Services Agreement:Revised 1/1/2012 OLykes, EXPERIENCE the POWER of PARTNERSHIP Insurance PUBLIC Construction Bond#9081342 LA SIP Outfalls 3&4 AOF OR 118 As Attorney in Fact and Florida Licensed Resident (Attach Power of Attorney) Agent j4ic. 0AL°- Eileen C.Heard Witnesses (Printed Name) Lykes Insurance Inc. 400 N Tampa St#2200 Tampa FL 33602 (Business Address) 813-223-3911 (Telephone Number) STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me this 4th day of October , 20 12 , by Eileen C.Heard as Attornety-in-fact and Florida Licensed Resident of Fideli • :•• 't Company of Maryland, Surety, on behalf of Surety. He/gig is p- onally know, to met x txue KNOWN as iden —cation and w • ..'d (did not) take an oath. My Commission Expires: A i at i re) Peter A.Thomson "'• Notary Public,State of Florida r Commission#EE 139336 Name. FYpiras December 15,2015 (Legibly Printed) Bonded Thru Western Surety Co. (AFFIX OFFICIAL SEAL) Notary Public, State of: FLORIDA Commission No.: 39 Construction Services Agreement:Revised 1(1/2012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance 11B1 EXHIBIT A 2: PUBLIC PERFORMANCE BOND LASIP Outfalls 3 and 4 Bond No. 9081342 Contract No. 12-5946 KNOW ALL MEN BY THESE PRESENTS. That Bonness Inc. 1990 Seward Ave,Naples FL 34109 , as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Ln,Tower 1,Schaumburg IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County FL , as Obligee in the sum of One Million Two Hundred Sixty-nine Thousand Two Hundred Thirty-nine and 86/100 Dollars ($ 1,269,239.86 ) 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 2,4-' day of 2012 , with Obligee for Contract 12-5946 LASIP Outfalls 3 &4,stormwater improvements,Naples Manor outfalls,Collier County Project 51101 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: 1. 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. 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. 40 Construdion Services Agreement:Revised 1/1/2012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance 1 PUBLIC Constructiolo #99 R 1342 LASIP Outfalls 3&4 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 21�` day of S + - , 20 12 , 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: PRINCIPAL . &LL O .411 L.�, ����__• Bonness Inc. \C BY: AexA-L4Z- Witnesses as to Principal NAME: e e, Z ITS: Sec retan-d ) -T,-etscc rer,-- STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this o day of DC; o)2 Or- , 20 i 12 , by J xt _ y as sec 1"e /�;h eQ.stvr 6/r- Of Bonness Inc. , a Florida corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) a e an oath. My Commissioa&xpires: 41 °o JEANNECAR1iES S gnature) * `�, * MY COMMISSION 400904824 !Z, • EXPIRES:dgetNa 4,2013 Name: Tea t,'n e. Ca h Nj9rFOFfLOe'�° Bonded flue Budget (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 41 Construction Services Agreement Revised 1/1/2012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance PUBLIC Construction Bond#181 2 B LASIP Outfalls 3 &4 ATTEST: SURETY: Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln,Tower 1 Schaumburg IL 60196 (Business Address) N/A (Authorized Signature) N/A Witnesses as to Surety (Printed Name) OR As Attorney in Fact and Florida Licensed Resident Agent (Attach Power of Attorney) ',Ai A£ ik_k\O^ Eileen C.Heard itnesses (Printed Name) Lykes Insurance 400 N Tampa St#2200 Tampa FI. 11607 (Business Address) 813-223-3911 (Telephone Number) STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me this 4th day of October 20 12 , by Eileen C.Heard as Attorney-in-fact and FL Licensed Residen Agent b f Fideli and osit Com,. of Ma land a corporate Surety, on •ehalf of S rety. He/She is personally known to me Qii,xliaf,,,,aradurxed KNO l as identification and who did (did not) take an oath. tA My Commission Expires: t'a, I PetorA.Thomson (Siff a re) t ''• Notary Public,State of Florida ;. Commission#EE 139336 Expires December 15,2015 Name: Bonded Thrta Western Surety Co. (Legi r Printed) ' (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 42 Construction Services Agreement Revised 1/112012 OLykes. EXPERIENCE the POWER of PARTNERSHIP Insurance ZURICH AMERICAN INSURANCE COMPANY 1 1 B COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute,and appoint Peter A.THOMSON,Richard P.RUSSO,JR.,Tanya L.RUSSO,Eileen C.HEARD and Frederic ARCHERD, all of Tampa,Florida, EACH its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for, and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 19th day of September,A.D.2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND E L _ ,� $im:O F i IfM 'V: i� � 1988 • Assistant Secretary Vice President Gerald F.Haley Geoffrey Delisio State of Maryland City of Baltimore On this 19th day of September, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO,Vice President,and GERALD F.HALEY,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer 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 first above written. I. 4,111 I too Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 031-3055A 11B EXTRACT FROM BY-LAWS OF THE COMPANIES . "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof hearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. • RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have her to subscribed my name and affixed the corporate seals of the said Companies, this day of ,20 ,P• .i�o i 4 o.0"44....i0 Mir C .. I a :2• �o= SEAL 1I 1 li ,,, James M.Carroll,Vice President 11B EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 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. Coverage 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. Should at any time the Vendor not maintain the insurance coverage) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage 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 coverage(s) purchased or the insurance 43 Construction Services Agreement: Revised 1/1/2012 118 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. 44 Construction Services Agreement: Revised 1/1/2012 11B Collier County Florida insurance and Bonding Requirements Insurance/Bond Type Required Limits 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 $1,000,000 per occurrence,$2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 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 of the ContractorNendor/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 claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 45 Construction Services Agreement:Revised 1/1/2412 11B ❑Valuable Papers Insurance $ Per Occurrence 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 GA-"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. ® 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 Incc..� Date 8/17/2012 Vendor Signature Print Name Jane Baratta Insurance Agency Marsh USA Agent Name Kim Arvanitis Telephone Number 813-207-5174 46 Construction Services Agreement:Revised 1/1/2012 I 11B R ® CERTIFICATE OF LIABILITY INSURANCE DATE/2012 /YYYY) ACORD ��. os/os/zol z THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA,Inc. PHON:PHONE FAX 3031 N.Rocky Point Drive West,Suite 700 (A/C.No.Ext): (A/C,No): Tampa,FL 33607 E-MAIL ADDRESS: Attn:Kim.L.Arvanitis @Marsh.com;Ph:(813)207-5174 INSURER(S)AFFORDING COVERAGE NAIC# 101266-Bonn-Cas-12-13 . . INSURER A: Illinois National Ins Co 23817 INSURED INSURER B: New Hampshire Insurance Company 23841 Bonness,Inc. 1990 Seward Avenue INSURER C:N/A NIA Naples,FL 34109 INSURER D:Insurance Company Of The State Of PA 19429 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-002998680-04 REVISION NUMBER:3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A GENERAL LIABILITY GL9612842 06/01/2012 06/01/2013 EACH OCCURRENCE $ 1,750,000 X DAMAGE TO RENTED 500,000 COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ X SIR:$250,000 PERSONAL&ADV INJURY $ 1,750,000 GENERAL AGGREGATE $ 3,750,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 3,750,000 POLICY X JECT LOC $ B AUTOMOBILE LIABILITY CA1707569 06/01/2012 06/01/2013 COMBINED SINGLE LIMIT 2,000,000 (Ea accident) $ X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED (err a cident)DAMAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ D WORKERS COMPENSATION WC035896327 06/01/2012 06/01/2013 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project:For any and all jobs performed for Collier County. Collier County is included as Additional Insured where required by written contract or agreement with respect to General Liability. CERTIFICATE HOLDER CANCELLATION Collier County Board of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples,FL 34112 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Kim Arvanitis a't.i- "=- mac . ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 11B 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 , 20 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: President DATE: Witnesses 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) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 47 Construction Services Agreement:Revised 1/1/2012 1113 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District(the OWNER) 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: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _% after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment(s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ 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) 48 Construction Services Agreement: Revised 1/1/2012 . . 1 1 1 B $2 !§ g E l -/ƒ/}F/h . \ �j'$\ \ } @ Q/ az ! � � I/ ) �§ ( \ £ o Cr) / ƒ / ■ @ ƒ\i \ $/ \\ ' $ w \\i . % £ f . § CO ƒC \ � � � � \ CO ° § k � /u k 3G W 1gg 0- j \k ° » / S 2Iw \ ` k ) §1§ 0 1- ° ° ° t [CO o 01w a \ _ / cc 21 \\ , . . [ / Ij 2 81co 0 ; /'01 2 m�R k/I U) e,Fe l�e� !� « ® I ƒ' �2 . ƒ § ) § � � %\l � ' 2 iLi zW \/ ! , 0 0. § 2 / LLI 0 o § $ o _ ƒ 2 ( ! d i . 0 $ } 5 I k u, ,_ / $ CO 0 k \ / / I / 2c Iinc'9 E § f / y \ % = 2 0 \ j > .2. 1 ) ! _ : @ � y § � { 0 Z \ 2 : ° ® &7 P ! E.c B m ƒg £1 7 co / / {\1 2 0 » E\ \ \ / { E § / c 0 E CL '8 - § z ��g ƒ/ t / t'Z a ƒ w a . a 11 N N o n H > a� W N co C is m m 92 m a) U w O N N N U = L 3 CO + _A < vl 0 N 7 U 0 to LO i C u -0 o • mL • d a 0 vi as yr a Q .°• .43 m 4) 0 d.d 0 d _0 o E C z L d Q Q - a V U_ 0 1E 1E W m to 11B EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No. : Change Order No.: Date: Change Order Description 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: 51 Construction Services Agreement: Revised 1/1/2012 11B Director (For use by Owner: Fund Cost Center: Object Code: Project Number: 52 Construction Services Agreement: Revised 1/1/2012 11B EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: 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 COMPLETION 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: 53 Construction Services Agreement:Revised 1/1/2012 111 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 , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 54 Construction Services Agreement: Revised 1/1/2012 11B EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 20 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 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) 55 Construction Services Agreement: Revised 1/1/2012 118 By Design Professional: (Firm Name) (Signature) (Typed Name &Title) By Owner: (Department Name) (Signature) (Name &Title) 56 Construction Services Agreement:Revised 1/1/2012 1113 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; 57 Construction Services Agreement:Revised 1/1/2012 11B 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 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. 58 Construction Services Agreement:Revised 1/1/2012 118 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 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. 59 Construction Services Agreement:Revised 1/1/2012 11B 4.3 Contractor shall submit all Applications for Payment to Ted Tryka, PE, Agnoli Barber and Brundage, Inc., located at 7400 Tamiami Trail North, Suite 200, Naples, FL 34108. 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 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 60 Construction Services Agreement: Revised 1/1/2012 11B 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 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. 4.12 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. 5. PAYMENTS WITHHELD. 61 Construction Services Agreement: Revised 1/1/2012 118 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. 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 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 62 Construction Services Agreement: Revised 1/1/2012 1 1 B 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. 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. 63 Construction Services Agreement:Revised 1/1/2012 i 11B 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 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; 64 Construction Services Agreement: Revised 1/1/2012 11B 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 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 65 Construction Services Agreement:Revised 1/1/2012 118 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 government, 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. 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 66 Construction Services Agreement:Revised 1/1/2012 11B 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 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 67 Construction Services Agreement: Revised 1/1/2012 11B 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 proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 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 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. 68 Construction Services Agreement: Revised 1/1/2012 118 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. 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 69 Construction Services Agreement:Revised 1/1/2012 1113 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 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: http://www.dhs.gov/E-Verify. It shall be the 70 Construction Services Agreement: Revised 1/1/2012 11B 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 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 license 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. 71 Construction Services Agreement:Revised 1/1/2012 1113 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. 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 72 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 days 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. 73 Construction Services Agreement:Revised 1/1/2012 11B 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: (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. 74 Construction Services Agreement: Revised 1/1/2012 11B 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 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 75 Construction Services Agreement: Revised 1/1/2012 118 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. 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 76 Construction Services Agreement:Revised 1/1/2012 11B 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 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 77 Construction Services Agreement:Revised 1/1/2012 11B 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.B, 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. 78 Construction Services Agreement:Revised 1/1/2012 �.1 B 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; 79 Construction Services Agreement: Revised 1/1/2012 11B 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; 80 Construction Services Agreement:Revised 1/1/2012 11B 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. 81 Construction Services Agreement: Revised 1/1/2012 118 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. 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/or Purchasing Departments, and is 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, 82 Construction Services Agreement: Revised 1/1/2012 11B 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 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 sale 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 83 Construction Services Agreement:Revised 1/1/2012 hUB 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 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. 84 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 85 Construction Services Agreement:Revised 1/1/2012 11B 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. 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 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. 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 86 Construction Services Agreement:Revised 1/1/2012 11B 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. 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 87 Construction Services Agreement: Revised 1/1/2012 1113 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. 88 Construction Services Agreement: Revised 1/1/2012 11B EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Not Applicable 89 Construction Services Agreement: Revised 1/1/2012 118 EXHIBIT J: TECHNICAL SPECIFICATIONS See Attached 90 Construction Services Agreement:Revised 1/1/2012 11 EXHIBIT J TECHNICAL SPECIFICATIONS PROJECT: LASIP - NAPLES MANOR OUTFALL 3 & 4 ABB PROJECT NUMBER 7599-6 PREPARED FOR: COLLIER COUNTY TRANSPORTATION ENGINEERING DEPARTMENT, ROADWAY, STORMWATER, AND BRIDGE SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 ENGINEER: AGNOLI, BARBER & BRUNDAGE, INC. 7400 TAMIAMI TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597-3111 Fax (239) 566-2203 DATE: July 2012 11B TABLE OF CONTENTS EXHIBIT J TECHNICAL SPECIFICATIIONS Page SECTION 1 SPECIAL CONDITIONS I I. GENERA] SECTION 2 SITE WORK 3 I. CLEARING AND GRUBBING 3 II. EARTHWORK 3 III. SEEDING/MULCHING/SODDING 4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS 5 SECTION 3 PAVING I I I. STABILIZED SUB-GRADE/LIMEROCK BASE 11 II. CONCRETE CURBS/GUTTERS/SIDEWALKS 12 III. PAVEMENT MARKINGS 14 SECTION 4 DRAINAGE 16 I. STORM SEWERS/STRUCTURES 16 II. SWALE EXCAVATION 19 SECTION 5 CONCRETE 21 I. GENERAL 21 SECTION 6 PLANTINGS 22 I. GENERAL 22 II. PRODUCTS 26 Exhibit J Table of Contents-Specifications Index.doc lip . 1 6' SECTION 7 MEASUREMENT AND PAYMENT 29 L GENERA! 29 Exhibit J Table of Contents-Specifications Index_doc ii 118 EXHIBIT J TECHNICAL SPECIFICATIONS SECTION 1 SPECIAL CONDITIONS I. GENERAL A. Beginning Work The Contractor shall notify the Engineer, the Utility Department and any and all utility companies of his intention to begin work, not less than 5 days in advance of the date on which he proposes to begin construction. B. Suspension of Work The Contractor shall not suspend operations or remove equipment or materials necessary for the completion of the work without the permission of the Engineer. The Engineer shall have the authority to suspend the work, wholly or in part, for such period or periods as may be deemed necessary, due to the failure on the part of the Contractor to carry out orders given or to comply with any or all provisions of the contract. Such suspension shall be ordered in writing, giving in detail the reasons for the suspension. If for any reason it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily, not become damaged in any way, and he shall take every reasonable precaution to prevent damage to or deterioration of the work performed, shall provide suitable drainage of the roadway by opening ditches, shoulder drains, etc., and shall provide any temporary structures necessary for public travel or convenience. C. Night Work In general, all work shall be performed during daylight hours. For special operations, night work may be done if so authorized in writing and appropriate governmental approvals are obtained. No night work shall be performed unless adequate artificial lighting has been provided and has been approved. D. Sequence of Operation The Contractor shall not open up work to the prejudice of work already started, and the Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional section. E. Drainage The Contractor shall so conduct his operations and maintain the work in such condition that adequate drainage will be in effect at all times. Existing functioning storm sewers, gutters, Exhibit J Section 1 Special Conditions.doc 1 118 ditches, and other run-off facilities shall not be obstructed. F. Hydrants Fire hydrants on or adjacent to the roadway shall be kept accessible to fire apparatus at all times and no material or obstruction shall be placed within 15-feet of any such hydrant. G. Barricades and Protection of Work The Contractor shall protect his work throughout its length by the erection of suitable barricades where required. He shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across thoroughfares. Wherever it is necessary to cross a public walk, he shall provide a suitable safe walkway. He shall also comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants and letter boxes shall be kept accessible at all times. H. Use of Explosives No blasting shall be done except upon approval by the Owner and the governmental agency or political subdivision having jurisdiction. When the use of explosives is approved by the Owner as necessary for the execution of the work, the Contractor shall use the utmost care so as not to endanger life or property, and assume responsibility for any such damage resulting from his blasting operations, and whenever directed, the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES" and shall be in care of competent watchmen. All permits required for the use of explosives shall be obtained by the Contractor at his expense. All requirements of the governmental agency issuing permit shall be observed. 1. Collier County Utilities Standards Manual Water utilities, sewer utilities, and reclaimed water utilities shall he in accordance with the Collier County Utilities Standards Manual, latest edition. A copy of the manual is available on the Collier County Utilities website. SECT Exhibit i Section I Special C:onditions.doc 2 118 SECTION 2 SITE WORK I. CLEARING AND GRUBBING A. Scope The scope of this section consists of clearing and grubbing within areas designated by the Engineer. The work of clearing and grubbing shall include the disposal of the resultant products and debris. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Clearing and Grubbing, and Selective Clearing The work shall include the complete removal and disposal of all buildings, timber, brush, stumps, roots, grass, weeds, sawdust, rubbish and all other obstructions resting on or protruding through the surface of existing ground and the surface of excavated areas. All stumps, roots and other debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of not less than six inches and all stumps, roots, etc., exposed shall be removed to a depth of at least one foot. Where so directed by the Engineer, desirable trees within the work area shall be trimmed, protected and left standing. Selective clearing shall he performed in some areas by retaining trees selected by the Owner for saving which shall be protected from construction equipment by the Contractor in a manner approved by the Engineer. Any loose boulders or rocks lying on the surface of the ground shall be removed. Timber, stumps, brush, roots, rubbish, and any objectionable material resulting from clearing and grubbing shall be disposed of off site. The Contractor shall obtain all necessary permits and approvals. As an alternate proposal, burning of debris will be allowed subject to the Contractor obtaining all required permits and subject to applicable laws, ordinances and regulations. II. EARTHWORK A. Scope The work of this section consists of furnishing all necessary labor, equipment, material and transportation necessary to bring the site to the lines and grades shown on the drawings. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid on existing conditions. Exhibit J Section 2 Clearing&Grnbbing.doc 3 lic B. Excavation Existing surfaces to be excavated from, or filled over, shall be stripped to a depth of six inches, unless otherwise directed by the Engineer, to remove grass and roots. This stripped material will be classified as unsuitable material and shall be used as top soil. All suitable materials removed from the excavation shall be used as far as practicable in the formation of the embankments, sub-grades, shoulders and other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A-8 in accordance with AASHTO Designation M145-73 is considered to be highly organic soil (peat or muck) and unsuitable material. This unsuitable material existing in detention areas may remain, unless otherwise as directed by the Engineer. The unsuitable material shall be stockpiled in surplus excavated material areas as shown in the Drawings or as otherwise directed by the En- gineer. All excavated material shall be considered property of the Owner and disposed of on the Project. C. Grading Excavated material from lakes, swales and/or ditches may be used to make required fill provided the material is of suitable nature. Grading shall be accomplished to meet the proposed elevations as shown on the plans. Any suitable excess excavated material shall remain the property of the Owner and shall be disposed of on site as directed by the Engineer. All suitable excavated material shall be considered property of the Owner and disposed of on the project. D. Road, Parkin; Lot and Maintenance Road Road, parking lot, travel-way and cart path embankment material and placement shall be in conformance with Florida D.O.T. Standard Specifications, Section 120. III. SEEDING/MULCHING/SODDING A. Scope The scope of this section consists of seeding, sodding, fertilizing and mulching all unpaved areas within road and/or completed drainage swale rights-of-way. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials and Placement of Seed and Mulch The Contractor shall furnish all labor, material and equipment to prepare shoulders and backslopes from the edge of the pavement or back of the concrete gutter to the right-of-way line, and such other areas as designated on the plans. All work shall be in accordance with Section Exhibit.1 Section 2 Clearing&Grubbing.doc 4 11B 570 of the latest edition of the 'Florida D.O.T." standard specifications. C. Final Cleanup The Contractor shall keep the works free from accumulations of waste materials, rubbish and other debris resulting from the work. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the works and adjacent property, all surplus and discarded materials, rubbish and temporary structures; restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work; and shall leave the site and vicinity unobstructed and in a neat and presentable condition throughout the entire area or length of the work under contract. The placing of materials of every character, rubbish, or equipment on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. lithe works are of such character as may be done by blocks or sections, the Contractor may be required to remove promptly and dispose of accumulated rubbish, debris or surplus materials from blocks or sections as completed or partially completed. In the event of delay exceeding four days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials, or to restore displaced or damaged property,the Owner may employ such labor and equipment as he may deem necessary for the purpose and the cost of such work, together with the cost of supervision, shall be charged to the Contractor, and shall be deducted from any money due him. No Contract shall be considered as having been completed until all rubbish and surplus materials have been removed and properly disposed of. IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS A. Scope The work included under this Section consists of clearing, excavating, grading and back filling as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. B. Clearing I. General The Contractor shall perform all clearing necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Plantings, shrubbery, trees, utility poles or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored, or otherwise protected and preserved unless otherwise directed by the Engineer. 2. Tree Protection The Contractor shall exercise care to protect the roots of trees which are to remain. When excavating within 5-feet of the trunk of such trees, the Contractor shall use chain Exhibit J Section 2 Clearing&Grubbing.doc 5 1113 saws, priming shears and/or clippers to prune injured roots. The backfill shall be placed as soon as possible. C. Excavation The Contractor shall perform all excavation of every description and of whatever substances encountered,to the dimensions and depth shown on the Drawings, or as directed. All excavations shall be made by open cut(see Section V of the Special Conditions Section for information on blasting). One exception will be the Dual 58" HDPE crossing under U.S. 41. This work shall be accomplished by Jack & Bore per Section 556 of the FDOT Standard Specifications For Road and Bridge Construction, current edition. The other exception is the 12" HDPE Directional Drill for the 4" forcemain relocation. All existing utilities such as pipes, poles and structures shall be carefully supported and protected from injury and, in case of damage they shall be restored at no cost to the Owner. In areas where trench widths are not limited by right-of-way, and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. A substantially and safely constructed movable shield, "box" or "mule" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. Pipe trenches for utility lines shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, or sheeting if used, of 8-inches minimum and where the pipe size exceeds 12-inches to 18-inches minimum. Excavation for appurtenances shall he sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than I2-inches. Manhole excavations shall be carried to sufficient depth to permit their construction on the undisturbed bottom of the excavation. If overcut, bedding material shall be furnished at no cost to the Owner. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to stockpile areas designated by the Engineer. All materials suitable for use as backfill shall be hauled to and used in areas where not enough suitable material is available from the excavation. Suitable material in excess of backfill requirements shall become the property of the Owner and shall be placed on site in an area and manner designated by the Engineer, at the Contractor's expense. All unsuitable material shall become the property of Contractor and shall be removed from the site by Contractor. Exhibit J Section 2 Clearing&Grubhing.doc 6 118 D. Removal of Water It is a basic requirement of these specifications that excavations shall be free from water before pipe or structures are installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and the Contractor may elect to use the Alternate Method of Construction (see paragraph 1). The Contractor shall provide all necessary pumps, underdrains, well-point systems, and other means for removing water from trenches and other parts of the work. The Contractor shall continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent floatation or movement of the pipe in the trench and until backfill is above the natural water table. Water from the trenches and excavation shall be disposed of per South Florida Water Management District permit restrictions in such a manner as will not cause injury to public health, to public or private property, to the work completed or in progress, to the surface of the streets, or cause any interference with the use of the same by the public. E. Pipe Bedding Excavation shall be backfilled with approved pipe bedding material, up to the level of the lower one-third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall he provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material for piping shall be pea rock, drainfield limerock, or similar materials as approved by the Engineer. Limerock screenings, sand or other fine inorganic material from the excavation may be used for bedding material when pipe is installed above the natural water table. Any excavation below the levels required for installation of the pipe bedding, except for "Additional Excavation", as hereinafter specified, shall be backfilled with approved bedding material, tamped, compacted and shaped in 12" lifts to provide proper support for the proposed pipe, at no cost to the Owner. F. Trench Stabilization No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms that are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. G. Backfill Backfill material shall be noncohesive, nonplastic and free of all debris, lumps and clods. Backfill material placed within I-foot of piping and appurtenances shall not contain any stones Exhibit J Section 2 Clearing&Grubbing.doc 7 1 1B or rocks larger than 2-inches in diameter(I-inch for PVC) and no stones or rocks larger than 6- inches in diameter will be permitted in any backfill. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, the Engineer will order the Contractor to provide additional material suitable for this purpose. The additional material shall be installed as specified herein. Selected backfill material containing no stone or rocks larger than 2- inches shall be placed in 12-inch layers and thoroughly tamped to a depth of 12-inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. After the backfill has been placed to a level 12-inches over the pipe, the remainder of the backfill shall be placed in layers, not to exceed 12-inches, and compacted with mechanical vibrators or other suitable equipment to obtain a density of the hackfilled material of not less than 95 percent of its maximum density as hereinafter defined. No more than 250 feet of trench shall he opened, without backfilling, at any time. At the end of the work day, all trench shall be completely backfilled except the pipe end, which shall be protected against damage and accident. Backfilling of a trench through an existing paved area shall proceed per plan details, if applicable. I I. Additional Excavation and Backfill Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the Engineer and wasted. Sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in 6-inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of 95% of AASI TO T-180. Construction shall then proceed in accordance with the provisions of Subsection E, Pipe Bedding. Additional excavation shall be performed where organic or other unsuitable material is encountered in the excavation. The Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. Where such additional excavation is ordered by the Engineer, the cost of such excavation and backfill shall be included in the unit price bid for excavation of unsuitable material. Unsuitable material will become property of Contractor and removed from the site. Exhibit.1 Section 2 Clearing&Grubbing.doc 8 118 1. Alternate Method of Construction A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence of the Engineer, may elect to employ the following alternate method of construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the alternate method of construction to such specific portions of the work as the Engineer shall determine. The construction specifications contained in the preceding parts of this section shall establish the required standards of construction quality for this work. Use of the alternate method of construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payment will be made to the Contractor for excavation, backfill, sheeting or any costs in use of this alternate method of construction. The unit prices established in the Proposal shall be full payment for the various items of work. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of Subsection A through Subsection I, including this Section, shall apply to this construction unless otherwise specifically modified herein. 1. Removal of Water The installation of pipe, manholes and appurtenances under water will be permitted and the requirements of Article D, "Removal of Water", will be waived. 2. Excavation Excavation for manholes to be installed under water shall be continued-to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12- inches in rock, or 24-inches in sand, for the placement of drainfield limerock as hereinafter specified. The excavation of pipe trenches at their junction with excavations for manholes shall be modified in the following manner: A longitudinally sloping, plane bottom surface, for the placement of pipe bedding material, shall be provided from the bottom of the manhole excavation, at its extremity, to a line of intersection with the bottom of the typical excavation of 10-feet measured horizontally, from the vertical plane of the manhole excavation. 3. Pike and Manhole Redding The pipe trench or manhole excavation shall be backfilled to receive the pipe or manhole with drainfield limerock as the same is commonly referred to in this area, up to the level of the lower one-third of the proposed pipe barrel, or to the outside bottom of the Exhibit J Section 2 Clearing&Grubbing.doc 9 11B proposed manhole, as applicable. This backlll shall be tamped and compacted to provide proper bedding for the pipe or manhole, as also specified herein. Under no cir- cumstances will material other than drainfield limerock be considered satisfactory for use as bedding material for underwater construction. 4. Backfill After the pipe is installed, backflling shall proceed in accordance with the provisions of Subsection G, "Backfill". SEC 2 I:xhibil.1 Section 2 Clearing&Cirubbing.doc 10 11B SECTION 3 PAVING L STABILIZED SUB-GRADE/LIMEROCK BASE A. Scope The scope of this section consists of furnishing labor, equipment, and materials for the construction of a crushed limerock base and of a stabilized subgrade. The stabilized subgrade and the base course shall be constructed in accordance with the plans and specifications. Standard specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and those shown on the plans or called for in the specifications. B. Material and Construction The limerock base and subgrade material shall conform to Section 911 of the "Florida D.O.T. Standard Specifications". Stabilization or the subgrade and shoulders shall be in accordance with Section 160 of the "Florida D.O.T. Standard Specifications". Construction of limerock base shall be in accordance with Section 200 of the Florida D.O.T. Standard Specifications". The subgrade and shoulders shall be stabilized to the depth and width as shown on the plans and shall have a minimum Florida Bearing Value (FBV) of 75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall be compacted to at least 98% of maximum density as determined by the AASIITO TI 80, (modified proctor test). The limerock base shall have a compacted thickness and width as shown in the drawings. All limerock shall have a minimum LBR of 100. Compaction of the base course shall be at least to 98%of the maximum density as determined by the AASHTO TI 80, (modified proctor test). C. Testing and Inspection The Contractor shall be responsible for the cost of and the furnishing of samples of the materials to a testing laboratory approved by the Engineers. Test report and samples shall be required from every limerock supplier furnishing the material. The source of material designated shall not change without written consent of the Engineer. During the construction, the Engineer may require additional tests if any visible variation occurs. One Florida Bearing Value (FBV) Test or Limerock Bearing Ratio (LBR) test for each 0-1000 square yards of subgrade and one FBV (or LBR) test for each additional 1000 square yards (AASI10 TI80). One in place density test for each 0-1000 square yards of base course and one test for each additional 1000 square yards (AASIITO TI 80) shall be provided by the Contractor. During construction a field inspection of each phase shall be made by the Engineer. It is the Contractor's responsibility to notify the Engineer when a phase of construction is ready for ,liil,ii I `;rc11,I1 ivinp_doc ]1 118 inspection. The Contractor shall notify the Owner prior to conducting any test, so that the Owner may have his Representative present. IL CONCRETE CURBS/GUTTERS/SIDEWALKS A. Scope The work covered in this Section of the Specifications consists of furnishing all plant, labor equipment, materials and the performing of all operations necessary for the construction of concrete curbs and/or gutters. B. Construction Methods All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or suhgrade shall be compacted in conformance with Section 3A. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. All work shall be performed to the length and cross-sections shown on the plans. Forms shall be of sufficient strength to resist the pressure of the concrete without springing. Bottom forms shall not be removed within twenty-four hours after initial concrete placement. Side or top forms shall not be removed within twelve hours after concrete placement. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. Curbs and gutters shall be finished until a smooth surface is attained. Final finish shall be a light broom finish. When completed the concrete shall be cured as outlined herein. C. Placing of Concrete Concrete shall be deposited in clean, wet forms and as nearly as practicable in its final position to avoid segregation. Concrete placing shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. Concreting shall be a continuous operation until the panel or section is completed. All structural concrete shall be vibrated. No concrete shall be allowed a free fall of more than four feet (4') or allowed to strike against a vertical or inclined surface or reinforcement above the point of deposit. Placing by I.vIiiI .I e��ti4 1 3 Pd hId �h�r. 1.2 1113 means of pumping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. Placing of concrete shall be so regulated that the pressure caused by the wet concrete shall not exceed that used in the design of the forms. After the concrete has taken its initial set, care shall be exercised to avoid jarring the forms or placing any strain on the ends of projecting reinforcement. D. Machine-Laying Machine laying of work will be permitted, providing all quality conditions of conventional construction are met. As a specific requirement for machine-laid curb and gutter, contraction joints shall be sawed unless an alternate method of constructing them is approved in writing by the Engineer. Joints shall be sawed at times designated by the Engineer, and at intervals of ten feet except where shorter intervals are required for closures, but no joints shall be sawed or constructed at intervals of less than four feet. E. Curing As soon as practicable after finishing, all concrete shall be covered with burlap and kept moist for a period of seven (7) days or, an approved membrane curing compounds such as Res-x, Aqua Resin Cure, Spartan-Cote and Clear Bond or suitable equivalents may be applied at the Contractor's option. Where membrane curing compound is used, no walking or other traffic will be allowed over the work for seventy-two hours after application unless the surface is protected by burlap or heavy building paper. F. Joints Construction Joints Joints not shown or specified shall be located as to least impair the strength and appearance of the work. The placement of concrete shall be carried on at such a rate that the surfaces of concrete which have not been carried to joint levels will not have attained initial set before additional concrete placement. 2. Contraction Joints Curbs, curb-and-gutters, and valley gutters shall be constructed with contraction joints at intervals of ten feet (10') except where shorter intervals are required for closures, but no joint shall be constructed at intervals of less than four feet(4'). Contraction joints may he of the open type or sawed. Construction and construction procedures of contraction joints shall conform to the Specifications set forth in the "Florida State Road Department Standard Specifications for Road and Bridge Construction". s,ction 3 I'avini4.doc 13 11B 3. Expansion Joints Curbs, curb-and-gutters, and valley glitters shall be constructed, with expansion joints at all inlets, all radius points, all points where operations cease for any considerable time and at intervals of not more than one hundred feet(100'). Expansion joints shall be constructed with PVC slips encasing the reinforcing bars. Expansion joint material shall be one-hall inch bituminous impregnated expansion joint material. 4. Other Where the Plans call for sealed joints between walks or concrete medians, and curbs, such joints shall be constructed as specified in the Standard Specifications. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. 1-le shall reject all delivered concrete and finishes not meeting these specifications. The Contractor shall also be responsible for securing laboratory tests or reports if such tests or reports are requested by the Engineer. The Engineer will not require the testing of more than one set of three compression test cylinders per 50 cubic yards, (or part thereof). All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly back-filled and shall cure for a period of not less than (3) days before any base material is placed against it. Iii. SIGNING/PAVEMENT MARKINGS A. Scope The work covered in this Section of the Specifications consists of furnishing all labor equipment, materials and the performance of all operations necessary for the installation/application of roadway signs, and pavement markings. I .1111)0 .I `2 Mini I'urfir;: ,I 14 1113 B. Signin t All roadway signs indicated on the plans shall be constructed as specified in Sections 700 and 996 of the Standard Specifications. C. Pavement Markings The thermoplastic markings used shall comply with and be installed per Section 711 of the Standard Specifications. The Contractor shall install modified Type 5 Class A reflective pavement markers in the center of the outermost travel lane adjacent to all fire hydrants. These markers shall have blue bi-directional reflective faces and shall conform to Section 706 of the Standard Specifications, and shall be installed by one of the methods described therein. D. Raised Retro-Reflective Pavement Markers and Bituminous Adhesive All raised Retro-Reflective Pavement Markers (RPMs) and adhesive shall be placed as specified in Sections 706 and 970 of the Standard Specifications. SEC 3 Hdadi .I `;�a.'Uuu 3 Pin in, ,ilr,c 15 11B SECTION 4 DRAINAGE I. STORM SEWERS/STRUCTURES A. Scope The scope of this section consists of furnishing labor, equipment and materials and the construction of the gravity storm sewer system shown on the plans and/or herein described or specified. Standard Specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials Aluminum spiral rib pipe shall comply with the provisions ofAASHTO M-196 Type I R and ASTM 13-745 Type I R. The pipe material shall be formed from aluminum alclad coil and conform to the current AASHTO M-197(and ASTM B-744)material specification. The pipe shall have an external helical corrugation of 1/3" X 3/4" X 7-1/2" O.C. resulting in a Manning"n" of 0.012 or less. The helical lock seam shall contain external seam staking. Minimum pipe metal thickness(gauge)shall be in accordance with the plans. Reinforced concrete pipe shall comply with the provisions of ASTM designation C76 "Standard Specifications for Reinforced Concrete Pipe" and shall be Class Ill, Wall B. Pipe joints shall be sealed using rubber gasket joints and the pipe joint shall be manufactured to meet the requirements of the approved type of gasket to be used. Joints on oval pipe where provision has not been made for gasketing in the casting, shall be wrapped with geotextile filter fabric approved by Engineer. Lifting holes will not be permitted unless the Contractor submits a shop drawing for the Engineer's approval, indicating the method to used in sealing the holes. Mortar used for constructing and plastering manholes,catch basins,drop inlets and junction boxes shall be in accordance with A.S.T.M. Specifications Serial Designation C 270. The Contractor will have the option of using either a Portland cement-hydrated lime mixture or a Portland cement mixture with masonry cement added for improved workability. The mortar materials shall be proportioned by volume and shall be as follows: One (I) part Type I Portland cement -A.S.T.M. C-150 Three (3) parts aggregate (sand) - A.S.T.M. C-144 Exhibit J Section 4 Drainage.doc 16 116 The addition of masonry cement A.S.T.M. C-91 will be permitted to improve workability of mortar. Brick used in the construction of manholes, catch basins, drop inlets and junction boxes shall be Portland cement concrete conforming to A.S.T.M. Serial Designation C-55,Grade U I I. They shall be sampled in accordance with A.S.T.M. Serial Designation C-140. All concrete and concrete work shall conform to the specifications contained herein unless otherwise noted on the Plans. All concrete specified in this Section shall attain a minimum compressive strength of 3000 psi in 28 days. Reinforcing bars shall be intermediate grade,new billet-steel,deformed bars free of loose rust,scale, dirt or oil, and shall conform to A.S.T.M. Al5 latest revision, "Specifications for Steel Bars for Concrete Reinforcement". Rebar deformations shall conform to A.S.T.M. A305 latest revision. Welded wire fabric for concrete reinforcement shall conform to A.S.T.M. 185, "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement". All reinforcement steel shall be placed, spliced, lapped, etc., in accordance with the A.C.I. Standard 318 latest edition, Building Code Requirements For Reinforced Concrete. C. Handling Material Reinforced concrete pipe and accessories shall be loaded and unloaded by lifting with hoists or skidding in a manner that will avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. In distributing material at the site of the work,each piece shall be unloaded near the place where it is to be laid in the trench. D. I Laying Concrete Pipe Trench and backfilling shall be completed as specified in Section 2-D of these Specifications. Gravity storm sewers shall be laid to the exact line and grade shown on the plans. Sewers will be inspected when the line is completed and backfill has been placed to a depth of one foot(1')over the pipe. Backfill may be completed only after the Engineers approval of each section has been given for line and grade. Faulty sections of line, rejected by the Engineer, shall be removed and relaid by the Contractor. The laying of pipe in finished trenches shall be commenced at the lowest point,with the spigot ends pointing in the direction of the flow. D.2 Ding Aluminum Spiral Rib Pipe Installation shall be in accordance with the pipe manufacturer's "Recommended Installation Procedures" unless otherwise specifically modified herein. Trenching and backfilling shall be completed as specified in Section 2,Article IV of these specifications unless other wise specifically modified herein. The pipe shall be installed on select bedding material to the dimensions given on Exhibit J Section 4 Drainage.doc 17 1113 sheet 1 of 4 of FDOT Standard Index 205. Backfill materials in the pipe envelope shall be limited to clean, non plastic materials that require little or no compaction effort (GP, SP) or to well graded granular materials classified as GW, SW,GM, SM,GC or SC with a maximum plastic index(PI)of 10. Maximum loose lift thickness shall be twelve inches (12") with each lift compacted to a minimum of 90% standard density per ASTM D698 (AASHTO T99). Compaction in excess of ninety-five percent (95%) is not recommended. Special attention to moisture content to limit compaction effort shall be required. Soil cement or cement slurries may be used in lieu of the selected granular materials. When the aluminum spiral rib pipe invert is to be installed below the natural water table,#57 stone shall be utilized for the select bedding material and clean sand for backfilling in accordance with the detail shown on the Plans. The stone and sand shall be placed in lifts and compacted/tamped as specified above. Contractor shall exercise extreme caution during backfilling and compaction until the minimum cover requirement is obtained in accordance with the pipe manufacturer's hill Height or Height of Cover Tables for HS-20 vehicles and construction vehicles. Upon completion of backfilling and compaction of each pipe run,the pipe shall meet the requirements of FDOT Standard Specification Section 430-8.2. E.1 Jointing Reinforced Concrete Pipe All pipe shall be joined by rubber gaskets installed in strict accordance with the recommendations of the pipe manufacturer. The joint shall be sealed so that the joint will remain watertight under all conditions of service, including movement due to expansion, contraction and normal settlement. Pipe joints and rubber gaskets shall conform to the requirements of Sections 941 and 942 of the Standard Specifications. E.2 Jointing Aluminium Spiral Rib Pipe Coupling bands shall be made of the same material as the pipe and shall be a minimum of 16 gauge. Bolts, nuts, and other hardware used shall meet the requirements of either ASTM A307 or ASTM A325. Each end of each pipe section shall have a minimum of two annular corrugations and shall fully engage,over the entire periphery,one corrugation on each pipe end. In addition,two neoprene "O-ring" type gaskets shall be used in conjunction with the connecting band. The neoprene "O- ring"gaskets shall meet the requirement of ASTM C-36I. An acceptable connecting band is the H- 12 Hugger Band with double"0-ring"gaskets. Field cut pipe shall only be installed with the plain end (no annular corrugations) in a storm sewer structure. A filter fabric jacket in accordance with FDOT Standard Index 280 shall be installed around all joints. F. Catch Basins, Storm Sewer Manholes and Concrete headwalls Catch basins, storm sewer manholes and concrete headwalls shall be constructed at the location and to the depth indicated on the drawings and in accordance with the details shown thereon. Excavations and backfill shall be made in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgoing pipes shall be sealed with Portland rxhibit J Section 4 Drainage.doc 18 11B cement mortar to form a watertight joint. All pipes within catch basins,storm sewer manholes,and concrete headwalls shall be cut off flush with the face of the structure and the broken ends of these pipes shall be grouted with Portland cement mortar to a smooth uniform covering with no steel exposed. All precast reinforced concrete structures shall conform to A.S.T.M. Specification C-478. The Contractor shall submit three (3) sets of shop drawings of the proposed precast structures for approval. Construction of grated inlets and catch basins shall be to the elevations and dimensions shown on the Plans. Construction shall include any reasonable adjustment and realignment of the grate necessary, or the installation of the inlet grates. Frames shall be secured in mortar and the mortar struck smooth inside and out. G. Manhole Frame and Cover Material used in the manufacture of the casting shall conform to A.S.T.M. Specification A 48-76 Table I, Class 30B iron or of the U.S. Government Specification QQI-652, latest revision for gray iron casting. See details for specific information. Il. Form Work All work shall be performed to the dimensions shown on the plans. Forms shall be of sufficient strength to resist springing. Bottom forms shall not be removed within twenty-four hours after placing the concrete. Side or top forms shall not be removed within twelve hours after placing the concrete. Upon the removal of the forms,minor defects shall be corrected with a rich mix of cement mortar. When completed the concrete shall be cured as outlined herein. II. SWALE EXCAVATION A. Scope Swale excavation shall conform to the limits indicated on the plans or specified herein. This work shall include excavation, shaping and sloping and other work necessary in bringing the swale excavation to the required grade, alignment and cross section. Q. Excavation All suitable materials removed from the swale excavation shall be used as far as practicable in the formation of subgrades,shoulders or other places as directed. No excavated material shall be wasted without permission,and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A-8 in accordance with AASHTO Designation M 145 is highly organic soil and is considered unsuitable and is to be removed to the required depth and replaced,to the satisfaction of the Engineer, with suitable material. Unsuitable material existing in open areas may remain and these open areas may be used for disposal areas for the unsuitable material as directed by the Engineer. Open areas are defined as those areas that do not include building sites, paving or street rights-of-way. All excess unsuitable excavated material shall be considered lixhibil J Section 4 Drainage.doc 19 11B property of Contractor and shall he removed from the site. Final elevations shall be within 0.1 foot of the required elevation and surfaces shall be sloped to drain as shown on the Drawings. SEC 4 Fxhibil J Section 4 Urainage.doc 20 118 SECTION 5 CONCRETE I. GENERAL A. Scope The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work, or as herein specified. B. Composition Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. C. Materials I. Cement Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM C 150, latest revision. Type II cement shall be used in the construction of sanitary sewer manholes, wet wells and pump stations. 2. Aggregate Aggregates shall conform to ASTM C 33, latest revision. 3. Water Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. D. Classification and Strength of Concrete 1. Class and strength requirements for concrete shall be as tabulated below. Unless otherwise specified, Class B concrete shall be used. 2. Strength Requirements Concrete class and strength shall meet the minimum compressive strength requirements. The compressive strengths shall be as determined by standard laboratory cylinders tests in accordance with the procedure set forth in ASTM C 31 and C 39, latest revisions. Exhibit J Section 5 Concrete.doc 21 11B Compressive Strength In Pounds Per Square Inch Class Design A 4000 F3 3000 C 2500 E. Field Control and Testing f. General The quality of the concrete as to conformance to the specifications is the entire responsibility of the Contractor until it is accepted in place in the structure and verified by the final cylinder tests made by the laboratory as selected by the Owner. These cylinders shall be in accordance with the procedure set forth in ASTM C 172, latest revision. 2. Reports Proper reports of all tests performed by the laboratory will be prepared by the laboratory and submitted promptly to the Engineer. Such reports shall be properly labeled so as to identify the portions of the project into which the materials have been placed. F. Concrete Placement The concrete shall be ready-mixed and shall conform to the applicable requirements of ASTM C 94. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. The Contractor shall abide by the Statement of Responsibilities as set out by The National Ready Mix Concrete Association and the Associated General Contractors of America. SEC 5 Exhibit J Section 5 Concrelc.doc 22 11B SECTION 6 PLANTINGS I. GENERAL A. Scope The required plantings consist of ground cover species, four inch liner minimum size installed three feet on center, in two planting zones. The species that are to be installed by zone are listed in Table 1. Table 1. S.ecies to be Planted b Zone Botanical Name Common Name Above SHWT Below SHWT Andropogon sp. Broomsed_e X Eragroslis elliottii Lovegrass X Gaillardia pulchella* Blanketfower X flelianthus debilis* Beach sunflower X Mulenbergia cappillaris Muhlygrass X Pas)alurn monostachyum Seashore paspalum X S artina bakeri Sand cord.rass X * Species to be installed in upper portion of planting zone The Contractor, by completing the Bid Form, acknowledges that they have inspected the site and have read, understand and will abide by all conditions of the contract documents. B. Description 1. Work Included a. The work consists of the delivery and installation of specific plant species of the quantity, quality, and size specified in the construction documents. b. The Contractor shall be responsible for all materials and work called for in these documents. It is the intent of these specifications to provide quality plants vigorous in growth. Any item not specifically shown in these specifications, but normally required to conform to such intent, is to be considered as part of the work. c. Completion of work shall mean the full and exact compliance and conformity with the provisions expressed or implied in these specifications. d. The Contractor shall provide a report to the Owner's Representative with a summary of the size and number of plant species delivered to and installed kxhibit.1 Section 6 Planlings.doc 23 11B e. The Contractor shall provide all labor, equipment, tools, and incidentals necessary to deliver and hand plant ground cover species within the designated planting areas. 2. Substitutions and Changes in the Work Substitutions and changes are not anticipated concerning plant species, minimum sizes, and numbers. However, the Owner reserves the right to make adjustments to the species composition and quantities and shall provide the Contractor at least 30 days notice prior to specified delivery dates. Changes made to the number of plants required will result in a modification in the contract amount based on the per plant costs provided on the attached Bid Form. Any and all requests for substitutions or changes in the work by the Contractor must be requested in writing by the Contractor, and approved in writing by the Owner's Representative before work may start on the substitution or change. C. Quality Assurance . Materials Plant material nomenclature shall conform to the botanical (scientific) names. Names of varieties not included therein shall conform generally with names accepted in the nursery trade. 2. Inspections a. Plants may be inspected and approved prior to installation. Contractor shall be responsible for replacement of plants that do not meet specification and have not been approved prior to installation with no additional cost to Owner. b. Installation - The installation shall be subject to inspection at any time by the Owner, Owner's Representative, or local, state, and federal regulatory agencies. On-site observations shall continue throughout the contract period. 3. Varietal Characteristics All plant materials shall be the species and variety specified in the documents, typical of the varietal characteristics. The growth habitat, leaf arrangement, texture, and plant structure shall show the standard characteristics of the plant's specific species. If there are any questions as to certainty, it will be the Exhibit Section 6 Plantings.doc 24 118 responsibility of the Contractor to verify the species. D. Product Handling Growing Conditions a. All plants shall be grown in accordance with sound nursery practice to assure a fully developed, healthy plant. All plants shall be grown under climatic conditions similar to those of the project. Container grown stock shall be planted in sturdy containers. Plants must have been previously root pruned and/or contain sufficient roots for continued growth without resulting shock. b. Plants shall be grown in a soil mixture suited to each species and which will promote optimum secondary root development and plant establishment. The Contractor shall be responsible for preventing root- bound stock by increasing the size of the container if necessary. Plants shall be adequately rooted to hold the soil mass together until planting. Plants shall not be root-bound. 2. Protection a. Individual plant species shall be grown in conditions most advantageous to growth for that particular species in respect to sun, shade, and other climatic conditions. The delivered specimen shall be true to color and characteristic of the plant form. All plants shall be free of frost, insect, diseases, mechanical damage, and weed and exotic free. b. Plants grown initially under shade conditions shall be hardened in direct sunlight for a minimum of the last one month immediately prior to delivery. 3. Storage Plants being stored and those being prepared for shipping shall be cared for in such a manner that damage will not be caused. Plants being prepared for shipment shall receive proper care, including proper water and protection from injurious climatic conditions. Plants shall be shipped in such a manner as to prevent damage to stems and root systems during delivery and handling. Plants shall not be stored in a body of transport truck, but shall be delivered to the site promptly, and unloaded as soon as delivered. Containerized material shall not be stacked prior to shipment. Exhibit J Section 6 Plantings.doc 25 1113 H. PRODUCTS A. Plant Materials General Plants shall be well formed and shaped,true to type as specified. 2. Nomenclature Selected stock shall be true to botanical and common name and variety. Botanical name shall have precedence over common name. 3. Containerized Plants All container grown plants shall meet the specifications called for in this document. They shall be well rooted and established in the container in which they are delivered to the site, and shall have been in that container sufficiently long for the fibrous roots to hold together when removed from the container. The container shall be sturdy and of the design, size, (unless otherwise specified) and quality usually accepted in the nursery industry for the growing of nursery stock of the listed variety. The container shall be sufficiently rigid to hold the soil protecting the root mass during shipping. 4. Planting Soil All planting soil used for containerized growing shall be soil that is generally accepted for the growing of the particular plant species. All soils shall be weed, exotic, pest, and insect free. 5. Replacement If the plant stock does not meet the specifications, the Contractor shall replace the plant stock at their own expense. B. Deliveyr . The Contractor shall deliver the plant materials to a designated staging site in a vehicle outfitted specifically for the transportation of such nursery stock. All plant material shall be delivered in a manner to prevent damage, including wind damage. There shall be no evidence of wind or sun damage and materials shown have no evidence of drying. The Contractor shall be responsible for unloading all plant materials at the planting areas. I?xhibit J Section 6 Plantings.doc 26 11B C. Installation 1. The contractor shall observe the following planting instructions: a. All plant materials will be planted in a manner consistent with the planting plans. b. Care will be taken that plant roots will not be allowed to dry out during delivery, handling, and planting. c. The Contractor shall plant all plant materials by hand. d. The Contractor shall water all planted materials immediately following planting. e. The Owner reserves the right to make adjustments to the above spacing, species composition, site layout, and plant numbers and will provide the Contractor with thirty (30) days notice prior to installation. D. Maintenance Once planting is completed, the planted materials shall be maintained by the Contractor, including but not limited to watering as needed, throughout the contract time until Final Release for the Contract by the Owner and their representatives. E. Acceptance Upon completion of installation of the required plants in the planting areas, the Owner's Representative shall inspect the plant material at the site for general conformance with the Technical Specifications. Plant materials and plant installation conforming to the specifications will be accepted by the Owner's Representative. The Owner's Representative shall review reports from the Contractor summarizing the number, size, type, and location of the planting material. The acceptance will be based on visual observation and review of reports submitted by the Contractor. The Contractor shall be responsible for replacing plant material which does not conform with the Technical Specifications or is unacceptable to the Owner or their Representatives at no additional cost to the Owner. F. Guarantee The Contractor shall guarantee that the plant materials are installed according to the plans and specifications given in these documents and the permits issued by the regulatory agencies. Contractor shall be responsible for 100 percent survival of installed plants until determination of substantial completion. Maintaining 100 percent survival of plants may Exhibit J Section 6 Plantings.doe 27 118 include watering and replacement of dead plants. A minimum 80 percent survivorship for one year will be required for all planted herbaceous material. It is the Contractor's responsibility to coordinate chemicals used, schedule used and application techniques, because the Contractor, not the Owner will be held responsible for plant mortality. The Contractor will be required to bond or irrevocable letter of credit equal to ten percent (10%) of the sum to be paid by Owner for all of the work to he provide under the terms of the contract between the Owner and Contractor. Said bond or irrevocable letter of credit shall secure the cost of replacement and maintenance of the plantings, and shall be in such form, substance and from such issuer as shall be acceptable to Owner in its sole discretion. Survival of the Plantings, and all determinations as to the percentage of Plantings that have survived, shall be determined by the Owner's Representative, no less often than semi-annually and at the expiration or termination of all of the Contractor's work. Contractor to be responsible for complying with all issued permits and securing any additional permits required to complete the work. The above guarantee ensures that the Contractor shall replace all plant materials, which have not been accepted by the Owner's Representative or die within the period at no additional expense to the Owner. However, the Contractor is not responsible for plants, which die within the one-year warranty period after final release of the Contract due to circumstances beyond the Contractor's control. SEC 6 Exhibit J Section 6 Plantings.doc 28 11B SECTION 7 MEASUREMENT AND PAYMENT GENERAL A. Scope The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all materials, labor, tools and equipment, for performing all operations necessary to complete the work under the Contract, and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or from the action of the elements or from any unforeseen difficulties which maybe encountered during the prosecution of the work until the final acceptance by the Owner. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials,commissions,transportation charges and expenses,patent fees and royalties, labor for handling materials during inspection,together with any and all other costs and expenses for performing and completing the work as shown on the plans and specified herein. The basis of payment for an item at the unit price shown in the proposal shall be in accordance with the description of that item in this Section. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Form or Basis of Payment, he shall include the cost for that work in some other applicable bid item,so that his proposal for the project does reflect his total price for completing the work in its entirety. B. Types The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of measurement contained herein. A representative of the Contractor shall witness all field measurements. C. Bid Schedule Items Corresponding to Bid Proposal I. Mobilization Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the contract unit price bid per lump sum. h:xhibit J Section 7 Measurement and Payment-doe 29 118 2. Provide/Maintain As-Built Plans Measurement for payment of the above item will be by lump sum. Payment for as built plans will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to provide the as-built plans. 3. Provide Construction Surveying and Layout Measurement for payment of the above item will be by lump sum. Payment for construction survey layout will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to perform construction layout. 4. Maintenance of Traffic Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, mobilization, signs, barricades, and all other work and incidental items required to maintain traffic flow through the construction zones in accordance with the ['DOT and Collier County right-of-way permit requirements. 5. Floating Turbidity Barrier Measurement for payment for the above item will be the linear feet, measured along the top of the floating turbidity barrier, completed and accepted. Payment for floating turbidity barrier will be made at the contract unit price per linear feet, which price and payment shall be full compensation for all material, labor, mobilization, erosion and turbidity controls, and all other work and incidental items necessary to maintain the floating turbidity barrier in accordance with the plans. I xhihit J Section 7 Measurement and Paymeut_doc 30 11B 6. Staked Silt Fence (Type Ill) Measurement for payment for the above item will be the linear feet, measured along the silt fence completed and accepted. Payment for Type III Stake Silt Fence will be made at the contract unit price per linear feet which price and payment shall be full compensation for all material, to construct and maintain the silt fence in accordance with the plans. 7. Staked I lay Bales Measurement for payment of the above item will be the number of each Bail installed and accepted. Payment for bailed hay or straw will be made at the Contract unit price per each, which price and payment shall be full compensation for all staking, bedding, grade preparation, labor, and all other work required or specified for the satisfactory installation of each bail. 8. Clearing and Grubbing Measurement and payment of the above item will be by lump sum. Payment for clearing and grubbing will be made at the lump sum contract unit price which price and payment shall be full compensation for all material, labor, hauling and disposing and all other work and incidental items required to properly remove existing culverts, pavement, driveways, structures, rip-rap, debris and vegetation from the area of proposed construction. 9. tin-Classified Excavation Measurement and payment of the above item will be based upon the number of cubic yard of material excavated. The quantity for payment shall be field measured in its original position as determined by the Engineer and agreed upon by the Owner's representative and the Contractor. Payment for this shall be full compensation for all materials and labor necessary to complete the excavation, accepted and approved by the Engineer, including temporary berms for de-watering. The soil borings do not indicate the presence of Exhibit J Seel ion 7 Measurement and Payment.doc 31 11B rock in the excavation on this project. It is common in lowering canal bottoms to encounter rock excavation. Rock excavation should be anticipated and, if encountered, will not be considered a changed condition. The cost of performing rock excavation, where needed, shall be included in the Un--Classified Excavation pay item. 10. Embankment Measurement and payment of the above item will be based upon the number of cubic yards of material, {field measured, compacted, in place. Payment for the above item will be made at the contract unit price per cubic yard, which price shall be field compensation for all materials and labor necessary to furnish the embankment in place and accepted as approved by the Engineer. 11. Maint. Travel-Way (6" Limerock) 12. Maint. Travel-Way (6" Concrete) 13. Boat Ramps (Armorilex) Measurement and payment of the above items will be the actual area of each item placed and accepted. Payment for these items will be made at the Contract unit price bid per square yard for the respective thickness of each item, respectively. The Contract unit price shall be full compensation for all necessary preparation, tack coat, placement and compaction, furnishing of all materials, and labor, equipment, transportation and all other necessary items to complete each item described above as specified. 14. Manholes (.1-7) (<10') 15. Inlets (Ditch Bottom Type C) (<10') 16. Inlets (Ditch Bottom Type E) (<101) Measurement for payment of the above items will be the number of each items constructed and accepted. Payment for items will be made at the Contract unit price per each, which price and payment shall be full compensation for furnishing all materials and completing all work described or shown in the plans, including all clearing and grubbing, all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and Exhibit Section 7 Measurement and Payment.doc 32 11B all other work required or specified for the satisfactory installation/construction of each respective item. 17. 18" Class Ill RCP (Storm Sewer) (Round Shape) 18. 24" Class III RCP (Storm Sewer) (Round Shape) 19. 48" Class III RCP (Storm Sewer) (Round Shape) 20. 54" Class III RCP (Storm Sewer) (Round Shape) 21. 60" Class III RCP (Storm Sewer) (Round Shape) 22. 72" Class III RCP±Storm Sewer) (Round Shape) 23. 48" I1DPE DR 3225 (Storm Sewer) (Round Shape) 24. .12" ADS Pipe The quantity for payment for the respective sizes and respective items shall be the horizontal distance, measured along the centerline of pipe or box culvert in the following manner: a. Between headwalls: Pipe shall be measured from the outside wall of one headwall to the outside wall of the consecutive headwall; b. Between Mitered Ends: Pipe shall be measured as indicated in FDOT Standard Index No. 272/273,therefore not including the length of the mitered end (dimension F); c. Between Inlets and Manholes: Pipe shall be measured from inside wall to inside wall of the upstream and downstream structures. Payment for these items will be made at the contract unit price per linear foot for the respective item, which price and payment shall be full compensation for all material, labor, excavation, pipe, gaskets, pipe bedding, pipe laying, dewatering, compaction around the pipe as specified, sheeting, shoring, box, restoration to preconstruction condition of irrigation and landscaping excluding sod, and all other work and incidental items required for a complete installation as specified. 25. Jack and Bore (52" I.D. 1/2" Thick Steel Casing) The method of measurement will be the actual length of the installation, measured in place along the surface of the ground, complete and accepted. No additions or deductions will he made for sweeps in either the vertical or horizontal direction to complete the installation. Payment will be full compensation for all work and materials required to Exhibit J Section 7 Measurement and Payment_doc 33 1113 complete the work specified in FDOT Section 556, including furnishing and installing casings, from plan point of beginning to plan point of ending at plan depths, removal of excavated materials and spoils, removal and disposal of drilling fluids, backfilling, and complete restoration of the site. The installation of tracking vectors (wire or tape) will be included in the cost of the bore and will not be paid for separately. No payment will be made for failed bore paths, injection of excavatable Plowable fill, products taken out of service or incomplete installations. No payment will be made for jack and bore until a Bore Path Report has been delivered to the Engineer. After the Engineer's acceptance of the Bore Path Report, payment will be made in the amount of 70% of the unit price bid, for.lack and Bore (52" 1.D. 1/2" Thick Steel Casing). The remaining 30%of the unit price bid will be made after submittal of as- built plans. 26. 12" ADS Yard Drain 27. 18" Mitered End Section (Cross Drain) 28. 24" Mitered End Section (Cross Drain) Measurement for payment of the above items will he the number of each drain or mitered end constructed and accepted. Payment for drains or mitered ends will be made at the Contract unit price per each, which price and payment shall be full compensation for all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and all other work required or specified for the satisfactory installation/construction of each respective item. 29. Class I Concrete (Endwalls) 30. Class 11 Concrete (Endwalls) The quantity for payment for Concrete Class 1 and 11 shall be the number of cubic yards placed and accepted. Payment for this item will be made at the contract unit price per cubic yard for the respective item, which price and payment shall be full compensation for all material, labor, excavation, dewatering, sheeting, tixhibit J Section 7 Measurement and Payment.doc 34 11E shoring, form work, placement of concrete, backf ill, and all other work and incidental items required for a complete installation as specified. 31. Reinforcing Steel (Endwalls). The quantity for payment for Reinforcing Steel (Endwalls) shall be the number of pounds of steel placed and accepted. Payment for this item will be made at the contract unit price per pound, which price and payment shall be full compensation for all material, labor, placement, supports, tying, welding, clips, spacers, couplers, and all other work and incidental items required for a complete installation as specified. 32. Rig Rap (Rubble) (Includes Bedding_Stone) Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, in place. Payment for Rip Rap will be made at the contract unit price per cubic yard, which price and payment shall be full compensation for all riprap, labor, placement, compaction, and all other work and incidental items required for complete installation as specified. 33. 6' Chain-link Fence 34. Iron Mesh Fence (Flog Wire) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the fence. Payment for fences will be made at the Contract unit price per linear foot, which price and payment shall be full compensation for all clearing, grading, preparation of post holes, posts, incidental materials, concrete, and all other work required or specified for the satisfactory construction of the fence. 35. 6'Chain Link Single Leaf Gate (16' Wid0 Measurement for payment of the above item will be the number of each gate installed and accepted. Payment for gates will be made at the Contract unit price per each, which price and payment shall be full compensation for all fence and gate. rahibit.l Section 7 Measurement and Payment.doc 35 1113 36. Sodding(Bahia)(Includes Water, Fertilizing& Mowing) The quantity for payment shall be per square yard as determined by field measurement of disturbed areas. The type of sod placed shall be as specified. Installation of sod shall be properly coordinated to avoid damage to newly placed sod areas. No payment will be made for sod that is not green and healthy at the time of project completion. Payment for sod will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, sod, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand of grass. 37. Plantings (Above Seasonal High Water Table) 38. Plantings (Below Seasonal High Water Table) The quantity for payment shall be per square yard as determined by field measurement of planted areas. The type of plantings placed shall be as specified. No payment will be made for plantings that are not green and healthy at the time of project completion. Payment for plantings will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, plants, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand plantings. 39. 12" HDPE Directional Drill (Carrier Pipe] Payment for furnishing and installing Directional Drill crossings will be made at the Contract unit price per lineal foot of casing installed including all labor, material, equipment and incidentals necessary to install one linear foot of casing, regardless of depth of cover in accordance with the Collier County Utilities Standards Manual. Include price for casing material, including spacers and identification tape, clearing and grubbing, removal of pavement, driveways, sidewalks, trenching, rock excavation, disposal of non-useable excavated material, bedding, laying, backfilling, grassing, sodding, replacement of pavement, driveways, sidewalks, cleanup and all appurtenances. Measurement for payment will be made horizontally along the centerline of the installed casing. Cxhibit J Section 7 Measurement and Paymenidoc 36 11B 40. 4" DR 14 Force Main Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per linear foot for PVC pipe sewer service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and all other work for a complete installation. Measurement for payment will be made horizontally along the centerline of the installed pipe. 41. 4" Air Release Valve Payment for furnishing and installing air release valves will be made at the appropriate Contract unit price per air release valve acceptably installed. This item includes the valve, valve box, concrete work, operators, stems, incidentals, and all necessary labor, materials and equipment for installation including valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 42. 4" Plug Valve Payment for furnishing and installing valves will be made at the appropriate Contract unit price per valve acceptably installed. This item includes the valve, valve box, vault or housing, concrete work, operators, incidentals, and all necessary labor, materials and equipment for installation including valve stem, valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 43. Sanitary Sewer Manhole. Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or Exhibit J Section 7 Measurement and Payment.doc 37 11B crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all manholes to Collier County Standard Details. This items does not include outside drop manholes or standard precast shallow manholes. Measure cuts from proposed grade to the invert elevation of the sewer. 44. Remove 4" Force Main 45. Remove 24" Force Main 46. Remove 8" Sanitary_Sewer Measurement for payment for the above items will be the linear feet, measured along the top of the pipe removed. This item includes a removing and properly disposing of any liquids or solids contained within the sanitary sewer pipe, removing and properly disposing of the pipe and any fittings or materials associated with the pipe including, but not limited to, thrust blocks, supports, fittings, and connections. Once the pipe is removed,the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per linear foot and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the sewer mains. 47. Remove Sanitary Sewer Manhole Measurement for payment for the above item will be the number of each Sanitary Sewer Manhole removed. This item includes a removing and properly disposing of any liquids or solids contained within the manhole, removing and properly disposing of the manhole and any other materials associated with the manhole. Once the manhole is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per each and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the manhole. Exhibit J Section 7 Measurement and Payment.doc 38 1113 48. 12" Watermain Deflection (Contingent Item) 49. 24" Forcemain Deflection (Contingent Item) Measurement for payment of the above items will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all clearing, grubbing, excavation, dewatering, backfill, directional boring equipment, casing and carrier pipe and other materials, thrust blocks, supports, fittings, connections to existing mains, valves including air release valves, valve vaults, valve boxes, adjustment of existing valves and valve boxes, warning signs, testing, fittings, and for all equipment and all other work necessary to complete the installation as specified. These items are contingent items and are to only be used at the direction of the Engineer. SEC 7 Exhibit J Section 7 Measurement and Payment.doc 39 i 118 EXHIBIT K: PERMITS See Attached: Exhibit K - FDOT Permit 11a197-007(Outfall3), 11D197-003 Exhibit K - FDOT Permit 11a197-0008(Outfall4) Exhibit K - SFWMD Dewatering Permit 11-03200-W 4-19-11 Exhibit K - SFWMD ERP Permit 11-01140-S 5-11-11 Exhibit K - USACOE Permit Mod 1-4-11 91 Construction Services Agreement: Revised 1/1/2012 i 118 8 Qcrie r Ca nt Growth Management Division Construction & Maintenance Road Maintenance Right-of-Way Permit & Inspection May 15, 2012 Mr. Jay Ahmad, P.E. Director TECM 2885 South Horseshoe Drive Naples, Florida 34104 RE: FDOT Permit# 11-A-197-0007 FDOT Permit# 11-A-197-0008 FDOT Permit# 11-D-197-0003 SR 29 /Section 03080/ MP 27.208 Dear Mr. Ahmad: Enclosed please find one copy of each Access Permit and 2 copies of the Drainage Permit all approved. Should you have any questions or need additional information, please do not hesitate to contact me at (239) 252-5165. Very truly yours, 97444Y M. k Burtchin Project Manager Cc: File 0.s;; i Right-of-Way Permit&Inspection.2885 S.Horseshoe Dr.Naples,Florida 34104.239-252-8192.Fax 239-252-5828.www.colliergov.net i . . . lIE Rule 1496,F.AC. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06/06 FOR ALL CATEGORIES Page 1 of 4 PART 1: PERMIT INFORMATION Application Number:'Zo/1-7?-j?7"-0 00 7 Permit Category: o-ei`H tin&ill- Access Classification: Project: LASIP-Naples Manor Outfall 3 xx(Outfall#3 Driveway Connection) Permittee: Collier County Board of Commissioners Section/Mile Post:I/9 2/a / /7e r 92/ State Road: 9D(U.S. 41) Section/Mile Post: State Road: PART 2: PERMITTEE INFORMATION Permittee Name: Jay Ahmad, P.E., Director, Collier County Transportation Engineering Department(T.E.D.) Permittee Mailing Address: 2885 South Horseshoe Drive City, State, Zip: Naples, FL 34104 Telephone: (239)252-8192 Engineer/Consultant/or Project Manager: Daniel W. Brundage, P.E.# 18915-Agnoli, Barber& Brundage, Inc. Engineer responsible for construction inspection: Shane Cox, P.E. #49988(until CEI consultant is selected) NAME P.E.# Mailing Address: 7400 Tamiami Trail North, Suite 200 City, State, Zip: Naples, FL 34108 Telephone: (239)597-3111 Mobile Phone: (239)825-7192 PART 3: PERMIT APPROVAL The above application has been reviewed and is hereby approved subject to all Provisions as attached. Permit Number: tO/y 'A - /11 - 07 171/ artme t of Transportation Signature: / "/ • ✓ Title: ?4�/j!/rill Iiik/ACC� Department Representative's Name: ai N./ 1: Das' Temporary Permit: ❑ YES NO (If temporary, this permit is only valid for 6 months) Special provisions attached: ❑ YES ❑ NO Date of Issuance: 5/00(1./ If this is a normal non-tem ora ( p ry) permit it authorizes construction for one year from the date of issuance. This can only 118 Rule 1496,F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING oem6 FOR ALL CATEGORIES Page 2of4 Ili be extended by the Department as specific in 14-96.007(6). See following pages for General and Special Provisions 11B ' Rule 1496,F.A.C.• STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06,06 FOR ALL CATEGORIES Page3of4 PART 4: GENERAL PROVISIONS 1. Notify the Department of Transportation Maintenance Office at least 48 hours in advance of starting proposed work. Phone:Z39- 2-5 L - S/e r , Attention:'Ca- 61c4 2. A copy of the approved permit must be displayed in a prominent location in the immediate vicinity of the connection of construction. 3. Comply with Rule 14-96.008(1), F.A.C., Disruption of Traffic. 4. Comply with Rule 14-96.008(7), F.A.C., on Utility Notification Requirements. 5. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. 6. The permittee shall not commence use of the connection prior to a final inspection and acceptance by the Department. 7. Comply with Rule 14-96.003(3)(a), F.A.C., Cost of Construction. 8. If a Significant Change of the permittee's land use, as defined in Section 335.182, Florida Statutes, occurs, the Permittee must contact the Department. 9. Medians may be added and median openings may be changed by the Department as part of a Construction Project or Safety Project. The provision for a median might change the operation of the connection to be for right turns only. 10. All conditions in NOTICE OF INTENT WILL APPLY unless specifically changed by the Department. 11. All approved connection(s)and turning movements are subject to the Department's continuing authority to modify such connection(s)or turning movements in order to protect safety and traffic operations on the state highway or State Highway System. 12. Transportation Control Features and Devices in the State Right of Way. Transportation control features and devices in the Department's right of way, including, but not limited to, traffic signals, medians, median openings, or any other transportation control features or devices in the state right of way, are operational and safety characteristics of the State Highway and are not means of access. The Department may install, remove or modify any present or future transportation control feature or device in the state right of way to make changes to promote safety in the right of way or efficient traffic operations on the highway. 13. The Permittee for him/herself, his/her heirs, his/her assigns and successors in interest, binds and is bound and obligated to save and hold the State of Florida, and the Department, its agents and employees harmless from any and all damages, claims, expense,or injuries arising out of any act, neglect, or omission by the applicant, his/her heirs, assigns and successors in interest that may occur by reason of this facility design, construction, maintenance, or continuing existence of the connection facility, except that the applicant shall not be liable under this provision for damages arising from the sole negligence of the Department. 14. The Permittee shall be responsible for determining and notify all other users of the right of way. 15. Starting work on the State Right of Way means that I am accepting all conditions on the Permit. 11B r � � Rule 1496,F.AC. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06106 FOR ALL CATEGORIES Page of III PART 5: SPECIAL PROVISIONS NON-CONFORMING CONNECTIONS: ❑ YES ® NO If this is a non-conforming connection permit, as defined in Rule Chapters 14-96 and 14-97, then the following shall be a part of this permit. 1. The non-conforming connection(s)described in this permit is(are)not permitted for traffic volumes exceeding the Permit Category on page 1 of this permit, or as specified in "Other Special Provisions" below. 2. All non-conforming connections will be subject to closure or relocation when reasonable access becomes available in the future. OTHER SPECIAL PROVISIONS: PART 6: APPEAL PROCEDURES You may petition for an administrative hearing pursuant to sections 120.569 and 120.57,Florida Statutes. If you dispute the facts stated in the foregoing Notice of Intended Department Action(hereinafter Notice),you may petition for a formal administrative hearing pursuant to section 120.57(1),Florida Statutes. If you agree with the facts stated in the Notice,you may petition for an informal administrative hearing pursuant to section 120.57(2),Florida Statutes. You must file the petition with: Clerk of Agency Proceedings Department of Transportation Haydon Bums Building 605 Suwannee Street,M.S.58 Tallahassee,Florida 32399-0458 The petition for an administrative hearing must conform to the requirements of Rule 28-106.201(2)or Rule 28-106.301(2),Florida Administrative Code, and be filed with the Clerk of Agency Proceedings by 5:00 p.m.no later than 21 days after you received the Notice. The petition must include a copy of the Notice,be legible,on 8 1/2 by 11 inch white paper,and contain: 1.Your name,address,telephone number,any Department of Transportation identifying number on the Notice,if known,the name and identification number of each agency affected,if known,and the name,address,and telephone number of your representative,if any,which shall be the address for service purposes during the course of the proceeding. 2.An explanation of how your substantial interests will be affected by the action described in the Notice; 3.A statement of when and how you received the Notice; 4.A statement of all disputed issues of material fact. If there are none,you must so indicate; 5.A concise statement of the ultimate facts alleged,including the specific facts you contend warrant reversal or modification of the agency's proposed action,as well as an explanation of how the alleged facts relate to the specific rules and statutes you contend require reversal or modification of the agency's proposed action; 6.A statement of the relief sought,stating precisely the desired action you wish the agency to take in respect to the agency's proposed action. If there are disputed issues of material fact a formal hearing will be held,where you may present evidence and argument on all issues involved and conduct cross-examination. If there are no disputed issues of material fact an informal hearing will be held,where you may present evidence or a written statement for consideration by the Department. Mediation,pursuant to section 120.573,Florida Statutes,may be available if agreed to by all parties,and on such terms as may be agreed upon by all parties. The right to an administrative hearing is not affected when mediation does not result in a settlement. Your petition for an administrative hearing shall be dismissed if it is not in substantial compliance with the above requirements of Rule 28-106.201(2)or Rule 28-106.301(2),Florida Administrative Code. If you fail to timely file your petition in accordance with the above requirements,you will have waived your right to have the intended action reviewed pursuant to chapter 120,Florida Statutes,and the action set forth in the Notice shall be conclusive and final. i 1 I B 1 \ / v. \\ Sy% z \ o \ e / d / \ `!— ti • _ • ---e - — ` / / • \� \ ci :00/jq' \9� Sx9*\`j� , \p <F \Op \ \ � f f ! L c � O • A� 9 y+ � 00 47' pF p � 2 9 F csir S ZJZ \r \Q c / \ CP ki PJ‘ \ x / / NIIIIkk • • NNW ' /0,' 't / NMIlk // F us It- t'.1> 1,y�l� \ n �cOpFS` vs Li,/ \ gyp 00 \ F9 f} rn AIy�F� �1 �Fpf \ j \\ \ 20 1000 °o °o. \ S�� G�OQ F \\ I ���0 ��S \ / • o I 1`� l\ (Z OP m m, N i5_ �Z O AD D O4� m o� !`(\ 2.In / ' 11B s_, �_,,,s= �°c s�,,,=„.:nc`.,„:=.,ze,c"7;‘,=^s,.7.4^:::N ::::L4C-:,-. DRAINAGE CONNECTION PERMIT .c� "�p,:•• e ____ To be completed by DOT �� Drainage Connection Permit C7���7 -~� Date /�7 —�>'--/�' | Received ��7o�/l - 6/4";f0,- Le Maintenance Unit . � State Road No. 90 ( (45~ 4/) Work Program Project No. Section No �� �� ��//'� ConmrmamnPnqec/wu � Milepost / m ^ ,./6---"E Station __ ( __ Instructions for Drainage Connection Permit Pursuant to 14'86.004(6), F�.C, "The Drainage Connection Permit form serves as the application. Once approved by the Department, the form and supporting documents become the Drainage Connection Permit." The applicant shall submit four completed permit packaoes with original signatures, Each package shalt include all required attachments AO required signed and sealed plans and supporting documentation shall be submitted on no larger than (11^X 17") multipurpose paper, unless larger plan sheets are requested by the reviewer The package will include the following items. If an item does not apply to your project. indicate-Not Applicable'or'N/A.' : included --------- ------- ---- ------ Completed------ - --- Special Instructions X ' 1 -----'i pennii |n��� atiovSheet--- U --iApp ant ~ 2___' m �eficaocnoy Licensed | Licensed Signed and Sealed X Professional Applicant - nt Signature --- � Owner ------S |ure---------- Representative II 5 Affidavit of Ownership or Owner -------- �Signature—'-- X : I Control and Statement of I 6 I Permit General Conditions FOOT ' 8 , As-Built Certification Licensed Signed and Sealed-Submit within 15 Professional working days of completion of | X Attachment T Legal Description --- | --- construction | ! Attachment | / P -----h—hotographs oyEzishng X - Conditions r X | Attachment ! Location T -- - -- | X ' Attachment / Grading Plan / --- ------' X \ Attachment | Soil Borings Licensed y�= =="| Attachment | WmerTab�/pe�o�om` Professional Stoned and Sealed ) Attachment | CD with Electronic Filesof a ll | ------ Scanned '=y=="' p^ "" «X ' Submittal_ ______ Note Different Licensed Professionals may complete parts cfxhe permit package. Far example the Licensed .Professional signing and sealing the as-built certification may be different from the Licensed Professional wac signed and sealed the calculations for the perrnii package ' EXCEPTIONS: Activities that qualify for an Exception are listed in Rule 14-86, F.8.0 A permit application to the Department is NOT required. However, if you desire verification whether the work qualifies for an excepoon, send a completed copy of this permit package with its requested information to the applicable FOOT District Office 113 ROLE 14-56 004 F A C STATE OF FLORIDA DEPARTUENT OF TRANSPORTATION 85.1-440.06 DRAINAGE CONNECTION PERMIT ROAOWAr OEStGN 1G:a Pape2c+8 PART 1 -Permit Information Sheet Select one: ® Permit ❑ Exception Pursuant to 14-86.002(2),F.A.C."Applicant means the owner of the adjacent property or the owner's authorized representative." Applicant Select one: ®Property Owner ❑Owners Representative(Complete Part 4) Name:Jay Ahmad.P.E. Title and Company: Director-Collier County Transportation Engineering Department (TED) Address:2885 South Horseshoe Drive City: Naples Slate: Florida Zip: 34104 Telephone: (239)252-8192 FAX: (239)252-5885 Email: JavAhamd(6?colliergov.net Property Owner(If not applicant) Name: Title and Company: Address: City: State: Zip: Telephone: FAX: Email: Applicant's Licensed Professional Name:Daniel W. Brundage,P.E. Florida License Number: 18915 Title and Company: President-Agnoli.Barber&Brundage.Inc. Address:7400 Tamiami Trail North,Suite 200 City:Naples State:Florida Zip: 34108 Telephone: 1239)597-3111 FAX: (239)566-2203 Email: brundage@abbinc.com Project Information: Project Name:LASIP-Naples Manor Outfall 3&4 Location: Tamiami Trail 92 41 Naples STREET SR.NO. US HWY NO. CITY Collier 29 50 S 26 E COUNTY SECTION(S) TOWNSHIP(S) RANGE(S) 'Geographic Coordinates: Latitude(DMS.SSS): 26-04-54.248 Longitude(DMS.SSS): 81-43-30.113 Horizontal Datum: (NAD 83/9Q Adj.) 'Slate Plane Coordinates: Northing 636059.91 Easting: 418191.07 Projection Zone: ❑ Florida North ® Florida East ❑ Florida West Coordinate shall be the center of the driveway intersection with FDOT RAN.or.if there is no driveway connection,near the center of the property line nearest the state highway. 'Check with the FDOT Office for requirement. 11B RULE I4-5 $ P AC SI ATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 85O-04O-05 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN Pao3cf8 Brief description of facility and proposed connection:The proposed connection is comprised of dual 48"HOPE storm pipes in a 52"I.D. steel casing crossina under US 41. The culverts will provide a connection from the existing ditch along the northeast side of US 41 to the southwest side of US 41 and will conduct flow to the Lely Area Stormwater Improvement Project(LASIP)Naples Manor Outfall #4. The purpose of the culverts is to provide an important additional outfall for excess stormwater in the Naples Manor area and norheastem portions of US 41. Briefly describe why this activity requires a Drainage Connection Permit (Include where the stormwater will discharge to FDOT right of way): This connection requires a permit because it will be located under US 41 within FDOT right-of-way. Stormwater will not discharge into FOOT right-of-way. This drainage crossing will provide additional outfall capacity for Naples Manor and northeastern portions of US 41. Stormwater will flow out of the existing ditch on the norhteastern side of US 41,into the the crossing under US 41 and eventually west via Naples Manor Outfall#4. 1113 RULE 14-&5064.F A C STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-06 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN Page 4 et 8 PART 2—Certification by a Licensed Professional In accordance with Rule 14-86, Florida Administrative Code(F.A.C.). I hereby certify that the following requirements are and/or will be met. This project has been designed in compliance with all applicable water quality design standards as required by state governmental agencies. 14-86.004(3)(f)(F.A.C.): Certification by a Licensed Professional that the complete set of plans and computations complies with one of the following Rules Sections: 14-86.003(2)(a)(F.A.C.), or ❑ 14-86.003(2)(b)(F.A.C). (check one) I further certify that a National Pollutant Discharge Elimination System (NPDES) permit for stormwater discharges associated with industrial activity from construction sites { ® is required ❑ is not required. (check one) I am aware that there are significant penalties for submitting false information, including the possibility of fines and imprisonment. This certification shall remain valid for any subsequent revision or submittal of plans, computation or other project documents by me. Name of Licensed Professional: Daniel W. Brundage, P.E. Florida License Number: 18915 Company Name(if applicable): Aqnoli, Barber& Brundage, Inc. Certificate of Authorization Number(if applicable): 3664 Address: 7400 Tamiami Trail North, Suite 200 City: Naples State: Florida Zip: 34108 Telephone: (239)597-3111 Fax:f2391566-2203 Email: brundaae !abbinc.com fi, ,v V Signal e o *tens Professional 8• i2 ,' ,, e (Affix Seal) I', 1 RULE 14. 8 003.F A C STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 55044405 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN tare Pogo see PART 3—Certification by Applicant I hereby certify that the information in this submittal is complete and accurate to the best of my knowledge. Applicant's Signature: Date: Name(Printed): Jav Ahmad, P.E. Title and Company: Director-Collier County Transportation and Engineering Department(TED) Address:2885 South Horseshoe Drive. Naples. Florida 34104 Phone Number.(239)252-8192 E-mail address:JayAhmadOcollieraov.net PART 4—Owner's Authorization of a Representative I (we). the owner, Jav Ahmad, P.E. -Director-Collier County T.E.D. , do hereby authorize the following person, or entity, as my representative: Name(Printed): Daniel W. Brundage, P.E. Title and Company: President-Agnoli, Barber& Brundage, Inc. Address: 7400 Tamiami Trail North, Suite 200, Naples, Florida 34108 Phone Number: (239)597-3111 E-mail address: brundaget abbinc.com Part 5—Affidavit of Property Ownership or Control and Statement of Contiguous Interest I, Jay Ahmad, P.E. -Director-Collier County T.E.D. , certify that I own or lawfully control the following described property: A 50'wide proposed drainage and utility easement described as parcel 208DUE. This easement was reserved per PUD Ordinance 08-09. The County is currently in the process of obtaining this easement and will not begin construction on this property until the easement is acquired. Pleas see attached legal sketch and description. Does the property owner own or have any interests in any adjacent property? No ❑ Yes If yes, please describe. Owner's Signature required for Parts 4 and/or 5 We will not begin on the drainage connection until I receive the Permit and I understand all the conditions of the Permit. When work begins on the connection, I am accepting all conditions listed in the Permit. Name(Printed): Jay Ahmad, P.E. Address: 2885 South Horseshoe Drive, Naples, Florida 34104 Phone Number: (239)252-8192 Signature: Date: /7-(=. j'/ -fG� • 11B RULE 14.86 004 F AC STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850.040-06 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN IDDS Page 6et6 PART 6—Permit General Conditions 1. This permit is a license for permissive use only and does not convey any property rights either in real estate or material, or any exclusive privilege and it does not authorize any injury to private property or invasion of private rights, or any infringement of Federal,State or local laws, rules or regulations; nor does it obviate the necessity of obtaining any required state or local approvals. 2. The drainage connection as authorized herein shall be constructed and thereafter maintained in accordance with the documents attached hereto and incorporated by reference herein. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. Such construction shall be subject to the inspection and approval of the Department, and the Department may at any time make such inspections as it deems necessary to assure that the drainage connection is in compliance with this permit. 3. The entire expense of construction within the Department right of way, including replacement of existing pavement or other existing features,shall be borne by the permittee. 4. The permittee shall maintain that portion of the drainage connection authorized herein located on permittee's property in good condition. The Department shall maintain that portion of the drainage connection authorized herein located within its right of way. 5. If the drainage connection is not constructed, operated or maintained in accordance with this permit, the permit may be suspended or revoked. In this event modification or removal of any portion of the drainage connection from the Department's right of way shall be at the permittee's expense. 6. The Department reserves the right to modify or remove the drainage connection to prevent damage or in conjunction with road improvements. 7. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the Department's right, title, and interest in the land to be entered upon and used by the permittee,and the permittee will, at all times,assume all risk of and indemnify, defend and save harmless the Department from and against any and all loss, damage,cost or expense arising in any manner on account of the exercise or attempted exercises by said permittee of these rights and privileges,regardless of the respective degrees of fault of the parties. 8. Utilities, including gas lines, may exist within the right of way. Prior to beginning work the permittee shall contact Sunshine State One Call of Florida, Inc at 811 or 800-432-4770,who will notify all utility owners near the scheduled project. The utility owners have two(2)full business days to provide locations of their respective facilities. The permittee shall be solely responsible for any damage to or conflicts with gas lines,utilities and/or third persons. 9.The permittee shall notify the Department of Transportation Maintenance Office located at Phone 48 hours in advance of starting any work on the drainage connection authorized by this permit and also 24 hours prior to any work within the Department's right of way. Construction of any work on the right of way shall be completed within days after such notification. If such construction is not completed within days after such notification,the permittee shall notify the Department of the anticipated completion date. 10.This permit shall expire if construction on the drainage connection is not begun within one year from the date of approval and if construction on the drainage connection is not completed by(Date) 11. A permittee may request an extension of the Drainage Connection Permit expiration date by filing a written request for a permit time extension. All requests for time extensions must be received by the Department 15 working days prior to the expiration date. 12. All the provisions of this permit shall be binding on any assignee or successor in interest of the permittee. 11B RULE• 6004 f•AC S TATE OF FLORIDA DEPARTMENT OF TRAtISPOR rat ION ?SG-W:--']S DRAINAGE CONNECTION PERMIT ROADWAY DESIGN Page?N8 PART 7—Permit Special Conditions—To be completed by FDOT The above request has been reviewed and has been found to meet the regulations as prescribed in Rule 14-86, F.A.C., and is hereby approved,subject to the following special conditions: Ii I li Department of Transport ion: Signature • 0.1Yr Title f /h/2? Atilt to Da /f/tP/?/ 1 1 B RULE•4-68 004 F A C STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-06 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN +aea Page 8d8 PART 8—As-Built Certification Within 15 working days of completion of construction, you must send this certification to the Department office in which you filed your DOT Drainage Permit. 1. STORM WATER FACILITY INFORMATION Permit No.: Source(Project)Name: Source Location: Street City: County: Source Owner. Owner Address: 2. AS-BUILT CERTIFICATION I hereby certify that this storm water facility has been built substantially in accordance with the certified design plans, and that any substantial deviations(noted below)will not prevent the facility from functioning in compliance with the requirements of Chapter 14-86 F.A.C.when properly maintained and operated. These determinations have been based upon on-site observation of construction, scheduled and conducted by me or by a project representative under my direct supervision. Name of Licensed Professional: Florida License Number. Company Name(if applicable): Certificate of Authorization Number(if applicable): Address: City: State: Zip: Telephone: Fax: Email: Signature of Licensed Professional Date (Affix Seal) Substantial deviations from the approved plans and specifications(attach additional sheets if required). 1 14 B ... ____ __ _ _ . _ c,„•_ , , • 04 --- , ,:._.....1 --" ,,-, lk tea-I- 1 i _ idilir ci--,---- cc. - -A .11 Q* ' • L., < < < < P.' FAII9IWOrillitk,,1 i ' ; , i 31.* .,pi =I Aki,7,3.'11, 'i.:44.::::7 f(e- -.,..91fin6tsikK, ..74. , k•" I dog ii it :, ii 2 ii i. em, . • 'NI.' lb ii p• fr ii ii. „, j E. ••••..., '- 1_,_ I A ;4 1 i ,..'6'' — 1 1 a., 8 „0,4-■ ,:.,.., z 0 ,,s,,r, 4,011 ag - 1,-, 41 it 11, 1 It.4,, li .1 N r) & 0 ,--,`n '!. '. i ' '''' - I ; ir". •-••o ,::: ., r, . - ,,,,,,c,,:may%,kong. , .„,,,4;,,, ', E--■ 1----- A t, g ^1, 11 • ; 0., .- .. .•, t. 2 i c•-• .-, o :.,t44. ''_.... 1 , . 9 bi- ,-,,' 0.4.- .4 .11 I + 1. 1 -A-- ' s4 c n— 44 , Z (I) . ''''%i: ,, ;,.. , , ,._. ■ . o '4-'' ;2'' t: ''' '''''' : h.,2 '-'''' -`""- - , • 0 z 1- (2-1 ,r) ,2' ,,-; „,,/ r r-,--.*iii.,,.,,„) ., et, •t, ! Cn lt: LA - -ri..2,,,,t i k„,,,„,';ft.:41-'0'i's lk*11.1-- t i if itIg - ,LF __-___. z.-- --:.- 03.-—...4 40 '6",' a,' a- e .,c — ace t..4-i- ' 0, '-- _.,,---- , ., . ..% .. 0 F., 8 -. I-4 ,-- -7 - — Z Li l--- — — al E. C.1 VI ' , I 7,4 (-- , --) 11. 1. i x . (.0 i 1 1 ix ,..-.,4 cc -,-,' Cf) rz Z C:; ;A .........•.. ” "-'•*"- ' •,::::.:::.:40,,,,,,„,,,,,,,., 111111 s i 1 Lcn , ,x 0 >- p..,iiiiiiiittitili,a;-,A,z,-o-ONI 1 i r4 al :E.-I .L2-11D_ 6:„ti 8'73 km -'7 • ;;;;;;;;Iiig?"7,44';'''8'110 ` IFTI ril , cn 1 0 ‹a`±' o ....1,:it4.,:,,,....41,_,,,,,,c:igirt" Ii..,,,t :,Ail to itli" , >_m u 1Sm ° 0.,..om..:t Z >-■ 0(.5■-LL - .5 ::—0,--- ,',.. ...: 2 C rl.., 4 r..., 111iiiilillgilirni ME * i 'irdam - z . !........-..-.. 1 ..... Z. . e> 0 (3 U U C)0 AM 44 " VI ' . i*N:..41::•::%: .. ",.. in It ;...,,_. = „ri, i....4 . n Sr- Z■1 ,.......71 *4 ce 1 d • ____c 4.:4 --.... } a . ■ 1 .....„,,, CI] t ra) ', ..-. •-• a..' 6 ' .■ iv,' ,;7....2. e, z ,, -4 :-...: ,,,..— ;.-.J-a-r '-..--■ 1 i- 11;,- z 1,-1' 1 as,_,,,-, . __.•z,, 5,- >se '--; -I ', ,=:<....,,:c. n `-' 0. Z'%§ ,,,.. ,6, 4 o , I cl, ' .-, '''': %,..2U.' .(''..''. ..,-'3 0- tH = .E.,...,,,5,,.,_ a., ..a,r. > ;,og,'.-.4t...,7.1Y.:.-zwir <d:7; •A '''.1., m.9-iir.1,-F,, a ez i = .Sz,',t ,i-ii737'i '..,`11<3`2.•`, `i ,,P2a *,--.4'. 1 z ''''” '' g) -'111 ■';', >'..,i'',. '"r ;1 '.:.1,.. 0?''';. ;''' -,C2. ell'''Pi; '.1.Lt h.' .a L.E ■ . ' '<'- n ■ii . --§4 k,11C3S 1,-,'.4 il.a ■ 'A - alz-ocr)-04 ...T, 47 61 7 Z Z <' < ' ,J ot c■'''g Pc'l ,1■!t- ,Z31 , ,...k _ „..,......c, ,.„.,, .......:, a.. •,t-i` Co Cs/ .'?, ,_, .,..1 „,,,1,... ---'222r4r?'4-- tc '2 - \.... _, ............._____.._... 11B 1 • 90 m QNOt0i N 0 0000 V°Nf722N(n']N 0 M t`1 Q M Nt0'18N O�N N oOo N iD888§§N Y§Q Q f0'iMN l0 Or 9 N m N fN'f N N 0 m 0 N m N m Q n u 1 0 0 0 0 0$0 0°O O O O 2 N A 8 r O<N 8 N to t°D 8 0 8 8 0 0 0 0 8 0 53 N Or N 0" 0 0 8 0 8 8 8 N 0 8 8 r O A 0 0 0 0 0 0 0 0 0 0 0 0 O N r r 0 7 0 0 0.'1 Q tV Q O Q r O O C N O Q O r r r r r r r.-r r Q QIQ O Q Q O O 4 O tE)N 6 ' =8008538808888N m^0800 N 0 28 8 8 8 888809 o�?9N8 OO 88888,8pp oC o r r r r r r 0 a0 0 0 0 0 Q Q Q Q Q Q Q Q 0 0 0 0 T Q Q 0 0 V Q Q 0 0 0 Q Q Q Q Q Q Q Q Q Q 0 0 Q 0 0IV Q Q Q 0 Q 'E800ro8222000000000 000000oor o220002e200000000oo22o22o7G2o000 2 6666o66666666666666666d 666O6666666O666066666666060006066 0 R - d°°°°°8 8 8 88°°8S8 8 8 8 8885°°e8ve e e°°°°82 8 8 88 a=8 84'S e°°o°°°S°°°0 o G Q oN V 00000,IV ff V<mmtpOmQQmb V Q V mmm V V nmQM1I1(JQNm,m V mtG V Q DQ V.-m °m 0 0 0 M ty N M N N 0 0 0 0 m O 0 o N O m 0,9 0 m m m 0 0 t2 m m n n n n m m tO m ,m m m S 0 O om nrintom NinNmQno 4iOrnre QOmg.mmmmmfocmnm�fo m�MMrn'8SActg$i a?rv�8 o VmV,V mIn tbOmrmmNONnr '4hm pg QYY8VKKyyyyQQ� NO W fV N0Rm(� mn mn 0mm N t 7 n M t y N n O N N Q Q Ym r A Q N N N N m f p t p t p f p t p p M N t D M m N N N N N N N N N N N V N' C m'mm 0001NQ OOOQ,� M rmO mt,O,�2 NmtNOm48 °ta ma e°OQ°Q Q nn Q t'1 W.M-4tmn OmOmm+m-O 446666 MQ r 0 mN CI m 6 V '0 05000 Y O O O Y f V)O O t f)R V V Q 4 Q V V'O V Q<Q Q s t N V V<Y l 0�[)O V O h O N�t J N f O 0 f D 0 m t O f O u>h N 0 0 0 0 0 Y l O t G Q 0 1 G � y m O N 0 0 0t 0 tT O r n(A n 0 W 0!M N M M n Q 2'^,r-a N d 8 N N CN'J N M M<V V V(f,N�D 0 1 0 Y O �`D Imo 0044004000cnnee∎6446 oGO OJ N N 0 0 1�h f G V Q V Q '!'< �V �<V 0 0 0 Q 0 0 0 0 0 t C I N l D t[)f C(G l C 1 C t C N M 0 0 u l 06 6 v l 0 1�Q O °'v�iu'ti4 'v� ni6Nm<mNO V'800o <m nomt.'°�,v' ,13gmhmomo§ 3o°onM�°°o �80°o°o°of°.io°oax°°o°OO°o°°o°°(peo�opppUpU8E8E()§. °yyypQmmyQ`'Q�ryrypy eooeooee8N""gV jj.n-m r dN 44 U V U UU,10(2 NN 0,9, UU Q V f 41—,;-,;E Q 0O0cn..�cooCn..S UU W W u0 00 N N NONY z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z 2 z z z 2 z 2 z 2 z z z z p p pp e� yy yy NpNm . 8 8 N°°Q 8 8 °O p 0°Mpp S J O 0 O p O§M O O Oq go opO 0 0 0 0 0,§0 0 0 0 8°0 0°-r O ro e T U U r U I 8°O 8 0 V 8 V O o 0 O O O O U 0 0 0 S m N N 0 i C ' Z Q Z N 2 2 z z E m z z z z z i'z E 2 z 2 N z z z z 2 2 2 z Q z z 2 z z 2 2 z z z 2 m z z z Z 2 R 2 N N N N f ------r r N N N N N N N N............ V m� c s m V-°��@°�a =0 t9.. R ra-r rn�R t..N i Po a 0 @�3(@Z @ t3 tZ @ fS i3 @l7`_�a_ —6-�V oN_3 a�;pN a =VMN ma1rn-33N 8g 2 338@o N 22 p2 ma IU U aa Laaz z U J 1U-U g liaU m U2,1U G-ma3Sm m m m m 6 aa- ;8 U 4U v ¢ tt-r-¢¢ 3 ��-¢�� � � Ci ? r'N Q 0 m 0 s 0 0 r M 0 0 Mv 0 Q r O 0 0 oC O 0 M 0 0 0 0 0 0 0 0 0 0 pp 0 0 0 0 0 0 0 0 p r N O O r e t)(T Qf O O N m M 0 m N M Q 1@ m O r O ., 0°88o`N ooBS°r ° eo8r000000008�'o�oorrrrSoo$orr $r (o�883ggg0000008880000882288eo 00388228 eo gqqqq°Oor° mg � UaammmmUUUUUmmUUVJNmU(J CmJmmUVVVmNmmf�f�f/��52fA�am j MMMM M Q 00 004 n n nn n nn £a Q+ 00�qik`m OOOOOO0000008000000RHAIA eeeoeeee W318o0o L L3 R.= Sa mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm mNw"' F`v �N i 1 1 8 ,,..„,.... Tio . ;_h_ . _ _ P �s r . , ,e....--04;11.. „,,, ..?‘<, 7 -.1, . c. ,.,.. - - >I 0 i ,-411- -P‘p;,-,, " ' i:(- • - ,— ,-1/1, "e - ''' ., , t- 4.-4',, ',,,u ; ;:.. ' ,,,'„ ., 5,...„7:<,- ,,,..L._ :0001.."41k9 iis, ., an<c,'" -_-_,,,,,..,i,c,,,. N.,,,, , ,, . , jir„:41/2' It :::: ,s 4 „ , , ..,, ,, (, 3 ,lc i_", H ...,if V Y < g W \�` , i. . ' 4ir"'t yamTi' r d7W $ a Z■ c - � t, 1,Ny 5 F YR \ •14 lk ,...-5.v,-,...,RRR• g, W ••-' M l'{ I�/ - - ,", _„ 1''�" .. f .+.>.- 3 *'mss ';'".4'' ---,,C,•r C Z "a•10,0 . f ..• * _ • °y �\ '3 ,cam-"-'p" 4 w4' - •f' has. �-4."4- gr , ; _ . a .$„,, . a } -" .r,. 5 4�:.. R t.a' °.- fi ., . �t ^•.4-2:t.,,_,: v y-, > ,k,. •T , � , �1..,) ; .,,,'i 4111t-' ; .. dilr' 4 .. 3 ,,....,i...„,,,,,,, ., .ii, .: , : . . * . , . - ,..- ,- .„,,,,, - , ..,..1 ...,,.. ,.,..;,.,;...:.., .. , ,..),,,,,,, , .,....,. , .,,,...3 . ..-.1 1 ,:'-zr•-it 11 . ' „ ..-`'. ' 4 VIA.M". **Ir. __.1.it, t- r_it,i_.. .I.- . ,-, ., xivi',:. ,t„.:,.„-t,e, - = .,:i-, ,.` Lx - r-\. �, \ r% y r, .r,„ 1/111111111111-s 4 ,,L.,.. ,it;,.-- :*- 01",...1, 4 I,;( „7,---._ ,..,de ...• ' 'if,.; ....,..3,9-,.., ; , - z-m z .�" 7 .+nor - jj .''�> 'Y, '.. U a t i 4 '� °' a i r". '). 4 MI ,A„,„.., J- .��rSi ai;:;}f ; ` 4 'l -ilitt., ... R T, � _ � n •' . „fir •, ,*rat r' - +Wf.'.r '''' b �'+t •r 4' ''Y.. •�. i? • mss^ I R- . 7. - .� ;;,,,,...5:42:::1,1k. .4.. .r' ID ',, '4,;;.:::9,,21...t.? 4 .,' s it '',, • ..",Val.,' ..i.,,;:t'.„ ',T„.°4?...s. .„ . ''',.*-4 .;^`,..,•,, ....,1 . ,i1E1C, . e..,,''''',1.,>:::.4„,„„„.-1;-,?,,i...'''' ''' 4,‘ w 1r ° ^" r. �= r' ,} , ,i'''' i ,1 , . ', , i ... ::' 111 it t <ii,si,r,jre , <„ ,,,,I. „ ,.,,,,k ., , ...,4,,fr,.. ... . ,7,,j,> �. - .-' J if h''�' . �� S I o ,r n= �,t� i 1p,- . z .:.,q ,- -..., _t 4 z "r.,,,' A ,� mein '< - w Z,...„... , -,.,‘,., ., ...L. d I • 2 Ay i'; i 's+ .., C• ,y, i«� ;9$0 y`S • s r �! • � , 4 R+' '55}b' fir 'x' ':ti^ �.�. y.pir r o a: .„ r m 4 d s V, xn ,. 'e '' !` zN- a a _ R S 'a� se or.£ 7� a c.) . '` ). ,, t �� � � ow ti Aio, .. ..� ¢:: -. . rw p C rt ` ., 11 Oeoa r ° . ' d .x ,T'S<4' ... E np- 5 k ` k A 's O N 7A N Nnn x +1 ' r �° K U: II II II % II n Y F _ , m uaa�.�aaa 1' � ,3 ' -°4'� rr am, "' p ;d<S .. _ �a..' --N y sfr#�.. , i ♦ ' '�" ' . '�.. v Zr¢u•it a'' °8� = v (7 ��'� n 1 ;: u u i i: fi{ s.� 4 y F� a ` ; S9 °° ,i .oU.w..t+' ti U 1 v . a.m o o+ � , l"ia. ^ a - xL yn O=N n '. - l Ilk JI*4 d:.∎ Q ∎ QQp_ I 0 II I, II n n . _ ! v �P h 1 `4 .t �, • tVI V AM- A r'ir I ,* sp a _ ] >; �' . � _ ' •,,, 8zRW e_,,,t. . Oa a ti—', aR 'I � i m ci; xr^ 4 n� V . 0, V r � ., �" � +dx � wA i �1 ,.S 9'£ b1S:t . • a' • 01 a3N800 035 " " a v ` s— E '`�.. 9£'£011 3 £ Y>ZO 4 - �q -. � . , . 14r.v.i• ..:,.,-; , . :2,—,zi ,-.,,v,-. .....,,;.....--.- ,.Ni. ...., , , „ 1 ,...-f V s 4. as Ce .•i ce, to• .,,` -t v o i ' ,P. xe-y',f v a,'" , '1.i V N ` '1+, -C: ; v _ r r .'.4,-P-1,.....-h. V Q •... x......1.4......,....„.... .....,_, ,... .....,i4,.., i V° .•< 4 c + ■ i 11 nR S ZS 224 !...-,2,1 W a - W -] 2 a 3 w }o °z o °N °a`s cnmulxo�<' a O ZZ T U OZ CNmp., O � � 2 .2 20 wy OWaOyO UWW ,� O W W(°j F/IO QT 22 <IO5 Ug4 ',I i ; < a. amW No Qao�ag pow e,t _ 2 4 �m ip<, Na o`-^za,N-moo "¢¢T O ¢ o x� To,°Q°°w CC p�wQO�a ?Vii?, 4:11.2 U Z a ma �TZ �J- C2 W{YSZT CJ?mw W 2 OUN-0 WQ._;LJ 1' N p tW. r2-. '<i, ti0g F¢ „' 2Nww 2¢; w u z ° 3Wa W QUO 2tiw �:�_ j ,Wy ~ >K UZ¢ �� �pUbh=� Zm�m Q l'. r:71-'Z 20 2N 411185 {� WO � hi OC ti U W W4UW rW ��0 5O I-.'-UW¢ ..a -'pOT Z W ti !-.� Or > ti UWW Nu ?_wTOK3 Kp° ii1Q N ��? av4i2 TQ �tio-T'w4i NNaq .r. '0 O 44 - p0 _ W p{- 300{^UW !itw2 ¢ a o° two o� W'.,2<�� ¢ �ti°° �.,,` W W K ¢m a2 C -'2 WQga42 gl!I z ~ W.¢W °2:-;--c,„, Uyi N'QO Z¢a: _W_V Y Z uOW p 00� UY ONE � <gFJ. Gia.1W ¢� °Q�V4i '-� Q a3 v,0 ¢ ppW v1Q~O � j RQTm W2'W1 2� Z {• N U 2 2,p YTFQ mW gL32 0y 621 8 o zk T °� pU_ .,Q z_. WKZi o-. _ ,., ','f.'.:- wq o zzNa ,� ¢s o�WzwN 'o ���++ W ¢ WiA U _ W 22U 2'�w_ U. 2au7 �fpv10 � W° >¢O W %02 �'2�pWp N¢ �'Q�=ZQW.- wJT> .�.—,.- n 0 Q�i' 0.0 Q WiuO Q^aN .2 {=2 tii t-W�_3 Wm _ ^�V Z S 4 o zW w a ° • > nL 2 a �O» T > o a' =^` '^'' a z .W > i z z x tip 0a ?s :;' <; Q Z aFQ z Q a O JU� W Q wWp �UpO C]� d °,¢ z ¢ q O 2 2j �U "'q oq f z, ?:o 4n:} U O G? W w Wq W p <¢ WU ° L' T 31 iY 4W`C N A v :6 W Oar N.wa ?).�U� <iW- O� m}��:.. D - W l';', �n Wm �ip Zy 2 T �r 4 > OQ�U'4- C'i �W aW w >_ Z�W� F Ot` 22�¢ ma�y ap WW yl.> W° ¢ W CQ Gq'�� 24 Fi0,j aw ¢q�2 t.^� ^K 0,2. nwnh a W NC OZ ^]-¢ zy �i .. .� 'Na U (=V11-{ ? G U � q V_ NQ. W J Z"1- 10 Wq ° N2 .iUO2 OWQ... 4T NG 2NL 2 2 3 Oi WWI �'� Kk IS„ 2 WSWS° ?O ;lb ,2/1.2. ci\ T(A 'i"za4}�} N i' 2¢ 0'aa 2Z ° t! rc.^ V FW �W �a JQ �'Q ' WW >�QOI- r 2 wW Gm U2'aW H� NQ u... 'S' $ m, 02 W2 lib CU.W,. UQ = M1 t' '] _ 1 5 wF O:w N m �� W Wa ° Tc 2.w o Op ° o - T o T �m-�- jai F i �q o p'a 4F_ Wa `za¢�v, o°w n> =o �FOCO = z o .,� 4 N,�¢� v,W N, �`^ ¢Q'¢ Q4 a' ¢ ONO ~WWN ¢O NF: 22W y F C 3 '- O U U ? Qt-y pF, � vi y Q W'� �� �iNU a q� T W 2, Ci� 'C ? ¢ a Q 2 I 4 !Ii-1 2� ¢_ �7o O Qa ,� tip lib!. _ . � a a >a it` N T 4K W,O a_ah �N z? 24415 Wzaa OW W W2Q,'�O W° 5 } 4 .0 '%{q top am C](Fj € 5i ' 2 Yyh¢`i b 4, !gin UTb ZQGQ OW Hp 24¢1- w>- NL W20 m a li ;Ili h Wt 9.€ xlO ypp T 2O W? � W 2¢w TQ 1- �im ¢ pf; OG (^.� .� XW �jWW �J N4 4 3ZOp F\ 2 pT,Y 2 C� ZSNmw N> �i- UWi= Q W� O P ^203 3 T p. O pO n'2 O N > W�. ] h 2 N U I c CG`] h�W1 QiW QC r¢ 2W WY yQ Y1' 21a' }'q~/1 `� q,~i1K VO p`t �20W2 ✓S 0�2 ;Ili Oj 42, O 3 L O WC]000 �2 40 NpG« a0a.y3? ,x.. F V'fU „' '12¢ as =V �pU-4 00 �j ¢Q ��mn 4 5O1_ Z U !wiplq`a' Wh YU a 'a • !gig!' NT0 2q !:Etii ti 'a 0 WONa4 Fa WW q i'oa WO n:Fq ' w qOW T, >� 'ZU2a WO''� WN 14 42 0.O °4W WU2 NU �W O1: W�¢dl '�° >WU z�n 2QY w'L T� 00=' D UG44 41'WC2]N 1:,!_-:- JO G .y .,qOU26 Z ZQ.� p J1V:2 W^ ;': 4 Nw ¢a4�0 Nti ViT OW W 4 a 1 UN 4. :N<, q tnW `'4 NI SQ 1' ° q 0 2 U S S Q? Z 2 Q.y G° O= d � _i 2 U ¢= g 0-2 2 p W ? a s ;1!:"i T w N 9'a R 0 W a:e N �NNT N:..w N W Q -�5''.Y"1., w JJ Rq�U4 W� iAti QN n2 qN OL .m '^mw V ;Q Izoo¢: n. TI � ao'-�mo ¢�{n ?w :°.:��1;`ni i�� o.. <<iqu� J� Zw vl 3¢ III e�c z1V2i Oh aU> QQ .°-`a �WWO� u21W 24ti 2¢ W NOOW Na f2W 7q Ua T CUq¢� ¢1°'- �q Qi2QG lli 7,, W<s Cv{ul3 02 v! 20¢�Z (1-j, =Q Wu UpO Q n till! �44�� �¢ qU0 CNNU .�. ,nOU .__� W2W gWwm � � j:� ti;i TjU NCB �.Q. mu?� mo U�¢ Q6. p¢ 02i OZ°1g QNT]N-cW 14: ?�W 2? ! 44 O?' Qn1UOWW U>- N4. WN fa12' 7' � U '1 COAUT UO 02, Uf-�NN :W\W2 w2Y 01= 5_..�¢U �O U. dvai qy .' 2 l-et.,W° W} W20 W:n2Wa tOW2 -.1 2 :,:al! '�h W] QON '¢ s>'mJW �� w�q � i�> O �Ou.=Q h4 : �W�.{--� at ¢^S� aOUm iUVxiOC 'ii :2-OU a'.p m a2 vm4T ti�4 .. O N ‘7. N N N N N N N N "� 2Q Al V ✓1 V� Vwf000 p W02 QN l'1:1 .-NO ogo -i. � � Q�� K 3 Oy 0.2a W¢ jS � r P.il OZ 00:> Z ,ory v Uw a L q ppW _ OWti 4p yoy 0 SwU V` r r ! n < LV>¢S U O 4> T TW +?•W aq.- V '(tYyY3 2, N-' � m � Q JqT o ° -;o cz n.o m o z 7��2 0� FU e ��� p-'z � r �r,NOn,, w a„ ,, d -",u o -P1 41; i76 :;-ii G2;! ; qqg-p ,_ Q<e n`m' m i 7o=a ° , 04 - °p W zo" =oo az w¢I 'i. r2 U Q CC cWw v. v a `'� 4?. T�: N F aG 2 ¢ 7Q fizz Al -.2 r--,,,-=.-, -'!" !•G>Wm w '' 1'U ZQ `g2-W ' ',- U '. °OW !2 a,n , WSO QU .�TtIJ m tiU > Y3 F-� OK �(jw Wrij °2;W UK O{ O�W¢ {2- N, ' q t2W_2 �. .- a 1-',$12- ¢ Pi ?44 -' :- z -U2`N tY O a, L NMO Waal. nU- UFO W2 12 OZ wW K �=v1 ¢p0 U2 a0 N v>�a j�K2 Nm^- N X1- 0 <°iN Z2q 2W mr 202 �} E.',,, ] D �gj O'�N2 xGO WIL T U m w uwQ � de, z w as wQw a_ n UmT aW�'p QF cc�� ¢¢ � .�.� Yzm4 - n- :F. Z gwT 'Y� � OG2 z-!O 2 m0 aG>n- �uj ¢ 1C:2' VZ E W g(ti K yQC TaC4 qZG dia ¢CS]U* 2J Z•- T W2 4 � TOS;t QU Wi ,12.',),, 2W N -'NV) 'aa V NU aK4o 2' Q--U ;ii m0 4:UN� fA `< ' -' Q2p >J-,N UN �'. a �2 NO� X000 a¢ O o a W O'T-'=<w] Wm Og XWm W y N O ¢ 5W 3h 'a0 tiQ SW 2? 2 _ O °U '-- W UW !T 4Ny1+ •- T 2a WU W0 �O U14 Nq q O 5 Y maG2 1,Q �y ¢ Z .r >¢4 � ¢U )•OO gQKO �2 YQ CT Vim' -U > 2 U 4�� 0.�SW O O¢= 4Q UL qp :-'7-'' ,18 ,-.2 aU~Q °U Yi.Q aN m} N 'HT ` Ln* '!°,1 WUNm FWCa O= 2 Uj" �ti ykj yW < u OZQ QW <. A 2m 4 q-. U U-1 2'" -Qw 4 W.1 K W U g%4 U)T ST Q"{ Qa ° lq �wNw� Q ''�aJ NN ,' ¢U S ¢ pz N4 utaoa zN¢� Qo !- <? � < goo¢a wm �?� 2W <=' '¢w >a�4a am-�.' �,aN G°-4¢ ?-c= 4 Ni Qg�� TT 33 -5 W 1121 m5 'b5 QO TX 2 'a 5 f2'a T{R =2 ' mw OZ 2� o��T = :W-a o�„ z s o W o TI- w,.. ¢� ¢F=T o � NT �,o W- o ti Nq4 t>„1,-_, a r w J 420 ;� _i.IU �i ¢a 34 �NnS C ?a W1W0 R ZO 2W O 6 3 W ¢ u2>+ O O T-3w o o O In d ¢Q TI- 22 21 `- 3- w T 22Uw QCO 0 40 tsi12U2 30 GZw2 Oa .0 F U U 1 p "O OW WWWW a2 p a C 2?O1 FQ 22 azOV 4¢ ¢ ¢ ,� 2 !lb((> hN U (1Q W-+ Q O 2 2 N Zuw44 ..'> `<O %N 2> ¢ ;,-, .,1 W 2=NO p>T n'4TU °2 SN VZZ �O wli �N2 � w � 6 N p � �UU .� .W-0 Y-�'2 WU {i0 3 "'>w� W CO>�;' 4W�'W a4,-lWu vlp QT j 3N N p m 2 g SSW �d TOV aS d ? �� W W» pWW F�i..S, WO- ''b O=OZ SO-,' ^ OU W w N w wW W�..Y Ws ..T _a4 4^J :.gyp,-:.. 00 '2x2 QN¢ .:a.^.. :=CUO U1�4 Q NN-._. Q� � Q4 KQ ¢ G2?Q GW_021� �UU QOU343�-> -^.UW 1 i ,J .5. 1,, ,:, , ,.. W O . , ,_., ..„, z , _, m U Q U F-. L7. V W W O U K n LL W M } o awe - m y ¢ a w z 3 z a u a ^' Z t� Y 0 J i � w a, 'n1 0 a ° Z ¢ 3 W W J: Lai Z 0 a' Z G j s N < 0 0 :3 0 <vg K> y V ii_J r� w 0 W cz X 0 w w 3 m m m 0 o C :` e c.: occoococc w o a In 'JJ !n K ? 0 W 0 U) 0 V) VI Vl c 0 0 0 0 0 W 0 0 0 0 0 0 0 w a 4 a s a " a r Cr Z a a a a a n_ 0-a s 0 0 0 0 0 Z 0 0 0 0 0 0 0 0 0 W �. a a d d 0 N a a a_ a a 2 `Q a. a Z 4% I. �' • n W i >-//\ m . QjY� hW YLQ(5 Iii 7 (T+� W m Lii D QI a,i�ao�1'�» ? �•`L 1 O 0_j : i' " I I I 1 I "..:1 w W m 9 1 Z ¢ U 1 J U (_l .. , 5 W W z zCZC} ar. m ° , U a to e 0 ¢ w 11:1 Y>. r' a > ¢ W z K 'a > > ° 0_ 3 3 W w Z Z C) W w w O w i Cr a 3 y trr 'L ¢ a �''' w F... 0 Y - Y ' U.; Z Z Z F- V1 ``% i r . - W u. O W ,', U - - O W W K 0 O 0 0 O .j S K :.: -� i K w w ti: w w W' K Y w v 6 2 , 3 3 I W W a 0 G Z Q ‹ ,_,., (00 C ¢ X C X m K K W In C Z W Q 3 Vl 3 0 0 2. N 0 a W 0 3 W m m 0 m m 0 0 -- m '1 `j` V 2 _ E 3 0 0 0 0 0 0 0 0 O 0 0 'Z U O Z U 0 `3 C.Z CD Z _ ?c C. Z Z Z Z Z Z Z Z z Z Z Z Z z Z z Z z Z z Z Z z n U 0 N 0 0 0 0 0 0 0 0 0 Z :n N m to X 0 0 0 0 X X W a CiE R x x w s< x x x X X X x X X x x X x X X x C) 0 0 �3 6 r' Cr /0' La W W W .+' . W W W 41 W lu W W W W W to +J - `71 y a>S Z �/ I /J mm< Q __ I Qp! w 0 W j I m ..d z Q O_ > zZwtn > I ',. I <2 Wj U . - s VI C K I Ct La K K Z ' V) V z: {yy Z N W W H '3' .7i. .1 ,_ C> ( f KN ° Q °w o ¢ -i I : I m ai z, I-Z ' ¢z � wYUC� � Z f. ' y y am o w Xp0pcoo < ¢ �( I 0 �x2 a w r J K Z K 0 z z JI I . z O > Kam � ¢ °amp is • I I �a3 t I r C ( I g.3a C z o < . (Cr Z ml :n v c .: o m ° moo L Lii r 0 ,, 1 ' L... J 0 ''�� ° is a w > ¢ o 1 Z Z Z X 0 > J) >-� 0 N < 0 uv. Z C) u' K Z 0 V) r Y > K Cr W K Cr X K x ...7. ° ° Z= �) O, C) > 5 Z y 0 O- J Z C'': 00 ''' 0 L Q , U o S w 3 2 0 2 O 00 3 04 N Q rQ Z m Cr w tr, 3 > > Z z r C C z �' Q E Z Cr 'J -¢i g K) S`) Cr U Z fK, C Z F - w Cr Q O O a U ¢ '�') K d L,'_,' O C� op Il N r ¢ z O to W 0 m tan 0 X i t 3 r a o -w. w 2 a V) K >- w Q C . } ¢ K 3 W t: r t- < < C) 0 V' O W m m U 5 E 5 C? Z K S = S S C U K K W I 4 a Cr C n i 4 -O Oz Z Vr`. , C 0 Q X X Z K U W r a W F a W a a Cr < N J Z K x Y w Z z a to :n N HI Z x x 0 ¢ O 0 < w J L w 0 O < O X O W W,i w W K ¢ ¢ ¢ ¢ Q Q ,- 4 1= K Q w x a K Q ¢ Z U w w Z m 0 U w W Li W w 0 _, a w a r- r * r r r 3 3 3 x to ✓; !n .0 min °z U w _' a 0 0 Z r 1..■ y .h •9',a i 03 .. .LKg I e i� - 1 _ ;:3m(1,,p '' L '),r,HInph' ro,0 0 ;Z I I.. l 1 1 8 . . a Nt. . N. ,.., d o •N``,-"'., 47 c% '4 t3 v■,.9,' Li ''''' 1 -.4 '4'; 1 '4 La 1S:°Lki L..., \ m: -,t ca .,. 7.:• ''3‘ 4.1 zr. Ji:j.5 _I..— ____ ....._.._j*._ _ tz, ; ,.,-,.■ 'N Lz • w ° 2 _ L... . Cir....,,.. ,. I' • c.:', ,..":*:,, 2 , ' z 2 c■-•,„, .. ;i-, ,•-• 0 •..., l':;•-::-.•:C-,..; u-.,- , ,,,, ■_.— ":= l' ‘••••) ;9: 1,. 4 `, tt F2 ) CZ Z Cf) 10 z, \ aq ^ `.•,. ,t,.-i ` z, \ t`Y-) G' C:2' •111 j )..4 0 E--,- Z 0 0 s •111 ' , .., —I.— '..4 6 i a '"•••1 Nn 1 n -.1- -`4''■ r., kr, ' , –t■; t a 2 L44 ,, , l'•-•4 (1) ' .>1-2,' _ ,s4 rzt7 / Z —0. 0 / i .0 1 / Vgaiti ,. . Fi•Erlict'',i >■:.: o i —111 5 I:1 * . .4,...s 2 I 1111 •s _ , z r \ ..• 1 \ ,-. t ' o r-2'''•! cn .4 4 g,','4 w \ ,..,., , 'e5Ebv, '#.'7,f2 z • I ---_-,F,•_ •.‘K 1 . o o • ! , 1 ! 1 i,..1 ,.. 0 a: • , j : I 1 I . H ! ,A , I 1 , "----i---""1— I ' ' 1 1 LASIP PlIASE 1 B SO , , 0 38+00 'IP',..S.111..1. 1,. .112•1 '2;39;CO , • . 1,?, 18 1' ' • ' •4._ __ ....f.f..*, 4'. ...-.--,/ -- , - , Q2-COOti8 . 2 1:',',1 117.1,'.?:- 1 1, - - -T1---7-::•11. .1-1,-.1--1- -1' ,. .1......1......... gt.,, \ . --- ...,....._-,. , g..TVW :4 -oP ;1'''41 ..1- Ir , x , I . .;\ r-",',1 ,1 ;gCr".-, C, , 18. r ■„, ■.:, •,. ,.., k ti§ ° .. — •gg ,\, ..-,. LT,,,, ,..,:',,g— ‘...9 .p H . 11 icw ,,, . ,., 0 • 1 ' b co"i, -a Q il„O '''',., ?=` 1• , , H Ic;" trIc.) - i . ' ■,-,,,,, 'z'4?; g g ■-.18 W• e'l N , $ ":: pl eG ri--, ,,,- ,., I I • ' 1 tr; 4;1 - • :ZI■',< ij , • , ; I ' i . I R g • • I m G1 1 , I ! ■ .- -- liMili , 1 .-1 •.,TI ..:IMR1 -- ' . I ft-2.r — • — • _ —,0— -' 9. ' I : 0 1 , 1.! '4 T: At cs3a.... ; I al"Viz L, ' °'.'6.i f : 1 : .• 1 -1 _ ..r , 9 .-!!!!!!! !: ■gm ,,,, i '.. I . ,•,. , I --------., j v ; ■ : ----1••••••rn: .- — — ..' I, _ . ,_ .4.____ , . „ ,,, . . I s 1, , z I I : ( . I r,. .„ , I . „ !i,:,'t,:, : it d II } ; joL a , • 41 , ■ , , , F,,-7, _'...•: ,i,i'; ,„ , . , ,,, V. . — — —IV-- •'—§, ' i: 8 .. I ‘,, '144 ■ . i -1 : , I — = - 1 . ; ?3,r'''' r •.;-..) i. ';'•:.;4, t i i I I 1 0 CI .--- I ' • ,:. — - i : 1 — Ca--„--, - : 1 i, i 1 ,,1 I 7'<ri'''' ,._ // ta a- 0 la 0 El.-- - •,_ 1 . ..i7'•P, P.,4 ..E., _ MATCHLINE STA.316+00 _ ro, .., —_. yi :,—z—m-__.------ e cr, cn 4 - III 1 L 1I w MATCHLINE STA. 316+00 O 3 5 i ,� I 1 m� 2 ! : H m a ' I ....... ... c�iny. Ate. 4 OKAY m O >I O - ) iA2 x I 'AZ ' rt . i �, :. W W i _. - i o ____2_,,,, o z ( D [ t.� 1 § gz _ '^c 1 ai r ; okrn n 1. yI ttt�zzz���CS i... -. �i' eRi 'a u°i ¢A "' -1—�` 1 'zm" y i I26 mNG XGT A m •i 1 YIo� L� '�+ i. V7�YY UaS Imy a po � A SAY C It oo �' I O a R.`s m i� 1! W mO _ W 1 _— - — TIIIfO oo I — — — xeaeme $ 'ox o c w o I - rri= I i , ° a 5:!'.-- I i �"� =o Aura l - y '5*- - .., mGZ !R'm '' y n m i �* o>� Rv � ! 6 Z s.- 'Z . _.1_ mOx rxo urn a I 4. ' 1t U zz i I 7', .� i=� I I . _ m i Rxa �' ¢" Imp --- *ft— i4 / ';.'"'.'• t I ,' 1 I II ` I n C rn.a �i t ^ C` 'a 1:,,,,,_995 I cm o 666 b.' ( R I I xavc .. +/ m 'r� L g '�+ 1 I ''ll1Y I - ,b,...1---C o it 1 — — . 8a— e .tl I�I ` p I• t I'. ; O = " s i x u — I n� C i I i '''.i' to ....._ on ,I / �s ': a ux W i i U yO > 1 '^"8 Fn t ` I mb z a as • I El ... 1 N i Y 1, a ti N I — 1 IN b w i MATCHLINE STA.322+00 N k } N 1, a7 a L sc so' iz?-7. -- Q„ V 1t , 1 % 1 1 B 1! , ,.. MATCHLINE STA.322+00 . ----7 _ • ,,,,1 il_ ,, I- I- - ';' — • i I 8 I :$: • • 1 ' . .■ • • 1 ' , ;4• ,1 F., ' t •;, , '4 ; , I- I I ri• e ''-,; ..,i).4 ., . . , , 6t,Q9 1 I 1 ..11,..1 • g! i i. , ! • . 1 !-,, i' ;' z E . . 1., 1 , I/ I '',..-. o • 1- !I.i.y, Z„' . , , @ ' I- ' • . I 0■°1;11 i ginlillif , ( ir.Ing:iM o, I ilEtC/F- , I 'it ■k• _.:-,3 ' 1 ,v, 1,5C' i 6 I ?3,;;, .. 1 - 1 ‘,---0--4- . - __ ,..- - ° I ____ 4■•■ .,. . ' I Rn 4 I1 1 ' 6 .. , , I Er!, ,'1,2- --1,---,[-: .I I ?' 1 ' I. Z '' I, . 172,..;2 ?•:1s.- , , • i I ms I ' I I . 1 --m,—I. — - — . — - -' — —I- —I,„ 11 1 ci 8 ...i ■At, ?...1.0,-;.:-, c, ! 1 P';'• '',.i,l''',,,,, `•11.' , I% 1 ; ■••.(-•-,-t,2) I i I ,,0 I ' I ••• :i ...., "7;1 1 ?' •Ios '.' !I ,t,F, i'ii ?..?.iR %, , .,. „....., iz_ r4. Ki I 1 1 I 1 1V- '''.-----.-''' ko> 1--I— ■ --- '..."— ' ,, —7 8-- _,:,,,, i I k •• In - •!, ..1.' F.2. i''• -'81 1 , I . . .1 2 r, , ,.,. ,., T, „tl L. ,- . . , (,,,...t,” *‘:'-'‘-• , i I ';',-,-',I3 g , j ■I ' , ,.. ;,,'• ; \'''''' n : I • I •„ ,■,' i•", -,,., , I • . c.4 , I " ,'-• • I — ' • o Z' MAT CHLINE STA.327+00 iR t: iii ,–.–z—L.,•----- =:- T 1 1 1 1 B I E I ' I [ . ' [ 1 ! - NIATCHLINE STA.327+00 - , I <I, , CMS* i 0 • ' . • I ,„.,•''' ..3 P.:, ; . ;, 1 . • I ,,, ''- : 5 .', I g ' I: '•;;----2,, El i' •^••, -7-i,-;- ; I d A,' xpii-g; 1 ; 'i. r 1 I •;-,-,I; F t . % ..a, ' • , ,,i, i I: 1 • • ; ;''l i , '4' i?noon ' 1 , . ., 1-•,-">,•'' :-:-" 29::21 , ;222 22 Z ','2 g-''. P. • 1 ' ';;,' °- ,. 1 —I i".2. I ,t 1`;•1 4 ' ' 1 'Fr' i 0 • •22. _ft— • –1- -L.--1•'' ' MS T 7 • [,[ [-:il,'?,A[.[ 3 ' • r3:: S'I g'Z' '''''t''i- '''j ,1'' ''lr,\,// ii..33[ I o Is' tf.t- , ,...,..., , _ ■ ‘ 1, „, 0 i ,-7. 1): ;-. ,c, ■ , , ' , 1 ,,t , i",=-: •1 , 1 ...., ..z.1.-,,,.., I V>-t rti \ . ., , , \ p ,I r2 :*:2 \ ; ' ' n, ■ 7 ?. .•;,-• ,,..,'-'4 \ \\ ' Z — - • , WM3-000058 3• P.. --------7t ■ ;I — — —N-- = ( r.-..; -----, ,,, ,, ! `ef-TI'z.F. ' / \ \ \ .•• Nirlii- ;;;;I. ,,,1 '''';';\, ', ' • ; C.,.% :!, <;::<;,4 ;,z;._ ■,.."; ;..,, \ 16 --9 0 •', t.■ ;741 t2 t . w i 1., 0 '8 F. il•z: `,..", t.;•. %, Z-1--..--" -- i 118 i 1,. , -. H , , 1 , , . , . N... S?A. �3N Jk a a �\ r 1\,�SO I i H!; I$ r - ',,- Ii°bo I �\. i + 11..Jx y ° f � I;` °al p° m=o C3 2 4 ma �' jai a 8 =$I m 'Al � Ali h- I z — — _ft_I Z 20'POE k DE b ' _-C f'�� 2✓'PUE&DE _ -- - __—I� ___ l� all j sg' w 1 A x$ u w era Z I $ wa + eicgo " .2Cz I ab n gym F I 41 b,A . t .,z I A$ fin t to Ru �a ° I v a i A. a 8 4 O v 4 >A sI ' ,T,"°1 ' YZ to $ "il I a,x W I ° O y. , ' , A • A ; s%-in,,,,-. j g I'i I I mi v n °, 'z 1 K$a 1D�a * a ° z G I —� I m�A $i I _ _ w Y '_` I , �.. �I ��� '1 i �'__-_- '-i_�-___ __�__.-gyp ___.1_----- -2•--- � �� � -� -i WEST 0 41 ..� E -;e. US 41 ■ �' _ - _ _ ._. _ u r y�,', gw '�,. f is r 1. IN O n, IP iC m ‘5,‘5, 34 :;91-75--ti' -N nQrt O K' cf ca rn B =ia" m TAMIAMI TRAIL U.S.41/S.R.90 1 Qli L 09+ 09+ Ot 4- d C y b W v iQ"i �N\\ A ',,,k-oF £Q , K� cn Q i ..--. j al V vl -4 i 81 ..0 C.) ' ■fl `...- S ... ,.., ,.,..,„,. .,.0. „........... ...._ - :?r.'?--t.'',,f,flr, K) ■■:‘,- .n . k.y..4.°1 —,-- Mir* " , 1 1 1 -,F,' .-t.„, 6 'L', o t ',,,- t','• , P,-..' 4 1 8,0, c, ..A- :;.,6. .-.A -. - r-2,--,7- 1 a'1; - o'" - 1 .-... ,7 '0 KI . '-' , ,...■ ( .... ".. Rit.90 Roo ' ' `,.,:,b?, 11 * -1': IN 7.3,..4. ' 11 .,--II qi,1 ' <Z 0 ..1 \ - ,......, if A 0 L.,. ‘1 N, ,u) 03z 40 nu 1 i c nu f n To a A 0 l', Z ■ ^: N , '-'..V •-■ Cg Z t', 2 uoi!,;41i 7 0111?-112,i !6 ,,q ! 1 8 °O.,T4 .11;gl 8 P q 9 , e, ' cr, 6 I ■ C., ■■ 1 1 I . 1 W 1 II m N m a 0 0 . M V 0 ... - ... ... , 7A 211 I .., 3 h1 ; a .... , O v +n a> h v ��Q; ,n ,n 1. N. co a V~ C, . ya 741 0. S y Q �z � 1 v: a d S O 0 0 0 0 O 0 0 O 0 + + .I + + s Q � In d- rn (v '_° # M r7 r) M, M A 5 s o • R° to a o m a o m a o m a o m a a $ - ▪x W W W W I'to a c W W o ¢ , G v,,.:. o ...Vin. ....... o `n. O _...._.._..o ,,.. - ; Cif zbS v C_.....0 f_j____,, f_...,__ ,,-0 (...,____0 ,_,__ _0 ( , z .., y nn ,., 'r. y ' o- n , 1,_ 1 N , 1 N P - i Q N `. N o 0 5 Qi" mo _ _ d =4:1417,{ N N .� _-`a o `4 I I � 1 I : I O W W W yeti o n 1 o a y ']F Q i a I ...r a ...v .. VYY C$I Q ! a ■ m o m W a m o m .. o CO co e a s 1 1 c � I 1 1 CO csi 0) 0 C) 0 0 0, N ti--- ....., : 0. 4a1 (.1 co cc:. co Lo 1 44 1 o. N N N nr N b■,1 1 , <0 N N. f■ cc P 0 6" -4 1> -, I 44 g, 1 0.■ '5' .... .-1.7 .. .... .. 1-. V. ....- 0 0 0 0 0 C■I N) V) ,,,, , V) v) 07 1. 0 oo ,:■• 0 to ,a- 0 s 0 .1. 0 o 0 0 0 2 T.. ..'....1 , ■ *':-.'"::','!.; 1 i 1 , - -L,- • , 4 W ,IIIIiala 1 i c,-.--_-— i ,.., °. I ?- O. I , 5,? I a_ , x V. __ --- — - (■ .4 „,•,, 3,,,- •-, RI I C ,....1 \ , 0 ' ,:,' et,‘ :I■ ■'`' .....i:,.1,,,"1 I i!,;F.;.,! I ,V ,..._I__ _ —0 (-1 0 (-1- ____ —0 z ce..5 i ...,....aii.2 MMIMI i ,• , • ,.. "‘•■ , ' 2 ' t' ?... ',.? . , so tli LI , 42 C,',.■_......,....■...................... 7—--—--— 7— -.s.-- - ..__. — _.... Q— - —_ 910,..' 1. k." x . V,)R w I OMI, 1 , I , • 1 , . , 4 , , S 2 ■ 1 ' 1 g: 0■ I 11' ■ , 1 1 1 ' ---------4— R i ' 1 ..... g o - R. N CO i 1 B co co Lk.i o• —, 41 6 "4- ,1- st N "*. 2 .•'' R N 01 N N°3 N rs •ct• tl n Fif `C '7 00 .1 N co crl co co 4 N 2 0 i 0 .1 N b''' 'g: , i11 , :••■•1m:'''..,1 • • 6.■ . 0 0 0 0 0 0 0 0 f"-, 1.-... 0 1f. I + + + + + in d- ^e) :ti ,-- , CN CN CN CN (N t) +0 .0 ..0 a, tel. 0 3 , 2 ■ . I....',,1•:..,:, R ? _? '7 .'4 ? -: ), I I I 5 ,. 1 I • 71 ■ 11, III', l'I ' -i •,.. • . I ■ • • • ,,_L ...,. .,.. .,. at,..•1 * '... ,,,,__i• I.I,Ig C"1; :5'041 6.1i p ., z. .,:. ,..7-.. ..; . -' . ,:, § ' 6 ' ,- Ifillahl 1 -, , urn:W.:I .0 , .., , 4.P 5.5".‘ F...'. N •-, • 7 (14 , • • - . , ..... 1 ...........,„.........,____, ---1.■..-`•- —- —_-— n u, , 7 . .• . , . • , , 1 2$ . . .. '4. • : . . . . T aa 4 o co 4- o , m 4 a , co 4 o ■ : . , I . i 1 . , . , g . . • , •.,f., 1 , : 1 11 1 . : , : 1 . . • • • , ..... 1 1 B If) I.I3 : 9 C i : 0 Cal 00 o., n ,n o N n t•N 04 r`l 1 b ii I... ; 0 .1 1 . a- 7, ',. , ,,,,. '24',k's c''9'' E ''–'4,7.'2 0 0 0 0 –.....------ 0 0 C 0 + La..<4 4,8 -7 i'' ± 0 0''', 0 CO "..- 0 a I 9 5 r3.; z.--.1.. cr•.< CN (N CN ..; .^ :-*.• 4 ''') PO 1 1 ? . ....1 —' g! '.c i:.= X ,'il sg..• =— --- g.' = i n ( '" ''' '9 'ir , '',"■ 9 11, '=','', ' L",' •, , g = 1 '21*:'.• __ I 3 0c7 4 _____ , ri____ ,-0 (....__ ,,,o ,,,--i—— .— - ., BIlm-f,- , ,.. c... , wommumese:, .'•iz R a ' a a , 0 , ' R, a' ■ / ■ w _ ___ __ ..___ _ ___ -- —-— — -----— x , rill , M.,`>, •• • e , ..?,,. , 7 I ;,?•I , 1 1 , , . , I ' 1 1 1 1 ■ 2 1 , i 0 11B ,to to Y w I O.CU� 0 - O O N h CO W v n ly• >1 O 0 N 6.4 O • ,J N h R ',il h Ci , y 0 a 0 0¢ a v J h Cc 1 N O. Oy az t 4 a. 6-;.?, z � O O O 0 C a' ° O O C7 i®w s s• nJ-) te r7 o„, ^7 ,n ■7 M "^ o p Ill 1 N a h 1 2' m a o m a ° m a m o ° m c a c R -- z:e i.4 W p._t __ .,— a __ I ,, I 'v r+ ° ci o J. ''' a. e a ..,, it y f • Z. W h VI N h .. ..S■-t'al} 'a+-----° w-----._° r-- w_.._.._.';_° .--.�.. ,5J M t c . d.C _ _ .........E C.._... :C.._. 3LiFEI ry 0 °— — — ° — -.... x — — °— -- — w X h k 8z�$ k , R a g tie ' a o ctcl 1■ m m.._. v o m a o ■ m a °... ■ m ”. o ■ m' a o_. i s I ' I I ! 1 1 B L, 0 1 cri R , , i; o w ZO Fi ,..0 (i ,', C'ti 1,--. E%i d ! ',,? ° .....'-, Ii: I ' -,,,i 5; IN .',1 -r ,n `,1 ,,,: . ; ``:,_3:22!:.., .1 z 1 L-L-.(;;-`',-[II - 2 2'-+'I' "''5.v. - - - —• 1- —f -;i- -'' . i -,s-i g.--; . -'• —14 N.,. '''''%,:.; .z.,/ <,.., 2 .._i ".•qttt! 1 i',", -.-„,442,12 c.--- s -.(----;'11 — -T- N . 1 , `•..-; 1= - a 0 ^5., ;.• ,---- • 1 •• ...• • : - -,, _ R., , ,., m I •••-•, - •-,..: ;?.. a ,a- , , 52 ,r, ........, ...., ....1 Ili.■",li,'-' ,....7.:i I 0 . '....i 14.) c\I s......(7_,, --,,•!,•,; So) ''''' ' cs\1 4.. • z c:-.) f r ‘c..1 r-i ',...) \t 0 _ . _ _Lr, ,›.,,_.. : _ . _ _ ........., _ 01 , , ,.., ,., , ..?3 1.-`2 `:_,1 Z'-- ' a o ; Cn , 14 Fi; , . L._...) .., 1...,4 %., 1 ±• : , #.7.1 *"..r . •', -t! - fil n9 , , t".I . ‹t - . ,Si , ',. VG i ' , II , ... L. E""•1 o z 0 t 6 i (I) L.,1 '- cr. , , 0 ' 6',,, z :-...•.9 ilEgili •11. - n, 0 •- _L / , , a cn cn ,,4 N R , T< Lu I u.■ 24Z'4, z, , Lv., Cr , Orl F-_-.. •:. i ,..,•,. .7.-_ .,,c.)-T ><--•-• P--• 1 A" u, v; 1 0 ' • I : . , , • i , r 1 : 1 I : i 1 : 1 • ' ; 2 (2 E2 R IN tfi 01 ;« At. .03 2 0 0 . - .. , ?j,,`-' L'.1 2 2 2 L■L- '12,.'i, : ,4.0 -,`.., c< `'24 (=4 , .1 ■-000,S, i '-i :-':' '',-.-:,- < b:,,,z- zi-■-, ,z • : QN ; ?:.•-•N N 2 : :22.1 Ac40Colt 0 , t 2 CL * 1 * 1 W ( ...... .,G < : ,....„. . , , 1 <„! -1 0 1- h : , ■...0 ],,,-::,; .1.;z,,, 0 4, 4> c", ,-,1•,;:,..-:i:.:$!, r\I 1 • ,' ' _ , c:s CS) 1 . + ...9 ' ••• C.) ;4-c\1 . , Z --- — = 1 0 0 k:. ...., 0 ,... _ _ o cs-) o _ ..__ , c.n Q4 co '--- 0 ..i („4 + '-': ! ,...., 4 '1- ° .) c ,, ,...4 . • - •il, c..D 2--,' ''•1 0) 12 i....., ,.1_. : . '"•4 24 CN •L'41 1 i •••+ ! k 1 -afo z w.1.i 0 8 Lt _ 0., difint=- • N Lumms,A1 ' - c.d■ c 0 . 0 1. ; i N , ,-- _f_____ ...:'...t. Tz b v) ■ - - i R Lo N U-I 9 , -., : ,„, WI IN -cE: 2 , -I.-,1 8, ...1 ' 0 , ...L1. z .._ 0 . st2IX i a': Z j •' f.4.1%it i HTI L i 1 H . : 1 H cir TT I.I 1 1 8 mt --- LASIP PHASE 1B SOUTH CANAL i t, 2 I.L. ■"... . +., .,3 . . co ' - ' ' . .7-- •—• -t&-''''''- 00 - 2R-00 14,;:i...4440., .-3,--; 28+00 -t , 1 , •::. _ ..... ...... . ,..r,,,,,,,,4..„2143x..e /... ...„ . .; ., . .,NM}_comp . _, -.y; _-_- :Tr-------t7- _; 2 ..71_1--r---___ LME1-01 - - '- - - '.-/- - -5U0, .;',K A''.7•:-—07'2-----;--—_ ! ! 4 -vii Ar - 0 0 ri. ______ -_-......... _ ____ x___ ■ 1 6in C.)ttl ,i •• ,, ,‘ ..i-ri, ri, 1\ r .,/t,t,---_-_ ,3„tT, ,. q.) ,v, k' ..,.., \II It- ,- cz,k■c) (..5 .',, 1 !--04 ,.., ....„ ?„ ,,! , ■53% 1 i ... ''V 41'f I ' ' --.■ 1'i ' :'. --' - I I 1 firm,p. i _,,,,,,is ,— -,,,,, F -...4;;;:, , , •-ak ii.CCIV.7; 2 • ,,,_•.,,7,3 ; FA'il , tm.1\ ,,c,:,:, 0 . . . ai,c,•"' -p 4r41:4 , p \sl; . .4,41 r'' .'-..- . ,-. '-'1.- :-`i'i, Ii 1 i1.0 kr, I• I .. i.1 i IT' ' & 3 - --4---- ,,-, ,- + 6 I i . . NM-00002 -.. . 1 ' 1 A\ !' I ‘,,i ...1.. .._1..., 1,,I7I Z., I,..\1, i I rn-, °II°II:lr•II V: 1 I- ', ____ ___ Io, -T7.)---- I, I II .''f 1 ) I -a --ez 1.1 I I o > t• ; ,i i 1 I 2 -,P .-, A ,,, ••;p ' e' o . - 1 .... I ,,.....,f, ,;,, I i i I.v! • g' ,„... \ T / i i v`, , TT:, ■'', ________-...r., \ ! n ..,. _______ E ! '•-- 11 1- ' \, ;,,,,9. g. 1 I ', • I 1 1 — ''.1.. .----' -‘1 P 1 ■ I , k ; _ • . 1 4- -■ ., z,, ., I ' • !I i ,i,g !!,, . . '' • g.S -- I , I R`41 ■ : !! !',.! .. g '5.;=, • . t Z 1 . .--....g'., ! . r..„ . 1 ,.,, ..._ '21. . ....,, ,,,±t___ _ — ___, ?,,, 2i i 1 , SMITH,KEINO Y 524G MYRTLE IN ,',1: ■ , I , I ,-, R., `z __,,,.. .1„, ,.. 1,..,' ,, c>. „. • MATCHLINE STA. 415+50 ... ,.. . , - 1=---Z-mt.----- - 0 '0 ! 118 . ; . . ; 1 ; MATCHLINE STA. 415+50 L.._ . __,.. 1 _< 1 f .. I , en"" 1 ' SLLIIN.KEIKO Y ' 5240 1.1YRTLE LN I ■ I ' ' ■ I I , I 4,.. . • — — –I- .,.....c......L........... 11 . I ' ■ !=ii. i 8 , * I , I ■ iP (., g , . -----, ■ 5..^',.,:-' E 2 1 , g..•,7 ', : ■,' ' ' A'r 00% -'5',-'''''„! .' '. F=18'i'2 , . ,- .F. • ' i \ ) Z7:1 I / +8' ' .s , : . 1 .,=""•••••u• . , , . y 1 : ,.,„- ill ' T ■ M '''', ' ',•;16 `;'. 1 I 17/ q....A. I ..-,•-• t it': '1 ' i ---- --- — — — r,' ■ A • i Z g 1 I _IL,.. ,.1..._...._ ro = ; '-• I .:::-z 2Rf \ - ..., 1 ! g i ! • ,,74,1 \ I -J. - 1 1 I lh, 1-1 '■ -... , ' 1 ri' : ■ ''-` h : I - t 1 ).,„. ' . lil 4r/ / 'h .F.:or: : • r, z-,, — _ .,,,,,•;,„) ,,,„ , , ,., '--',.1 I I. c §l'.1 1 1.1 1 -,,,..., IA, A 1.1 1 I ■ .T• I ' ir:H h , i --0 ---,z . I , . i -,I ri, 11 I , , z "7 ''.•'' '-' l P [ 1 i ,• / ; • _,. ' 1 I ■ .1 I *-1 '• 11 1 1":1 I I ' 1...; : • ! ' ; —,4,— '.1 .1 i ' _ ____ ,:- >',,z•.., , ' -... 1 . , I .■ i i '. i 1 ,,,. . , .. l• .; . i ; , x ,,1 -•. ! .i., Z :. , ,5.,,:.,, , 1 i -.•<- '8-, I!"'' ?3•,,f,,,i; , -f:,. 1 i cz .,..z''.' I i tn c. itt I • L. fl ; ., fl , ; : I.-- • th 1•1— — .' -+" : / I :6- 0 1,-, .,- ,,,, 0 MATCHLINE STA. 421+00 .f. itt)1 ,- '- m ... z 1 iii,-,z-L.,•_,.-- t", t8 ! / , i 1 , 1: . : :,,,,. 118 . . : . . , : , . s 1 . 4 I> fir, ti a x MATCHLINE STA.421+00 0 1 b I. s, !, S � t i ro VI t 1 ^m F` � - 'c � I- i ro �n m t. 1 I f, I , r axo i — — — a_ r A r' a bra N r —�— _ as . 1 N! 4l1 II o o oz9 I PA 1' I� �� pig >a Ya i U gm ro 1 I : , ill s ; 1 a i! 1 Cr ��� t igi i °f 1! I �j 1 160 I io z ., I I ,„ "1:42' 7 i i. : ( / I I ■ II $ I '° ' I / ;N! I 1 II i gl•I 2 O • M - I Nrn i sC Q NOS 0 1 < ` 3F izh a > A t zN� - i 4 g� o p. �9w9 I .,R, A, = aE g 'ay_' ■x fix$ i 1 = y„ tl„. I n :........................ •IV I I 3. I L jb _1 __. a � ± ? �� b i L____ (gam t + _ 'I in _�_ _ I i z>z g-..,v8 c t\ Al ! / _ V� u .0 "� i y ! 1 % 1 ` N 4l A Ii 1 + ' ( t T !, i 2 I Y 'i• — — ft--r4-9,-;-- k— o z^ 5..,),.; f ■ I v a 1 �� , b a i > '-_..__.._!''.._..._....I-- MATCHLINE STA. 426+50 y H 5 Nz aa q C O” � h R t O m�, —Z �- , 1 1 8 ..... ........ , . . , a , 1 • ..L, ..,..> MATCHLINE STA. 426+50 , ! i -.,S , [.•• , ', . ii , 1.....', • i 1 .....---f., ' ' , 1 '';' '-'''■''' '---- r" 1 N '''-'11 ''...' r. i '------- ' . 17.77.-b —f'e- --- • • -,- -------■------------ 6 I z. 0 CT; PA Z r- , , I', ' 10 1 t•-1 , 7 L., I ' " ' X co f,t1 p 1 /', ■1 i 1 1:". 1 ii'i ' ' , , lizr8, i=i5g I r , i • .F '. 7,•:,;',- _I A -co 111 I , 7- 1 : — '7-'1- ' ' ' II 4, lilt.i!N ;1:1:1.'....i..11:1,1111/11'.....ti': 1::'.,,,..: r•',\,,;.,,;ktvilikc6)114.., ,,:\.:',.'::.--:!,c,1'11.8ft----ii'' — i5: SC '-'•-4,0111.111M11111111 I '2 ,°: i-z----- ,, 2 "r2..t;d5,.:/c-; I • 4.'- !IP [e...a,•,) ,r,,, - 1 ' *-,,, '-‘, -,- . .1, ,, ,,,,-.r .t.--„_ ,,-.,.,,,,_ i!155 z r P ,.i, 73 F'l I ,,,,'".C.' i O. • ' i ( : .' 1 ,i,-' r : I ' • • \C . . . , ■■ ,I 7, ' — ' —-ev— i — .li___, , , r,. 0.- il 415•3':•:; N ; % ',,,ul„. !1121 1 ': ' I 1 I ''T t. . • I! ua 1 P •:-_,Zgi, i”.ii;u■ 1 ,1 _ ....._ _ _ i':' ! 8 i : j.%' : T. . , 8 gi - '_VS I .. • ' I r-• I I '' i i■ -A i:R. i 71, 1 p 1 R,--■ r?,,, .....1:: ,„;,,, • I : . , '-',••:= ,..., • _ ' . ,____ ,,,,, il I. - l- -- , ---, .‘ .... '" ,•*i`: ---r ,t,si i .: ,, . 1 i: , 0 _ ........ 0, , 1 :. z „......„- .,,,,,, C3...,,,z;:',• .P., .•L. - 1 ' 33 ::., :, ..----- -•,,'D'''—: "''''' -----''3'"-— — •P'. ' 'i 1 I. 1:.;"a --.;■,'I' Ill <I I / H I.r'' '. 1 ' .•-•,' S.- \ 3::1''-'33,, ! r. ,-a-----:: , ,; - ,,., . .. . S. --.1 ‘ I ,-= 1 ; Y l't ''''''---. ill';' l' ' ' : / II I , . , .,, I I 1 - — .,,,— - —ft— — . 8 ..L v.. .. ,..., t I.,. .. MATCHLINE STA. 432+00 i.i OF 8 to t:';•: t. :.... _ , & '''' i■i—Z--L!..!,...— 1 118 ....:..: ,i , , ? . : 1 , . , 1 11/IATCHL1NE STA.432+00 , . : 1 . , 1 . :/u. , . 1 1 1 1 : --`•.*, " '',I\ ' ° 1 .. ,:,...... II ., ''9'-!''''' „,:151 Tti,,”: ,l'1,.,,,...'.i.,1--"' 7''''.2'''' — I I I :'1'11:i f3, 8 ! . 7: + H 1 _ I i I ; f, ' ■ 1 C'-',4 -,34 , . , 1 1 , g , , ' - . - .,-,-.—'-', =IR !. , I , R iiiiiii I , ■ . . i ,m,... 7 L., I P 1 •' '''--- ' —fe— • — • 5 4' • "'- ' , • r Rt-I ca ...ii"' 21, I Tafaqiriik ,,P'''4 Z.s.' t kt5 . :il ,it : . liddtgik ' 1,111.05M . F„Cirq 'T ._.__. Ili i.1 ,.."', . t , r,x.:, _÷,-" 1,,.....• , , ,,,,,--- •••=-,--ft— — !",.';0■•::,,;., , _,..., ,,,, _ ? : I'L -P0425 - .,.. , .• . . I 1... 17,,7 . H P,,,.. , ... . , 1 ,NMI-00026 x„,:.—r-1 . .,.:„.,!,1!' , ;„,„ ; - ., ,. 1 1 , 1 I i.,; --1 ' '•.; '' 1 ' i :1 •••''' 1 , ....X r /-- -1 4, 1.•-,' :t R 4, I " W 1 ' / ' - • — -I—ri:r— • ....', ' • , ; • I .i.,.— —et,— — ,---------'8 1 i - . q " 4 l' 1 ■ : ' 8 I , .. H .....--- , 1-T r , T 1 1 ' : ■ :T..--i— . 4 ';':.::'1. '`, I '' i ilq. ,' .‘ .'• ' 'I . 7 -, , = ,= F4 ■ i Ns --_•:1-7-- —ft— - — 4-- ------.2. , -g-- .-.: *-----,, '8 ':„.-:'I ;3 • ' , ', ;'1, /,'' 14•, r57i _ . ' :II ' k 'i";2 bb.,2 t :1 , . ---: -,-.....-, ..■.! •r, , MATCHL1NE STA. 437+50 zt •.,. R ,,T, L —Z---r•—,-.-..-- , 1 1 B - 1 : 1 1 1 . te21-fi2001,17°P `1.?;.0 . 33 I % i i't• t, a q n 2 10 F RR?, 0 , g • -0 ep 4# z t . ti;t1 ,z R''' '''-; ...,„C/x 7 / a re • , ,;;;yjoli„,s,, x a -' Z.,,' ■ — , ,7,......,.... 11) i?wow \I Q t 1I n5 72"42,7 'l .5",C 7 3::7'...,'.," ,..__ 4f4t,.,;•, ./i‘,t I, 10 f-% / wR' . . - •if i ; -,,1 . , r ii 8+ , 111111.11.11111111 5-420 r .-aq ,,,,,., '10••• li .r. -") I - ' wri>6.; v216-,i 4 il 0 6 6 sa,, ' 0 — e,z" A. 'ii" 0 ■'>s ,% . ... N i / 44 ' 11 N p - % li 5 ' i z , , ,, ,/ ' / 1 11 i,7 / ,,.. , fi 3 ', / lo t n w N 1 i n X 00 cD n o / •- - 2 0 i 3 — ''I;--z.1 i•: —1 4 - °e z I ' , 6 $ x ft I x '', I Z • 6>, &z ' 11 3 0 7- , i I % .6 3g 'Z. /1 ,T',.'., 2 I c h• , ..t. I, ' x 1 — - - .,—-1--_____. ---- 2, ptx!'',,IDE — — r oi 1 - ?.:„N,,,,\ I r zr ■ L_L.L.L „. - MATCHLINE STA.441+70 o S. i .!.....A, 0 t"A ..,7 o t... tr; ik. iCn 4 Q 11B ,- . .. , : , , . ,.. ;, . N i.. a . o MATCHLINE STA. 441+70 1I .i0 i jl a A I :Ia..; N i f r I I i z sI oK I� c y ym Y I 3m 1g C.,d j -v a ao i $ P z i � a� as 11 n 8 n iz zz ,,,zv+ o ii ill QX7, X'--6'` m s n k u y �",7.--....— Y gyA II DA1. r t 27111 ii o$ °z °sa i Z m Or `' "'Ri�'-,$off ��" cC I� L�" .E 'al py {°1 m ?O r�. N y10�. O Ap �I �J pb (, Ay Opy1pm gi ;'3_ - C%1 A fl j iR� Vn �mL k �O °ADZ ? 1 _b X �t 1 1 A A A- ~ 8F 2 y pv 3 ?�A, ti - / _ .. ti _ hs s , k ; 1 11 _ is:"':-4-:-..,: -x o� y d d I. ..... E D a yi y VI O i o N l x u c x - A 3-; (06?IS)([N SCI) °i'0$ 7w1iIWdll�l k. ; a''. 61 L Y 1!%!%!! i .'".'1. ° ° ¢i ..... b 5 rn c .o RM - r--e _—. MA-C0159 Ao a L!e_ ,.� 9 0+-CG05 _ .. _.... ---------- --- * m z ti a c t a� tg a $ 11!1'1,,4'! o y ilNI I t C) m' .' y,..,= H� a .2kao immam� p\ A . A ,, 0 a ON'�g onOo C) ''� 1ou i 11B I . II I ' i a 4 0 0 o 0 0 0 m 8 t:,, ra ^I- n ■ 0 i o^ i N O i 1 =: - gI i- 1 2 't ,I. V1 A 41 ° ' - o am tFri rN'7 r gcop 1(LW> n zmm n n III II m9,. '.. '7=py Z !.p ZC> y + 01 'A I 7 `=G m r ..._...... pro' 2 O._._ °� pZ oro it oD`o f�yI wx Sf lll. oz:' n : f.°zn n fmzr0 e l I C C o o �z O O CI K D N iI r 2 •{ i 2 ° Y, e F. n O U°A n f'.� ° 4 2 o Ini, \t/'' [1 cr,--"""1 y C A Y C).. 1 m.y y n 4 b .. rF N mz v z o b _. .°�rtliar g m 0i Ix 4: O O r�0y * _ _._ 0 01 0 _. l .._ II ON3 °' rlc o m - 0 1■ 0 n 0 b N x ~ Z i 4 r;✓ tip Jy - CCI _._.. ..._.. ...... r1 i. O61 ZM O a O 52 rl' t$ y b Py a a"„ h _ _..A b A 0 A 0 0 tr A 0 A Co ti 1 1 B 1 , a 0 a a R a a a a ,.4 a 0 a a ro I I 1 2 V) >i 5 CO z . „ I , 1 ob MI ' 4.:4- y n ■ °z> m , 1 5 1..1; r.6 v? _ ,,rn,..,.0: .1 r E-'2,-.. t , -. ■ ;g-,,,, x — —,,....,,,0 E„__P;. 6"."i,,Z,,,,,'■,`;',T,T -' 8 i I} r ) 1 I I C) • ■ 81,i N 1 i:11 . I, t7, 9 ...' , 1 c) 0 N - I 1 c.),.. I r-4,___—„,-;) .0. t'>1.• C' F-,---,---- 01,..__wh, 1 st., -• s--------- r--40;‘,,---,--: sit us =---'" r'S —CD)---- I r- Z--) NJ :-.-', , ° ' NI o 2 - _--- 33 8 In -'-' - I -a A - - - -a 11 ' ■:.it•i c tl'7. r, C) r.22:),..c;Eri p , -6'• ,',3,,, ,•,a---—0 3 zr„ 4 z ...o 0.. •- "2: „-"gt:_:., \ > 2`\N\ )-c•o' I-.■ •, \ , ■ ' s ° .... *a: 'Q'„'; t ,):- •&g i, t .5. 04500 -5 450 550, 00 ,7s, .5. 05 . 0O -5 t '-' 1 1 : II , ' I I .--,N,---.,,,,Q??,",,' . . .; ..3--tireczt-tz 2rD2 tt) '.. ii i ; ..,...;-'-'2•.p 0 En '0 C-;C) 1,:.0.,c)M -0 1 1 t,,0 -- I: ---- : -"*. R --■ 0 )0),1--- n M2r- 0 An-- • ...-N., ,._., r.. 2 -- -n I> I.t, rn )' •Fi'l (--) ,.") ,- --IM rn , 1 ?‘ , A k' as Co -r1 *A Z): , — n 8 z; -4- (., o--.< - + n' , M t I ...i.wimp -0 I 7■P:x.Z 1 c.-r-p, . 32 ./=: ' --1 ,...) CO 0 . • 'P r: 4 ■ >. ..-- a . r .e 2 ri... ':"Z i hz - Zt■ 2 -). -2 r-5,-E.1,' 4'-e, h \-(::-.1' 4 ri '1 I I tt, , ),.. -- 24 2 r, /?...72 i 9A OM M , q, •, P.:,,,,,...;P:,,,,.-.•:--.,, <2, ks- , ' •, n ,4--, m, <„, _ ..,.. g.„,.6- .., y,' :0 CO o- + ..t. COE ;o 0 0 'Ie•:'..li r, .„, f'.. 2 ---■ 2 1, /< '-- . , 2 ›-c-) , -- (r:.-;" 1 t . ,_ ,, '61,- Z ' 1 t'*5 _,■ 8 (r) 0 u) — :. 'i c0 Cs.5 Z.7) I 7; ■ DO ( M 7.: "".5 \ ti Q I O x; M .4. it..; Ek,,,`"? I C) •, __ , 11 f,to "2,i'. 'II"V/5 =5 ''-, 2 • kIr I,- 1,. '..":.f.,'--' °::=>''''T..'■•4 4+'''''\j'j 8?, ,E 0 !...q w .- .=. 2.1 CI) ), 1 1 B • 6 I 14: I 1 1 A x 0 03 03 ■ 6 2 1 1 x 0 x 1 , I ' , ' am •-.i , il■ o .• t 8 g ■ , f LI I I 03 0 , g g ' i 8 2 i 9 0 n ...., 8 41 t i I FilerZ, k I-1 m 9 1 8 , 0 8 ' . .ec' x >< x 1 , , , t e P I .. --- ,,, Pe _ r..> 0—.---, 7 : ,4 A :_ , 7 i ., ,, o __ - ,2 rft l' : R -II zil ■ ',„.• - ,„ . I ,',-. ' '4 ,-6,. - -, NA 11 0 10 ''. R A o ■. . ,'- Al . . % p8.,A.....■....--L.. ..... fe.,A , ,... 00 . , i 1 , t. T.-• ,A... , .4- -0 .g) 5-A.._, - ; :1-t------— t ......, n a 8 a 1 ^ 1 (---t s . ,, . . °—:-; . ,.7., "= . -, . . 0 s CT CD 0 0 0 0 cn S .t.•-4= gZ t ao no cA 1. tJ- Q •-• tO 4:. C.4 NJ (b n) a o 1 I. in I . , 1 r 1 2' i ) I E , 0 . "O•nt 0 I ! , a 0 E ' 0 E ■ ='•'7■ ' ,.. 1 ci 0 , ,ti iMPM , 7 t ° 0 ' — I i,g4.5.5A- 0_ , r i 4 a C=0 5 Z nil r- a ■:' R ' n :.-- 2 2— z i v.r. 8 . , P la a+ I 0, , 2 61 a it. o =..., IV, ' - § * §1F1 l. ... ' f 1 I i , - _ , 1 ri'VF, 0 _ h .,-...,....,,,—, t• ,, , ., . 1 I ,..,.... • .. , , • , r ' --- ,, or !' 1 1 t 43 ■ ...r, , c ,; 1 '? .4 > 2 0 . . 0 0 0 2 i 0 . 0 1. ° ''' 0 .,. -44 t....) -i=.. _, — (0 .7...a 6,s, ....,, _..,. _ co + — 0 0 0 ,....\\ ,,,,,, 0-, + 0 0 3 + 0 0 0 0 , 0 +, )r. 2 co oc co a"o- co co 'o7 E-r -., Ion 8 n) n) Iv co c i x n — N CO 'it RI il (II ■1 ■-.1 GA rn 1. 01 — CA Cr n) n) o a z % ,.. CO A +a QC .... CA o0 OA . -"- R rf, CO Co IV __ ... 1 1 B _......,..... , . , , • •, •--, ., , 0 A C. I , CZ rn g FJ g P r 0 6 t 2 ,-; 0 .... _ 7,‘8 2 r \ , .S,' ■ :i."'-,- Zr.--• ' , ;.- . I-i ;.-- —, —7-1 oi - ' t _1 1 --- '- M : .5 Or . 15 I 'a: 2 `', - a :-.. '6' r . el 5 55' Z. ' L. t,'' 1`1' iI '''' 'O' . t; tr Zi-li O" ' ' : 1 I : 1 :,,:''''-? .-.. ■ ' 1 I : ..,, , , i _-- _ 1 0 , 1 _ _....., . ,.., . ■ . ° '8.- ;It ,= t,. Z 1 , I 'r E a ' '' g ".,, g> .. '-1.,... f... 0 - 0 .. c., . 0 0 0 7!,:r---- ,,, ... ....„ ....t. el ,..,.., ,s. -2. ,. r.,.. ,. LT.,....1 - ).. ,, , ts. op co a) co o 8 8 x co cr, n) co cy, I.... cn x N) V NJ NZ V P V 055 ° 1 1 1 1- : . . ! • 1 : 1 : • .• : : . . : 0 . „:. , . . Ce ,-: 0 . 0 0 . 0 g g g 12 : . . 'i 1 , • • .1,-...:, . ■ V I ■ , i.TIVAIgr,,1 / t , t , 'L.,F'11.2".5:1›. .,. ,• ., , I 1 iss,r,.1 1 :;'2' ■ ', t s. ti; ' T,';'-; ■ ,' .., ,r '8 '8 r• I r= .., , . . :. ...., ,k, ,., . : ,,,, , 10 . -- .1--—`''' . - ,----'" .-r,-- ,--t '''' .-- - -L--'4' o— -------"" }• t. , § 72- ,c. ., f § , . i.,. ,..1 _. ,,,,, •,-..- , , . - 4 8 . '11; t 1 -, • ; ,..., --":'i.;":: „Z,'i . . ■ ",,? r: rt T L. T . -:-■ , - O -,1 :'.',,g::•,,1,-:. 1=1. .-_;,,r, A '',) 1 0 . ■ 0 " i 4 f. c-•-. .'" 4 , , ,A g 0 '<, 0 g 0 '.. 0' ,,T, ;.----; f'--;.---7,---""--. g' J - — - - = N)'\ N,) !.N) ..c. N..) -4. LA 1 ...':', •-.. N.)--) 0) --.: 03 CD 0 ± ± + + + 0 a a a a a 0 0 0 0 I .. 0 ' 34.4 0 .2 7 A. 2.. 3- h 03 ..-. 0 r'U 03 A 4_44 so Z' 8 w F> rs. no c., CO 4,3 4, 01 tv Cr CI C z - rA N- 7S -, .., cr, * 0 NI O3 .... 11 in 0 1 1— I , ■ 0am I Sa da 0 i c k,8Z2 _... a m a > lit n$ Q 8 O r x °Ir ro N M Y M M M ..__L M j>n R U k k k 4` k `_. �' .is", �rt + g ,_ (7"n , • o t2 c rn° o N N o TB; A v a 4 M E P y r o a m o a 0 0 a m o -+ 71 451 0 0 0 CD v 1:: `_ 0 wl T1 ' O <n YS1 h 8g — n O Ot (n O> RI 1. p 9 p 77 W N v N u, O t.Mm W as b — O � k 89 ts o n n s o 0 0 0 .1'a g. T Fa 4, Col 4, N U V tO N T _ 11B 1 II. _,._ II ' .,,, ,r.: 1 , 1 L 1 1 1 1 1K ;2, a 4. ° t�a a;X� aaa 1 IP$n bq m' t 0 a CO ' g y I 0 a w 11 c / to A !/i� T Z o IIII I 1 / �mrHi.�a c -._ / o I' 1 . e .m I ` r.rit 1 i y r=-4. sTxC 1 -- M ., . R R __ f zaA au. o r GI N ro y v ° o ( �� N os _h S j0 lI V rn rr fit' + T 1 i IS TS N A 1 N. L I i ; 1 .n Z 1 1 I a : C 1` i ii 8 m m o ° `y ,I a: L N C 1 (.A 0 -.....I_t /- + + c o 0 0 CD Tom^_-..- __=, 4 ro isi CZ, a r. W a z N N N V. y a w 0,CO CO V t0 0 A V k u W P a 3 CA H m 0 cr 7 3 c a ((0 0 '� r C4 r I� i 118 , , , „ : , , , , , : ,, _ :+, : . : , . : , , , , : , . , , I A 2 ° oQ �A � A A ° . . ° A ° ° aA W f y N 1 ili zA ma to, iimpr'nx 4 z N _. N N 1 z^moo `_ _ 1,,'7.Y -0 n o s ' s g n = m _. m b o ° o °$ co 0 n _ 4 + 0 0 z ern. ?....r.7):,,,_ 7..,<I,..„:,;_.j-...; ,... '''.2 --) o Z a 'tp� A y O II�1. O v, g O'd w y $ h , k izs w 9 to rn a a o- 0 _— 3 ° 4 11B i I:... m ; ■ I 1 $ • A A 0 C a 7 [� I ib 4,a — — — -- ti 1. .7.: ' f ., w s=bya:` _aW F Z :S4 v e -0 E. ° C f d r i rn _. 0 _. ._......... ° o w CO ii N) CN -P e O C O 4 5 - Y v a h C b '5:a t m Oo Aa n c a`4 C h —0 M iIC lk 8o w y a Cr 0 R 4LC;'' (`�N m '"' ■ 1 1 B .. • , . .. , m , 1 : Snii, >x I- I -D.=' . . _z a'C) I 0 c I'0 .) c> ' / ';`i -1 I w I■ 0 ! 71, I- , ,. 1 n:, 17 71 0 r- /' I : i ..•- --- -.1_>,...."'cn - - 0 co • 4, , /A1,), „. m • -o- ,-- •, i V --4 ,..< X 7(771 -I''T:g il -‹ II 1 1, 0 . -0 0 m I . . w r 1. „, rri ....-, L. xf ,- I-, --1 -. co -c • • t .I 's• ".. : , ..,LA 4. i -.4 4-. , + m ft m / 1.I . c, 2 , . c• r 1 C> - - .: . 7_ ');,- . • c, s ! 11 ''., :.----__ , . . -___, i0-- - ' _.—,___a I.4 • i ... r- . -_ hi 8 z n i .1 '-' , rr,•N , > . , r".11 --< i ' c.) co .' > - . x 41 . r- ,. rr, . --4 : ,,, 1 , -- › .q --`--,, . -1--- ---,--„---- •' - = .:--1:. 2 ,a............ ' i,1 ':-..' ii.l.Pagj . .f V I 5. I' — ..;alttp• _.....j___. . .. ,.. . _t 1 ,-, s=^-;2___ •,,,,,, >, • ail 4''' ----. . L..1,. _7 i US 41 i + c, o L., .r.4 • ,, ... ., „_,....,., i-r,t;SZ ,,,, ,,,,„-- ,-.1.,- •= c C) : . ]ti , . m-1 z 0 TAIVIIAM111:71B,EAST , 7)> 0 z • • -I i -1 ; .; i• . \ ;i I ti 1 NI z 0-1:1 73 ■ 0 ,•,-, 0 Z 0 , r-> 2 • . c' ': = . c - 0 w r•n ' \I , . ; . , rl , IM M 0(f) orn0 X co ". ....;•?1,.. '' '' 'N'''''\bc...,;‘,...\\ 4 .I. :I I C.) .., r'',' I _. -' > —> Z Z 0 o 2 ff) r- Fr-,r- -C •. :I .1=, o, z z : -,, F.; ', , 1 2 -1 13 .;,..,,,.,r ., , , r-, 0 z 7) i ... .L11 •c 1 I + - 1 0 I tP - 71 r-i 0 o,-, '-`,.;;-..'-.'••;"•,§,?•,1 . 1 ,1 F-- tr•;;;;,.>•>_.,1 - , , - I i' " --, t --■ ' 1 "•''"- CD 1,...'"i''. i 2-1),. ,, 2 -. ', ' r, t >4.' •t. --, . i o C-4 co m _ -‹ •,• ' -0 I , 1. c ,.,zt r- (1)(7•1 ,... . i•• ■-', ---- t•(''. -I 4--° -" --— " m , c, 1- , (1) g Z ",-_:li c) , , c> '' = . tv -.> 1 , 1," / ■ -< f 1 13 4=1111111111111111111— .....„... 1 --, --:?"1- 1 .' I--' —-------- ni • k-. -, r7 ili 1 : r- ■ ii. r'n , I ,• 1 --,_z z>z cf-:,, '-- -- 1.:•,:,... u.> m 1 i - / - cr)...., ni __., ,....., is'L ' + g; 1 • / 1 '• t''' Z -..... =m o , ■- Q - N '.2 '""\ \\ I- M . --- ;-,.-- ',:-....•.: 0 C (1)-< '-' *X > -E, z . ...,. f.-) .„ z co o m __I m • '' •1 'Vs• -- , ,, ,. -, 171 (-)--I- ,---, ----— \t' \\'' fln,....v) ,_.— z' -= , : - 1 '-' 4- - - - .k. CO --,, -- 1 ;". • ni -r, .1 co-*I „ . . , I— I ''' . ''' . , \ ■/.4 Go ', --t --Z-L.-",.-..."- :'''• 4" „ -ID ..t+ .. . , ' 1 I-' ‘, , ‘ / • :I 1 -< z .. . . C) , , 1,1,: .I / ›. ., -<ij / i.d. ., ', . 03 7 • / ' I--0 Ci .t, ' I tI ■ / . - MATC1ILINE / 44-e.:1 . ..•4` : ::. STATION 437+50 , , ,- SC , t) L' / -.' 5■■•"--Z----M"'"°- t Cr' 11B ■ 6 rig i ce€ egg _CU ^g l NrtFiN ..mN n 2N =SQy >H 4ni AO 4y y Szo WI 1 ro 1g 2 N CC77 -- O O x V i O � I H - - m n 2.g iFq ... " "F t • .0 mNn V'"o —zo L...§ ;g:=m1 , 2% WN p �4Ne+ N4N4 DU�1 #>say Ky :N NN mm a a T aaaagi !i''.4 ;EM' y m mm ,,..3a 836,836,'81t; mA'aD w;= 6 v aozm. - o po 00 005.�00 8o8�OO ycc� 9:;9 P' ywjN W WNN° AGi YNN4 IF�O2 -.° s * � Wv{,� 4 tr.7 mmo E,9 mi Va ud(q A� v '� i 11,.,2 &v e5n m!�!a OO F..,- , mH Nm aNmI got..1 ml, pig K i 'z'' s . gPz I <„=om nom .:. s i _ j y i >O 1 —� m °m RI ti ° -z T g z ° __R ., g =1 1 4 4 ~ ____\_ ■ D li1`„^+r' Ni-- m M 00 V i--4 y z? m� —0 gig h _N � a A m o " 11' P4 n i L ›r m o u 0 O y a z O ti; O A 8 ° 8 C h A 4 + w 1 -° w 1 11 B 1 npY_t o$ a w , " ii , : : , .3 Q ��m ill c R j-.. m � I g' n? ny "n -' `y oe xe . ?b� vg oo ym y y :� � Di 222"-;6.b • 'Mrm 7 *v .' n ik -P it--,' �• 2 b .F' jji N �� n'''' DR !!b? a 11 exs~p a �o° � I q� mm�,pp a 8 y ..O . bi t >3 S.mn .. ,r.,-ns at 5 a" ?4,", Ao Ova e , m yam !!!1' as`' - 3 a n r i : mom rn g4 <-a"° N � i', 8 t,a c' .i I tm"' m E$< 8�N yQ ,R I5.Vl9 aaz I { X imm...........—.. �i -- m -,3C9= , -�� .y z ■ �x I�I a m� rn 4g I�deb o s. - .4;'eye 9. • > ° ;a s© a .` ti R m r, m 6o ._* wm j '^ m a a iRZ �o °'�m f v. y,m �m� 1._, �,. N�m _ �nN :,,,,,.,1, x�c 3.' ,O $ < ! - !' _,"'< - '': vims o z.3 I n v°gib ,N� -E5 m 44 TyZ I� 4 NZ Y . ,, uy vnlm,/y r, 'i o / ` 111 8 i , ■ fn 32 *•%� \ R Yam R . m __ ate& ilgli ti !;� / if i� rawly. „ N. $ � I Y M°ate {II ,. ^I a A I 1� k o o ti 'Ise g- Z !1111 S ^ 'I _0 k r* It a r & �i R x r e , _ e m a is a 0 E- z\ $� * N� C s= , m vo, a:s;F_ h "/ n'o I ° ti,z of c 2° ;^w4 v g tz§ z Z D ,S5-"' 8, (' 3g%'R. y y C ..p - tai i s o_ a £ $.°3 C t 1 YrA l Z to LA m < .5 Z � •A I'' o ~ ( t n > U 4o t 2 �T a� . T %I e,\ ."? 3 `Y 0_s °a ` o 11B , , ! , . :. , , ° 3� �t� ffim Wm8 QQ,k--2,.Sic' 2� =Di'= m n' W 0 c.m fs cA m2 `CO Q= m`t mio� m m°'� 0- Q, o 9t. _. > -. og 1 u.'mar SO .5Xinm $1-f�X - 2m3W,o m M,,, Q. ; ° °g m� ¢2,m 1 11 ' II rani -...1 5:ik' c�fore 53fig 5 0 ? =�P3 !g �4'; o.0° r Ra-oo n. a8na ° m'a� a $8& a7 gym) ° 9 �� � �A:piB ,,,,�r,, �a �� 5. ,<,,.! Gom (TV- am Do s�/Rama� 8n8mm$ 1 �Sm -�°p°� m'g° m 8 m a E. 3 ER fOn°' m _S. ur 8m mm 8a ”m 0 £2 m o m E O 4 g�8 ��_�_ iX $ 8 �� a a� v� m-� .�- �gfA to c ° ° Co t4 Z1- Cb a a'8 fa=d Q n. cn f a* E. m A IV c, '°a WC W - 11 Im mHtaK'O, � ��my 6 �� m'6 $ D 3 w ��v m yoyz mapm' °3'=°� ° m z " °m m *z Ao N CF6 3Qi° ga83.� o O g so "ir ET e- ° .8 �8 htliui aov mm ¢l3 Al -a a a, gga'$c °-mm � rn l' N �bismm8.m mGi OL mZ zy m00.so 9.-52 mm� m 3'' a38a8 ° - *m �° 3m ° s= ° rrD� is° °� At m ?_a.rnA ta 3� � °£I � o mo 9 9 0 rpS mm4mm dm- 3 - 0-< 8 m 8 m N N $ C 3 m ° I' gK _ ZN V1 n t � � � �� °gym Q_�N. R8 c 0zir a tc�Tz °°83 x ,38 ° �Ut a E. 'a 0 �xm°�� char iii-„Da' o� ri■ 5i FSo tw O :xZ - Wg, m r'5g $ -4°- am of I $m A a F:^ m 8 ',AI: S 8- m �_ p S" -, ' 5'm ' mv,g 0 m Z. Ed-FITS. -alp K m - a 3� $ m c a�i F �. D O' 2 P x F,3 ae- .* rn °to f01 ,,. � K' Erg n mftP38m 3c -.Cv'8 Ii Le1- R' - m m n Ba � ' g mtomw 3 mQ0-ap m mt iv cg $a gii gi m.m� X61. °?t4 xv.$Gt...co °fi t°a3t'°A: z; , °V aB rt$9 35',,,° 3Q aa. g n &fm ° 8 °m�a$ sE5ea�5�y���'� mf9 X08 csD- D °d°,.Q' o .KrE° �!no 4- 03 -�0-m'm5- a" .3.2 mSQ. N g*,g =I ...8 4 , 5 og,9-`$. m ;g4 .. cn* o. 3_mo�3. "'m -i m� f63 m m a '� t [' o OaNn�°' moff?? �_n� mm �°�3�m L1°i N Q-,- z is v ggi �o E.0 IiN md. O F=W-5°. &m$ 8s c'-t Rc $3W. ga.m48a U�is§. ^K'.�m il is m'9 -n - .m8P,- B0Qm o '0 m 3 E-o aFr -14 0. g.-•m g ��'A C) D 8 -.,�.w ° 3§.a • �I__8 mm 8-,-4_a.n 22 9 O.2W 8.mm C°0., 3°g' go!gma 12 if £'$ 8mq+°�Rm T1-71 Egg m° c K $.- olm zc ,- 3wav- 2 �mliDoW z ,Q9s3-$• , c-t Ratn,$aa '" 8 �o,aa''' n oo T� 6535 m IliI !dQI 8g m80=-=. w- -0 m °�C)�ii. n m c OT LLD H ��m m O ° a5 am 8� 8 m C7 c8° ' m.8 a° 2 v"i'a}• m 3 ?i.m e i m O 8 ,. '',,,,,, °aa.. 8k yVI O .. o 8- T 'a A.=m3 r e.m,7-g--6 �c .2 f3 2• n 25. �8 m Cr/ .,, c m H�s��s Gmfl9m$ • azaa 0 x.� ar 0ty v \ �`w...J 724�. m to y $� 3m R3 coma z f_3'.m o n mmm c„- 9a ,-' mtm ate'° gc c,, mg$'m. � 3 §if1 c o.tX� t3' v°a� D ma.c°'.mm$ ! $ mom Q'Q m 9S vm 8- �a� -DI03? c $ gg _- Q=a fA ma �'15. m g m m3 °o Va ! n n '^dwos $ Om', m O y N m ..Q. H m m[f!3 Cm .3 m £m,� m8 ^1 ,� m F o 314 mgi W m 6 _. N O m C7 p j ur 4 O m be -ni'o O m 5iiR§ °K'amo g 4 am°'ezN a dap!4. a.Y t =5 nWngSt cmm�f� _ C) W �.tiL F m m-. 3y o m _-, 0a r m y .... n Imo 25 N¢- 5* Ng Fs -3 m S$4`D 8 , m iR'; 7a xy Pp m $mi°m3 f�= mm •< gcE.,m D $ Z 5� Qm 2OC.r= ma agJoF fy 5- `t' h m� moot}°° y�m>oD ° 4 ffi�g '.° m '� 5 r �� ^{ ag2F.am pq,ga•g I .Z 4 toe.*a:a g mo.: m°' O iNg. -. k�Qg� g z tc4- 5o as g3 Cl) agf3>3fd' 9aQmt3 iD a 'g�wa ° .cR $ 5 k rn 020 � _,11 . oI . . . . s � � m D C o n S o s 8 D m m o cD v D C o y om I N - 0 0 3 m t v o-x ma m 3 3 D 3 ^ v m g _ o = c o m a ° 9 o t.„, "o ° --4-0 w p c ° w _ 3? `8 a c = 3 -w " o 6= co r m - K O N a N N 9 .. N N m D N N 3 ° p j g, M . C fo N a CD N C C m 0 S v' = m m o ,_. 3 = v a v o y* a 3 m v N - N m w m 7, _ 0 ?m a) 3 a y m I c g a CO g a s a od ? D • a 8 D - 3 o N O g N CO 3 CD a.-g_ Oa 5 N 5 N f = N p.CD 3 o To I 3 e,-' Z; p a m 0 0 CD 3 - o 0, 5 a 7..... CD ID -. - 7 D m Z o 6 CD 0 ^cci f° 5 N v 3 ° 3 v m 5 m W D a n "Im v, 0 3 �a vo v ma < -, a N 5 _n. Z 3 O c a t' N G 114 , a ° S 7 CO m N 0 ca Z 3 O a .p ° = ° • D p a= a CD n 3 n` CD S m 3 vN N a a m m Z 0 v v 0 a g 0 o v o S 3 a an v * a o n N • � v N NCD O c. N M e n m m m . v ` a 3 3 3. x co n m O m v o- y v s a '< o @ m co ° m ▪ CZ 3 = n m 5 A a r o CD 0 m r a C S 6 n o a 3 m a g 0 m 3 N m * Oen d 3 m o3 CD D ,7 m, m d- Ln m y` o _I x Co u ao'm = n v . m m = v m 0 toYa .o Z ? �. 0 isa3 n 5 N f. g N m am 3 m j z 8x m 73 p w 3 ° m mo 2 m a N ? y y g2 • C o m y °c m N ? N v = " o a p « fl mm c o $ n g m m = � co 7 0 o g * 0 0 m --I g 3 3 3 m CD O m v 0 m 3 m o Q m v o m a 0 m m 3 m o S n ° m _' w m C c o o v o 3 m v m = .c o N m v ,c D' N x o = a 3. m N 5 Z m d N v �' o N 2 v g ITI o � 2 c CD co '0"3 N m = 3 w n 5 - = m 0 O) �a Ql o 3 N ° w a an d m m c m o N 641„0=5:$ O O O W 7 (7 < § CO 7 = m N S S N. N 13 Wn o < v Z' m 5 = 5 m 3 a m, m g o @7�Y m .- N N fD 0 CO m t0 3 O_ N m n a CD n .0.. N C) CD = .1 m N (D m = 3 G : O. - , O •0 g m N ° 2 O6 * ° O ° (<D a CD Ft o ? o' m ° v 3 v v m ° N a R g w n S = 3 Na a N N 0 m '0Z O a ". O N N ° ° ° m m a 3 2 Vai CD a 0 CD i ,o C a ° 0 (mn ? m = zip ::::1.;':','„:1 s Z 30 �$ $ ' 1 S - D ohm T .1 91., . � x O 0 N O a ? O C i3k:m O O= . N N T. d N ;9.- cp - o o F @ w y a 3.N o ° . a o v v g n oD 3 d S <D -,N m OT tN 8 a N < 3 u O C , Q 0 N m S a O N 3 m 5 = co =FT, m = O m m m A °° m m n p i Q o v m C ( m O O a N m N N O c N * n 0 c 'y vov a m o 0 °' a 3 aa N N a c co N s a .� V. > "' = N _( la O N C ` n c n 0 fC N a N _ N 0 a= m+ 3 f m v n N a N N N- N a N N ry C CO 9..m 8 CO '° N m v m m 5 m N - m v o co 333 d a O1 a 0 f = ,- a c 0 ar ac ioc ^g a3 2c -3 a o a m 43 ° a n 1` mro "m 0.5-,:z .y3 aDa m , 3 °' m 5 ' m ° a' m R. ° = 5 n o .. og m o i* 0 x' om m 3 as � O s C. m . m m ' a a ° m m v o m= °°3 o ao o m N °i 3 ? S m 7 - N a° ° c g `o = a = m F' � a 35 3 vN_ m W a a = ri a 1 O c ° O N O N (N m y 3 na a o m m m a m o ca ,3 Fma m B v m m o 3 o m o d w5 S m N ^ m �r w � 3 = ° :O.,'c Nm a D vm_am p = - c g c m e = cu °n Co to 4 m' m N 9-CD.C c C g N N N N CD O (44),a m ° N o ° C0 S . l a"2- m co m o. o c f m c £ m m N c = 3 xi • c it• m 3 ca..0 m E, ° m �2 CO m $ w a m o v cZ X 0 a a n _ m a y �.„, m a33 * te 8 o Cal a D m o 7 - m a V Z_ ° a 5 D ° m 0 0 « = O 3 = N N Na 3 CO N a C O N n O o Cna v a ° a 'O 3 ? O :a =a N y N £ = m ,o o 5 6 vm`. v - 3' a v 3 a ma 3 o j CV C < N N 5 0 = N N C CO a w V. m X m CC 3 5 3 Q 7 ? ° Ft; _N a N C ? a N O W N a = m C a C cio . N N D C n CD I O D a ? .(D a 3 , ^m N 3 0 — N a O 3 — O N 3 N N °N .. i a v C m 6= _N °5 f O O m 8 3 m 3 N Q m a y a f.'.. T N C y h 2 N O • 3 D 8 8'-v O O D N co los 0. N3 h 3 m g Z r' m N a N ? '0 CD d a^ s 3 m p v m .ao F' 17-' om= a m o 5 z i m a°v m d ? c a i a N a @ T.. m o k ° ° 11B wli.J._ s C3) VI _ N N N a n m N O N N N y C N a N 6 a V W C m 6 3 0 Z'O C 5 2 4; a N m N O 63o mo 6 mcmmo a- N o o_ � m N f n m fD y < g p 3 p c ,2 N m m-N n two T n 6 3 a p @2 p .N O O a c a m 0 o fm o a . a s m O < m p “ E . m s E ' -'jN 6 '0' N'm oa N F4-5 0 O a.d, am 0 - 3 3 o�1 o W_C N 0 p N m a O � a m 3 m G S mn ' o 0 a a p m» a m 0 j ' aa.Eg m m f ca W O m —C D• m S w 7 j N g- s: ammo w-00 < N m m 6,1 ac as N m m m -. o @a@ m r 3' C m p ? y' �' 0 N a a m n,0 3 3 ,0 =- N d m v co'� 50 3 ow Cl) , aoido£ W'n.m t mg N o.o my aDL m. ..-p s S- c*g m c m N oni 'g m -' o C) <' - coo p1.-1 * ii; g3 ,1 a N-0 g e ecru SE 7°.2 ? Z m C j N a p c m m o m � ao �;n � wm �, ? �t 00 cfn 3 '� O y Pin m W a a§ W y.3,.5 m; 30 10 g -=-3 -45'a 83 8 g m a 'a af, .Ls > j d Z '"'Y�" onmO me m £ 8 $ og o £ ?v C)" O� a3 m a- 0 y v F m N m W N P j N N ti. Q no N y m m m 0 O W N n ,F,. C P4 _ fNm q-0 a W Wa Z Y Y FED 0 0 m o W O' m m a'< c n to nofl, � o a a w3 Cl� vc a -< 'O'? 61 py' f0 m N m N 4Pj ,p O ro N. =z a N W N Ip ca a p z < x? a 30 m 0 w m , m 9, °7, 0�C7 m 2 m ° ' ^ m - . K G W W l yn m ii y N 0 _0 O O O m .m N 5'U xX WE :-,5 o a00 m c t9�? � m*a D3 m a w 'o m `vR 0 0 0 a m N N O 0, am _Q y 0 m - 1 W m = - N M ; ? a n a O CD i �. r r ialx3 _ 0 x Cl) z m oo -io DC= a cnooC) 0 m02 oy » e25- a^ CD- mo5 (41E2..-0 -0 m 4a Ego 5m .m C) �. �Nmcc' -•<vm 'm K00m m -DOm . 0 ,7 mm - o C) �mo3o 5CDSom vans 5 dC) 3 %g% m a)oa c9 0 50.,W> "�5 n m r4 .5,2 ?- DC a S : '%1-°•5 3 N 5 - C) �'. 8 4 dm o- gt,rzo 3 " a N. > 55 dm25 5 -C x " 'i: °ia m �'o-NO m�` g.942 m v d m . a. a3'� `� r y 0000 2.21?) -1 0 0 3 �_ m mom m 3 E 0 co pe.. Q c...w C1 �N N N - 0 ' j a f%" 5E O. J 2 m Z C m E 4Wi µ N 3 ' ° N f= j .i. m 3,m N C D 0 a a,g N m o m co w N ,CH .p-. N O N �7) � . �� °amm mof oy'i m _ 2°- `'a3 7 -0 Om< .+. m N m O. N E 1 0{ N N m N p tmn a m w G T G m-0�= C)Ra "` 3. o cu 00O n c1 7)m 4 mcm3o Scow 303 m 3 d � o : c m �xi mw' m HIS N ni mog m 3 m °- �- HI m3 , ol. s 'o.�m m c 7-, O C s a N < n ° p q m a a� °.m 3 y 0 3 0 0 ›0 85,T ',;" m N n 3. O w o 5 3 = „T' 3.3 Q S m E �p fir: c !T VAIL 3,9m Nmw t< a °^ 3 aW0 a oz 60. 8.1- " (^ m : N S O 6i y m c cos"-m ©-) 3 -. 2 30 oy � 3 w jm vdm DC ft) 7z 5 Cm m' 0 w^., n '� 3 m� nz y b m It-P.„7; p N� W a� N p y N p N ? -40 ... p n 4 n m m °:m n .n a� n N' .I1 g soy TO gag 0o o �� q D" o w -0 m 4 _m Z y p 0. 8.O "Igo a m N m <0 3'W a a Z .4,al �' W *ag g3 N 0O 0 p' zh0 m go --m mmn o mwy o 0 iN m 3? 0 . - 941 c § =y a £ Z < ja moo ° a a a m �'m G) Rig o F E0011 -I SO5 mmC) omm m 44 m. q N 2 N C A l a. N r i,.W m �. o m a a m m N N,k 2 w O m v i 1 1 IIIIII 1 , I 1 8 oc t t, R; l'I'l 4 t.,■6. t, 4, 2 "44I 41 01 4=gliM5:8 t z 17150,1., ap 78— 12 i r, r 5 z 3 1 ,. i ..'...,it7. . .§ 4 5 0— 0 0) g ri.9 tit 0.2. g, fil; E.ifi g rit, a- m cP 3 77?3 91-.2 n, 0 =a 0 c a H...z, 0 c3 a 5 cT,-,,0 2,zs 3424 9,--(a 9-0:, . ..s 7 go 2-=E. rit'14 a (7.5 -n: St . ' % 8 'E iiig g g 2 .. 5 ET .1.., tt- qw ei,mi i tEl 8.4-0 91 0 g3a,c70.5 C 5 ,a. --i a a .030 z •<0....,...n 0 2,8 (TIER 71 2'3 5 8.2 2 rill — . 0 .-om .- (7,—3 co lo, =-0. _1 H!E 0 Sgg-ea. 81 —''''2. gill'ial- .8 .4 ........) 1 ,If;04 0 Z 0,1"SL3 - g 35 g—.9_{7, 5.534°.o . '6" 5 3 5" - . > -,9.5 0=* rn 3. 'A U] m g,5 5 a• m..z.< 0 Eligccoc. mama as 3 3 0. 'C 9. v 5-a , A = z, 1 " . . . . . . . . : . . . . . . . . . . . . . , 1 1 8 _ g ,,_ , , _ \ > se o c7 o—c co co 0 _ ` - R @ [ \ \\ g iv § M 0 3 �2 ) a a (« \ 0 { .. E T. > a \` ' �� , \\ `0 / i ( \\ \ `` > m \ . $\ a \a ! EF ! i 7 ; & § — .\ �� § 2E y2� f «E \)\ %); \ m 222@ ��§ - > \7 C (\ § \ // \} \ \) [ \ k[ ` ° \\ !\ ( : ( [ ; r a!% \ ( 0 { �® ® if RI -'''.',.;,,I.'' } m a\\ 2 \8 § < \ !"\\ ( / \} ( , 7 f%. �«' \ / Q d 0 . 0 \ ; _ ■ \( , . . M% n ; _ ) �m In In \ - CD -- $ P. C4 Z§ (» 0 2 \ ' | § ; / \ ) 2 ;; \ / §q - \ G$ \} ) ( \® { ` § , § � ''''' . . I 1 f 1 11 ,: x< om5' 'E g.3'5`,3 -1 23 a.o Vf.2 �a vt) m D x a m N 3 g m a m ET-m m m 1 g >c m ° n m 2D i � m? an°m >. mmm @m3amp 3, m3n� m O', c -i 0:3 '■�►lam, g a y s y o^rs 3 o_ a r m rir .21 !- • �„ �* 2a. o Q 2 s. a v m a-I 5 8 N p c;r' Z m p m K n 3 0%r m e m 'g. S N p m ,2 ZI C p '� O fV °c ocm eai gr.-S ,,,,1-3 ° m .35o R9.-• xoc,)(n > -ii * < -IDZ 0c aaa.o, 8 o-m$o'd®g-> ma -yen U100000 D = Or ?IC-) i 0 pFO° n m 'c5° -pv cmo m3m x.ZJ (n�C1 -i .T7 Z7Dm cn_i - . ,m omc. _ m73rricaz x0 � 7.1 � -tr 1 -i->, 0.= - 3 2 , =3d2$-m0 .7 a,mm Oc0 crime * C Nm 57m 9, g -5-@,,9?: i � ^,,og' m, ° ; 2a, �� 1 � <Dr TN -DID � Z7D =0 Z W omen po F wn'imm'_3e. `p% _ m N of ,,, m � yO TZ �' omen d. mc� �c.nonm m_a O m .-` a 0 O ._Cm7 t�T7 D -CI D 0 m 8 oni ° m m o,2 m m a c o y 3 ^ �_ 1 'O0 GJ (n r ��L7 _� ? � mm. a, o0to. 3c= m , ro m ai <2 x 0 y -mi m D-1 Z a. "' . c n > m c m 5.S°- C z - C) < -i m m O'v g.eo a ---°--re m a - o m a m m. CD DO0 fr(I • {L mF'mw ' omN oO �S3 a3Q (D C (p D � a 3 y; m m!gd mi' E=' T spy r y ..-i.° a =m 0..- Q n G 5 N°. Q m m aMA c °.o a -com a m ma (/) 73 P. N °O c O 3 �' O G o c o.y N y N N 0 3 '''5.8 m 3�2m g5OCa 35- x < n m a-o D 3i ro E m 3 Q 3 c () mD mpmmL� O CAin m m ya.wa� m m m :U py ... o -' < Am a -xi W n• .- ' °'m D?'re • co n o o m o'. 0 ��� mm Qo 1E `� 0 3a pa.. 'S r m y y <o°m o r x d.m m m 5 M _a v o Q 3 ° m a m 0.m = <. <. 8 5• o A 53m pnv-.9c oa'a SU m 1f Ni °<_ W p m v, -. ?w >a N m m C0 cp O.Z1.-` c7'omcn K om -_..J m £.m m c.6=---_. -.1i m = an my r 0C e)m1 X> El =o c °o o K V_�F° p" m vm i.,�-,�iT 3 m m m--x, °°,cm°m Oar y m m >o• a _ n0r- Y m .I.i ^p2 = o C°^2 wag n5 g`mm O P.- r • =rt mZ Or�� Z m am ad ng -°®o o m m C 5 m SO 073Ao�m� , D 8 .. >6("i>y mp a nW c a ate@ cr) \> z '" p `Oz moo cn N°.On ? m 5'0.0 Qe m<▪`° a m n n r o i `1� A W a C C 7 v 3° A i / cnS m roo p na,p f/. 27 Pc, ° Oc £ ;-•mD r a m rm W m m m m g N a�v r-v f D O v m m 1 Z m r O N m<r ,7ry R n 0> c ca m m m n z mCCO7 Z 'G - m or-m O m 318 _101° Q El; N N d$ S mZ-'AL1 V �o cA n m m ,14 K. r g N O m m 7,6-)j�A J"'O A O Z N ��m u D{ m d N O<9 O x N E 1 pc➢m0 - O n n a.-+ ° N p a 3m � q E 0 < 0 Z n Q m S , f m C T Q n S N m F 0 z cy A N o m a S� Ng 8 m °m C ,,„ p ^z x 0E $.133: . a, . n i1H °-5 o ' 5-, 3 gy _mip 6 °N N y -mD' ZmF-W x x x Tw N O T7 O = a =m �pN w ac _ dg Gmz0 x X c c (]O S; ♦ � '5 a- °°O N N ry S ° ° mNZ m2;i7:3 -...° r nr li�' o N . nc0- ; gS r . 3 -im . �Lzmc D E I ro • g C>m8.r.o3E-'ol w I D 1 � P. P . H° -go o � n m D= w Kc -i D 1 Z ' 0v 6' Jf 14 3 my l(° c,o a . AN �* Tl .. 0 ° °=qw a °a Inm= °$Z ( m! 1 O � Z . 5au.n > cc)� n > 2 m a aa o i� = v � o m � C O o __.... — . m im nm C N cn T i �c�rn "p 1.12 0 -4 i� , D m C o Z M' m m -< .4gnig a) cn r k a 2( 3 2 m m f n a 5 n a 15n _ ,ry } XT•gg R j U U. Tr,741:Om'a C CO t3'1 D NZ �rOCyT- C O D D O� D Zen D :�`7' c O O,� Z E'I r H iIli!! E'D D N � 1 V:' D m v N O Oy . HI1 7 O ZDDm 2nA2 Dy G yOmF 'A �iVI ONiO� Aim Z 4^;,:2 %,e, I j A L DS L S ,73"615..° L G 0c0� D DLN FC N ' C C a x I MITI . b A . � c, = V `°Da o >.$ $ �' II = cn 9 O'z Z z C m m vi Lv Z �i i ? N SC . p C > r .0_ . 0� a =7; L O Zr F o ‘5-:). 1/ > — ■ ZgO - T , or 0 - o- b -iZt/I 1 -, :2 i ➢ 7z D D 54, m m Y m O *C; o a T V a_ C`v_NO C J` O 9-9 CZAOPO r C NZ �D i2 '0 Rr1 a k m'5 S ; 9" 4 'O n' j9 6m O° tim z 5 Umay O y n N DT < O w. D 2 Al 6 j Z O u ➢y -P aA ZJ iDOO5- p Z4OC¢ G _ S' 5277,-6.1; Z Z F DZ T U (.T N ° -.•54i5. Ai bV� 3@nO � A D -D ' D o 0 j z Z � m - � P.7 D ArZ ou-. DC ---2(,..-ry y a o K V, I--''''' n Z o z z an rr'-,0C $z0>° z0,_ Q "-D m K o D o N N A . m m s °A r A 5 ° $vym, 2.: o?z= ., vn ,,-- >Z 0 n o c - i v�m> az oA'•D� rE« i 1 1 1 B 1 i g i .t > , - t W x _ ‘,---- 0 _,,. ;,... ..>, ,......,„ :4 to 75 3a Fri rr, • ' ?o'm ., „.t.'• ' e.W40'W•'" '' f.i: --•s' Er, ,z ,, ."-- m•-,, ...-,,,. ;-7 '7, ta) 6-,C' "r,' '.s'$"1',1 ii; H ,3 F. g 2 x ,•,...A•tk,- ,,., :0 12 ...-- ,,o•,..^.5..• A ..> 4k#V4•4-," s6 r_r, '..tNv.),'1 m \ -*I' r > \! :AO: ' 18 (./) ,,,,p4,10t,t --* 0 [-I g : -,#,,, Ort' N L,i•,' ^'.; i • '-.;•,--i. -.;.. M /440":•.4**.' Ig ,› ..,,A„.,.:--„ ,. ,,,,,,.-■ - ,.,, ,.,t A,,,,,„ 4.144qt..-441,_ . -;-, i...., 12z'1- c,l, ,,• 4te'. .- .. 9 " ,-;10;,...4,..1!",..4„k4‘....\ '10 ■ ..:00 •••••,d':-b• - :6 70 '2•0440. ...., FP.Eg, . D ;— i■-•' ), .M ---.4%.!174' - i. .— .... ....,,,•, , ' c NI i51,,,,_, ''-,'' -,,,, , •;P. 10 .0,1.:1),IJ )::. ;., ,0 ,., RV1 r" if:, -,..., •, 4i m z '>. 7 •;,. 6 :70 0 ;— -,±; -0 r- •S,A...„,,Ni - .1_,„ _ 1' > '''''' :—I ;4**'14;; ''•.':„ t •,-,..„.. ...,,ti,....„. ,t,. , ,.. I r,tvjFE ,9- ,„4, ,,, Nkt>7!70,V•Pt '7 > lg.. cl 77 r, _„ <, ---,,,,Zlik!!N rf • ,,r,z,., ,–, le,4A4.,"•, ,, ,:,,,,,,, . — ik--,„` rT, V,Z, *,,t,•*re,„,,;:: , !=sr, i• ry 1.,,,,,q, ,,,,,,..... .ir..4 :-... — , . '..:"•10,1::: , -•:.:=1,,,w, E.0,-•:,.z. - - 1::-• ' 01 VP. mz z- Ci -< 0 --4 -■> 1 :7,3gg•g1 73,1.- g> r, '..-• ,7,5,• , o - _.,.;-;-■ o i m ....i. : ;. ,'S.r; 31 _ _ _ _, „„, „ Eigg liej-'2'.?, ,T,t': 71 ■N... 0 ‘ag as x 2 >n ■ Z 71 2 -- il',---, r-il ,s. . •g',ES° R 2 2 z —, „,:z,„ ..... 0 5 —§ c., P z ---1-----7z-,; -6•,_ 88,-8,,,, „.2. , ,-- 7 ■Tit, , F....5:".2,...4.■°S''9 Fg @ Fr p_a 5 0 : > 3 1 Ehm 2 --I i ':---- --,t "5; 6 6-,,5 og• g m '2 . < 0 -.- 5..a> 2 a;.' It.il: ;'9 0.•'"1- 1 1/71 co 21. , .Y:,,,, r, 1 p -I ea,,r,-e•n = et o .10 .r- :::.: !Pg-- > Z... o • g.,-• 10 m =.; ta = - K o. = t X m so - = Y. Z 1.. . . et x ...4 m ,I (17 i in ; ' , - 2 z 8 10 m z cn m 0 '5 ',..4 g i,1- - ,-+-, • r.,--,-F1_ y, .r- co .e' --f .. 'ty, EN- V =I ?5,1,, z■07,--1 >z7, X X X,X cs) .— .: I \ . 5 0 gii ti>S a '1'g q .S, '' --- •-+-- I i it. % m , 5 1 = i'•-i g ''' \ i .! --:.j i'',2- W, 1'11 i 11 / tr,- iT,E! -t „- ,„„ 2,..m coo.- — 0 >rt r•-, g S' g 1 5 -D- D..„.-OCID X 1 X * .,_ ' E. & i M.:, Or:. zOrn,- 1 1,...=, a 'CD r.".. 4, ., ., 11B Rule 14-96.F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNNIIINGG FOR ALL CATEGORIES Page 1 of 4 PART 1: PERMIT INFORMATION —Application Number: 1( , / 7 ( -.° -' Permit Category: 601, Piro ; t 3 e Access Classification: Project: LASIP-Naples Manor Outfall 04 (Outfall#4 Driveway Connection) Permittee: Collier County Board of Commissioners , /11/6"; :: ::,' State Road: 9V(U.S. 41) Section/Mile Post: '' '�� f. Section/Mile Post: State Road: PART 2: PERMITTEE INFORMATION Permittee Name: Jay Ahmad, P.E., Director, Collier County Transportation Engineering Department(T.E.D.) Permittee Mailing Address: 2885 South Horseshoe Drive City, State, Zip: Naples, FL 34104 Telephone: (239)252-8192 Engineer/Consultant/or Project Manager: Daniel W. Brundage, P.E. # 18915 -Agnoli, Barber& Brundage, Inc. Engineer responsible for construction inspection: Shane Cox, P.E. #49988 (until CEI consultant is selected) NAME P.E.# Mailing Address: 7400 Tamiami Trail North, Suite 200 City, State, Zip: Naples, FL 34108 Telephone: (239) 597-3111 Mobile Phone: (239) 825-7192 PART 3: PERMIT APPROVAL The above application has been reviewed and is hereby approved subject to all Provisions as attached. , Permit Number: SO/1 - - /97 - OF _ 7..) ,,....1 Department of Transportation Signature: el' Title: 1e i*/IT AAA/4(6-#6' Department Representative's Name: 0I(IAA) < Dc-ea, ' Temporary Permit: ❑ YES !A+ NO (If temporary, this permit is only valid for 6 months) Special provisions attached: ❑ YES El NO f j Date of Issuance: 5/f/ 9-671 If this is a normal(non-temporary) permit it authorizes construction for one year from the date of issuance. This can only 1 El Rule 14-96,F AC. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-0.40-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06/06 FOR ALL CATEGORIES Page 2 of 4 be extended by the Department as specific in 14-96,007(6). See following pages for General and Special Provisions 1 11B Rule 14-96,F AC. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040-18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06,06 FOR ALL CATEGORIES Page 3of4 PART 4: GENERAL PROVISIONS 1. Notify the Department of Transportation Maintenance Office at least 48 hours in advance of starting proposed work. Phone: .5Y_ z-.5 2---S 7+ , Attention: 141 1/34 irk 2. A copy of the approved permit must be displayed in a prominent location in the immediate vicinity of the connection of construction. 3. Comply with Rule 14-96.008(1), F.A.C., Disruption of Traffic. 4. Comply with Rule 14-96.008(7), F.A.C., on Utility Notification Requirements. 5. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. 6. The permittee shall not commence use of the connection prior to a final inspection and acceptance by the Department. 7. Comply with Rule 14-96.003(3)(a), F.A.C., Cost of Construction. 8. If a Significant Change of the permittee's land use, as defined in Section 335.182, Florida Statutes, occurs, the Permittee must contact the Department. 9. Medians may be added and median openings may be changed by the Department as part of a Construction Project or Safety Project. The provision for a median might change the operation of the connection to be for right turns only. 10. All conditions in NOTICE OF INTENT WILL APPLY unless specifically changed by the Department. 11. All approved connection(s)and turning movements are subject to the Department's continuing authority to modify such connection(s)or turning movements in order to protect safety and traffic operations on the state highway or State Highway System. 12. Transportation Control Features and Devices in the State Right of Way. Transportation control features and devices in the Department's right of way, including, but not limited to, traffic signals, medians, median openings, or any other transportation control features or devices in the state right of way, are operational and safety characteristics of the State Highway and are not means of access. The Department may install, remove or modify any present or future transportation control feature or device in the state right of way to make changes to promote safety in the right of way or efficient traffic operations on the highway. 13. The Permittee for him/herself, his/her heirs, his/her assigns and successors in interest, binds and is bound and obligated to save and hold the State of Florida, and the Department, its agents and employees harmless from any and all damages, claims, expense, or injuries arising out of any act, neglect, or omission by the applicant, his/her heirs, assigns and successors in interest that may occur by reason of this facility design, construction, maintenance, or continuing existence of the connection facility, except that the applicant shall not be liable under this provision for damages arising from the sole negligence of the Department. 14. The Permittee shall be responsible for determining and notify all other users of the right of way. 15. Starting work on the State Right of Way means that I am accepting all conditions on the Permit. • 118 Rule 14-96,F A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040.18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06!06 FOR ALL CATEGORIES Page4of4 PART 5: SPECIAL PROVISIONS NON-CONFORMING CONNECTIONS: ❑ YES ® NO If this is a non-conforming connection permit, as defined in Rule Chapters 14-96 and 14-97, then the following shall be a part of this permit. 1. The non-conforming connection(s)described in this permit is(are) not permitted for traffic volumes exceeding the Permit Category on page 1 of this permit, or as specified in"Other Special Provisions" below. 2. All non-conforming connections will be subject to closure or relocation when reasonable access becomes available in the future. OTHER SPECIAL PROVISIONS: PART 6: APPEAL PROCEDURES You may petition for an administrative hearing pursuant to sections 120.569 and 120.57,Florida Statutes. If you dispute the facts stated in the foregoing Notice of Intended Department Action(hereinafter Notice),you may petition for a formal administrative hearing pursuant to section 120.57(1), Florida Statutes. If you agree with the facts stated in the Notice,you may petition for an informal administrative hearing pursuant to section 120.57(2),Florida Statutes. You must file the petition with: Clerk of Agency Proceedings Department of Transportation Haydon Burns Building 605 Suwannee Street,M.S.58 Tallahassee,Florida 32399-0458 The petition for an administrative hearing must conform to the requirements of Rule 28-106.201(2)or Rule 28-106.301(2),Florida Administrative Code, and be filed with the Clerk of Agency Proceedings by 5:00 p.m. no later than 21 days after you received the Notice. The petition must include a copy of the Notice,be legible,on 8 1/2 by 11 inch white paper,and contain: 1.Your name,address,telephone number,any Department of Transportation identifying number on the Notice,if known,the name and identification number of each agency affected,if known,and the name,address,and telephone number of your representative,if any,which shall be the address for service purposes during the course of the proceeding. 2.An explanation of how your substantial interests will be affected by the action described in the Notice; 3.A statement of when and how you received the Notice; 4.A statement of all disputed issues of material fact. If there are none,you must so indicate; 5.A concise statement of the ultimate facts alleged,including the specific facts you contend warrant reversal or modification of the agency's proposed action,as well as an explanation of how the alleged facts relate to the specific rules and statutes you contend require reversal or modification of the agency's proposed action; 6.A statement of the relief sought,stating precisely the desired action you wish the agency to take in respect to the agency's proposed action. If there are disputed issues of material fact a formal hearing will be held,where you may present evidence and argument on all issues involved and conduct cross-examination. If there are no disputed issues of material fact an informal hearing will be held,where you may present evidence or a written statement for consideration by the Department. Mediation,pursuant to section 120.573,Florida Statutes,may be available if agreed to by all parties,and on such terms as may be agreed upon by all parties. The right to an administrative hearing is not affected when mediation does not result in a settlement. Your petition for an administrative hearing shall be dismissed if it is not in substantial compliance with the above requirements of Rule 28-106.201(2)or Rule 28-106.301(2),Florida Administrative Code. If you fail to timely file your petition in accordance with the above requirements,you will have waived your right to have the intended action reviewed pursuant to chapter 120,Florida Statutes,and the action set forth in the Notice shall be conclusive and final. 11B • O b N C) M-I--4--4*-4-1 -4>C) m-O> C C) CO OS S S ZO S O MC, { p W� -+Z zi Z Z=Zr ZOZ c ,r-, /qz b U - m S n n 0 n y nS n0 m r 2 nY `- 2 MMM C)m2 mrn m�Z D t7 Q - `r ---co—....z._. "00-4r�g 0"r r-V 010 O A-' U 5! ' ..-,-----'.a m T U>1 iv coso, moo CA-i my, m Rn' N mN mZ� w rn z2 -' O a �'�" V i rnN m 0 >j >m G) m C)nm a Li) rr.OnO ZZ m aa z g>b P_,- '-4 G) >Z rO0 A uzi2 1N Z ➢ ZOOWJ� ZO O Am0 > C Z m mm O O >A 2c-)c Cmc�z ZOA rAy b 0 mI C t C) (U m Vm 4'0A 2, S0 u, 00 m om Ofi ~ m Vi-4 -4O C n W a]m mGm%=�ZO<Om .O7C0> -,�� ili ....5.0 0 -Oir m yO2.O p VfD -1•.-,X1 S. -4 4#p� N0 C)rOO q�O4 m'W'O OAm m �) p I p DO -f00pc> Z-+ -'�(n � m ›or,...4 �4. Z m r 00 mAmw0 =M Tm/ >D to CD r*i AA m�N'+�N Om pCZ > D N . m zG c aAZm-nW A W i O Z . A'i S 0 r, m n cn rn rn > m �} in oN -=x,o� Onp in ' ;a m O OOv'A0 W 0Z 0. W A.a O QA C"+.. 'a Nmi x W.. o LT. 4. t° 0 GP0 ' Li vi O =N > tn W l--�t" a p C O 0 m C ,4-t.- r'=to A tr m-. A Mt Li_ a 0m= m .p Ali 1 SC m r4)± A T) - a 9 { in rn o 'o a a �* \ ..., x$1'00�) xQ0 n m -*t G -- >:0 C \ J_ry5 0 0A z .r., " Z N h° a au, O z)Q A y CO ry 0 0 n m m 0 X MEL 13 Cm m 0 v >hi L W � rn1 ~ O O rn n`A y C. -" y m z 03 v� 0 CO 0 1D rnv c M"' a, ao ? mm m //Z./ \> 1111111111114. J', Ox O O N n � O m m a > v ca /s� 1� Q Q m Z N� c w m rn M > 0O p m - w C D Z \ -on y V) 0)V) b 11111111111L. C) 1 OG� Z c zz q o r. z W .) N on \ 2 ? q Sf / 1 1 1 I I I A 11B RULE 14-e5:C4 F A C SIMS OF FLCR OOA CEPARTMENT CF TRANSPCRTA T:014 850.7.OLe DRAINAGE CONNECTION PERMIT R,;.°":"r.ES N lace Pale t cf 8 To be completed by DOT Drainage Connection Permit No. 0 — — 000 Date ! 4, "1/-1/ Received By/, •fc-i _r I �It�. �. Maintenance Unit State Road No. qO ( U_5. 410 Wcrk Program Project No. Section No. O O/Op Construction Project No. Milepost / g Station Instructions for Drainage Connection Permit Pursuant to 14-86.004(6),F.A.C."The Drainage Connection Permit form serves as the application. Once approved by the Department,the form and supporting documents become the Drainage Connection Permit." The applicant shall submit four completed permit packages with original signatures. Each package shall include all required attachments. All required signed and sealed plans and supporting documentation shall be submitted on no larger than (11"X 17")multipurpose paper, unless larger plan sheets are requested by the reviewer. The package will include the following items. If an item does not apply to your project, indicate Not Applicable"or"N/A." Included Part Title Completed by: Special Instructions X 1 Permit Information Sheet Applicant X 2 Certification by a Licensed Licensed Signed and Sealed Professional Professional X 3 Certification Applicant Signature X 4 Owner's Authorization of a Owner Signature Representative 5 Affidavit of Ownership or Owner Signature X Control and Statement of Contiguous Interest 6 Permit General Conditions FDOT 7 Permit Special Conditions FDOT 8 `As-Built Certification Licensed Signed and Sealed—Submit within 15 Professional working days of completion of construction X Attachment Legal Description X Attachment Photographs of Existing Conditions X Attachment Location Map X Attachment Grading Plan X Attachment Soil Borings Licensed stew,ar . Attachment Water Table!Percolation Professional Signed and Sealed X Attachment Calculations X Attachment CD with Electronic Files of all Scanned Images in pdf format Submittal Items Note: Different Licensed Professionals may complete parts of the permit package. For example the Licensed Professional signing and sealing the as-built certification may be different from the Licensed Professional who signed and sealed the calculations for the permit package. EXCEPTIONS: Activities that qualify for an Exception are listed in Rule 14-86, F.A.C. A permit application to the Department is NOT required. However, if you desire verification whether the work qualifies for an exception, send a completed copy of this permit package with its requested information to the applicable FDOT District Office. _ 1 1 uou*usp^n WENT cg,eu>2.:v TA nop DRAINAGE CONNECTION PERMIT "w;4,;="oE3.z: =-~ �rz=' . ������� PART I — Permit information Sheet Select one: Permit Exception Pursuant to 14-86.002(2), F.A.C."Applicant means the owner of the adjacent property or the owner's authorized representative." Applicant Select one [OP,ope�YO=ow [] OwnersRrpp-snma�e (com�euePp�x) | Name Jay Anmact_J�E_. Title and Company Director Collier County Transportation EngineermnDepartment 'TEDL__________._____ Address,2885 South Horseshoe Drive City, Nantes State: Florida Zip. 36101 _ retepxone (239)252-8192 FAX (239)252-5885 Email xavAxamdumomiergnv net Property Owner UI not applicant) Name; Title and Company. ----- ---'----- | / | Address: City: Slaw: Zip: Telephone. FAX: Email: Applicant's Licensed Professional | � Name Daniel W. Bwndaoe P E Florida License Number 18915 Title and Company President'Anndi, Address: 7400 Tamiarm Trail North Suite 200 City: Naples State Florida Zip 34208__ Teleppone 1239)6Sr�121 FAX 1239)566'2203 �/n�i/� txo"n����N�e���£u� _-__— • Project Information: Project Name, uASIP Naples Manor Ounnnz44 Location: ramam/Trai/ 92 41 maoley STREET SR NO US HWY NO CITY _ _ 2g 50 S 26 E COUNTY SECTION(S) romnwsmP(o) uAwasaS1 ^Geugoypmccvnm/nwue,, Lam"de (mmS,sS8): 26-04'54.248 _ Lungouuo(0MS S8S). 81-43-30 113 Horizontal Datum (NAD 90 Adj.) | State Plane Coordinates. Northing 636059,91 Easting: 418191D7 Projection Zone: [] Florida North 0 Florida Fast [] Florida West Coordinate shall be the center of the driveway intersection with FDOT RM.or,if there is no driveway connection. near the center of the • ( properly line nearest the state highway 'Check with the FOOT Office for rcqthrnmeat -- ------------- ------ -----'--__ __'____. ___ 1 1 ; ;A Ti•OF rthuA DEPAR TMEN r ,..7;OR;A DRAINAGE CONNECTION PERMIT • Brief description of facility and proposed connection: The proposed connection is comprised of dual 48 HDPE storm pipes in a 52"1.0 steel casing crossing under US 41 The culverts will provide a connection from the existing ditch along 1he northeast side of US 41 to the southwest side of US 41 and will conduct flow to the Lely Area Stormwater Improvement Project fLAS1P)Naples Manor Outfall #4 The purpose of the culverts is to provide an important additional outfall for excess stormwater in the Naples Manor area and norheastern Portions of US 41 Briefly describe why this activity requires a Drainade Connection Permit (Include where the stormwater will discharge to FOOT right of way)' This connection reouires a permit because it will be located under US 41 within FOOT right-of-way Stormwater will not diScharae into • FOOT right-of-way This drainage cross=will provide additional°Wall cagacitv for Naples Manor and nonheastem portions of US 41 Stormwater will flow out of the existing ditch on the norhteastern side of US 41 into the the crossindunder US 41 and eventually west via Naples Manor Outfall#4 / ---- -- --- — ....----_____ � 118�e`+�mp ,'C �^�or,mxmAos�n�, ro,,wopoRmnom �u�� • DRAINAGE CONNECTION PERMIT n=n�=nsmom ,"cu ,,IT.^�� _ PART 2—Certification by a Licensed Professional In accordance with Rule 14-86, Flonda Administrative Code(F.4C). I hereby certify that the following requirements are and/or will be met. This project has been designed in compliance with all applicable water quality design standards as required by state governmental agencies. 14-86.004(3)(f)(F.A.C.). Certification by a Licensed Professional that the complete set of plans and computations complies with one of the following Rules Sections: a 14'86,003(2}(o) (F.A.C.), or t:: 14'86.002(2)<b)(F.A.C). (check one) I further certify that a National Pollutant Discharge Elimination System (NPDES) permit for gomnwaaar discharges { associated vviihindustholac§vhyhomconskuo\ionsites | 00 is required [] is not required. (check one) I am aware that there are significant penalties for submitting false information, including the possibility of fines and imprisonment. This certification shall remain valid for any subsequent revision or submittal of plans. computation or other project documents by me. Name of Licensed Professional: Daniel W. Brundage. P E. Florida License Number: 18915 Company Name (if app|ioab|e): Aonu|i. Barber& Brundage. Inc. Certificate of Authorization Number(if applicable): 3664 | Address: 74ODTamiami Trail North, Suite 200 City: Naples State: Florida Zip: 34108 | Telephone: (23Q)5B7-2111 Fax: (23Q) 6O8'22U3 Emai|: brundaoeVaobbinc.oum / ` ' . .4i '.„.1 Signattire o icensed Pmfeoamra (Affix Seal) | L __' __ ___ . ' ^ 118 e m= ~°c sma,an.0vmAosrm/`OExr:rn*vsnCR,^,mw DRAINAGE CONNECTION PERMIT »»PC`.N`oE^'«, .o`a PART 3—Certification by Applicant ��— -- ---- — ---- � I hereby certify that the information in this submittal is complete and accurate to the best of my knowledge. | Applicant's Signature: Date. Name (Printed). Jay Ahmed. RE Title and Company: Director Collier County Transportation and Encineerinq Decartment (TEDI Address: 2885 South Horseshoe Drive. Naples. Florida 34104 | Phone Number: (239) 252-8192 E-mail address: JayAhmadcallierqovnet PART 4—Owners Authorization of a Representative ---- ------- -- / ! | | (me). the owner, Jay Ahmed, p.E ' Director' Collier County T.E.D. do hereby authorize the following person, or entity. as my representative. Name (Printed). Daniel W. Brundage. P.E. Title and Company- President'Aqno|i. Barber& Brundage. Inc. Address: 7400 Tamiami Trail North, Suite 200, Nnp|us, Florida 34108 Phone Number: (239)597-3111 E-mail address: brwndage@ebbimccom Part 5—Affidavit of Property Ownership or Control and Statement of Contiguous Interest -- I, Jay Ahmed, RE. - Director-Collier County T ED. . certify that I own or awfully control the following described property' A 50 wide proposed drainaqe and utility easement described as narcel 2O8DUE. This easement was reserved ocr PUD Ordinance 08-09. The County is currently in the process of obtaininq this easement and will not begin construction on this oroperty until the easement is acquired. Pleas see attached coal sketch and descriotion. Does the pro rty owner ummorheveanyin,eres1e /nanyadjacentpnaperty? gg No [] Yes If yes, please describe Owners Signature required for Parts 4 and/or 5 ---------------- ' --- i / | We will not begin on the drainage connection until I receive the Permit and I understand all the conditions of the Permit When work begins on the connection, I am accepting all conditions listed in the Permit. Name (Printed): Jay Ahmad PE Address: 2885 South Horseshoe Drive, Naples. Florida 341D4 Phone Number: (239)252-8192 � Signature: Date. >()'�� 11/ ____ ' 118 aut.,E.4-E:6Xp rAc ,qv E cppLOpIDAm,PAR!MEN ru+MOI,POwm/10m EEO-C4(. z DRAINAGE CONNECTION PERMIT 'ROADWAY DES;:: '=poL^f^ PART 6—Permit General Conditions • 1. This permit is a license for permissive use only and does not convey any property rights either in real estate or nnekana|, or any exclusive privilege and it does not authorize any injury to private property or invasion of private rights, or any infringement of Federal, State or local laws, rules or regulations: nor does it obviate the necessity of obtainino any required state or local approvals. | � 2. The drainage connection as authorized herein shall be constructed and thereafter maintained in accordance with the d• ocuments attached hereto and incorporated by reference herein. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. Such construction shall be subject to the inspection and approval of the Department, and the Department may at any time make such inspections as it deems necessary to assure that the drainage connection is in compliance with this permit. 3. The entire expense of construction within the Department right of way. including replacement of existing pavement or other existing features. shall be borne by the permittee. 4• . The permittee shall maintain that portion of the drainage connection authorized herein located on permittee's property in good condition. The Department shall maintain that portion of the drainage connection authorized herein located within | � its right of way. 5. If the drainage connection is not consnmc0ed, operated or maintained in accordance with this pennit, the permit may b• e suspended or revoked. In this event modification or removal of any portion of the drainage connection from the Departmenrs right of way shall be at the permittees expense. G. The Department reserves the right to modify or remove the drainage connection to prevent damage or in conjunction with road improvements. 7. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the Department's right. title, and interest in the land to be entered upon and used by the permittee, and the permittee will, at all bmes, assume all risk of and indemnih/, defend and save harmless the Department from and against any and all loss. damage, cost or expense arising in any manner on account of the exercise or attempted exercises by said permittee of these rights and privileges, regardless of the respective degrees of fault of the parties. 8. UU|ihes, including gas |inas, may exist within the right of way. Prior to beginning work the permittee shall contact Sunshine State One Call of Florida, Inc at 811 or 800-432-4770, who will notify all utility owners near the scheduled project. The utility owners have two(2) full business days to provide locations of their respective facilities. The permittee shall be solely responsible for any damage to or conflicts with gas lines, utilities and/or third persons. 9,The permittee shall notify the Department of Transportation Maintenance Office located at Phone 48 hours in advance of starting any work on the drainage connection authorized by this permit and also 24 hours prior to any work within the Department's right of way. Construction of any work on the right of way shall be completed within days after such notification. II such construction is not completed within days after such notification, the permittee shall notify the Department of the anticipated completion date 10.This permit shall expire if construction on the drainage connection is not begun within one year from the date of approval and if construction on the drainage connection is not completed by (Date) 11. A perrnittee may request an extension of the Drainage Connection Permit expiration date by filing a written request for a permit time extension. All requests for time extensions must be received by the Department 15 working days prior to the expiration date 12. All the provisions of this permit shall be binding on any assignee or successor in interest of the permittee. . . . -J.4.1 .!-AiOACqHPARP.!EN-7! ■,-R7..W':1F4TATK:N DRAINAGE CONNECTION PERMIT PART 7—Permit Special Conditions —To be completed by FDOT The above request has been reviewed and has been found to meet the regulations as prescribed in Rule 14-86, F A,C , and is hereby approved, subject to the following special conditions Department of Transo.rtation: Signature Title 44Z/4e/Z ,04444A44‘6C1 Date 57/4/e4/2,- ....-nt,„ - 11B � �.c ��������������,� DRAINAGE CONNECTION PERMIT ^�uv..~osS:C .�� PART 8—As-Built Certification -- { Within 15 working days of completion of construction. you youh�dymurDOTOraioagePerm� ' STORM WATER FACILITY INFORMATiON Permit No Source(Project) Name: Source Location; Street City: County: Source Owne Owner Address 2. AS-BUILT CERTIFICATION I hereby certify that this storm water facility has been built substantially in accordance with the certified desion plans. and that any substantial deviations(noted below)will not prevent the facility from functioning in compliance with the requirements of Chapter 14'80 F.A.C. when properly maintained and operated. These determinations have been based | upon on-site observation of construction. scheduled and conducted by me or by a project representative under my direct supervision Name of Licensed Professional; Florida License Number; Company Name(if applicable): Cenificate of Authorization Number(if applicable); Address: City: State: Zip: Telephone: Fax Email: Signature of Licensed Professional • Date • (Affix Seal) Substantial deviations from the approved plans and specifications(attach additional sheets if required) ) i lip . _ E.. . '"fi r , 4' �i- 0/'�. u ' ' .is ALL' 4i.0. erg+ -. I f y , ? f ,,,0,04j ..„,010, 5 4 f. * .. ,‘.4. 44(M-`�J+ .. '::4 °'"T .,� .fir 3. �` �YS. �•LRr 2 1. ø\: ���iit:s ��`�" � x'Y��CS- :j. t !; S Pik .e i �. . _ ':'3 �� �°� e�rt x .COI TC e �' i :9�"�t. L. _�"� 'G ;$ ti Z r .`aa. ?e s r a 4 . ,F' ' a b'' ." _ L '7 ' 'R 'SIR.F' $• hYa .:� rr .51 n i� e: ..`C'', «�`:, • '` ''8 "'" !-S"_- _'lbs L *• r ' 3 � '� y W� 4 . . :::!......., , st,..., . w . ,m_ ...,,.. 4fr''' ' :04;410 i'''''.;,141,448C, ' '', '''''' . .,Z'''4. -.1_,:i*Le .s.. so* 4, :'''' ".'. .,....,“ ..**, ' '. 's— , r ,%_.... ._ ,..5„. mt. ..A„.*1 L E F ` .• r. ^alb Z ?. II ' 4roamti F - .,,,,. . �'`` f a�.y'�Lr..y 'g v z L tex l i $,..k.in 3� s,., A ... , .�. ar . w x' " a ems f: i • 4• .- ,` .,. .fit JP. - � {-te c * u yp.r+ , 3 ' €• I k r I 1 1 • 11B ( 4 1, , . . _ i$m"°N m M N 2 N N 4 S M M s 2 2 YN!N 2 M r-,-.,7 S m N s st C N s N m V s 0 t°O S S S S N<S 4 0 M m N N S 10 ..N M M r 4 J G I N.0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0C'40 0 M M N C1 4 Y 0 0 0 0 0 0 0 0 1)M 0 N 0 0 0 M M 0 0 4 M M M 0 0 N N N N O O O O M M O M M O O M M O 0 O vi O^ I (Y I •-r rr r.-r ' 1 2288a°°°8OSSOO Nrm7 °pmNSS122228.2° o8 ° °°o ° + O Cr r r r N... OOMMO OO Q r OOONO°0 .' r oa0000,: 0008 o ^SOOSSOSSu.SSSS�nm�OSNSIY E2,9-'ASSSSSSOSSSS�'r'Im mONISSOIOSSNSNS�IOM1 O rr Nr e-6T OOt7 M ON 0.06<.i 00 66666666.r r r r 6.-6666 O I 4 N M wOi M o m N 4 0 1/t 4 V O[J V] 4 4 4 4 4 4 4 4 m 0 4 0 0 4 4 Egg -4 m 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O MO OIO 0 0 0 0 0 0 r0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 006000 6 060606066666j66066666666066o60 0000oo0ooaa6c00000 0 S . cS O O S S p S O S S S S S p S O ppp S S S S S S O pp p S S p S S S S O O S O V1r 5 0 S S S1S S S S O S O O p 4 4 V M V 6 A 4 m 6 N 0 6<m 4 M 4 4 6 0 uG V M 4 4 to m Y 4 v m ri m 4 4 6 0 4 M to N R N 6 m 4 m 64 4 m 4 4 to 0 I O O O M M N m M N O O O O m 0 0 0 N N N.N- m O,O m m m m 0 O1Or m m n,,,m m m m r O m O O O m S 0 O 'es N Q m po • m mf•m O m Oi N 2 N O N Or u) Olr t"r O v Yt,S n N n W4 We�mp S�}lm.}Slm m 7 S M,,,..M t'm m O..m.S N,p p 3 mmm O°mO1 r Q.m mfON qq N- m t" 6NM'''" Ol�m4.IS�ChOhS °.4 4 S�O��NNNNg <Dgaa,,%iAmN<NOmmNNNNNNHNNNN. O^` N 2 i 0 �} m .m m m Smm2Q °vg W 40,T W,f`m A mOS O W N r V N m(°ONNm V V O V SI!7 7INDmSN<S +3❑O N O N 6 N 6 4 4<4 4 4 V 4 4 4 4 4 0 4 4 6 C'4 4 6 4 N N.S 6 6 O O O N 0 6 m 6�lO 6 6 0 0 0 0 0 0 0 0 ui N m 4 G a _ v142.4 VpP-S aVVm4m12'.aQ O4r�92rmmSm2OcOOmV-- 4ONNM1NMMm4o Otmm mF°40 O6 vi r NC 444 V<4444404444 m 4 TN O4 N IO mm00 6666to mm tm 4'N 00 m 6 tri6 t`4 0 • $2 2 Z Z I0 0 2<<f i°O $N 4NS $ r Nm ON M 0 $ m 0 S 1<1 m 0O O O S n ' a Z U� U S o< g8U8 go40 WP885$ °�PmdgN ) N z 22222z i z3 2 zzE zzF 1 zzzzzz Z zzzzE <E c Z Z zzi z ' S S M S N S m°J S N � r O 0 m 0 0< G m m O N V m m m m m d 8mz -°8,9 ° OO ° s° °e g ° °°°8558888E°° e sssoS8s NN0 m 4 4 N 9m � c 2?gC 8 c2Pc N- Z Z z Z Z Z Z z Z Z z z Z z Z z Z Z z Z z z Z z Z z z z z Z Z Z z Z z Z y z Z Z Z i z z z l _ r.........r r r N r r M N r r r r r M r M r r r r r r r r rIN N N N N N N N r........... r J I .y N ..i..'...... "-.... N .. .-1'�O D O>>tO N N N N O P t0 N O N O.N 5- CJ a Q.O tOt��_ 2 ?A O 1 O S'N 6 d d d N R m m N u PS p.... N N J U�U m N N�0�N N ��m d d @ fi n 1=Nn--���-' n�nnnn�A� �'=" nyp( �.°�nnmaa�$ na3-n---a �aUUUUm m�aA�azzUU p�UUCUm� NU yUN UUUmmmmymmrrnimmmNU�A�'��UU- ACS U GG I- ��r-r-r�� ¢ �rr� ¢ �r �t-�¢¢ r-r¢rt- r •P..S F 4 z fi C '7 rMN40 m ON In0 r M m ONMyy Yf QQ InOO�o M 000 pp O 000000pO O m000 OONNyto NM OOrO O NrSOrmO1 Wp ONm0f t0'1 gVV m8NM4 Nprpf OrOrO�S O S S O O O S C S S°S S S O O o rr 8 0 0 0 0 O O.� p °o°o°°q°OO°o55°ppaSo'oS O°°°o.88855 pp 00 UUUU UUUU O.a Nm m m m p.,2mmmUUmmmwUUSm0000o QSNC�UmU <°nm` aom; M MM44 min lommrr,nn rn mmm o ao2 d �� M ,-SS 000000000000000000 pooS$80000000OO00000000 $'$rrr�N¢y 8a mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm mmmmmm mmmmm _ name iRRRTER�g�f����� HT32TR3T egg RHOITRRHETRVP�gW. F< N 4 4 m J J J J J J 1 J J J J J J J J J J J J J J J J J J J J J J J J J 1 J J J J J J JJ J J J J J,J J-100., • i I 1-134 --- - - I . •a'CO ''.4 7S V. 0-11, 4 —4•91111,2/:` i - k .■ r--.—-...__ 1 1 ' 41 i d' 51 All-i ,# ■,•1 ' E,CI -: , ,4* - ,,,.. ... - -, , „.„.,.. 1h., g. la ' I ._ ' ••■E-.'e .?Ptt--1.., r 4 CD h 5:1-5 : " : ' _, .-...1 rn . --, „ ,r '-'--- ,-,- ki 't N III N 0 c `g. • 2 ', - no; 1 ' i ' .."5f' , . 5-. , 'i‘'11\(----'4,' Y'- '''''''''\'''' --- ) ..rave,un , , • , V , r., ; •, — ....._ - I z (f) ..t ■-■ c..;z 1.4,,, ,1 - .- -^r 5 .• .1 -••-z., • 1-.., , 1 ' ■ C.) I'-'' 't ''-:L 1 ir I"7:' 1 ''.• '• 11 ki4,I< ' c4c,) 7,'..) , 1.->'' .,‘*' r - H...,„....„.___,- --,J 1 - • 11- - -k';' ,"="7-fr'',•.-.1 .10 = , ,i, °,,, -,,. ..,...- 1 „, „,, 0 z ,,,t'",,-, Cn ,,,:y o n 1 _ ,..., ,..4 -3.,.., •,.4 - ,,, 0 - /"*•4 1 --..'"4/441c4;=...-3.0-4440 T ' ' 4,4 t.,± '. ct. - , . ,,, ,: C''r=i • . = ■ . ,.71 c.i • c0 El °4 g '''?"*i Z k_Es4 " 1 A i x ' cn ail 1 h i II A w 1 .--,- .. E- FA IIA x ii c4L-4 r.r. , 0 v45 Z .•••• .:.:...:. E- 0 ' 1 •&.1: •iiiiiiiiiii Mil,'ik''''9f4,04e1 , Cr.<1:0- ic ,- . . . • 11111.1 : C/J t '. Hiiiiiilliiiiiiiii munitillt.a 1 •;;Ii ' ''''''''' '.75 (..4 aiAwatvm iiiiiiiii11■111illii 111111111 7.::r i > .--, IA 04 ,.z.4 0 > illiitIlliiiiiiiiiiiiiiPI „:A. * 1 >,0 , ----A- ,,4., POrPC — E ,c,t _, _ ----. ' z ,..___-7C Q ,;,hi!:4,1'•• .>kcs''''''''d 1 , 1 , 'Ed- ___...ca,„40 ,..„ ----6.1,..0:4•1,•76z aluvo.c3. v—, . c4 c.> \ . 1 1 ic, 1------. i 11 . 1 11 r4-4 . I ....., 1 if i .., a -4 -•,i' ..4' ,-- -.4--= ....."..:, ■---,$? i .1 .v ,_ g N'' ,. .9 1 7`■ g -,5R.i. L) „E=5 g 12 `I'; -''' ilg,5,,,- - 5 _ .z -J---- , • • V ' .7,I= = ' <-8 -C*A% .) >-- - >,. - . = .'i(DIL_-'.-;'-:---'' 'c'4',T.. :. :'.?. .10 3 z,,,s...,;,K,n,..,L,..;;;;0;2'.,- ,,.• .3 ,a1 -,1,,,,,..- .-:.. 6•,..: ,_ .. 0... ,, ,,,..,—... w zMn7;.1 . '9'x-7, ' ',=,'f:122-t.... :7::-IC--,=.7.■''''-';'. . '•;1`i.,i 41'.. !Ii-E!, ig to A ...'&,3• Y`-.=-='.<."4-R 51`'.11- -Lt- -42 '- ' . . ..... ),......<7.---;'g !I' ,.. 5...5.5 LLILLI.: , .,-, V 5c:3 5;:klill--..•,.,-')- 1.0:--)'-'R -i,,.-• `it;;':,'-', ,,:_,'I-J !!“-,,. '2-"z& 1E: 1-31 q,),(-'r, z 1.,,....A <0 - I , g- ,..,k 1 ■..,,, ,--4 '..t ■ u_ rs'"",::;" % 44zc, 0 ' cc:444 Atil 0 c < QL E 6rt-la;171L4i. I z -5 '4' ° 0 - ,7-t.55.4.4 '"' tiXiL: .4agiti. ht ';/1 '.d.Z1 C4,1 ,iI6 a NI ) 1 tE X , � 41, .2.- '"" ' ✓ ; si 1... -0IU - r �. L. c r 4 < v r may ,.. ... Sia , s y _ tiQ' t*,:�� ff 2 Ili t G /��, - PAZ^ '. J *§.- \� ,,,,$ 3 ,t z N�~ „., , ,Vs S '''.----. .:04-,-, ,-q^`_ f - Y �g $YS.,r 1y�fI gy ti lt � �`,V... / ,, Y $ y .°S 1, "L.,. `v: '••,cam z 4,. :. -.rte z fi'.r 3 ,-'' ; ;, 16'4..s.._4k_-4k. - 1i e;Ly.�,,.�;ef,Y S,. ,rX\.,<. , .„-,„*_., .„. , - . ..-:' . ----1._ ..,.0....4g. i,___,.. --- ..,...„ _?.s- .,..., --, ,g';'' i i .� '' M1 5Z 1... --:-R.1%, 4'1 4', K ..1� 1F 0 W ' • -- �... ±�p.m � 1rd .tf 11 e��F l j y.. •r ..stti,fie., { Sr 4 7 . 0 f � xY µ � 't"E "r4 n x�' N 1 ke y o u dzS , r;•s p N S { 1'r1 Ob4Od A a d _ �' I s' q O ° V n V It h II II I G II w _ - litii.441 f .o Z ']Lt e s t Sy : `'-' : '4 • `. Ji 1 y`` trYrr • s . . �1��" d ` • �� r Zi� � , � _ I • '] iir� A 4' • ryn,O 1-N N,y1 M ^i'"" A _ 2°4 [, ° Od -�4 0.( ,- V li i v ` p., ,' j ; . Ili rg u,ui•. , .3.10.4= I 't▪ ( o v. ia�O zi V y ...w y t° -- •'L"bz ..g •u-' i^_ ,' i ~ 1r R . E z a VCy }! +w 'y ,,. yg `i _"v",-.-' �'-'..ti, 1.,. .x1 w.wM i s* ,{� f~, :i. '�" L CVJ gq Lit .II -'Q .�' .�• Y - ' �i - );,%;,-. m; fit`, R a• e it -t y _ ,r• ;.� : •^,� "' t, of aaN�o�gas ,db 7. Ins ',N t' �''� .•4 5';y.,, .-° • "° ' .# 1€;' t; aye IV w i a y(x 1 .'I- N `t q mss+ - x l6IT,i a �I e •^�i �, v O r h I '+r Y le, v v M ,' .3 a$°°1' �P$m �'� .ice I� .N�' �''', � T^� I 1 - w, >,3,4 ,, "� r .. ° s'4 ., , I , . 31 13 a x :Z ° .i .=oW i -,,,I'';',' V't. - W p.,• W O 25 a mr `s'oo, , ,,WL w s OL 7 pafC C ww g '''' a^' =O^ n W` g r „!, , = °Vte° � O Q Wp Zro qaa 2¢ 'a ; a ? aa ¢ U U NX 00 : p,rri:a 0 D- -¢? a U ' W pO '-YW != ''?,-6P,1 UO OZa �y t dM Z 4�1 tl z a :O QO q aaW- VI QIn• N n W at 20 2'n aa-'CiaNS` L] C -2 a Ce-i 000 tO- r.a0WC:aW .a°arW- z W!n>K 0 V1WU 2 U 'w'_,, 3 Yp1 O,_9 O` =.2.-O«;= -.21 u a v'f F q-','-'g O 2,u�Y�t a T2'° o WQ a °j '"2 fe=ra a:_ ,n qN ,. ¢ a oL.. .. '''`'`3 W°s u� ir:',,, ti a-Oa al Q., x ,. a¢� � � u watt ti:]O \ v a Z° j a' �2 Ja "i_t,- ¢w Lwow —(. �,, �,t I� Q 0 U �� _%-U WC ,aJ<;`20.>c� � avai .... ✓"'T.,� a ^ O 2 a �Q2N WLJQ a;J " ' '.=,i W'Y O a 61 W a O¢p2 Oq� -� w � ? >z � Nzw 3zQw wz ¢ca.mac�� nic° ! i� u° ¢ H'i i'a,an _4 i--;Ha s' awyLa,, . � Fo ? �q?z G t. a W i-- ,g O 2 2 Z ? U< 2,;-- , 211','UOL v q 'Woo aF3>- Nm d p:K a ¢ a 2 O� ¢ a`2 $ 33 m U C az° WIC w0 J. WC' a2 W e i0 '22 W¢ _0 .Ja 1 A NWO 2 O h¢U 2 a0 ti. , i`n, Q>C " W -<. a>- C],N N lmrin w >- CW4 WUC ac O3,ana- U -, iq ? ,L.�,W.m 7 p L2,u W` r a Mg Oa 20 K L' LO ` W `a ' (� Kp ALL' �ti O <w= ' ¢ Mg "a- w n.' gw ✓?�WQa a L, =U ,q.>-W yca g av,z"' dw u Wig vil- ' >'a 0 z°�O< a ' Na a.. , In `z- � -45 1, OWWq `7, as ":wp 2u,Q._ V\ ay W�,¢X Oti 2 3 gW 2'n OOa2 ?< ;?; q 'aUI-`N ca '>a p-]^~ 2 W >j4U� '.,.. w a,_ 2 a>- .aC L% vcn "' u w <w aZ¢ .TaTf, c2 - • .,.z r_'- u z w a m" qa `a p 3�QiC q" WZ ZwI,� aaa 'uo t- W2¢itj - q _ `-> o a. g',1.- ' �a3 <s blab ,_ p pN y0 WZ Z¢¢K,n 2',.-t �j ¢a 4n2" = Z ' U WO < ■=-: vY NZ ,, Z3'FZ dS pw p. ti ZC p2 e ,',G, 4 C FO O< V ¢aOUK 2w Za2 O <w..N as .. 1-a--a :� Q _S U. �T ,- --aLe' 2W <^ 2¢o°i,a, OU¢g ^h WV i,- ,5' ¢L c ? F2 h° C]hCV LQ UO a a ¢b 'd o d zno km 'f,,, w s W ail:. �zti o i_ a . dv,N avi T.=.-- 0,',,,o a o W ,0n` ¢ ¢ n° -.,?,, 2 n` 'G "U Jti a v aN¢° 3a -O N, < 2 ¢'t 1WU1Q Q3 �J� V da �8W Wvl O na q 2 w02"_ = t2 aL, G> U a5 W c� ° ti2`C 3ONl ac p ai, WQ WC 9,33,-2 OY fd1' O U7 0^ �V>'nl_ n Na da -°WQ a- F03 ~�WC'w+ °a < �f.UaO �V2a a.,0u 62 jK� .gd ? ¢ 1 .0 22 i0 �W �TQa .j? GvOj C <O] Nt. a-a 22 1-4 aq¢ac d2C10 1 30 , 1- < ,na �Z ap2L "O_-O U? ¢c F�y,]W. `�.� 1. <>W, W O¢ �j as ON 2yNq` O�Q 24 O,ttil Ctyy� tr? d-! USX�Yt,1 'Y+ °wi C� -O "O aQY , ° J 2¢WZ^ bg -- a a-a a a>Wti'n WO� ¢° JZN¢3 tiZ GQ OOC<a 2w a- Od -+�as wV Op _ Liz 'KUw.'� W .'a Ni ¢}aqa ?UU !nW �q 2W i� O�wU °a W' 'n ¢�a ¢C .-. N ¢ <q a� ¢T ¢ ¢gZrJ._. 4- U `" W Z d S �.>2 2.2 U W Z>Sa C 2 S a¢ ¢2 -.' ,1?a G o„>- G vi" W Aa G�' 2 aN CZ Vi , 2, .,, v V r a�gaw a” aqa atiQ2� -,q Wa W. Y WWaUW -a a° L,-Ni'C:$�Z 'a- Y 1 a as Y>W ��y� O �Yqw ti^tn w WQ a'n r~ UWa(`. { < U, -a �¢,n •-•C a a,n>a> a2 <Or-z <Wa< a a N 'n2 a eh Z..; 'a S w¢ U3¢ Y., Z WUO UO U1�! ¢aa - { °_ 2-.. 2g Vp ¢ 'n �- 7 '2' g ` a ¢z>- ¢% ¢ga ¢�'¢- aoaaa 2 as ¢wi a 3 JZ 2 OTk<�L . 1 0¢ ; 20 Q'✓^•i oa 's'c39 O bra �¢ a'w xv1NOU V1GW .-. � 'YNW O �d ULU-`'�-� 2L' Np aS U< m2 Oq z 4A 2 22a 2W ZzW 3a a ,22,W NF_4 ; w d , , ¢2 pF p� ''W- a,-, jW. v >-R '14 111,51W OCOa p asa gya.N aaaaaa- WF.. g2Z a-Ca^ 22 a0 KQLiOW-- U_ OUrn "S t'-i-1 a¢ Ura L Z W .1p ZL.2 a0 a-rn - z ,a 2.1,1 =mM °.l qU 'IiP- zc ',_',1K 1,HL44 UO¢„Z-cq] ¢ U <UQl iUViO8 U0 .'-° ¢ ¢2 ¢tt1d2 u1w (i'd ?1 N ° h %° N N h N N -U¢ W % 0 . .3' O J N`.L N 0¢ + w- O •.; r 2 Q .,s s';','„-,,,, , NOZ Z ,,W aN , > Y ° ,':71 `6'.`;.,1' V 2,? Y c /V .,v 0,6 qS° a z Z m o 1` 4° ,,, a , -z S-8-3, - S - �� a 2N�K O Wj 2 ° C w of"K a0 1 E O ;O Va . N 1 m a- ¢ St C P, F N O a 1S, Z O a: c a O O3 2 �' 4aa ,,44.-1- . z �qL0 Q1 _ m m m h Z_:a W a u aQ ?ti W v FO ja, n a �c,g ,"L, a z j , V, 73''vLrwVi -K g 4r°2 SW 0 U I �— . - ^ , a° a Q= > pp SW Wa W p-VW ":<O . - c''''g '' O N C i a ti p O p0 j J O ,11';' "12 Q 2 Caw R�N pO :L!" !'78?a .- ¢„ZqN d zQ- N � .c-,3, '- ✓1 V; ->aW w°a , w 2r - SW 2 O 2 ', ' w >,. aC ¢v,>N ¢ W ~ m VW QS ✓ Cti a W p2W - p QON 12a_- Ua ° !_ Q LOa 4 a y N 1jWWh12 i °N ¢xU W ,,Q a . 0 .� CJW K" ''n a >,-N a- - ZQ > O 5I 9 ; tr W 2 , 2 Wp ¢1,- "Y¢N N np ?a¢y U j N Oa ^ O g', O to 2 O w X O W T N aa ''',' r. WC- � ?aJ O lW O -'° a 2,"j O 8 . ;CN 2 T- a2 ?S OZ ¢ _f L11,2 a>O 4 S ze: O, 1 t!-',' ¢OU¢ Wa a ¢ V J pL -K 00 Yq ¢ i Or n `t .aaaa)~ U>a >- - q',n' q �� H ¢a 0 `_iW W Qa 1 j 0 5 ] PA-11 C� _`'O aTnv ZQ uJ 2cN, FtWTm1 2 ¢ a41 q S uZ O.0 O p Y W Z 2 K ,v2,V w n ZJ a> PE,..' y0,7,,R; Ya WS! ,a 12 O ' �Q4 '4 fist- 'W- ` ` > p` p K{ N�S. Qp S j W .O.=p4 -KO a0 12: ' :. U W 0:0 U c<, pa O Z ;61 3¢28 r 1�W'r 'a' ,'2,s,,aa^a 0,�. Z a ¢ w Q V <ti r�a g I.?. a -NJ� Un7� yp NGO2 3a a a ;:,,-,2 cW > O D a S d U O? a, q2 a 2- �h - t v -C 2 t w d- 4 ,O k '' ¢ 2ct . 80 W atiW a 'W OZ a8>, '-v,N m _ C3-, O ? � � p 2 O a U nU W d 3 =y qC 2-U w WWW E` .N GC� -W ,a O? i OQ j U U . W r w U I . t' . W <d ,_W a , O h fi , r C ~ Y I i 118 La @ Z. < 00 441 0 tf; :•.? 7, ,2 , El . , 0 a .- III C) 4 ,...1 C 0 x w — ,:-• ,./) E Le e. e, t-; z I ,:„_ c/1 .•,. Li 0 , 0 0 , lat.a ) 031 VI __, 0 0 0 0 0 , 0 0 0 0 0 0 0 0 0 ..-1 3,, 00000Z 0 0 0 0 0 ozor :: 0 0 0 tx n-: ot 0 of .4. .._ >– : . I I , , • 1 . E. . 1.1 1 u Z. , e,,,, 1 -1-,' - 0 .)..,1,,a)z•, e-, ,.I" '',... : a a...• --a + : ,■ E '7".'> -',!"!'4.z.L.-4 4! : . :•,---; k.7,,,'4 2',:-, '''%'.,,,-, --- '; 0 : w :: 0. . .: ,-.,5 ,, ,....:., a.. , „77, i M , .. i I • 0 . ' 1 : ' il ' il ...4.---.. ,_, 1: 0 ca ' ■ ,..,.;,, , p,, I < ,.• 12,1 . .• .. . .. . . ,,. . : : . . , . . . ., : : • • • • 0 : , • m : I : : , EaltIti o '1" -1 0 z L, , .i- ‘.. _, u ' Lo 9 > , .“- _, -I Z 'Ll LI i La Y I. , )- , -<- •Tx, t". ,=t.: . -4 . 92 o y ,- ,- , z z z ,- , , 1- ,- It ■_, L.,. 3_ < 3 _l -- 0 LJJ - . af 9 IJ.1 I 0 < < x 9, ...1 , , M01.LIP u..: a P -- z , ,..., z _1 , a_ 0 . o Lu -1 . La . 0 ,Ii. LL, I. E-: ‘,-.4 0 c - x E 1" ZE L.., cc■ a_ 1 ; ", u., 0 a ao :7) ce ,_:■ 0 V) ,- w CI W 'V) 3 L. i.n an C.:, 330:1L7... 00 -, ‹ i 3.1 :13 < 0 0 0 0 0 0 (.0 Q 0 0 0 Li 0 CD 0 ,a 0 0 0 0 0 0 0 0 0 00Z00ZZ .ZZ 0 ZZZZZOZZZZZIgd- La Z I., 1- i-- .... i-- - 1-- , , , , , 1- 1- r- 1- , .... - 0 ,.- , 10 I.x3 V) tli VI V1 VI 01 0 0 0 0) 01 to (3 al f./1 U) 0) VI 0 :3 VI , ' 0 L.0., X XXXXXXXXX -7- XXXXxXXXXXXCO I' 2c...,' < La I. LA.:L. . La La L3 L3 I. 3./ LLI 1. 1.3 La . U. La La L..■ 1.3 3, ta I- ,- ,ad a z ° 0 aa 0'.4 G < ;., 4; 1' ' . V 01- 1 • LL 1 i , ' : I :1 > : I IESE11110 0 0 . . tasimundit) Z Z I 1 (.' . dO La , , , < , I- --I. Z Z Z _ , 0) >-, I ' 14' 1 0 C : : 1 I , , . 1 0 'iL-' w 1,1 H ; : : [ : : [ ; : ' ; ,f,....) .:cr.. : p c-E z -, ,L.X 8 . : - , . z. n ,..., 0 '-- .Tc < c.) -,- 1 -- IA . 0 ,-, ,,, ". 0 < 9 La 0 Li„,„ 30 . , >.- w = z m ,r a. a.1 z ::n ___. 1 z I 0 : =1 C- ,.__ 3. ,.?, . : a a •=1 -, 0 0 H . a-.) -• m :...= . , . : : ........ c- " — [...Lil H. . ..., 0 T-. ..I ‘3' .... X cc z F L a a 0 > 0 Z (0 La L >- n 1 * , (r1 0 0 5 Z i ,..„ ce 0 CL CC CO 3 i 0 0 0 .--' LULU La CC . 0 CA FE 5 .,-. _,1 L'73 La I-- 0 0 1.3 . < „,, 0 -,- 0 0 0 L,, U1 -7 0 Z 14;" ..` ta V) 1 0 > > EI Z) 8 0 6 z Lt''. i 1-Ll , < „.,., < - < 0 , - _T_ 7 Ct -1 Z m ''-' DI ._ x 0 < ..., ,„ ..2 :-: w .i (0 >- 1., < Le „ < x 3 ,-, ,., . ,--- u ,..,., .,,, a. jrZ__ c._0„ CC X 1.. F.a ■.-. ,..- , 7.1 , X a_ a_ a: 6: ...,. L, L, :,., o t.- t ,a ai `Z da ...T., . < , X Z 0 ,,, jR ',.., .7( 0 0 < = t, „7„, = ',:.,1 0 < 0 ,- 0 t. La 0 La la 0 < « < < a 1,' 1.- a t a < __■ 7.7 3-. `''• « Ca a.) 0 0 P. . „--- •-• .- = . (3 U1 V) al i 0 I'M 0 w :73 a o : i , . , : M •ii"‘,.,0 ,.,:, I 0 G r.=(..i.-#[,:t i-,,i,11,I, ,I, 0 0 ,-.: F',.. <:'...':-.?.,,D ,',2 "..', t 4;,:a l' 1-1]'r!)E 7 ttl, :■'..:C1 ii:J,,;)®&;t: I , 118 to 4) 1 '43 r C-fi 0 t 1 2 , „...., -,.. w \ 55 ',....7 .....2 t.L.1 a_ T — — -.- — — — — ("(9'\7\ ''''''' ''' j 0 .■ d —_ CL —, — — — — — — — i ,o i ,. ,t, O'C'">.:,: ,.-------...,- F• ,,, I x o.",,..-• w - .'46-/: , ° ' F" •,,, 8'O'-'. ..-.11 ,, .-...-i ■"".") , - - ----,<z-i 1 I , I.L.I 1 • U.1 I 3.,1 -...., .•,,, Z1 -', . 2 7 . , i , d --, )...., I — , , (-, i-_-_-•■ 0 CZ: ,._. •2 ‘ II ' CZ, -1- .R.,j en o -, ';1;7'.1..1 ••• cz, -4_1 <Z) 0--) / )....14 -6'b ' ■, 1 e'.'" Cn ''' F-s-' ‘ Ct; -''.'. a:, I N '11 t .e• 4.1 -,1 F5 O L-9.--) ...) E..4 cn i z '••• 0 .10 '--4 1- a i ..11, (.,_._ _ L__ i_ _ _ — I---- 0 0 i 5- •-•4 — — , ----• oi . -1:r i .5 . Qm 1/7 ■-, til ',1 01 E...1 C.D / 4-1,, 021-Lj .,-, ..`2. NI <-<• i Z. 1 k Z 0 c> , 1 , _ 6-4 ' 6...4■•••,44 1:1; - :..1 (...4-■ T Z"6 en I4 . I aollaiil i i 1 ........zi. r,......,4 Cc C 11 i i t) ■ 1 g.1 , ,9) -`5. ■ s.- i: ';. . %- / ,L-•_ Tx 1!..4 3) I- V/ W W , ,:4 'e)6 b,■ r-- ,- ,-- IN 1.' ■ ,1 l' I'..'.. 1 , 5 0 g I z °4 ‘, ■ ■ 1 I , . 1 -5= , 2 , _ , I 1113 . 1 , „,, ___ ___ _ j :,, , _ _ _ LASIP PHASE IBSO C:41V L li — 1 ,:. a �a o, Ix x00 �• ut9 0 39+OC`ii _... 0 - — t<. -- _..___._-.._ _.... Imo_ rD T} TLZb RS^NIOUAOA �1" i . oVi az FP W in;gc ` �A o 6 a r•R ‘No r' Z2Z uL- . o n I m0y ° l w I T2 m t Young, sp:irms=:: I - , 55 . :,1 q l o tyC co ^ N T gg A (. v °AA 1 i ° R• n'°m I m °$ um � 13-`r et=C.. r r• m `'t 1.b m 9 z'^ _ I w I - o I Ad 1 IN _" i gi>I !; n1 I j m i m 6. w L PC 1.. ---i- wo Z /! o _ I 1 o m 9 11^ ix✓. I 'x ' I I b °� I ,-_-_-•,;;-___y,x w , — ° I 1 X az' I C d ti P-I 4 z n a I °k: a �-c> m a m 'x, d mb a/ w t- Y z� I I >` p ii a m i j i by W b O y I p I V/. �� u o o 1.:..._.. °° m MATCHLINE STA.316+00 `F= W R —Z— ' rn °' ......._____............ I 1113 1 t.; I , ti x w w MATCHLINE STA.316+00 I 1 , C 5 C ■ I _4 Y I xA LN � -, ' y$ 0�3 1 ( .,p'' m FLé1 L ,I xom x6 nO ,i >i z 1 a ° i (A$ c o'' 111 Intro N t218 Z f$$ .9� ,,,,,:=: i ' r n yO i ,. e 0,—.-. x , 1 r? o N A ^i °m S m Ar' • -G d 1 i$o ^a N 7 I ; l -�z 1 5� Y I Aa I oR a 1 1 w I _ P ro @ = . I I -, ate ° I . I• v tr�a� I P•` =off pka A^$� ( ■ y , pa si;-4,1' j n 7� az x •... I # I 1r' o ry— m I II- . z _E m I $; v Rx.R '• —T o ti C I -mot= $ , ( -I e I mk' 14A I ' N c J ct 1® $ o N a n=m $ n �'r m 't WA ; :R'L a. I , i*,' T t ,. ( .s I 'a�r l y a .y a p ' o ,alp n i v z I` ;z; $ 1... Ab Ag I u im nnx 1 W 1 I j 1 - y Nz4 O 7^ .a 4, _ h j =8�;m I b :ma o"`z Fi*1 I m O • Zw w I I , , N w n, 1 1 4; -. " o—° ----_." 1> H MATCHLINE STA.322+00 00 Nx T R P° a ::=ur. r•R sc' fa) ..._._.......... 1 118 1 . , -----7-;.-1,-----i--- . 1 ' . 1 , MATCHLI1VE STA.322+00 i- — l- - - : • ..... - •:- '.. • 1 ct `z-.3 ', • 1 1 ' ' ' I - --^, , I t,2 , ' 1 , '■ P,..-:,v, 6 •' ,-) 1 -• =, .. , ' i . j:4i. 1 ri'- l'7'8 ,, ■ , :! `,',12 , , '',') I- ...._ . _,.„.._ . . ..r.....i... .6- 4 1-,. -,:-,=-4 -'' er:e — ' i l• ;•','- x. ., 1„ r,,,-.,,,,„ • , '. 1,c,„ :,''Fi•• „!4_;,:•:„ . i I) t AT., ., i F11111111111111 1_, ' 8 i ii,1111111414 +. - ( ,.b.'t 1.-.„ 9 5 , ■; r,,,. ', I `• ' i''' ,,,, ,. ''..!'" ,',. .'e ' • _ _, ........-,,,■1.- ---,.,...L.... .:__,, .‘.___,.._f. _ . _ fi.- r- -' • ' I -Z i c, • ' . ;1 ' ri2 8 it I t..." 0, .. ; ■ ""' 1 i , , • 12,-. , , . ,. i § 1 • ,.- .''s _. ., 'L ' { ';', .'-'-1".;i1f1.: • it I. I' ', ' . ! , I. •t.).',.",fr,: ' ' I fz.,,'y. :.11 , ,,0 4 / 0 2 :., ?,.3; ' I t V 3-, i •R , V., ,,., i i''itg,1 - I 74 —.L. ' • '11 :-'-'' ..'o';' / I : '1 FZ., ....4 / I 1.- --'- ' 4- , — , , _ ' --; . I '; 7, I '7, , '1,• E tv . F 1 , 5 _:-.,„ : i ',..-..-;.'„,„... eehi- • e .• 1 A:.:,,,.. --' ._)''''' . i .c,'•i 5-(E.7.,' .1.-•" ./ : i g i , ,.,, , at---- ' "i• -,, 1 . I ,7, . 3-...r.i -,:: ,7;"-, \\,•-■ : i ''--;., , .-1-- ;: , .' — -- - az', 8 l' ' ••-' - i : I 1 MATCHLINE STA.327+00 .... *t-. 8 R. tr, liz 1 t c° 1 1 1 B ..5. 1 .. . !. . .. 1 IA , . MA STA.327+00 EXIST SWALE, s 1 0 .i, ' ■ i d , 1 'ro'' ii , 1 .' • 2$ , ' 7 ■.',"i- '. . i i 4 P2 I 1 g d i , • I , , • I I. 1 • u, : '''.1 . , "94 , i 1_ , Z 1 ' z F5e, H _.,--------. a ;?Es= 1 • ',..,- 1;..,,,v,,.1 • , L FIRLIO • I 1 • ,''',;; *!.;,L!!%' , 1,7, fit-165:in I I 8 '. 81`5-Ti;; •. l''. 1 „ ■'i !-- ' I, v3, `RI {;,-)' i ;:,1 1''• ' ' ' —AS ---- V H I '3;2 g i • ' .r-, ., ■ ' ' - 1 I -- '2 V- ' ,n, ,r;,,•-•=1 I. g nlisl `,•.' 'i F',!,, 1 — — —,,,— ', ' ' T ! ,,?s, ,' ---i- --A , ', •,, ::, .,,',.:"--..,. • / 7. , , A8 \ , ,. 1 '1 'H\ \ \ D_ , el- 0, '•;-7,i ;.:',›.,,-...,. 1 I<:, ' I ,_, '‘.1■•i q r.73 ,, \ Ilk'',, I iCi VI I 2 I i -,t*,-,,,,::•-!..„ ) t_ ! ,, ! 0 OC'k- :-.4 0 " !..., z 8 4 6 hs - , : w - -1, I 1 1 11B m III N A TCj ST I 7`S 3�CNOO 1 ' `, P, R„‘'.4" v m e. 0 Ur A 1 w poi L '� Z� 1 f� N • 1 f m 6.1-- i� Z�s ��L Yo�I i O F.�i o x c ' T81, f z'n (((y��� Z O ... ! _N .it — Z � ['D'PU R D � � ' < <t. 20'POE @ DE - L1 ee- _ ::......_. -Il4. i I p I o a u my 'sT R I I' rCb 97 I AA� 1 - Q S 4 R x;-, i Io iu i m Ra 11 r # rt2 r =a >R 7 m ,. , '�,:' Wiz: u N I ti C o i s ya9 1 y o z yy ▪ ipAp. �.a. 1 K bN ma ly y vlQi=p gy ■ 1' .4.....--, <i a r h j f4rI J Ay x • Np r4 S A A b , , r'U rL ` 8 _ ern .' —o 1 y•. NA b1y'yZ.Q....jj( A30X� A bA' I° I", a ' QF +L u 2 .,`'y vg0 n pi=Z�ci ,- .._ g y m vv TAMIAMI TRAIL ` m� / a I U.S.41/S.R.90 zw 08+ 09-* Ob+ oiiW,,,°z'S b o \i,N. n� E �oK KK 118 ■':•,' • 0, N . NJ n, A 0,, 4 0 4. no N3 1 . 1 1 i 1 I ?, I _ ›. 1 co 6 t 8 2 N1' tf) r•mm.Ir. c, g E44.11:. - ....ii■iymx,... X ..,,,.... '' . C 1 3.7, tE 1 'r t - ' - P , ,- - I ,-,,(r, r . , o I-, I. 2-1- I::, ___. zo, I::, -4,... CZ k ' , t i k , '4"''''' \ ' ' to --'i,'■ . . \ i:: g"',--•'.;`-' 0 Q---,+ iv z ot ro x '' 0 ,... al rtt...-j•- , ■1 , .R.".,v,.0 Is, ,t,i _,-;,,5,,,c,,..,. or, , ■ ... —o _ '..'i . , ,-, 61=2 I [ ' - o, , ., 0 ..... ■ o, El 1, —- , Witt :, _I ta '4 I , 0 r"o-4 cti E" 07.1C,---,,, 211X41, C.) ; =r, — --) _0 6.6,.■ .2r-F.,.,->1.... Z.x. ...., _,.....- ' <--- x ,,,c;,--; -,-.■ -........,,,-,.„, • 9 - -: - . --, 0 E.". Er ..:- ; t-- tO Z CS 0 [to:. t, ,,. 0 a 0 0 . 0 o . 0 -; ::" ''' — a1 1113 , 1 , Y I ' 1 ; 1 a m ; ° a co . a co , ° > to ; ° a 0, ban '41' ° ° o 0 I R7C —___- _ —_ ___—. 6 , , '6' / , E, G ?rain= r0 : ;r0 • ," np 2 G N N a N N :N °-�'�' _J '--J J -_W }imago + , :dos= _ � -i °z w � � . k _ . x x I a 0 v o ....... Sw I ` ,�p � ' i 4 —i.0 01 CT 0 o$ c m s; C� H t;, -p Cu t 'It.y + — + + 0 O c ', O O G C O o a, mo.n b zw to Y N N CN.I O N ''c k A 01 c5 w m lD rn CA p li R. h, " a — v N 2'IO. S yam_ Z _ m N 0 . (U II A 0 % I ,i)) 0 0 °� d Wig a .? b c0 E ... N N N N m. W y O$ cr, N N N C � Lti N C tiI Oi ._ rn O ,'*'.1 y n N n x p q n V w n C kz � ^t4 �I? r4i O O 0 0 0 0 0 0 0 0 } .+ + - A A.'e i O 0) CO h CO - i i (N N , _ -) N .^ . to a o m a o 2 m a o a m a 0 o m a o 0 F W W W W Li, I a 3j yj a x o ! W. : h rt a .Slo l 4 a ., 92 I ] C i d Z.. ad < { (--y a` P .r. h T n ala, n e o � wl w w. IW w w: w ......n.a k . „ Y b o 5 0 8 w �2 r. 2 :x o 0 0 0 , m '_ a ..__ _.2 ' .i... m a o 1 o a o m a o m a o 1 a _o _ 1 1 1 5 I . j ■ 1 z z ,1 1 1 a 0 _ N 00 u., ,o r"-,- co co E -, - -. tU , U '1.. '01- "0- N V eu' N NI 01 N CO N NI T1 I- n c't rz. ' CO ,U N co ■-... co 0, CO CO 1 i cg;9, cc iQ ,',.. 4 ,..I .,!.•F75. r4 , I.4 \ +.4 04 '- ..,..-- =. > 0 0 C' 0 0 0 0 0 0 0 + + 1- Jr. '^- ■ u LO '01 ND N N N CD C. (-,, .:,41 ••,-) 2,1) c'1) ND to Z !! ° l't 0 . ,,, 0 , . . il■,--t. i m :ilti! 1 0—--——— 0.- _—_-- b"I i ..„ 0 ? ' ? k --.—-1 9 2 ' 21 -4...,,-.,1i:--....■ .z. i. II 1 I' x 04 x . CI ' 2 . ", ,, . 1:1 . .9 1:',• - 1',', . ,..• o o • . , I, __ __ _ _ t'a:"-:- -° _ .ri---- -- ,...______ ..._,., ( , (-7 ( 1 i ___ ....._. ( t -fi i:4. ill •••• .... WIMMINIMAI.: ...,' . tt . l t7 C...■ — r`;', 0 ,,, ■ F.1 , lq °,.,, ° - 4., . —-x—--— ;—--—--— ° ? -------— T__ 0 . . x ■ a.- c, `Z. .0 • 7 I ' S t7:1 0 a to 2. .,, I ft 1 2 i M CA n 118 ,. . ,.. ., , Y , E;Q a 7 W @1 4y ti O U M On N N N eey m 1I yS tnti eQ N CO N 'n "X U F4 CI 'ta$ J ^ e r-rz i �r Cs t.-- .Y (! v �o V.. J Z n + a,ge + O C \— I t7 C o n cn OU !'�, c� e z,p_ M r'') v") :a V a� 1.� 4 h0 • n Qa t0 a 0 m e O 2 m c O O oo a ° ° 9 v 0 O o gg ¢ o' , %__ry x ... v — x p x:._ it -, ... O n O O �n H '^ i O Z4,/, 6 _ 7:,a z W--- 1 j O Z C Z2F i N VI v . N a . 3 h .i o align Y,t B a nom+ iaGYOi W... Ya` V ry W ' e2 U v r,x !2w a ° o n ° Fe,C aRe m ° I m a 4 I 9 e ° TI a -, I a a o ri I I '. s i el i ..... 112 a,,i ,. O O d' „ N to O E Q O O N h 0 a W -c3 g:CO ly O 0 y. e W h ye z I •4- 43 O O 0 a F n .,y1 . r-e t.,.,w { O c' \ (: 1 1 B ,,... . „ , w 0 , u.: 2 :n o c, 't... "-•.. v,_' , ‘ ,"t :-.c, - .-I- ,,,5, C•-■v,z 1 -- — — P. , ,, . --1- H .,,,,,,.. , . a'',F4.,,,3 t6.1 ' E i'.^•,en' , i ,4 (g. - -;.- 3,f, 100i-1' ( '''' '''S i.,,-4:' j — 'cg ,-‘.,...,r•-.-•." ..T.,, a 1 - 4 . a ■ . :. ( . ---i—1 0 , e...,°C.4 =4.,, r • ,,,•-,, -o ' ...--.' z ......: ,:. 7 1 )m) '2 e--- ..!.=-..:'C,,..11:i.-,.•r:,,i:''.,;.,":1 !1' 2q '4.4 t v, ,, l'•-• -+ ! a ,s1 I 1 11 , ' ••••1 — ! i' , CM — q Cl- 7+ z 0 a'b l'•-.i (r) '..'3, :2 <: , . CCIP4 g- .11, , ...........ii . 1— 7 0 1- 0 / - 1 V 1'■ Z La I Lu cl ...a : ... ...,..1 . ,.-„,,• U, ,-,...- ,... ,-.•,; 0.... z sz----, 4.1 FF [ I 1 I 1 1 g 1 ' 0 ■ il 1 I I ' 1 i I , ---t-1-+--.- 2' 1 14 M iq '); z u d •0 s, R .., L•fl R .7,•- 1 ,• '. L,T, t.., '“'' ,- 0 ''„••-I Zr., N :i„ --2 ,-,? , N 1 ' 52 . Cs 540 ,- Li '54':, \ , ,s. 2 .2 ;,7,, •:, • ,k;: S'.4-. tZi, '-,• m , ' o 1 ,. k - i , 8 ce 2 . , z z 0_ . . ., c . 1 m , ,..,., ,,,..; „..,..." 7 a .H.... !§1 ' o.. 7% o 1 ' -, -„,..., 1 7.'?- 't [C4 4 St. , • ' 1 - ' .... , — m IN1 . 2 L,! I ' ', • .. -,-); ,I O L. ..:,.: "' ,. - ' ‹A> `.:1 !-,..-,. - k -, q .....i ,. .-. 7 ' -' ..? g . .i I ........, /....., ,....„<.1 >. ■ N : 1 --.1- L.,,I'',.'ti<, U M t Z — 0 0 , ' ' ° ---- 1 — .-- — '4'? 0 — — : Cr4I 1.- .....1 i C--) ':,?, . .1 + : , CC N, 0 ...■ 0 ' .,0..4 r--, r..,44 7t 9 ro).-■ *V Cr) .,,, ' / q '-' z•-) -,,, ' . , ' 1 .'": '-j_) z 'i celi -, d° ' ....irAlt:Cji i z n ' ,, "16.11.1 3, ' °S1=2 i , >.,.1 ii- (' : :::- .11, . 1 _1, ,, ••. , ,. w ' c , et) 5Z r n ',.71 5<- 0 w 0,4,- w , , ',- ", 545 ] t'2, ',.' , , 8 R , ..,)E ., i A ,4 < ,1 P-- I r : 0 1 y .z . — — : — _ — — :_ — E,4 : ct ' ... . ! ... , . ,..„.... , „..., I . • . . . i I 1L6 Ri • WI , ' • 1 ! • ! 1 • - 1 . d , : . .. ., i 118 , 1 : . . . . . . . . , : 1 . 1 1 , . LAST PHASE 1B SOUTH CANAL OC 1.- _ ,,,_. 27.x.o.o.. _ - - LA4a"-• ‘,2 ...:.......::..::::: NW-COMA . , ;..', 4 / i . ■ i O'F,;i:_ ,,/ ----L., __ , a -. 8 , . . , co f,?4' -_,- ;.,='„PI , r ' - ''' 0 t"Ti i 2 i ■ '' ' ' ' .,C, =,..■■■1: 1 IL'i 1 8 z; , ......,•:_i I'..) 1 5. I ; -1- . --- -- ---. ,._ / ._ __... -..)p.., Z - + I • t — I' II Is, i imilerill 5= I , ,17.,) _........ -3•41m4P 0 • r 0,_?,,•i ...;viii.p.• . 0..., I 0 to 0 /I I 1 4,011 : . t g Iff n ,-...' ,. A- • ...11 I I . '' .--7. -_..',:j.-- - --"--- —f'— ... — t I NMI-C0002 \II,; \ WI isi \ .-..,•,;,,.‘. I 7178 ' . ; .. S'■',1' , \',,\ I I, -F, ' ', .7'.4 i n, Z■",, ' , ' 1' _ _,_ _____ • _ ,i'A\ , . , -,.....„,... . I?: ;■ ;I if,T8, ,;_;;;;;;tI;;;;;:;;\I\Ii ,1 ■ ' , ,...:7_,,,,, _ ; ____T;,,_,.. t;,, I .,I i - , 1 ,--''--'' t....•1 ' I ' ' •Q i.-.,, ■ ., *4 1 :'`-•it;' -.,....c., • -8 t , ' . 11 • . t F, -, !Ii ........--.-- ---- e•33 ... ' H ', • -- . . .-- 1 ' I ■ , . i ■ 1 6 1 ,,-1 71 . , 1 . H :ir. ' 1 ' ' , '" 3.-12 ' - 1 - .i -A ! - 1 1 a t.' '' I :1-'.°-;-: ; 1 , , , . 0• : . a Z x r • : ct. z I '-',,-, gz , ■ 1 p,,x , ■ . izi >0 I 7'1-.1 I , • . k 44 ,, 4 j;11•!,,,,K Em r Y Eu K 0 L ,..... . ! _..._.._ NIA,TCHL,IIVE STA.415+50 m : ,.4 7 .----z-r------ E cy, VZ. ... , 116 . . I ' : 1 1 ' 1 . . , I I 1 'a MATCHLINE STA.415+50 . 7----- h l''' ' I t ! — . — . — ,,,-- - --711 --■ , 1 1 ; s -1, . .. • — • ---.0-i-- -:, , — t ■ R.. ÷ , 8 . 1 , * 1 ' I . I . ' .'1'.,.! , . . , , I ', * t I ' , ;: , ,• r9.,-, ' ; 1:0;,...3:4.• ' i ,, ) _____ . 1 , ' ', zi 8 . i 'i,i/ <'..-. ., — , . — . ,___. — a, , "v . •=','1"--= , 1 0 ' ii/ .F.- -RENO t "- • ; / :- I.—7. ..R.• TP,x z 7 / T / / I ' t, . ,,,. ...... ..._.,.. — 1 , _ - 'I il ' r i 1 •I , -,..„...., : ; i t:-,--,- 1 : '-',,"•< — • — :ZVP'. ,:-''''I' ■ '.7,..,,19,11. ;-1-:. ! ,' ;!,,,„..r:i I , 8 , r.-I.. 1 " , 8 't ' ';, , ,7, §/.1 , . .'. --_, g- t. I ,.., , , 1 ,1,;,-T,-ii 2 , ts,,i 4-,:::, ' ' ' 1 1 it'll'.," ' -,A, 2 ' : ■ I °Vpgtf. ;''' !":,rt!..ita . 2 ' SI i ,', i kl 1 \ I .g ' i...j 1 '. , , 1...H. 1 -,,,L-,-------• i 1, .' .?-P DI ---1,,t, .. ■=[ f, ! 11 1 .-1 1 i ---0 , :, . , — , -z• , 1,3 I ■ ,. c 1 , ' , _, ,.-., : : , ■. ,..: r 1 c7: --(7—, i I , — • -- —Pe— 4 . ,,,> , ?. 1..... , ■ : ' 1 i L ::','•-''. ,I.1" _Lt.__.' g' ,... ___1 t .?:q t5; A I • .... ' 0 -- MATCHLTNE STA. 421+00 ' L. il' . .'.= ttl . WALE. 1.- SC 1 I i-----1-----16- 1 1 B • A 1 1 'II MATCHLEIVE STA. 421+00 I. ill . ■ : 1 1 -a , f t. 1 ; . i - r!. t — — 5--ft_ _f__ F 1 ' I ■ s 8g1; t 1 i -' t1 1 ' • -1.111 '' . - - -- \P. • , 't 1.._,1-;I 1 \ 8 g -='• \ 1 I i I : ;•I n, 1, .....:- 1 \ \ I I II 6:1--- r .. I_ i / _, - r• .= 8 1:-,:t I ', r-' 1 ttg.,,-- --t 6`.4,1 = 8 ! : .,. 1,.......-0 :, E I ■ ___ ___ _pp—.4 ...r_l_• ; s 7 1 .. • . .,Ls L....' L I c—t. — t ' 1 , , ' 1 • ...., , 1 t i ,?. .9. 1 `.-0' ■.-',-.., ✓ .-,Ig.,1 ,4 .o i -,,'- .•-..2 4- I!.N, I 2: , ', ,0A •0, ,, .7.; 2 I I-.1 , ", -0 ■-0 ; 1 I I I '.ti..:i. -s. . k ....... ......,,,..;„!, • ,. I t, 7'0 , r " t,-, ) 1 ' • , t ,-01 .-i , , . — .14— —ft— — ,i0 i 1 T : ' ,----------.8 ! ' I 8 1 , ;._=.,:— ,...-,— ,,, 1 . gs, ,`i,'_"...- z• Z L. 's, %! , )7 -1- • *-I 8 ! ' li , i - --- ----- il___ 1 ft..___.,..__ _. \ 1 , t I I --- I - --t.:•, IEI I44 '" ., I,L, , nn . MATCHLINE STA.426+50 E c., ;:s',.:.7- y., g t N' i 1 1 B --I- ..--t-' ' 1 A ----, --I - . I 1 'Ps4 MATCILLIIVE STA.426+50 • -- • ' Ito.,— --- - — , 1, tm i? ,.t r,-"..1, 1° L 4.11 , :: 1 i. . f, —'''' '--' It:, I I 6 :,, '4 IIII:7'2. r.,1,F:!' 17 -1 (0 8 xi 1 : I I . 1.1 I ; ti 2 — ' — :,,. f_i , 1 - Li I tll 1 ' I.. ' "a— ---- -I i i t 8 1 33 g - ,/ ; 1 , 0 I . ,,, \ ,, ,, , , ,1,. \ t ! ! \\!!-1.-1 , li:: e.: -..,...,.. 1. , I 1 -, L-- ; , - —ril_,.._ i .P. ,r-r r7 rrl-' Pe— I 'I .— „.t o c, , . , 1 R. I , ° ;7;3 ..•'' L-. :i. — — JH" I I! '1 I 0 •'' '' `11;,1.!Ii.'"". g I 7 ' =.--, • I 'I1 I ., -- I I I I ,1 '1 , 7.- -A• )-----N 1 a 15119 , 1 , I i ' ;'--..„--' ;j '!'■' :4','25, 1 - _ 1 : -, -.g),,: c-3 R44 -1 ' ,,, . 1 • I , c gl o ' i F• ',-..' „,,I1',- , I ' I =1,T, : FA P,f, '" H-------------• Ig-Y.Ifs I I 11 ..,--.--• VI ; r4-4 ----- .. rg ■. '' t-c 14' •,,'i., i .., t%■-t.'-t• , _ MATCFILINE STA.432+00 zt 1,'f* "r't Og 1 ,„,. 1 . I 1 1 11B , . 1 . 1 , r, , 15 w MATCHLINE STA. 432+00 A Nk pv .J a o. m O ,-I r i 0 I - I i , _ C R g a ,i tii 1 . $ o, E /, \ An y E m I I ,ia in- A AL IN77\N m cs °$ I R I I Zi y I I ct H +. i. % i 000- - L C•y p I a ~ I ' R1 O W w W ._ n aar I _ — —�,— . -+ . I. 0 K y O y3 1 'WO. 1 '. ! °A WOn °g t L Ei 1 A” a I X a — Iw mo p 0 t + I ° z m x , r 1 0 ,max — g 4-C i n m - I I P, $ m S 'It e (u z5. � „,it °> , ' z a 2V J s3r.�+R; , 6� L,'^.114 r° ors. T \ '� NAI10 Cp0,P5A `n',x o \I�! ... ii c e A In 'u-•'- _7O— — s ' W 4-------1-, Il ■ E a �� v -rotilz5 �■■I v g Ii ,NAA' •C0026 C v —r I `r ti.'.., �r I z I tAs 1, m y M1 2g a I' O ° 1 1 O Iii Oa f 1 E I-'”1 ` I _ft_ , c —t— —1 .p W ' ! ° 18 ( z �• 2 i z� Z G_-„' I I ,1 1,n ■ �' . x� mp• I' _[ o - A a� 2; i$ I 2 G cf r1, e 8Z 1 z_a .vim . 8 A I 4I , yMm. m,ay 1• I LI hi• �° o z?=miz a1"A c z$ O .I / RI.�nm OO�AA ';•.'•,,; I I z N I” y 17 MATCHLINE STA. 437+50 h h a z wa III 61, III w to fa u , SCALE:r•- w' 1 t. Iv w 118 , . : , , _ , , ,... , , . 4,.. _ ,---,. 1 . ., . . , 0 vi LI t5 !•" CI; i ', • :..„ 8.-■ \ e. , ,, x r0.,1,8 I;o x g Z t 2 l t8=-z •,.,..,:.i1,'H12la!,i0,b.k+,'..Z..„..:.',,.....0..*i.r-..-;"/),-,°,)..,-e-.,7.„2-,„,._".I-;7,t'R-.;.:'.) ;, s44 0 , .V '1 g.S C.7 All fr\ 72 RCP. — ---1 - un ' i i .',, ■ il.. II . `I.,' ,_--'4 ,-s' ■ 8 ' 2 i iiiimp ..11 .__.,....■._=AN-; 5-420 ':. iltto■Sti tal / II I wo N r",.: ' #-,''. ' N , t.. f; ,: ,, ' ;,, N . ee."1 0 .t •- i • • Y , ; ' ii ' " I 1 1 id 2 if'',',,,tz,.//z/S 1• II 7: t t.,.''.°1'-` ". I F•3‘.'; , , . t ?,. ,,, .,,, ,,,, „ a rItt i PO ! ti ,, -- t ,. z•A 1 It P -.: 1 ;,',. R' 'I.,t:•"a•°.: 3§ I,_. , $ , ; 1 ',1--- ...,,,,,..,. •...:h-1 11.'. -I 1 F., ,.._, --;4- , ... '\ 7 .9. .7--, '=•&,. ' ■ ;.::: 1•1 1$10 '''''''''''77; 7 I - .• ± ; ,,.., .., .L.. - c C,.I' I i")' - -1 -....1 _ I, _ _ =3, I 1 -(4 ,•,,,, -\ *.7-. i - ', - .-r, -1 -..I. ,$,,,,_ _ • I .-..... --, MATCHLINE STA. 441+70 'g .. ' .....t.' 0 i E 'N. I , ...: O4 i i. B p A,4 W tn ;INPird .., ' `1. gg '''6,•■■ Is ti. k t k z'0 %VNA ---....7 -__7_-_'-'1-: 7:7--_-_i -_-_-_-_ :,,,,,,,...., ! i ....:,..ir,--,,t::---;—= ::-. - --- ..-..;.,-'-•''-' -'---: r-''',..-t.:-11.7.; Na'.,II r 2.2.1,-]:__, 8€ .;-.; ':.--,-, 0 0--:.:'''_: :.:.-- -- :f. ....,/,' (j) '''''' k' a 1 1 _,.___ .n -,a.,' el / ,i- ,,-_,: , :P ---1 ;',"_: , 1.1 ..: B ' 1 , „... g 1 ':':.--,,, ,,■ I ,i : . . ,,,,-7:,(34- :, 1.4 • :,- 4 , s- — e.,- ---i--—---- .1.-': '!'-....'''... i f- ,■ ' : ‘ - TAMLUVII 712AIL p .. ,-, :(U.S.41)(S.R.90) 7 ■,.-- 0 2Z§'"I ,,, %,2 , — '- 4 11-'2 i11:11111 11:::,11 4 4;!8111Z 1 1;>:!;1111;1 , 1--- $4 °I A ASi--1 WALK f,L _ 1,\.-- —_..—_ 1 . ..-......- __ ,,,,,;..:-1-z,a:)r-::::7`iii.--xyi,.,\.71:litS:,.',ill:::::::ir w-a.±...__,7-,.,,, ..___2E-,..---__E:,',- ... -76FocB/77-vN,T7'T. -•. .-----,7--—1-r-- ' . i%q a ,g C' 2 s? 0. ,. ;71,,,,4 ..... 1# .. 1 ,t ' ■el; t lo iqc, .ma '4'i i-... '- S■ \ ll i i .."' ‘,' I■nal ; UZI i L2,.1.; Ii ' .4 •ok ,. =,' '. O I 1 i - •''. .- '4..,:i s.` ,, i .1 gt! 1 8 ' I Wil, ,0 r---....„,,...„....) '.,. S:: 1 ,,, 1•••■••••C., 222,:i 8 b is. 771 An I, . . II 1 iV,'.1 1.`"=4 I ! 4 4 N ,,. 1 " 11 a n.- :-..-, a., ,,,,,,-,.., 1 1 .:!.-• : R.-R". . .? 4-'. .+7 .t.0 , =_-1 .a,, . — Q, 1 a - I b§g, II %0 .'• ti.,...... • -,.'?!.. A 11 1 :, ,...... -_:.7> i :j2 10 i :,,,,___ , 11 i '2:i i'',--,' a ; ,'' 8 r. 1114211'11111 1 1 2-..&: do 1 • ; 1 1 :--r11 , . • °1— /0 -1 : 1 : . 1 1 11 1 .1 OL 4-it/7 'VLS,7AT/17.13101V1411 r 1 I : W■ ! ' 118 . . . ,,, . 0 0 „,. . 0 . - 0 0 I .... "•31 '.., 4, i F'4,1 ---- o o o • '0 -. in ii.4- : ..,.., s co , 1-• I ' 5 1,.., ?.. *9 ■ ,z - ,....: . 1 ■ .5911' , .."- Z ■••• .".” g. - _ •-,.7.—Z ^" 1"■'. CI-'■-. ' p., <2.',77' g ■,*..1"i b'7...5 ■-. ■ ...-C c)_, 0 J * •'.5' 9. ..., al,t, 1—,5' N, , © ,11 ". .:S r...... 4. I _... 1. . (2, 1 )_. i § -f:s' 8 (•..fl ;i • (c, . :;2, if .1.-,.-4.;f: , z , i- :. , .. i4i) , < 1 z I arii-,„ r L.-- 0 i u., z S „ ...., .1. g. , g Qin I N (.) I I i g , , ... I, N 3 .i -4- i: ,z) :I," '—.rola ....., iiic 9 ‘, b'`R■ ?r,'"n g,' ).- ...), , ■ zmn iic.9,19, -I,.-.- (..) .a z..-- ,•-t.'.,gigali.i! ,:cgo 44 r7:052*.ic2t:-.-2 in ..,-■,,,,,,, (c, v patilp;, 0.-•,_ ... 1.- I .......V.: .. 44 0,, 0 is c0 Iti'El.' rn ■ -4- , co ,144 z 4 1 c z R co „ ■ - 8 $ cg a a css co g k * I , ■ 0 0 0 M.. , rn ' 1 FI 1 ..1 , ,-.., I , - 1 , _. N i ,...., . 0 0 0 0 . ,,,, . 0 0 0- '-' w 1 7.1 1 , 1 1 R , ,..., • •,, .._ w ... . ... , 1 , ..t , ....A z, .. . 4 z o cz \ .. o \ ..• ' ..„ = - ......._...- - -01 F ••0 V ±•t•-',...4-.. a- t, •-,.!°I , •Al 0 , V ,,,,,E25e. c., ....z , 49) .,r- t •:2. '-' '2' .. g.9 ‘6 ', .." u, 2 c ... ...,. ..—. ',2 ..,2 i, .a, •-, cv ,, r,.. -., 4.1 . ..... ',...,.I 76 ....- Cj(131- I -n -, -.J.-, ..- F-,-■-..-4..°_, il -'' 't...."'.. - C i'L) I k..0 . „, 7 ..,..) .5... Al 4;4' ... ' . I o '*_') ■--. • 1 70'. 7) 0,:FA '' = ! ,.2•;. t I' i t'•\1: --, <,,,-z.7J,, 0,_, - 4 •=!.,• io 1 4 ,;,...,`,?, ....0 z 0,.,... c.-..; 7.. ,T"., 21:`: Q.. :,,,,,_z._■ ,,, i g '.11 ;.--.?r,3,--J,-,, - ■T''c..q.dIS.?.: ';', ', ,,,Qe_ii,c2,-.'_,7: v-. -,.■ - c) 'co n .,'''' 4.■ st :=8111114' 8,--, <z .-<■-,<C1 smarms.''A -,a- . ■ ammuswagiactl, f..,, Z. C7 ,....,, c., ''2 . co ....,,. ..: 0 — . 1 .. .. , §,1 i .„..., . ...,.. . .... N 9 0 0 I' N 0 0 0 V ... ' 1 1 , 1 1 8 ¢ A i ctsi M- — .., , 1 ? _, =n 4 ; PA .9 (•., ;,....,., -0.7 0 0 L d tZ i .)0 o ell S I r.U3,,,t,•,-; ,;_7, Z 4, r z - O I, 0 •--..:- ! "'•,. 8,-(o. 't i''''-'. ._., SQ .• -Z s, '.`•5, .:, .'ii.... k/ '..LJ :: , C d ni '- , ••'•: /*-'---: 2,-, ''''-‘• =' ....', ■•• c, .'-''''''', •-• 1' ; 2,'•'5,, ) -- ' , r .-- ---' ..- ,,,,, • 33: z cc', o Lz 1 4:. •'C 1••• , 0 ':!t:,Zit': ••, ''1. vs• ••• --, , . ,,„!, CQ • •,!, C., L. ''' C.) 1,4 '..1 ,., Z Z Z ''Cp 2 .■ 1.i j . ; 1— 0 :?..- L-7-1 Li , . . c....s .;::,-. v)t, 0 2 J. g 9 1 ,,,?:',,:::1.,,,..:-]:•;, t ,., .) ,.-.... , —1--- ,rz-,, .._. 1_,, L.) !• a •-•.,-•• C3 !:• ! ...7,._,,,,2 _ , . '_,, ,,,-, '• cL.' ,,--.? _ u.) ., s....T. 6-ull ci) 6- , ',,,cr, 1 :.., z Q. o • - ,....., .,c 1...,_, , .--., -.7 ,---,-- 6' iz-- Z(..... ■ - -- _,.. ..., L,..., r!!!! 3 „,, --. .:, L„,.., ,,, •JI 'C ‘•■••7;eo , .1 ..' 1 ,I, "--. '21 Ci'• '' ", 021 ' 2., • ...,z c.> C 1 Z : . 1 0 •a '-',.," Z 'al ,, ■ C's• 7 ..-4 1 74 H/71., • • '''.,' !•0-.. 1 -,-. 2r: i' ,.' 4L1., '-', -. 1 --..1 .4-% 2 .., cp 10 ■;. ,,, 2 .i ,-- 2 ,.. _1')/i •-•-• 1 2 r o 1--- (i-.. t z. ,▪ 7' cl, 1. !ae,ciall.g!'•-• C .,1 c•-•, --1._"' -1 Q 0,,,,, C., (1) !"-• Z C-) .!,‘) I. a..2; Lt.., 1 — '''' . -..J -J -.- (,) R z z -,, .. z ,,i _ --! • 1 ''' - -•=i • CO ■••-. --- a' .• 11 ,?': ,■ ;Al ..,11 c., ......, — , -..-) , , t-, ,-, rs, -s . ,i•,4 0 0,I.-L-1 2 _.—s G.k •-•..1 -,..1 V) 0 ---'Fii 0-,L L-I •;". 1 z!-J! ,---• °-(-) .• ..,c, o 3 o--.. • z —w - 0 (n ,--- - 4 0 C Z Li, fz, !-- 1 1 s t- 1---..-------_,-,c 0 -0 kJ C L., Z S. CD t"I • , C! L..> e , 'j>Cr ,C ,C • I--. 0 '* ‹ :r. 1.,_(- ::'-'o i--- a- L., u ,.,.. a.,, '=, • Lo L.,)-:. z L,¢x ',P, -s ., -, -"- c:' R A,=..- L" (..,, (_, ,..L., st LL., ,, wi ' ,e z c\1- c" cc --, --, - 0 c .- Zd 2,, Rzzic Ot • ux-0-.--,,.. G 01 2 Lt 0 1- ---i< G Ce ,,,,,< . CD' . •—, ,,,C.G 2 1-_-_,J, t,2(- - - ,?..,.,d a o.EY —,. (,,,,z—2 (" .--7 -- 2 G 0 0--' ul 0 0 0 <z 0 14 TEid-,--,-i‘ i- t], Loc)p_-_, -J<-.2)(.•■a_ ,....,...,- : ''.,,-.2 t•1,2 I " ''' •2 1--..J 1 , 1 . . , I . O . ! 0 i ! I 1 1 2 " N c, c,•o 1 ("_V NN. I 1 B ti : a■ 04 o) o t n O r'S ' ...: co C?(' ,? 0 0 0 0 0 0 0 0 + — ± --.-- + LID d- ,-• c,,, — — — -- — —N .,,-I--a. - 0 0 , „, ■ . -----' , ,-...----- ^ - .11 Z ■ 0 0 ,.,..,,,,:•••,..., ''' . ` 21 8 , . Hb■ . ,„ ..s: cs, ..• . , , N 4. •._.._ ? "F,,• t, . ,f•i.-:,- g 1 .(,.. \\,. ■ § A ... , . ..... •'■•■ ._ ',,': ds. ■ , ,' •J z: -0 1 , ■ , i'..1.,....1 ,. . ■ = ffi 2u, , z . ..a. .4-411t t ..........4-, , . , 4 , . , . . . z-t 0 .... 0 ■ 7 , ■ ■ , ' 0 0 o` 0 ot I C'od i ■ 1 1 , 1 W n 1 1 1113 � NI r.) co N N V.LO 0 E 1n N y 41 1 Wf>� \ 1 ,n JH V N CC i 4'..)1 N- 1 ;, o c 0 0 0 0 0 O 0 0' '- a + t + O XJ (C , . _. - N d `a .p a m < o m a 0 o c. y >p W 2a' 8 a— '. 3 µ i v 5 a z,, } 2, , n T ♦ , I C H R° 1 , a n i ', 17, $ � Mi _ — + a o w ■ ■ r o Cu e N, a x .,'> m w r -1.4 — W h 't' a ae _, _.... I � � Z s?,5 ° a a. ;, Ga q ''''0"1 ems- ilx ■I 1 121� w F h o m 2 a S I no a o i I I S g :I 1 L1 ' P' , 11E E co e. .,.... E . , -c N o N co 3kJ 43 '' Li N. N. VI AA CO :7' •C'•? Lll Lr) Al N. N N N cO N n b.41 i5. ,r) co N c0 CO O `"K 0 c0 c0 3-3 '3 ' -›- -- -- ± + v.- !--- ,—— — 1 t • •i• '' '• ' ? ••/- „ 4 '.',5.'ir'..'''-■ w 55- 15 A' j•'a li---•-•-■--- 1— -, — 'I _ 1-, . ,,..,2'.! 1 ' o ."3.c.;',c,'^3 c, . IA `A 55 7, • g 1 1 ' i A ' i "2 t ••• ■ '''' '... <11 VI LI , ; / : ''' 2 / ; ' 'Z'' § f ' ; 0 i § -..... ' 0 ; .3 48 4 ili , .. . 41 ..., . '41 Z. 3 a2; .,-,„.. .7' 3 '.•–i 1 rifiiIMI.: , . T - Z W ,,,,,41 i , C‘ a ? ,i. ...,, .1. d. \ 0. 5 ...,.. ,-... ;t. 0 0 o .7.73 0 3 2 3 i ci 0 <, 0 0 . 0 . R, ,c7,•1 1 . „. 0 co ..... . [ 1 1 i 11, g g , 1 ,,, 1 11B QD A %ice ,- a ul o Er —OI 1 QI N m • N N N .. WI mJ L V Lt11 ND 7 <gl Ng Y y Ng of oo �gi Q 03 "1 �. n Obi V Z �F w1.°1 I y oy o 0 0 0 0 i 0f,I N __ s, ^ u7 M 40 4a E a 0 E 'K1 0; � ^ c) 0 Sul 1I 4o 4f1 `Y m Q a y^ O y y yp 0. C ,y Wz i liG — !� o c c. C o zn O O O 0 <^ - + ± ± + .() Ni (N __._...— d d- d- 4 � m < a m e a c o o i p GIs 4 w 1. � � a .■ / s ±i i e 3.I e a .II `'I �I . n r W W \ fu' �' ... 4. z. 2 LC C Y I��C9C . u o o y v r a z qj w .. o I co 0 n . a n e , e''aoLI Qw L, Q I I 1 ' lip ...., 21, 0 ,-) n u-) Al- El c , . ..: Lli ' 0! %, Ci 1 L'01 n N 1- 03 0 00 N 0 CO .- 03 00 :I C'l 03 !O CV c'3 0 2 4 g la. „ '2 z' ... ,., '-' ....- z ,.: 0 0 0 0 0 0 ., ,_ ± — — a': ,, cc -q- -:-, AI- --' ■.71:1 •,/- 0 I 0 , 0 2 E < t0 0. ':','■ .';',''.7.'''; 1 -0, 4 i / 2 _,) \ , , 1`2.' , i‘ -.„ •,,,-1 . 1 1 - ■1 , -, - T , . :.. ...; ,.'T, hi =.• E5 ,; -'4 'Rd ■ P., i i O',' to - to 11 ".,,,,..3.. ! ...■ A t§* _ __ = ..6. _ L_ '-':2z _.0 L—o -;.• .w..-ct. .;. .. or , I I . gegrigilti i ^ J UgElill' . .■ , ' (Z / 2 'd • i , ''' ' ,., - , x it"•-■ 2 c,,.. 0 0 0 1 1 0 0 0 11 8 g 0 • -,- 4 g l' == , 1 1 r i ■ I g I 118 n1a Yi __. .___—.. _.._ of ! Ei V h w• i o qo " ¢ Z :• -`• ,t,rFi� Wz � i 0. ' JTh o r. o - j 0 0 - 'T'+ - + s! ,t Mi CN :::" d v a i 41: c4 L sign ° G :ti-'''d N s; x o g a 71 il l. 7 5 C.1`7 3 ry '4 pawl!: w B ry 10,:C_; -- = . F., R, 21 R a .. c e o v a ., m o i m i '. °a i I ' ' I 11B � � , ___ _z__...„_ „ , , $ N�' b‘ F 3N1711YYY w” �s�° o O • d z Np Z � VT _ ova c 3 >� \\\ t d z aiC y 0 1.1.i I-0 .p , z = Q 5 f r i — who �3 � I _ r w o I <t: -.. C w - w O w2 V) + # p o w O I ' O IC■ =to a M v .i `_-_.-.-....._ CL u_ a a 1y W 0 z- w = y � J of 0 * Vx wCt m N w C U O0 o s a a O - - a '�" - T 0QaN Mw 11-I I }-r O U N a = �.o_ w _ C O I , ' J x t I. _ 1 oUZ w O 7 , .1 z ce 0 Z L z C c C I W _ 151,3 uvwrwds oz w m UQ AQ c < , f 'n ^ m cc N dM I I � <•o d `I iHP z_.. I„ i; I• it �i I,I - ' I - ° I te pw ; o O 2 I. I 0� >- u)_ w } _c ,-f- , w w m m _- -..._ w oa i m 1 os U W' 0 I ti xl�d '. O �/ W Wv ._.-�-i m..._ 4 V.�j..�� / • L� J W \\ 11 : !:!MI 0 11 I m LL Qv)0 i 1 Hi W 6 J U " L2m i� w I 1 , lB NCO e • g o O,W M a - Pr r: 2 • a o v • ''C yy C a o a S O ? o 2 n n h N C �� too zo w KW � ig F a U \ Imo, c �_ VdF K qd ..2• 5 7 o Z i ,,,,1„; O' '' k----r— w m- / i &I ',IWIP' sIW,' V O , 2g'4' u�N� N n �2 n .4 7, .4V��i Oq OOp NO}t b 2'4 wry -b., Q�iI 'n 'h MMnN Nn n N d MU� $ °� p° 11 w ^t ,, ,r.,91-4,, ,r.,91-4-: 20220 2222 Z"' QN 20Nnb ,rJ1 Ng, NN m0 23 Z x N.31, LL6 mmtm� t al we a� m 'S w Qn ,N'1� NN j2 Al l•;- Sn"Qn'n nnMn Scw> "��^ ��' nn it! 'l ' qga - Q d= a° = 75= t k IP h i U_ 22 O i ON ,, W CY S w, IVY W W w N 0 0_. ° ° a xm x J x/ xl / s il * N Z 4 i 110 R, = NK p N ' 1 k' aQ _ 11 $ , a :1 t a zw_ Sig i 1 _ E R 43 p in 'mil `' uF„ ti . - �. �w�� t h JT j v a.. el� R a '. - v F 1 P _ a, Q ' 0. ay, .gNB W (—$ . :i:1.1_ Ili \t 1 4,-, t•..2 Q -.`='''''''..1=31'11 ' ,,742 1 / i x ,,:i o { ° F J J re.,-=-4.--L.^ W j :T0 = i,n ki ,�' " ■ ) I, a ' , A- I� u!I 6, a,,, vin.9X /4( sl ' ., i I .f ' ?-t .jam, n `' / a- w 4 i:a I '`l , 1 -±:n c _ _ •I '.I.¢ -t O .—",.' Q „j o '' Z3. 7 tr.;a .i a 'A W d 1. A• 4 W*W �T a o$ Vl ,= 03 i- 2 08 ``a' 1y a' Z- v I m 2'g� Q 52•M°i -- '�; ; IR o ti' w one c C ZZV wn ai ."� wU 1 O W.4 y,ti1 ,.wr.o .r Y 1.1 ''gN.:w 9.`4„,y 1 y \ .o - £ q9V "o 4 ''74:04 a8A 6c. I. -ti:T.' I'p 2 i i . O a a" S W_ mww -� Uoo5 . Ni_ � 8g za�aa e1 zSC':' < ' '' zpC 44iii 1111 a — W • i. o-S1; _,.7.: u5° : v ', Ft � I 3 a 2, '3d § ry 3- �_ 1 . -�' ° , o h ,� s ';i.7 j ,. a tl 1 !74 - t H h pp. p$ ' ;1.1' e V im �X ° // ,, • ',:',;'-4 I. Q y, V '' ?'a m� ::,1- `z� N ati oo y off¢. of E,°_ ,o yh 1 I a, 874 "p`^ a 'a . t z� opp .4.....i ua r I 1 5..i H� ,xo `t',o $S 1. �. N kf V m 1 2 118 CT, to $I: iA' O~ c m@ E c « .a m� n m .2 3o. m £ 5 5 mm 3 mt -3 $P :c m IS yo ' < mza 2 5 c Asm m'-5Mcm $m O a q '. t "p W m 1m8'8'p q C E �4wy E amaw 3 m'7c 4 R£v _9a 9 m U 8 am 5 '.5 •Tmr 0 «m t w 3 '6_11581 w US Stl z11 g ym ' ' 8 0<'g y0 aE EA y a i N S b c: t E g 0 o tc2 a 4 C E-•z . 0� � �E, vL y n��m m ;08 8 20E 8 w 7313713$2-• Ili=g3� N ° a- a C n mma_.t H �m a -. ' p � � �v g. yr mn 8 - 8 m ?om 4 � P2 n�� � «3c 8 m�� p 3 ,=' y ao mmy, c - x8 w c 0:2to m d ao1� tw m 8m3E'n8 Ft) a H m aS U E .c c 1 2 - ' r -.2 ib iZ� a h .2�nn cc , 8.Pm- c CC t E. W V5Wa o 1'W S § b 0 B5"'E C a - 2 rnma E c° �° 2 m,5��� as a� 3 E�ti LL mo ��S Q 3 5 I- orco5 E. i1 math aa�� m � p,�o a � my � m �y o I - O 8- m co 5 ,M O ,4, §- ccmc1-M O ��•-Y, W d )7 , U 'nmo ico ct8"a-ms s,'. y8' kozi» TZ m'oc8ga U 8B5 €T m5 a 1 I m-y�° - '32_ g3` n°.oEsa aeg° m°ci 7d ct- a� -o -.J--I BaEm0,:E am vm . .2.1,118 -. „ LP30� - �°8 « 3 5 ;Tr' FS m.m'°o a « m m E•212 ~ c8 m... d c 8 I�°Ma .G F= '6 o�o m.S my 8 b3i -°2o am'�.53Q0 mR8 - a Im- - aa 0o n53m$ 43 mjiilfln°�°. .3 N ao �a m� Z a«?s x &z : E $ y m H m' '- E a`o� - N E''m 7i.373_5 8 r`o_ 5 l a° O7 8 R 1 j]Sm,c ca m.e � mmv=cm m uEmoaxo msgQ Ii i8 w o .1-§'N- 3 $ 8-0'8.°s a 6§ ° g2 1 Eo h t ° m «mv E E o �L E j m « @ !T,;�8'c a F h2c 8 < a :y 5a m aQ m « ' 2a 14 2' 2aB ° m T ?ai.ad, W m3 -- 32 a = - � 888gm0 635+ b a§ . ,s3 Q8zNto =as I1c 2 ° ~ ::::i',.:1,) . i p _ O m _C 1"T C T i -�2 c 5 8m a -sy6 Smo� � `P9 1 '2 c Cc a E 8 �8 �°.�-bin. d'� m }-=o CC O. «a,C N 0 5Ti L UNz•b Lyz or-LL! ffie+af 52a c g ay5 •0. b"'�a =vci� mQ lid 04 a c g z.m N«. o c 'Smm mce'; cc m=..... c b m �' & C_ - ;4x- O0. `�yz�_ m E o- aym 2b m m `Da5g m m=oi, Ecg ma. L 2a3 2 O1-ii .2 8d 's 23m = vs �m as Qwi � i C.)CO nz E 8.c,,, m m m2- E _^ 3 n 'S 8 mN col N 5 >a mE mm =aa'm " b tT c _gym ° a 3 .sao a c 5 Yn6 r7. ry°- o y� ; mE-$ �4$.7 v E m o $ tNm ?3 E o �m (�� g-amm p m a F>i bE8O8aa . in Tco m 8- �5w � e. Z Rm m._ mm m_. miw 2 ma °� NL � _ g� gg y Z.. $ c`� Cw n2 a.cc y.'fl � O m 2 o--13-S X28=-0 QZx a. O Q 5' -,,3 0 5� ,,3 N b - J col N 0 - a« y m @! D tC b``�' n a c�° m m m .2 0-d .�as� mo8_, 21',1 -al V - .9O of of ° m 0 m c c ��h� v�. E �$ z 0 L. z3 m Oc > 1- P o 8mg � m`.'5mP3 n e inkUJ I " �n o 5 0 z v ^_� 2-7a1-1-5 �� roy 3Y H a,a c v m �� cc) v °o �m$ `0 53 to -1 z8 nm E $93 0 cn ■ 5 �6'''ag aa`m o� om��� m °$ �. E Y3 a cam+ " - b 4 o °' c k 8 o c m o -9E •� 5 E oS � - mm 7E-0°1� y a _ n rn@ c m N a'cy co a � 'U 5 'U ,gym•-g 92 8 ma a`c 582 ¢ a8Q rn�9am SQt' 0-o a°o-• .-°a c3 5� 6= fdcc m cmvffi� 6c'R 's , sc20 = ym'- 1 �a' a � c� E a m ° 5Em18m fl � `o mi gt 0 c ;�a$ E m �3 Q mT oTn Q m tE� am ��.o iti mma=E2e"N >'� '4m�8 « Em I - 2°' ill; � m cv }921 `"S' uaa �.i m� and mfaSET oYS6 7* �Em 5 ak 9b `Ea OUtnf)gnN °' 8E is E, ...co (53 c 8 cR a t. cc 'I c$ I-B h Z I'8 �Ci-8 ..of of 4 6ro r` w. j ' z i 1 1 B o - 0 a) of U N N r ■ C -C C C C O ca L m 2 Ura o O N Na = 6 O N o C y to 6 a m @ L N. ,... H O a O E U L a U a N O .o O U N c a ' c a as C y 0 U C C 1-4 -2 C;,E 0a) > z oO J"`V)i z o m o c 2 E —w Q x 5 a N . a N H O W :I o o ] ° M 2 E° C N V 0 o _ mz_ E-` z w C C a N E V N m N O C L N c U C C ,,N L 2- E C 3 E Vl ` 3 W C N C) y x N a s mo oa c s o ° ° a a m L E 3 a, x 2 2 Q y s -5 ,;(.2 E m L C W 0 is a) 2 C O) C N @ C L ) C y O N N c a) v a E C m N 6 9 5 p ▪ p - E a = a o N E S c c m C v d 0 E ° E Ta -o o o m ill 0 A: I N N t o U C a N N r O i d m a p S a o2 o N = > a 2 ,.Z c c a a 5 -o . `3 j o m ` ° . d 3 a 8 ° m a m m . - � m m° c m m f- . a & "o 0 o o m ' y m o c m . s a _o No 0.. m o o a c L c 5 -o c o m y_ m c m 2 8. 2 m x o o c;'E mo3 3a J m 9 ° c an 3 E - � d . a C c. - s c :° -.- o m • y-o 5 E a y a N a_- ci) 'p„ T, a c , c a co d c N ° 3 ° m C C o- y In a dCY N a ° . N O 2 8 Y c ▪ a 3 N a E r N a G.. :. o N a) . N U C LJ N ` O a y c 2 c _.`. z t0 o $ c °' ... a o - 3 0 o N - U • a s N 0 ma p o m _m N m m = a o a n m E c 0 .2 N" - m N a a N 3 O . X C F.- U 01 N N O N 3 3 D N C) � E .-o a 3 o a O O.E N p C --..• E c 'aO c i9 C U) w O U N C m N N• -m d a p o c .0 a E °a) a E cC ° cc2 � 0 T5 sr z 'a° Y m ao w o i u c ° Q a E-; w Eoo� �$ � R is a c c L Of ¢ 3o m E w E v s C n d c a o 2 S (0 a o a °n y a_ . F 8 E o .622 3; a A — o _N 8 C ° _ o 5 a U 2 _ 5 O a a 0 N 0 C I 1 r. m L - C,C - N a N • a) a o p C 3 a) N a) oa E m o m o 3 3 o i E a a a oN o a N o c` C - a o'6.4)Y - ai U c a . a) 2 N U N 'O U a o V C C a > S C o ;C O) 2 O CO a c N c .c N °- V C c aC Q m 4 c a N c F a CO i a- a ) c 0 2 i-�c C n E. 5 w a o a v o °' w C m c E > ° ' 3 I 0 E ° Qa a m N ° s 0 a 'Si p C 5 aN 'a b p a -0 O c a N a . ti C O 4-N a ° . • a C . • • o C p m o,c � C 9 C . U a {4I•@ � I'I a h d 4`o m m IT i. c d Q 5 m I,' .;'I(Sk; # c a) N C C m C N L N O c N a) U c N a) o_ i° - o 5 N a d'3 3 N Ul a O m N U z6 F E O N w 2 p . Q N D Cal e N N C C o 0 o U 3 a > O U U O N 5 3 a O Q. N - ' $a c N - , E cc .c V v N j a c a) O d a q V a a) O 0 O)a) O) O '.. a o Y C CO C - O a a w c e a) = ca -a. t g°p m >, V • N � a ._co 42 g s . Eo, m . i_ E � m m c3 m o c p U1 c c m Z; .- o j N U t_ u 0 ms .a d m ' «Y ia go D c `a o o F o E E I- h3�O Z°E .._.5- ° a °a m o ¢ ay m N m Z Itil -co ct 2 Q7 E 0 CI3 o m L. c pp W Z w` - a m n c Cn c-� T7 m c . U -,.7.: a d ° 6 c m R c 2 - a) o N Q 2 C 0 N d; a) U 8 Ra N C C a° a) 0 ) o @ N F•- O = a acZ O C 0 `° N s 3 c c ., c -c c E z °- E e aK l 0 = 3 m y ° p C c fl p ° a © a p y U L w m a .x > N O 0 L.:- N C o N• . t6 x J a e cc. 07 c h fl. c N oi o 3 _c a d E U c o ° d o J 2 8 c m2 c d >.. c m °c c. m v Y c $ Q a m C m c E m m CO O m t;l c m m o T - a,= m m o c w c-c c ad a U C a � - 5 2 E c° °= ° c 3 o ° >Q p U E w a a)c v N- E o N ° a c W 0 a g- a) Z N } O E c c o w m a 0 o a Z m d E. ° 35c am � E -cc Lu � c ° c� a m . O Q N 0 -'- C a- a j 'D as C a U Y O ` O ,n C a a C Q - E c 5 E ° c rn .c v Z m c m E o . E w a) a) ° 2)! A p 'C a C L U. x G a s A C O C a Q a - C O O N C-CO N 3 ` N R c N - 6 as a U V C C a 3 a = N C N Z U a I �'. 3 E ° a o m w o f o >,E ° c m a) o a 5 .( 1m ° ° 3 N«m a c ao �F o = 3 0 ° c m N o . c a s c�o @ N N ai .2 3 N O N W 3 3 N N a " a C c m N ` E W e a O n E = o N.5 c fl 3 c N C co £ 3 c E N CO m m ac _a m E N ”$ ooa y e m- ca ; m ° o c 0 atea N m a) ) 3 m C C o E c N a L m G m N a o >` c a) N ° c 23 Cv Om m0 w0 a" a 0- 05 0CC a ° m o C m o m m N m 0 U m E a = -.C E m E O I-� a m x C m 1 o a d m ¢ ` ¢ m m ii) O h- c ¢ ° )- co C. N N c d = Q H.c U w a • ♦ • • f- j 11 • • • • • • ♦ • lip v v a 7. v 73 m 2 O w os =II 111 2 `a .,,-,, rn ? i'N1 = 30) cc m a m w m fl.w U � m 7373 ILI m47) w o 20 mU E« o at Z N C C • • . O Zi pZ -o � o m m N o 1 2 `m 8 Eo Nca a O Y 4 O en p D D ., =li m d E m c t m ON ty Z -o t mE U `Ia o O.w O F d 41' 3L_ . m c N 73n ?gym n U cc o. o 'D5 d W ro8o o0 a mc o =. . o t " ct ' w EN V 3 _ g_ m i ? U -n. ▪ a a 7(q N w o m � m ° ,..,L° kr 2 w E o =H- m it y y Cea ) ` � w o d w 0 «w ro g Q.W 0 m ' y mw2 ( E w m3 as,7 r wa N m O C 7 « m m m 0)73 TOO Z� 2 N m,D U (n in' �d�y� 0 t U m'O -O Q C C ...,Ti O N To T L N - a 4 Q.. U . pd a C G 91 O ro (. °.U w C O c�t O 0' _ C- a w O og Q N E _ . � ZD 132 -073'1 m a s m m ` N @E,1w kj ,N.. ry 1 Q d m L5m m m m a m c a.c NE ro orn a)a -t- / 20 N m ° m a c: c c y= °c as m a o a WQ ` m ,v n ..E. a Eay E =� O 0 D _ oTs' u di > 2 w '1c y3 �z OUl N r C i3= `,"T,' mC @fn N m .s ti ` ,. - rrQ e �> ' EU EUm m "y o N m O i ` c I's, z 0Q Z Em =� 5N _o mm O m0- '- - . _-_-J oa aa O m"N = m =(n N= m� 36 m to tu 7, O 0) 8 m - 2 2 . -.5 8 73 ON E .z a- U pO '1 S wo m . c Nm2 m c'-'�= N <0 O (..) = n m c3d cO E o Ica a`o c X.� ' l e Q m w 0-O "U E'O m S _ a O y °) w cm = m ct >. gm c , mcC 73C mo -t(0Nc m73mQ m 2 4 I ) 3 N 0 6 w OO m m o3 73 a m o _ H m? ,,a . ro 0) c >m O > a ? 0am F"• O . ...,...2 cyt m73 v > mc c c m° 73 - a 0 U a S w c gm m =� m c U- m a < c a. Q«-, « v vo3-o mE 0 c g n ` ° =m c .o mU `-a . 3mm 092 g U .0„ Ozdf„. 8:51- t a ' m r 5' 1; 20 2m 1. - � m � 2a-20- 8 v • a) m a Q a m) 0 OO n a - `�5 a = o p1m c t w to In 0 � w a 0 2 4 �Um 0 Uo0n o0u Q3 o - o z c Es E t: r O • i& >, - a) N n C C m - C m w �m m0 3 ' m a m 'c'') 3 m L{� 'z. o• m C O C j �<co <o O " E 73 m= E L c3m :7<w= w m c Q 3 m-ao rZ O wa N w N- 00 - h. O =' m " - mi > o aw o � a z _d a t'; m �- m 73 73 O' m 8 a) am o i sm w N o 0 o'. E 5 dn m a ° c '2w 8m .. 1111.011.11110.. ' N w m ` 0) ;N? m 'L-12 " r) °)-= m _ 2. >.. s d.0o o,1 E � o 2 c ° 1 6tw v >`2 Y o m o uu` 2 , N V `at) C m a ma o m9 m a a Q m N.3 C �• ` t 3 a U O O p 'O . O z al i 3 2 " "N am dmw m n mo «m 2 u '=a c m - E > - m S O t2 ao 3 � o m = � om�o '" 0 6E. Z R E > E c v 3-v 73 c C 1 o O s:.> 2- _ m o o C E « v I4 o « o 5 4 V g2Q. O 'a -0 z. a Em 12 ' N a o t ao 2 0C- = c mD o m a= a = �73 m=1-�a) 1 O E N N o V O T m 73 y -q c-m "1'— m W m° 8 a 0 o s w _g S c a- . - o u 0 C c U C 'O N N =r 0- 73 73 - - C - E o o« m 13 Yo 0 J N-c tia t cmm cc a o J 73 p N m C w g c « 0 �`o o c as .• N w N 0 > C N an N a '1'G- Mmm U m m3 E c cU00c- -o = 3- 3 w c m 73 - m 2 N m c c 0 m mN 0= 8 c 0) 0 a 73 ci = 5 m m 0) Y Vm m 0 = N aG w� ttQ z oa aa? m m mc' r' H cam 0 ca m � to m �«m g m2: m -, a E Lw m Cot E m a>0m) m 73a 3. ca mmo a0) ;021T, m r « m = ocww p C v ry C m E _ N . U O N m C 0 e alc O o 0 C m a m m = 3 w E m _ o 4 E j Tm g Lo @ _ U .y 739 `o5 Q' a oa ( m O m =73 a O. a a 22 - w U« U a? U E t = N w m > _ m m U 73 m- m f O - m m m a - _me am m m - 2E w ¢ a m 1- m 1- w2. a.t a m . , o. • • LI . m w O c i I 1 118 c'N cc) ‘i •,1 rs s zs •• to „z , c 111 0 Ja sd ('-ts 00., ,7„ SS, 'a <•-■ 1-, 2 •• -a,'=',S2 ::3. Su- as a,4-'•9- Z 0 X ,§S R z 80,2,24, 0 -c c ..., c■• Elil..... c-. 0,53 iti .o E co .c r, u. ,i—," 13E24ig,72. 0 2 2 E0 ,.., 0 I— -o'43E0,0 F-: w i. =0"E.-S.- 4C . „..,..c O Z1 gl' g E 8 z c00.0-0z a: m z p., z L,,E '''.2 a.,Wy.., t\N.--.'''•-,i,-,. 0 ,,, ,e,.;, 'a• E o CO — . F•---• T—s m 5-'48 2 g cc w l's'', c6 `,..\\,,, z ala-q .,, . 0 0— <%o w• z 0,='2'E= a 8 - is ----..., I,"• •:. f--: YE.• ' —I r..-,.. ... 0 -4 gl..2 a- Ii : t,'->sg', .. `5 2 0■12 '-.-5 .c !..11 1=* : ''. E I:: 0.41c,o,<T, Z •- E= ••• • , 5 'al <3 0 o fa .94 414 4: I Ala 0 _3E a a a c i ' I ' 1 i - ;... I ' 6 - ...'• (.... _ ...,t . ■-.1•4. • ,..7r41 — 3 '31 ca, z --°cazile g t ramrst2' z 4 , ... ;,,. •-,,,R',' V40 ,....).0-., c",A• ■ cs ' I 1 I , 1 o * ' 11B ,M co ° z gkic � a 43 2 ° z w m I.: N U r W in a a c a . o 4 � � ;'a) m y c o a° C 0 J m ;a C V) W o m .. ' c W z `\ ,r V H .fl ,_ ...,.= C0 U Q :r ,n En? C LL H N ...w 0 1-J y V N V d C. _ N ' C 'Fs °a :',H. m T Al 8 a- N N O S p c N a ''§!4o F- m o l_Si a I}e g C.,4. 3 i J1 ' z�; 2 o t a.it E c s ;% ,_ p "1i U 0g ,t5 O ���s z x S_C e eats g h �x�i a.t o O N O' NL O c � o 7 @ 0 .a .-,R, CL_ W m m c c4/� d F N W p y m Q :,2Q CL 1-.. a j-o yayk co o ? yQ H.- W e C o W m eK 5C7 = 7 E m T q r-p ¢ = (,'V -.1- O a 2 Q G L N N -0 3 d ' c C m Z m "6a Q m Q r 2 O U u1 w � a o �� m^ P U C ti S m J C y N g N N cm N g, 0 "E o a om 'o N E u Z R I- O a N a) U a N 12 W Lu N tll (p N a a d a I ZI a cc; u) ›...c Z Z 0 c¢ I to 1- F-: I , 1 1 B 'I- (0 U 2 N C 2 i O L N w ° O O1% E E " K N ' �Y `R, 1, "O_E c `.O V t hi '2. - 2E y az = NOS.° oNz E y�,`o 3a W � ,K O .13 as .ai CO-, lL N 1 - E G W 2 'v1 - 3= aE `-°� ` w o Y Y ° 0 o c m c A m a � m2y ° m o (. z N > > 07° p c O = NQ`aa v" 14 H m m.T i, m y i `y d 0 w m o E m a,.. '� `` 2 > 'O'O C 01 c0 m C w RI c O c \CC � .._..., .,� Tri C a. In� 6 11 c.- ° ° U 2 .� Z a'yO0 N C _�} v V c 47:: c C J 7 v1 a N(p ... 'fr;ETTig O a al . T 7 CI a a) ° a _ c m _ - 3 0 E. o CO 2 ® � a,�2 �s,, :I{ . I- € a110, _ 0 Q G _~. a' R a I ' y D RIU c v � Y oa Vi ' O cC _ '8 E u, w 0 D'c o o tt u. "c' _ O cn co ;uuu c ca V U N CO N.2 d> u) ,.. t 7. a c n• m O g a 4 ...)x O Z., C c 1 ° :i < 5`� 5, Z m 6 i 01 '4 5∎ w O ¢==9 3 °9! `e, E n 2 8 a o LL ,, ti N o o o Q. Ca m cc E ° co° Q' w N °Z ;, • c a w m ma NU 2 g'e c t w 2 2 2 ..L... w E 1 cu) I- 1 a a o w :. E u m m a a w o ., a d T '' 17 - E ` E 2 U `° C LL a) a) c 0. ■ N a 2 t0- O o t 1 • i a� - . 2.., f ;h.q. _ — O O 1512t4,1,'u.:2 f m S -V Ee a w w rN "4K < _ O OC W G x tD m 7, � v W wNe .i� , --•=3,E ,-,5_,-, r -.' ¢ T it K<Sq 2= Y z �a. o a UzdoW o j Ix „IF-L-1 3o c2:-G yii� 5. Ozzz 5 I d 3 8.J Qzs w-<. �� my Ga k' z Z(ry(ry 0 S 'I Z 2u � w°O ( an ' "' z Q O Z 2 - Nii J aH S O f G 2 =<J Jy 3 z E KN w u � � Gz c - _z ^E Nwz -stew -n j °2, a za o� - o a ro ,ng. 'a'.`,,, G J . .^2 ° s ?� o Q ° ¢ o 2 A 6 ,-1 > o! iza I z z om z ,-.E , ,IT,.,. o a. z � z ,'° _o � a S a�zoN - r r O O �a ' '.„,=W,6 1 ® i� § ; 5 -.66.. 5 , 5 o a d Z 0 d oK N J UK 5.,,,-4,4n, O¢ ,,:g4_,r O lQ 'Q t N Ll0� ` aax N } 'L'''''-'17; usdCO n C o C, I 7 ,,,,,5,-,-,. NS^ --r'-' YTN0t , q Z 2 Z r. c G \W m oo c1 ..TZe a aczz ut <oc,,,,-'2 n q Z g n rg "2•Q oc 1 ¢2 G ! O = J" r' am. Kti U J Y KO NV G OY � ,_ ii d aVNo .i - Jy Ui jZ -KQ 1S o wLL s ' ° #- }=_ Z1wu? n 2w0 a 90E---6 3-, .2u .Ezr.2t%1z ?Za w a,a�z o as¢a a a <,_¢ a ,v M Q ,n a m ?- -1 ba: 'hfa CID to II--W ? d 1 CC p Zl l �w W C'LL.`n Loo < > z °'Q. .t Jo 6z� O i''0yF- ^4 Y W 1 Q ~ 1?m. c 5 u C>¢ I�g L y y (p W W ~ C V S s 12 if A K !f-o m-0 m a .O m w S t V J Z C�a 1. -Q d ° a cm� a m c c o . ° Q 0 =6m Uy=p L m c �.ym n O wN w I �N U ' ) : (= =,,L)°mOg∎—q a °£ Q w m m 5 co N O pLd ry m Q ° m o -CNA J m Z W Uo •3- O y R C d S .._¢O LL a w y 0 m w m m o a_ •- Q y W <U C c 6F .. N ( W ry . tV S W¢a.m m c.; . m L y E ¢ Q co wU3a ->u- c no v,s mot = c 2.Ts " ^ 'a J- - c o m m n ° m a 0 a w N w m y m u N ^ % 2 u ° r wa C m E °a a 2 0 L mom Z oz¢wo=w= c>Q�p . OU 3 w W y C m I- C L N O -- Q¢zQ i< Y U - N y, . ..> V Q m ° o an r 04,-.2 u.1_,0 w Jz >'14= d z..,cm m w3m a ` o m N °2 m m m m j w Z Ic-O w o-i'Ea pa'm g m e m 3 m m9 d a._� ,,k, N N O 3 y0 Q mD a 4) o't O I''14' GcN4 cc a, x 0 C N E_ � v°o c r mo ° � Z w J O C � LL° _ �'_ Za0�2o m ° i osEEa .-a �° A'(7) . 'S �{ - Er wz~-W 0 O O =:!ta E % m w c I Lu O w 0 1- M0 2. 2 ° E nmiv� m c= '8E m \ a �ZaZCa Z=a c .Im9 m @ ° = M -.-0 m rno `1.2 , o E d£ Z JoQI9 S i O a. c m A�p _ Ja ' aa rnw . p c.Y Y M 45 . 0 ii E 1 _.,8 � o m a_ 3 -0, 5m3 od m r _, . -o 3 - W Q m a a x a dm n A_Im E!�a£ °$ �� >O C 8g -jwy w N m °' xN y m -, _ - N . ` o m Ca I- Ec CD - (D m n 1 a-c;t m W y ymn.w rs.g m 3m a m , ¢ W > S 0 m 0 o<<ie m g, ° ° d oiL oa o °2 22 Uc w w`t A E E a. ° E E aos U)m m g l.N: o`a c E 2^ 22 u mnN v 2 o U y2a ro }- W W L_0 n -0 S o_ c=g z C w 3 m a I- Q 6N 25 m E y m 8 w N o w w 2 5 o m W 0 ¢ w m 2 a) m c 22t52 w m W n °s °c Z I- W I_ g m LL >0 m O m Z u 0- _ ° A c c 9'6=J. G md ¢ W a w € ° ` m mc m C) cc ` ¢ O W co,C s c�os w °` c E m ocm� 4acw < U > W I-es, CL 2WOO I '!1 ��m c Ya c �� om omsc cwou os m ZW 0¢ W ' vUJ C S W f- N a n w moa Q m t„ a u cc0 O ~ =¢ d T (' .,W -g57,, E�2duv A ° mm °s Z cc _ co cq N CD can -M- ee $ uwoe 8u °N 'Pi 'E5- om` Wi ¢WN = ' ..1,020 o n yi a C = m°a 'co W T m s O Z ( W 2W Q O = MI L2 QI- Wca cc Sy m w oema onmo 'm aAv ` m o rOc:9ua o 0 U¢ -'OS ¢ � OOOUO ymr m� mVmE E '�'c� = m a " a°z n V Dy O ? ¢ F- > W¢ cn !)C � 1 d E m 5 m Az m W R° = m° r t w o- m p F-_ m - 0,7,,-, .05, 6.°-•2 > c_ w m 2 0 _ 't m m - m q--,m o y N�32 0 a s Ea u.v Ey ..........� mh ¢_ ZV Tm mW 1,-, n E c �an2, � wto °,� ED t09 a°£ m 2 t=- u n w m N IL- E N 0_4=F- o n m o > S X ' 2 0 CnC>z ,..1> :'''''' 4''' L = o ■13 2' TS :6,1' 4L+7:-S7 l!, .,,...vlq 0 " . ,:::, , ,,,Q , IN t,-,4 E. . c) .:4 1 <1.,..sztfoio w r.,, ,,••■0.,, -,..`t-2 • 1 rij z ex,,z‹ -i: 0 -q-,-i",!!,-"•0 0•,7 -g •15.'4 1 5 .",2 01 H4. ili 1.- H! z >-_I M..,..■,71-...›-L,„u.i Li.n 2 T=1.6 ,a'3 0. Z E ,,,s,T, 0 1 1 i 0 z Zi,., , 0 E e r..7, s 2 E 5 i;,!•7: 1 ",4 Ti 2, o 7:C!'-"! ,,,, ,.. . r.,. `) i .. a . 7.,. Ni l'il 5c 'f,,0 .-- N , 777,7 ....-1'ilw-f 1 ggEitalk-tt ° a L... 0 , , 2 " _...,1 < N . 0. ! L, ."—•-•- 1Ct - 1- i ci_ ----;__- ■7 '.-; . s 1-1 1 E Z E !=a,o..,,,, az,,e. .... . ._ _..„ 7, ,41 :, . ' 1 1 1....„1,0 0 ,2.§ 2.8 '2' Z 1 i 6.6 ai -. ' E. "5 :C. .7.4 1 0i: z w c r .ic,_0 _..,.. a g i tti? •g- ? •g- ' •.:,..• -. PE-,tm?...- ?.. .. 1 P.,-.1,•;, 4 -,. zz ,' ,4, E.,,,:-..,„ i! fCftl -43-, tEi .,r" ' 5 ' zi i1'2 21 g et' % f,''•Z!. 0 g 6.-R1 il5AL4 Iii a 4.,&.:-.-z-,-i . t q .,.• , 0 z li 6i °,::11• ,:,,:,iP t- -., .1•4:.;.4s, 3 ri ` :";•'," ',,,,L•losv, , .f. =.3*.e."). - ' 1 'NMtSkAA ,, ;,7 :5 214 Z'' ',31 ."- -..; isollil 1-1 11.11 V51:1 ... 4,4w E u.1 2 ,,,,,?,..-', ',-",,A• _a. <1 F"_ z , 18 0 0, <—! -F;t. z li 4,4- • ..:-.-.....,„ col '.: .,„, : <,.N..,..,-,P"4,,•;-,L.,'#',*•'-y''',':-'„.')''1 7'0i''2,.4\4,7,f'e'- i = r,1 .7c nik,- • !:",4.,•4.•,.!: t...,,,,,,, -:., , . E <1 , .9, 01 .A%,•,41.1,,Z4 01 i 4 ,b,lv'..,.;.,01.; \ . . . =i, x, • ler:4-4)3v*, z: ,‘.,, „ r.;.,,,,ii?",,•,"2'2 Sc' -i ,..,,,,,,-,,, I ! ! I • , A,,,,;•"..4...,fris -7,-•''/ CC i c-"+!'"WA,,,,,,x•,,, ' i',•:, ' -, . 1 • , !,•• x. 0 ILI !!: !: 4_4-- •, il.._ - , - , -,:. .. .. >< W; ttli gx ,, 4 w °•,,..°,,"wke/ - .- z. , cc a- ..,0 ...., ' ,,,,, •-! ?. Fli t c2,4 , )7 w 1,, 2 --- ' iT't31 r li • . ! ! ! -w •Nk,\,,,#,., 0...2. 0 25.5`cl 1-w 118 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19,2011 Page 2 Date Of Issuance: April 19, 2011 Expiration Date: April 19, 2016 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Modification To Permit 11-01140-S, Proposed Concurrently With Application No. 101122-9. Right Of Way Permit Status: Not Applicable. Surface Water From: Water Table aquifer Permitted Allocation(s): Annual Allocation: 1,800,000,000 Gallons Maximum Daily Allocation: 9,072,000 Gallons Proposed Withdrawal Facilities -Surface Water Source: Water Table aquifer 3 - 8" X 55 HP X 2100 GPM hydraulic Pumps Rated Capacity Source(s) Status Code GPM MGD MGM MGY Water Table aquifer P 6,300 9.07 275.8 3,311 Totals: 6,300 9.07 275.8 3,311 i 11B 1 4 1 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 3 i 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 J 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 19th day of April,2011, in accordance with Section 120.60(3), Florida Statutes. 1 Sincerely, to' William J. oley, P.E. ' Section Leader Water Use Regulation Division WJF /jr j i Certified Mail No.: 7010 1060 0000 7593 5493 Enclosure i c: Agnoli Barber And Brundage Inc ' 4143 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 4 Limiting Conditions 1. This permit shall expire on April 19,2016. 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: 3 - 8" x 55 HP X 2100 GPM hydraulic Pumps 11B Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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. 1 1 11B Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19,2011 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, Regulatory Support Division, MSC 2420, P.O. Box 24680, 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 if the Permittee's dewatering operation creates shoaling in adjacent water bodies. 118 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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: -3.75 feet National Geodetic Vertical Datum (NGVD) or approximately 8.75 feet below land surface (bis). 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.A.C. 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: Dewtering operations will utilize three surface water pumps as described in Exhibit 4. Dewatering operations will follow the dewatering plan provided in Exhibit 5 and illustrated on Exhibit 6. Turbidity monitoring shall be implemented at the LASIP Phase 1B South Canal any time the project is discharging to the system. 118 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 8 Limiting Conditions 28. Turbidity measurements of the dewatering water shall be made daily at the point of discharge and a background location (upstream) in the receiving water body. If turbidity levels in the dewatering water exceed 29 NTU above background conditions of the receiving water body, the Permittee is required to correct the situation and cease dewatering operations until monitoring demonstrates turbidity standards are met. All data collection results shall be retained on-site for inspection by District Staff. i 118 Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 9 bc:John Randall C. Tears P. McGary Permit File S. Korf WU Compliance -T. Schwetje ADDRESSES Agnoli Barber And Brundage Inc Attn: Daniel Brundage 7400 Tamiami Trail N Ste 200 Naples, FL 34108 a ! 1 1 B 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 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 1 11B 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. 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. 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 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. 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.07/01/2009 2 , 118 R 25 R28 R27 R28 R29 R30 R31 R32 R33 R34 ----'-' t-4.-1 1 .... ".- -t .1' + '- --r ---4- t -t. -4---4- -• ..t. t.-4-4- -4 • 4- 4- 4-- F± ,-. -t-- --t- ,--tit f T 46 t --t -i. -• --,. t -1 -, 't I t --b- , . -1 ••4 1 1 t t I- - t 1 -4-1— t -4- t -4. 1 T 47 , , •: + ; t - 4--i--t•4 -I-- I-- i- -i- i.•- . I 'f. -t- -4' 1 • -t -4 t--4 1- 1 .r 4 4..-- • -4-. -4- .4-; .i,--t , , 4 ; '. : , : t • : : : '• ' ; . , . '•__ , , , , . , -4 -4--r 1- -4- —i- -1- -4 -4- --4 - r--i- -4- -i- -4- • -I- t -4 I' !' -- -- - i- -t . I-- 1.- -4,..,---1---i-i-----i--'--,-4---,,-- i-- ■ !- -i I -t i---i-- '--T- 1 '•,. 1 + - l' -4- - t ■,..— ...'t -!---I 1 -tt 1- t• i ■ ' t 1- ±-• 1- -t t +7 148 • 1--"lit ±-1- - t- --t --t 1 't • - -i••-; 1-1-- ; - tt-1-.. . -t -t. -t- -t, -1- -t, t t 1 it 1 ‘ ', 1 t I i , .I, r ' - . ' ■ 3 ' I , ' . , , ' • ' , . : ! • ! , _ !, I ' "I"- t 't t ' .4 14 I.' 4 t ' '4 ''. !'' t 4 414 : • Z t! •• I.!!!•• ...I! i,- 144 `4-.-•4-- t, '`., \ k,---- '`, , -; ..„„.,„„.4,„.; • 4 • •4 --4--,,- 4-- , th--r + 2 T i- T t' "1--t--+-t-±-- it'-' +---t---■- -I' -t -t 't 1- 14 -I t 14 4!! + 4 -1' -' 4 —4 14 4 4 .4 ' 7 t I i' t .• '-' ''. ..' T 49 -1- t - - i t 4- -1- •-i -t• -1 1. tt - - at tt ti -1 - -t. 1- --t -t --:- ' -,- -1-• 1 -t -t ...... --;.: -t- t. .1-. ..i.- tt :tt , -I- -,- 1' I --1- t- -,,- , w 1.75 • - t t • . , .,, ,; - , •'• ; s 1 i- t I- 4 44 - --t•-I- t--14 t• •• -4. -I- t -4 1- 44 .1 . 1 I, 1. I Y ' -f. -I. -1- i 1.- -t. +' T60 1. , ',,,, '-4-...1 --1- - -t-, t--..it : -4- : -4.- •,---1-± i-- 4-- i- -1- i. : ., ! ! '4 44 4:4 1- !-• --i--.-4--}----4--i--- I arab,,..-f- 1 1---4---4 44 -4- -4- , 4 4 i 4 -I. t • i- -,,—i f i ; r . 1 s I I 1- I 1114 I- 4 1 4- 1- • i• 1 1- IUVi . , --it ,- 4 r- 14rI : . ■ t rFii • , . ■ _ I f- , f 1 T.- 1. -, .1-- 4` ' 7 . "4' "I !' ! :' 1 f t : t -,- 1 -i. -t -I i ' ''' "" + 4 "t• --, t 1' -4 -1. ' 151 .. t i 4,_ ,, i -4- 4 4 _ ... 4., . .. .i...„4 .1._.4.__„... ;,,_ ..,...., 4._.+.4.1._ .._4,...1.- i_.i.„, ,__ _„i__t„_._-„-.1.-•--4- ' i .-I-- , : 4. IN r,f,7, e ' ilk:6;1---4-...:---44-•4---I- -4-- , --4-4.---4---4.--.' --4-1--4+4' ; ; -4---' I- i 1,--- 4, ---■ -i 4-- 't ■ -4' '!' f i i --.i.'- i ..}.-. - -.- 1- - -t. -1- 1 -i- --I. t + 1.- + f• • it vitif..7.,,,,' . -it tt-'t tft 4- +tit-trait- t'tt ' --'' i---• ' It - It -',-- -I - ' 1 52 • - * 4-' "I!' i 1' 't'1.— t 'I' t! t 1" . :. • : ii.,,,,• - ! `il ' : ' ' ' ' ' • • . k , - t t --' t -= t t r , -, ,----1- : + ' i t ' • -:• : op ..., • . , --••• , ••1• -4. .4.---t , 14 1- ; --4-- , ' : 1 : 4--•- , : -1- 4- 4-• 153 . , 1 t ',-' — t -1 1 1- 4-1 t 1 -I- t -t -"- -, 4.- -4- 4- 1- -- -4' '- . . . • ; ,11,,••F A IV -i-1---t i - -1- -4.- -1-- , i i i i--- i--, -!--- ' , 4----4-- . . Project Site 1 t . COLLIER COUNTY, FLORIDA N 1 ti? 1 Legend A Application Map Date: 4/1412011 ••': [2]Application Sections Application Number: 101123-15 . . Permit Number 11-03200-W Project Name: LELY MANOR OUTFALLS 3 AND 4 . .... ..„..., ,, ,.-- 0 10 20 : I Mires Exhibit: 1 . , •,. a ? ` �� '+ � E P iE y DRIFTWOOD LN s v �• � 1 111;4' MENTON LN 2 t � s � a y„.���+ an . t BISCAYNE DR Q- a , t 1 1 $� 5. t �' PRESTwICK DR + t — O ) RATTLESNAKE HAMMOCK RD 1 i--v.,,,......1-- � yip'„ � �"«'�k "�.:t� ..„, n'" aw �. V�/� $ X Q /` m tCf 3 l p 4��\GJP� f r 4 0 t �Op ���d� s e'�.'.z:% S �t�r11 n { ? t f '. G ".-\::;,',,,,(4.,t;,' �� ..1.,iP,A ,�'m .r. .-.'°DEERW gs ��•t�'��; 9 f 'g1 0 4 ' �ti.W '' !Z, OOD ClR m Du y > '•[„-'" ? 2 �' > d 4 .^ OREINS gLV4 .� r �P 9• ��p jr Rrt as • „,'•,,,,�r. 1 fiti• ° 'q`�'�Jj n s�, "���`" tV� ' fV DIXIE OR i— � � z• e O ij ��, K`n�� `° - _.,tea us $ ~ '' .,,,,,,.4 ,. •-,., - „,, \1,, ,,, ,,,,,, ,,,, i • •• - .- ,i.4:,.4, -a..,1-;,-,..6 >,.\if RAINTREE'',''N\4R�:',,,:',*,;•'�' /6' ‘\{ r`' t�O GF'L� �'t0 ,1.. < . ...- t ,.?y t p �f MAPLELN xj` _1x t7c as t ,8 t 4 x �o a _ CYPRESS LN 'a{`r" l'QL , t a . 30 �w !•h 3 ' •MYRTLELN- ,�` vl�-1 �. �..� s,�0CtR SQ r �� t 00 E , E 1 , I ,„),', , - ,,„041'.•',.. li:S,,,, ' 1 ,.c — ' 1.: ;I"I. '' ,.x.t"'1."1.—:,% ''''`' - ,;`,''.4'''' ''''', o <t P ' �iPj ?^OSAGE�TRL -� cwt — . Q+` �$s { w`•. ' P s' ARAPAN&TRL a ,gyp ,, , 4 r t fi Wri.S'•� •, GQ,� fie" x i", .�V ''' CHEROKEE TR ,^�, u \\'''*— TALLOAK°RD �� I �O s/p" i x °- . . „- d .�. f � FULLER�LN r, Cz � eti ) 1 1 ` PRICE ST s_ A�Q� 4.4.I/ ::::,i .. R ! �s OR GRIFFIN RD TA .4� '40,,i2,11.,. 1 .. � MANAD6DEt ?.. ' & r 7� "R , ANA _ \�' s. •I 4/tip 4\-11C)..„ ,* } $%".s.'1,, DOT Re, 04{2009 *. ' - r y �p.r...w kt ':� , fFE°�. ......:.-., £ ! UJ °'� ` .. !F$a'R�,.!+ 1 NEN COLLIER COUNTY, FLORIDA I, � �� Legend A l Application Map Date: 4/14/2011 ululalImIsApplication Number: 101123 15 � �,�■1311,1j Permit Number: 11 03200 W '11511115 i 4:,,i11111111111111111.111.1111. Project Name: LELY MANOR OUTFACES 3 AND 4 $200 �'7414111111111111111111111 8.400 • II Feet Exhibit , 2 1 11B a .rte #t' S 4�- \,,:::\!.,,,k-.\� a*r `b mot• r ;. 1 �° a RAINFREE LN �. <st .01 _ t _ �C" , � '�C�N. '-Y .411,,s, /, - ' Cie I = {� 644. . Vili'l" - a te. .,yam - '; ` -.Ap ,,ii.k MAPLELN s �p. M�9 ' A ' '1.A . '"4 , mow, , A ` a '' >, s .. '1'� , • • ^ § 'r } 1 j 11 i'' .---J 'al •r• 04, ..t r ,,,,,,,i, ' 4. , ,,,,,,..,,,\ -, ,„...p.„,7:\ „•,,,,...-• Ill ,- — 'VP' - 'l',4 4,y?,'',, 4 1 , . 1 N„ I \I+ - w A . MYRTLE LN A >r \��% Qua ; k3 - i$ a r 5 . ��, : , � � - X As r::. I. t 1 ''''.. t / I< 1 - N 4 d r<• 4 f i : . .n,,a , ' .40 ,, FOOT,Rel.0412009 ' § 4:-4,44 A.'.:,.",' mt.., .rte A IIIIIII COLLIER COUNTY, FLORIDA N 1111111■ Legend A Application 1111111111111111■ ♦ Pumps Map Date:4/14/2011 1111111111111111111111111111111 Application Number: 101123-15 11111111111111111111111 Permit Number: 11-03200-W 111111111111■■1111■■ Project Name: LELY MANOR OUTFALLS 3 AND 4 ` _:. ■i• ■■■■. • Y` .N■R 0 600 1,200 Feet Exhibit : 3 i 11R co co a_ N E a' a1 0 m 03 co W a`5 c . ol V 0 CO to J t a a m o v co E m c a a) z o W rr�i °� E E � f0 � ' I- O N d CL CL .0 of N tr) Z CO c0 ,F. d 0 � N C O r 0 W I_ C .3 N V a) '= co C) N N M co a) U ,-al L to a s N o �; N w 0) �` L1J N co N C N (. d ❑. .0 ca N to Z M CC co 4= a. O (1 7)3- cm (1) to W '- C 76 � C CU CV <0 a s 2 0 LLI N n a' C 0 N 1- C) w tf)co .E c 3 '-- r to = 7 tf) c,.� LJ.I r M C 0 N Q N d CL CIL _c co N tf) Z Q' 'c0 w a_ f 0 N d 10 a as o E a) H (7 3 0 m z a a o a E z ° >,a. C C O II.,- 0 C m 0 d U s En N ~ 10 a1L as a '- C = d a `� ►T C) 2 m o .°� o c (0 = a) a w0y wa m a a a `m ` wz 0 y a z m rt R K = ( 3 = 3 d A O 0i 401 0 N a 7 Q a z � a wa o a a i- w a NaW < n 3 U) Exhibit No: 4 i 118 NAPLES MANOR OUTFALL 3&4 DEWATERING SCENARIO The proposed improvements to Naples Manor Outfalls 3&4 consist of improvements and excavation of the two existing swates and construction of a stormwater culvert.The proposed canal excavations will be accomplished by dewatering the canal lengths in two phases. The canal at Outfall 3 will be divided into two cells by placing YP a canal block at the west end of the project as well as in the middle and at the east end of the project. Construction will begin at the cast end of the canal. Dewatering will take place by pumping groundwater effluent from the east cell into the west cell. Excess effluent will be allowed to flow out into the LASIP Phase 1B South Canal,provided that the water is thoroughly clarified. Once the construction of the east portion of the canal is complete,dewatering of the west portion will take place by pumping groundwater effluent upstream into the newly constructed west portion of the canal. Excess effluent will also be stored in the upstream swales east of US 41. Construction phasing can be reversed if required to satisfy the contractor's means and methods of construction. Construction of the canal at Outfall 4 is similar to that of Outfall 3 except that the construction of a new stormwater culvert will be included in Phase 1. The canal will be divided into two cells by placing a canal block at the west end of the project as well as in the middle and at the east end of the project. Construction will begin at the east end of the canal by constructing the stormwater culvert followed by excavation of the canal. Dewatering will take place by pumping groundwater effluent from the east cell into the west cell. Excess effluent will be allowed to flow out into the LASIP Phase 1B South Canal, provided that the water is thoroughly clarified. Once the construction of the east portion of the canal is complete,dewatering of the west portion will take place by pumping groundwater effluent upstream into the newly constructed west portion of the canal. Excess effluent will also be stored in the upstream swales east of US 41. Construction phasing can be reversed if required to satisfy the contractor's means and methods of construction. 1 K:\7000\7599-6 Naples Manor Outfall 3 and 4\ConespondencealApplications\Dewatering Pennit\Naples Manor Outfall 3&4 dewatering scenario.doc EXHIBIT 5 Application No. 101123-15 Page 1 of 2 118 The groundwater effluent will be clarified by use of hay bails and crushed stone sumps at each pump and storage of the effluent in upstream canals.If necessary, further clarification will be accomplished by use of Baker Corp.or similar filtration systems prior to any required discharge downstream. A saline monitoring plan is proposed and will consist of monitoring the chloride levels of the project groundwater effluent and the background level of the surface water at the LASIP Naples Manor Outfall West Spreader Lake. Chloride monitoring will be conducted on a daily basis. The results are to be recorded and maintained in an accessible location on-site at all times. Ground water effluent with chloride Levels between background and 200 PPM above background shall be stored within the canal system. Groundwater effluent with chloride levels between 200 PPM and 600 PPM above background shall be diverted downstream to the southern spreader lake. Dewatering activities will stop immediately and the SFWMD notified if chloride levels above 600 PPM above background level are encountered. The canal blocks will be removed and full canal flow restored at least 72 hours prior to a forecast weather event in which 6 inches of rainfall or greater is predicted to occur. Refer to the dewatering permit site map for a schematic representation on the system. 2 K:17000\7599.6 Naples Manor Outfall 3 and 41Correspondences\Apptications\17ewatering Permit\Naptea Manor Outfall 3&4 dewalering scenario.doc EXHIBIT 5 Application No. 101123-15 Page 2 of 2 , 1 1 B , g ; i 1 i i g , . 1 ill if ,, 2p, 1/i ir 1 0 („awm-u * t, :14.1,-,■.. ....._ il i 5 il it. 11 15, .; ;;-$4 ' 1 ,; io 4,1 1 ° _z-7 , 1 ii, t 111 ;11111 ..ik, , 1, g 4 1 r 1 0 t 11 .1 --":4:4x, 14,, 1 , ,: i ol I/I iiii i.,,,,, „ ,... „-..= .-1:401.\114,. .\ 1: ' i ! gl! ill 1111 11 4..... ,;!' .' , .;',71:4,":',,,-'' ,11 ' . / 11; ill 1,g1 i '...‘,..',e.7 4 , -;:.1',. 4', le ' N2 ... k, ''.4r,,,'- ,,, 1' '41,•*.>, , ' 1 1 !,,, ! 1 ii 112 1112 ki i '":1g '24111tA , : ; ':-,t-.%1,;!'„ ,‘ '',. ;1 ' 1 I ` 11 ill " 11 ts'!ill'i'-' 4'.1:4‘.. .■*, ' 14, L , gl .riv4c „,' °4-`,„‘ .; II, ' Li 9- ! I t / '1111 .481 i °',, ,v41:,-1,,,:i. II , . . ° 1 1 1 8 1 ' - 014%'" ,' ' xti'':. ti 1,, ., , ,,..., ,. ,,,,,,,, „ „ ..,. ,„ i.11 si w --- f -' , i i „, ! 0 ,1, • .\.'” - ' il 111111E1/ titA 1 . I ,. i 0811 1°1 1 ' '''' ! 0 I 1 ',2,,..;,,-. 1 t , \ -,„,,, N. IN lifitl - 11-0,,,,...- , \ , : il eil ! el : i ..„-' . . \ i, Ns , ), 1: ,I gi !Iiiii 11 I IA s 1 1 1 - NIN . 1.11 1 iti :.4111 i ' i,..k., ,0,,,.,-,, ,, , 114iligiy. .11. ii, 112 HA ,-4 .,..„,„w,,,,„:, , u . n 1 , ‘ Is ,,,,,0„. ,°,:ill °I • I 2'4 ; IP Elligq 11 "*. e ..4.. . . n 1 -4: ;11 f S.kl$ig H f 4,,wo ,,..-- 11 .17,7p.P. , .. 11/ :: ,---;...ts t 4 .1. , *;''' ''''' 't‘..."', 1 I • , ,(11.' 1,:ii.175'itt,I ? ' 5*'-'*1-4; . , 4' ..1. a :--",-*"., ,„°:_ et 44. '''., ii 10 .1 1,>1;•4 " --'tl- Nii '',1_41",° %,i,Z,T**,.,,-.7" II.-b7/F ) g! gl il ,;,ii, .g., ..1 ti , . ,, ,...1.- ..... r p 0 1 1 wok' ' :it''' 7; k. 12 , ': ''', .,,,#,,•.e.,,oi:°' 1.01 1g ,M -' 0-44,4 —. ' ,,, .'`,"ill i ki ,r- ;; ; :',.' .• ' lisw ', ° i q, . Rifts . 7 Ai ',.', ,: 4,'-' .2 .„,,Ill'j , •-;:°:': *4 1 'V .4°,,', .). 1 a 9 i'.:"°. . . ke ff. ....1 101123_15 EXHIBIT No. Ex-H; Application 1 of 2 Page , 1 1 8 iN a' 3 17, 4 1 Et■ 1 54 hi. A I la I ill ill 1.1 33 il gi hi 1 pq i t -1 ib 1 ig l'< ;I t§ ,g-. „v." it 1 t fir 4111 1 Q ,, 41 , . a 1 141 1 - ,. .5,,,-.3 '1 I 1 P./1 ;IJI '..). -i 1 Ili 1151 , i g 4 1 1 a: . 1 c iig 11 1.1 t I 3 11 /J 2! \4),.. ,. ,,,,,, ,, .,,,,,°,;‘,11;01,A,,, „',i'' ,, ,,•''. i (1 I 1% i I i .° tiq i 3 ...... 1 ... 5 al g tit 1111 11 1 ; .i id ,111 li ilt ..= "' . - ' ,. ,,—'*---•..' ° W10 , , , :°'!2.1 1 :. '''''t.;: I f`;',.. 4*- m!I ilixl i. --,-,-. g il i 5 g 111 ! ; f Ngl Ai". . I A ' ill N g litlii , i 1 /3.411 eit. .6 It , i !I 1 11' g ' '' 1 , V5, , _ -,.' ,,n1 k .. :, : ,' , ycl...,71- -;.,.1,,r (1 , I ,.,..4„,..., .. 3 ' ''" ' " 1-so Ion gtoff gl, , i , ; 7477,-;,-4‘' ' l 1° 11 ill y. z eti i-, fti,,y ., I ,' 04 IIIN!li I It I Iv , - .„.. -.,,„„, -•,,-- -i , - , ,_ ,, 1 1 f 8 1 !;1 g .1' 4 1 . . i 1 a ,f,4 Is.F9 II I 1 1 ' Rgillogisliiil il : b I . 3 g1113 ' ' = = ,. i t - 1 i 1 f 1.'4 .., 1 i , ,.i i 1 ,, { ' 1 11;1 i ,) ...1 z. .,Y . i „' ',-- .. ,,, ,,, ' . = ...,, :I, fter,A!' 4 .pa,0•1104 r' , , .. , . , ..........-, 4, IP N 1 i 1 ' ' , '' 3liVii5,,...,,,,,§W i ,• 1, 4 , ', ' 4 t ,7--r..-- - /-71.41-3---)'' 4; 7\uNi ,....„. :.-. 3 I , 1 -.1. i i , . .4,,,,,,! 4 , i WA ....,-f 1/ J' .. p li I I ,.1=t - ,, - , 4 ,- ' `rf' 'RR,/ I . : 4. li I I • , ) ■ -,sz-..1,,Jrk. -,4' ^: .,, ,,,'"'" ,-' , „ ,, 1 1 -,___--=-7„,„, s., I , , ,, , 1 .L. r I 1 4 i---- , , .4 , , .,,,,,.... ,. , , R 11 ., , i ,-- tal',.- =,.. - 1 ' , , := a, a -, , .t le . ., ..- - '. . , , 4 licti,ey .;„ .--' • ,-, , ‘-, 1 I _ _ - ; 11” ''' :•' —, ' '11 . . . , EXHIBIT 6 101123-15 A pp—rication_NO. ' 2 of Z page_ 119 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 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.07/01/2009 1 118 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. 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. 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 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. 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.07101/2009 2 I 11p r„ti `,. SOUTH FLORIDA WATER MANAGEMENT DISTRICT ,fit ,R'"j ENVIRONMENTAL RESOURCE s"`f`'"� STANDARD GENERAL PERMIT NO. 11-01140-S DATE 1SSUED:May 11,2011 Form#0941 08195 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3301 TAMIAMI TRAIL EAST NAPLES,FL 34112 PROJECT DESCRIPTION: Construction and operation of a surface water management system serving a 9.46 acre project known as LASIP Naples Manor Outfall 3 and 4 with discharge to LASIP Phase 1B South Canal. PROJECT LOCATION: COLLIER COUNTY, SEC 29 &32 TWP 50S RGE 26E PERMIT DURATION: 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. 101122-9, dated November 22, 2010. 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 3 Exhibits) 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 distri. :.n list) no later than 5:00 p.m. on this 11th day of May, 2011, in accordance with Section 120.60(3), F ." :tutes. BY: /f •{'�F:• A. :ea P.E. /∎ -ctor, LWC Regulatory Division Collier County Service Center certified mail number 7009 1410 0001 8012 3865 Page 1 of 6 Application No.: 101122-9 Page 2 of 6 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. 08818, 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 shall 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 Application No.: 101122-9 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 Application No.: 101122-9 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. Application No.: 101122-9 Page 5of6 SPECIAL CONDITIONS 1. The construction phase of this permit shall expire on May 11,2016. 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS. 3. 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. 4. Measures shall be taken during construction to insure that sedimentation and/or turbidity violations do not occur in the receiving water. 5. 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. 6. Side slopes shall be no steeper than 4:1 (horizontal: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. 7. Facilities other than those stated herein shall not be constructed without an approved modification of this permit. 8. A stable, permanent and accessible elevation reference shalt 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. 9. 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. 10. 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. 11. 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. 12. 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 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. 13. The Permittee shall utilize the criteria contained in the Storm Water Pollution Prevention Plan and on the applicable approved construction drawings for the duration of the projects construction activities as Application No.: 101122-9 Page 6 of fi SPECIAL CONDITIONS indicated in Exhibit 2.2. 14. The Permittee shall utilize the criteria contained in the Urban Stormwater Management Program for post construction activities as indicated in Exhibit 2.3. 15. The following exhibits for the permit are incorporated by reference herein and are located in the permit file. In addition, these exhibits can be viewed on the District's ePermitting website under this application number. Exhibit No. 2.1 Outfall Drainage Details and Cross Sections, PVC Drain Details Exhibit No, 2.2:Storm Water Pollution Prevention Plan Exhibit No.2.3:Urban Stormwater Management Program 16. The exhibits and special conditions in this permit apply only to this application. They do not supersede or delete any requirements for other applications covered in Permit No. 11-01140-S unless otherwise specified herein. 17. Endangered species, threatened species and/or species of special concern have been observed onsite and/or the project contains suitable habitat for these species. It shall be the permittee's responsibility to coordinate with the Florida Fish and Wildlife Conservation Commission and/or the U.S. Fish and Wildlife Service for appropriate guidance, recommendations and/or necessary permits to avoid impacts to listed species. 18. Prior to the commencement of construction, the permittee shall conduct a pre-construction meeting with field representatives, contractors and District staff. The purpose of the meeting will be to discuss construction methods and sequencing, including type and location of turbidity and erosion controls to be implemented during construction, mobilization and staging of contractor equipment, phasing of construction, methods of vegetation clearing,construction dewatering if required, wetland/buffer protection methods, endangered species protection with the permittee and contractors. The permittee shall contact District Environmental Resource Compliance staff from the Lower West Coast Service Center at 239- 338-2929 to schedule the pre-construction meeting. 19. The LASIP Manor Outfalls 3&4 requires 0.38 functional units of mitigation. Mitigation is provided in the LASIP Mitigation Area. There are 7.66 functional units remaining at the LASIP Mitigation Area to offset future wetland impacts under the LASIP project. Upon the submittal of future construction phases, the permittee shall submit a report detailing the status of previously permitted wetland impacts, wetland mitigation areas, and excess mitigation available. In addition, the applicant shall also provide updated wetland jurisdictional determinations verifed in the field by District staff and updated listed species surveys for each area included within the project area requesting construction approval. erp_staff report.rdf 11 B Last Date For Agency Action: May 13, 2011 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: LAS I P-Naples Manor Outfall 3 And 4 Permit No.: 11-01140-S Application No.: 101122-9 Associated File: 101123-15 WI/ Concurrent Application Type:Environmental Resource(General Permit Modification) Location: Collier County, S29&32/T50S/R26E Permittee : Collier County Board Of County Commissioners Operating Entity : Collier County Board Of County Commissioners Project Area: 9.46 acres Project Land Use: Government Drainage Basin: WEST COLLIER Sub Basin: LELY CANAL BASIN Receiving Body: LASIP Phase 1B South Canal Class:CLASS Ill Special Drainage District: NA Total Acres Wetland Onsite: .59 Total Acres Impacted Onsite : .59 Conservation Easement To District : No Sovereign Submerged Lands: No PROJECT PURPOSE: This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 9.46 acre project known as LASIP Naples Manor Outfall 3 and 4 with discharge to LASIP Phase 1B South Canal. App.no.: 101122-9 Page 1 of 7 srp_staff report.rdf 118 PROJECT EVALUATION: PROJECT SITE DESCRIPTION: The proposed project includes existing canals, outfails 3 and 4, in the Myrtle Cove Acres Subdivision, Naples, Collier County, Florida. The project site is located between U.S. 41 and LASIP Phase 18 South Canal which bounds Treviso Bay (Permit No. 11-02324-P) on the east. A location map is attached as Exhibit 1.0. The project is located within the Lely Manor Region 5 of the Lely Area Stormwater Improvement Project (LASIP), formerly known as District No. 6 Water Management System. LASIP consists of a system of conveyances, control structures, spreader lakes and berms to provide a comprehensive outfall system for the Lely Canal and Lely Manor Canal Basin to improve hydraulics in the area. The proposed LMB-03- 00003(1) known as Outfall 3, and LMB-01-C0025(I) known as Outfall 4, convey stormwater runoff from Naples Manor Canal into LASIP Phase 1B South Canal. The Lely Main Canal and Lely Manor Canal are the main conveyance drainage systems in Lely Canal Basin,which, ultimately discharge to the estuarine coastal zone along the Intracoastal waterway adjacent to Dollar Bay and Rookery Bay. The proposed project includes 3.39 acres of existing canal with associated cleared and/or filled areas with adjacent scattered single family lots. The site includes 5.48-acres of upland habitat consisting of palmetto prairie with greater than 75% exotics, upland pine flatwoods with greater than 50% exotics, monoculture exotic upland forest, pastureland, and disturbed land. Additionally, there are 0.59-acres of wetland habitat within the project area consisting of mixed wetland hardwoods with greater than 50% exotics, cypress with varying levels of exotics (5-90%), pine-cypress with greater than 75% exotics, and hydric pine flatwoods with greater than 75% exotics. A FLUCCS habitat map is attached as Exhibit 3.0. PROJECT BACKGROUND: LASIP was permitted in October 2004 (Permit No. 11-01140-S, Application No. 980828-1) including conceptual approval and construction and operation authorization of a surface water management system to improve conveyance capabilities and enhance water quality of the existing linear canals within the Lely Canal Basin. The project site was part of the conceptual authorization consisting of canals LMB-03- 00003(1) and LMB-01-C0025(I) to convey stormwater runoff from upstream sources into LASIP Phase 113 South Canal. PROPOSED PROJECT: The applicant proposes construction and operation of a portion of a conceptually permitted area of LASIP to improve conveyance capabilities of two existing canals known as Outfall#3 and Outfall#4. Outfall#3, LMB-03-C0003(I), is located between Blocks B and C of Myrtle Cove Acres Subdivision (MACS) and extends from stations 310+80.04 to 335+49.88; Outfall 4, LMB01-C0025(1), is located along the southerly boundary of Block A of MACS and extends from stations 410+26.77 to 446+21.17. These two canals convey stormwater from Naples Manor Canal into LASIP Phase 1B South Canal. This modification involves improvements to approximately 6100 linear feet of two existing canals including canal realignment to minimize impacts to the wetlands, construction of a 12-ft wide sodded lime rock maintenance road along the south side of each canal, construction of approximately 1100 linear feet of reinforced concrete culverts, 220 linear feet of yard drains, rip rap installation at existing swales in different locations, and two boat ramps.The boat ramps will be utilized by the County for maintenance of the canal. The plan and profile, and details are attached as Exhibit 2.0. WATER QUANTITY : Discharge Rate : App.no.: 101122-9 Page 2 of 7 erp staff_report.rdf 1 No adverse discharge impacts are anticipated as a result of the proposed project. WATER QUALITY: An Urban Stormwater Management Program and Storm Water Pollution Prevention Plan specifications and guidelines are part of the proposed improvements as indicated in Special Conditions No. 13 and 14. No adverse water quality impacts are anticipated as a result of the proposed project. WETLANDS: The 0.59 acres of wetland habitat onsite is located largely along the southern edge of Outfall 4 with additional wetland habitat along the southern edge of Outfall 3. The wetland area identified in the conceptual permit was determined not to be jurisdictional wetlands based on a recent site visit and pursuant to Rule 62-340, Florida Administrative Code(F.A.C.). The wetlands identified within the project area based on the current construction limits continue offsite to single family home lots. The majority of the wetlands consist of 0.43 acres of cypress wetlands invaded with greater than 75% exotic vegetation. Exotics include Java plum, Brazilian pepper, and melaleuca. The remaining 0.05 acres of cypress habitat within the project area is higher quality, with less than 10% exotics. Native plants include bald cypress, laurel oak,dahoon holly, swamp bay,leathern fern,and swamp fern. Approximately 0.08 acres of cypress-pine wetlands with almost monoculture exotics in the canopy and mid-story occurs in pockets along both outfalls. There are approximately 0.03 acres of hydric pine fiatwoods with greater than 75% exotic vegetation (melaleuca and Brazilian pepper). There is a small area (approximately 102 square feet)of mixed wetland hardwood within the project area with red maple, slash pine, and cabbage palm. This habitat contains greater than 50% exotics, including Brazilian pepper and old world climbing fern. Wetland Impacts: The proposed project results in 0.59 acres of direct wetland impacts and 0.89 acres of secondary impacts to adjacent offsite wetlands. Impacts to wetlands were minimized wherever feasible based on the alignment of the canal. Additionally, native plantings are proposed to be installed at the toe of slope between the proposed maintenance road and the offsite wetlands. The roadway is anticipated to be used by the County at a very low frequency, and runoff from the roadway will be directed toward the canal. The direct wetland impacts were not originally identified as impacts under the conceptual permit. Although the conceptual permit for LASIP did not assess secondary wetland impacts, District staff assessed partial secondary impacts to the adjacent offsite wetlands (lowering the groundcover and canopy scores) based on the 'new areas of impact' with less than a 25-ft natural upland buffer. A wetland impact map is attached as Exhibit 3.1. Mitigation Proposal: Mitigation for wetland impacts associated with the overall LASIP project were identified up-front under application No. 980828-1, and modified under application No. 080317-16. Enhancement activities on the two offsite mitigation parcels per the approved mitigation plan have been underway. These parcels are located south of Davis Boulevard,west of Collier Boulevard (CR 951)and north of Rattlesnake Hammock Road in Naples. Mitigation for direct and partial secondary wetland impacts were assessed using the Wetland Rapid Assessment Procedure (WRAP) functional assessment method. It was determined that the impacts resulted in 0.38 units of functional loss. Please see the permanent permit file to see the WRAP functional App.no.: 101122-9 Page 3 of 7 erp_staff report.rdf 119 4 assessment scores, and a copy of the LASIP mitigation ledger indicating the 0.38 mitigation units for this project and the remaining 7.66 excess LASIP mitigation. The excess mitigation will be available for future LASIP phases. Please see special condition No. 19 indicating that future LASIP phases are required to provide updated wetland mitigation information. Wetland Inventory: CONSTRUCTION NEW -LASIP-Naples Manor Outfall 3 and 4 Site Site Id Type Pre-Development Post-Development Pre Pres. F1uc AA Acreage Current With Time Risk Adj. Post Adj Functional cs Type (Acres) Wo Pres Project Lag(Yrs) Factor Factor Fiuccs Delta Gain/Loss W1s OFF 621 Secondary .62 .000 000 W2s OFF 625 Secondary .10 .000 .000 W3s OFF 624 Secondary .15 .000 .000 W4s OFF 617 Secondary .02 .000 .000 WI ON 621 Direct .48 .000 .000 W2 ON 625 Direct .03 .000 .000 W3 ON 624 Direct .08 .000 .000 W4 ON 617 Direct .00 .000 .000 Total: 1.48 .00 Fluccs Code Description 617 Mixed Wetland Hardwoods 621 Cypress 624 Cypress-Pine- Cabbage Palm 625 Hydric Pine Flatwoods Wildlife Issues: The project site does 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 during a listed species survey conducted by W. Dexter Bender& Associates, Inc. on December 16, 2009, or during other site visits. 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. Pursuant to special condition No. 14 of ERP 11-01140-S/Application No. 980828-1, the applicant will provide updated wildlife surveys for future areas proposed for construction. 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.). App.nc.: 101122-9 Page 4 of 7 erp_staff reporl.rdf 1 1 R Pursuant to Chapter 40E-4 F.A.C., this permit may not be converted from the construction phase to the 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.: 101122-9 Page 5 of 7 erp_staff report.rdf 1 8 RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation is not necessary for this project. The applicant has indicated that dewatering is required for construction of this project. Water Use Application No. 101123-15 is being processed concurrently with this project. 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. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Potable Water Supplier: Utilities are not required for this project. Waste Water System/Supplier: Utilities are not required 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: No information has been received that indicates the presence of archaeological or historical resources or that the proposed activities could cause adverse impacts to archaeological or historical resources. 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 issuance of this permit constitutes a finding of consistency with the Florida Coastal Management Program. 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. STAFF REVIEW: App.no. : 101122-9 Page 6 of 7 erp_staff report.rdf . 118 DIVISION APPROVAL: NATU1 L RESOURCE NAGEMENT: /D /—LA# In L. iIAA' DATE: 5/1 0/1 1 "aura Layman SU A l ; ER MANAGEMENT: '7'4i DATE: 5110/11 Da el F. Waf vs, P.E. App.no.; 101122-9 Page 7 of 7 I 118 /--,,,, ,...,,1 ' ,, l f ,a Q(1�I'�. i w'-. _:l .. moralaetrlay ia) I L �aF,+iir 1 aL r q °ic N ��/rte^�/ 1 - 1•1'1, 1 1._ .pU 14 it lik W ugh +� iliE 'ki It alI k��I° ass 5 ti► n x IiV `� Iril a n t, 6G ts, ' , pa rr e" w m r 1 5 P m Q,•'a N O v: at rei ril.L#; )/ } i aG E , , -'o j _ oi E g I ; ; ( '' mss O c O ifl•• f— awes, a w • Q `+—■ f m g o +:+o atii'aala,ma . T3 I .-- man 4° ta Y .� — a)„ :z e {t�IJ t CO ° a y ul O I ° E" t i I Fri Z O O f;;,f;;, _� m w 1 flf Ili ,I, 1;ill ; ;j;,,la ,,;i 114 illl('ff, _t •r.,n;' Jz Z �, g ,:E x 0 �x< o�� I;jf E:ill a'`a : O c� m iaEtl s a s a9 Eli?'� LG u,„f�f�;Si,fl jfa Ni#1{i ll,Eilil{I ii rpre — ZO z nj I I 1 1 ' \+1 p t =at W o a o o a.Wi, wag: U a7 w all Y' - `v l 1 m vP n a ELI d 1 CID " 1 7"1 a =„ d!O , w W a O U54¢wm l94 # z 4 3 e,g gm o0 a g g .; x;03 ASQ CaB 9a Z a:. o`"jCu`� 0 u1 4 a t"'� d•, x a��ia_ .4 ■3 o t2g tag '.29 w ,� 3 '« ° 3z ;o 42 P.s ue a 1,.,„,..0„,„,„,0; a II 2 a. a.A � 2 O a x .LL V,,,,- a m,) CA y VI U U aa. S $ Z to , o c it;silt ■za a J ''a. z� 4,4Z 0. N i 6q�O A ° O h 4 a 2. N 1?.1-1 n n a 9 ~ rH .. � as 116 N, tn ; ,,,,,, „ a p (Vie lksite ° ° N CNI h p r"p $. g -vW h d k 1"--S�,j-�9 s rj Wb0 i3 s rt 3 43S N. • C N 1 % N4� - O. n � " Ao ` Wit`! SD — N i CM X a 03 t:7 . I J "' W y �� ' it h :�. _ _. ?..il 1 i i . _ a. g:t1 55'08+6I7 9d fir.. : u it Q R~ 1111 4 1. ', :g'itra.i,1 :1: • 4C1 _. li „�o_az i 11 9 1 1 1 Y ajs�yue{ Q j`O 1 i r 3 vi a J =4 l!` N` d a o .b'4$p 'a h H Q m qp"W 9 ,. ..a -n 1.,4;',.. ww at f9 _ . 6,„,.141,. Q °1 3 11119 G7,�a=°$ n - `s n mn y ea •m,8 � d In, 0 3 1 3 9 3 1 9 - V! ~ b . b N HCti....a RR Q;n Nm N V YT' G';,18 h k _ N IN 1 K f't es ra-U- p: F °w� Inw9n 4 1 osrt+oar r1s „ 8 ,...,.....,._ r. ... ,.., .arrats 3 agf.t.Z0 N •;`. ......, , ..,...r....,—— ...., w 1 $ ut a i 11B W W2 4 ON F<} 4} "� tg, m .) } xg za8 i° b 9 1 l A . N§ W§ 4A �i s c E y s 'i m ' 40 y cv g * § * Qg 1F4 26 :14aNin 04 il r''' CD g E5 W NN E =a 1; > Wg , M'a 1 gpw Iaa „a 4 g�z-d �p 2 o iy N <W N W ��< <ESa C N a� yN O O W =r 4 d g 3_ o. m � ° ,,Ss y 2112 =" Nm� z Q. O < n g$; ; n n n n / , pp O < ei g ig NC o y� W t Q V 8 at 3 a Ph ay w@ « m2-46 E 4W< UA rya �G� 2! o w 2 $ wv 2 � u �� �syy; 4y'yp M1� 2 ��22 'g qua �z "�S( ty ,„, r s{ �WLy�� t� g, 4 2Ng_ V\ '!_�i cj 2gg�F' 3 O * _ "Ii' zV< WS t2Y^ C`1 6 -E6r ,N ?wi5 =9! $<,mu< ` 0.0.}.1 Y �3{ a nk �u ���1i $KKQ� p- g33 i{g�? 9 <gm 2a P 14 6W '1 ati�5 egh 2 W ,WW '14 m ¢� '%b a �� I: �ii S UO N N 41 Ag MI' 0 ,', h'E '-' 6 j 4 Uli q i ?; 4 q 4 A; ',. Mil i 3 pp 6 aq 'egj 1 g1W1�� IOa md 4 u E °' N g b ,, 4 Vi4 ph ga WOt F ON yay y2 e2 ht u= to 5 z aig iF UWaz< < z, < } { px WW� �5$�$7 q4 CC Wy�46 ��J� yy y� Uf}Y �Nj yv2��N Lii pti apU j��yZy� ail$�$ N2N2 �� < xgN ii�� U N �6 O <6 Pp R r-i 50 Li pyz PO U !! lk,E14 Ep O b O` F4 �O { cEE SSS W` " _' RZ 4x $�SxW mm 81 n L 3 W as 6 u �e'w w-aq,r, °ga �i to �s4 m. 9g rn V 3� <Z �� a I �il� i� �C �� m�<°� ��$�� �N� uQ �zF� c� � �$a���N � fa'� ���a � �a j 4� < a V' yff}<� 2p i � < a < <`� `'�k'7 a� � u g; 640 o �W 2`[IFgmF UN C� �' �� N� ✓zi , VI -� 'g .:ig '_^a i , u, A3a. W gA nm D Z3 z4 p 3.260 e- as Am pi: rrf� 7 mC mha kgmg3 ° 4 ft „ g hmm t$ <=' a Wm J<1f ,--., °� us F ea! tills ms�ua 02' g ' zgd la "g4 < 6T< 4,F u ° CS 43" C ma gl a g< gg gN u tAg W, b y W u P ,.0 3�� 2� op < N21 �� 1,A 2MO LLw7� IF. '806< 660 �t 0 Lg) 8, 8z aFw el u4 8L imUOW,„ � w� zN ,E t 3'i 1tl711 WN_W.. w w v u '5 Yi A 2a�c$ 2 F6¢ $.626 A A My 4 i-3+ 8a E8 ff a �_ gym' iw NN3 o n: 2 p N N N N N N N N N M M �'1 y - 4. j ` �i2"0 4z - .-- ry m n 5 e *gi g . ' eel rp Pi 4 s`§ =N-i o a X 41 i 5 Ra$ weiy 8_3 51a ; N !i go a ti ` 6 <b S < l aW aYfO ~O1 -a WW wx$ v�i =& � z a zu >>p <��yy (�+ s1¢ $ N e gx84 b' ¢1�F+t 2�` C- i t aV 3 i NG �7�` y3U �a m<t F _� xpZ� !.N.. 0g4 24 GSA �Y' 8 33m 5 a. p� am¢ m~ p W i OA: .. 4N <o xi, `A t<f� �IJ za, E .cs yER ag kig {— 4 I _gi � � a,� q <!Y ([[, Q fim �Y � y yam? z 85 P ��� �: U s7 y1'j ✓ Wa gi ty m 3 4 tt� �� � ODU (� lluu �u 0 }� < V Wp F U U IgWt mg 6 g o>. j- In pa � m azg I c. $g out s # sQ�, 7s .?„ 4 6� b iad t aR6 } a a, $i 3� .. Z,q 11 � � - z � W ° 60 11 ' 41, i a < $ "w¢a mQi4 aR �jI cF xx� ; i ¢rcrc 2 N t3WW�ng�u �' g~ u;33 <3 �NZz i�pZ�S �5ac �c . 8g §s z4 'a7 " 3 4t 4 I d VI I I lip . • ,, a CD ?gym b i i 1t ° U `N z ° o o o N _ 4x = 3 a 9uy� z U z 8p O a U v°)K W W m m m 4,n`0° is. o 3 0 0 0 0 z = qqr� qq 0 W WiW,WIWi = b InYi Ho32iEla i" "; 0q,, a a°a a.. = 000000000 n. . a q 0 0 0 0 0. .0.00. . I-11 asaia u ii aaaaa aaaa. %' c N LL all (I. }- w 0, ♦ ih N :47; 0 LLI M W m N U z 1 ? .- /� CO 1 is • LiPPk4PAn 7 $� 11. q Z C •i�.J\.. NCO WN , ^ a. Ci3 Q I , II W < Cl. 3 m j� 2 fD I V�K'�% I I m o a 4m� 'a'u G z 0.- 1 o 1 11 ;1 1! 0 8 11 I $ yg illinil W `'' Mi i' m z m U i . U U U 610 a t z w 102R Ow °e a 334. Z zz �5,9ie, 0a� 3 `1 o. W Y w 2I- v5 a I"O a ��LL a i■0 %C a °5 2 ,W 5 K °° Q _ 1 2 $ o Ln O o a°2 =3 W a g N 1-6 0 tt »a a m 0 , a O z , .S a mU1(r U0S VIP W d W V134 mmo mmc o U N m I V - dl u o 22`''222222 o u 0 0 0 0 0 0 0 0 0 y Z 2 z z z z z z z z z z W W W z 6 0 F=F F F F G F = 66666666666° a j :'i VI VI N VI N N N VI In VI VI 2 VI VI VI N in VI VI VI VI VI VI W 6. U 4i! Lel x x XXXxxxxxX XXXXRXXI >s IZ� ° �li,r, N W W W w W W W W W W W W W W W W W W W W W Y- y� � _+�J r l W w ! I I f I o W N i e Y 6 v _J ! f za a a! a I z F 1 I ± 1 e aWs 0 'i' I— f I I nm f wm`nztia°ba wzd I "Im;' I i 1 y i C 0 w= 2 ^� 2 Y G W W w y y p y 6 W 1.F K 2 W LI N 2 2 Z I I I Z I 1 h 4 4 S 8 l a e Olnz a a�+�aa • aamwio �dW2.0 00 1 1 �. z l i ! j I I I I I 1 gl W i I �I a �md a +� i 2Qoo it 1 i HL4 ' a a° 8 Li I I " a S h t I cn [i r J o I.� z C+ < 7 F �1 Tp z x ' j }III Ya t- a W m zk� cez n ;=aa U =j. p 20M2 zF 47 pzo vi 2 $ iama m 1- r1. 006 .7, s6m ` cF- n a 4 d aI, z a i L"16z C° z Ww S, O F KPX 4 W U d y .. W _ ii *m o a U U ° = U °O O O >J r N o a o W j ~ W• ° � mF wa c a=a' ao� zxza��, e� =°OF u UC LUwU ° 'QUwE z UO 4'o 6W WW... • yro ® r QerF�9M01 406ea2m #� _ � 33a <n � ww3 uo m � i � an 11 .".: Dizoozdd0a]C HOmCl/•“®! 3 g I . 118 A 0 N c T- "8.1 I aAW 2z1 1..11 z a 11 �l a 0 c (Ni W • N , O 4—� Z s0. L • — p W ° W= 0 1 a 1 z5 ! IP N ay{ D W N �'f`Ii te. " 8 8 -,.., §si rg il . `:1 X Y 22io . tn [ s — W f� 3®I; 5"<" ; i ry W 11 1 — 4lb z Ia ''n 1 3 ui N 1 W — 3 z o / AQ] Wf- 1 ut uJ ,/ / ' zx1 n° ca 17- 1 i ''';'s R 1 I -"3:s i A `4=1 3 'i . _ iael aZ ce� W° T \ a 1 2 y 8 W \ n N l E 1 � 7o ` ,,,5,2 I 1 Q 1 I Oix'''2 Z a z 1 II 1 j W a i lip - -z--a e - ' as -.■ mos ' 6 B 4 C) 00+91 I Vss7 x 9z�v ( -� � cv — •I ' I z g M N I ` r jii oi'I e.o• I ,,,,_ I! . 3 il , f 'I y: ' d Nt ( J " . j ! ` I z O 3 j. i I i t I;? i cN! i' Hill o O I •• Y! C z S i ! @E 1 g, Ij ` , o ,iii .. e �¢ fie, a t t 1. 111 _31_...1 vy_Say . g. ( ;Ii j (Y1 f Mt. i! I y it•! ' i I t; i E _ i hiI d I S 11 1 1 ` I o �����f I. _.... . — .7.—n„— . I I tow- .—a— . — _ 1 -S.L..;._...1— r, z re , 1 j l l i I � , �, 1 1 II 4 [ ZQ ! Iii . , ii; 1 ; H i 1 ; I il 1 ° 2 U j i❑c+I 1 lyi a l< _i--::::t2-----7 ' _ _ ___77 t---7f1.--1-7;-'i-i-.1--' ----7- INA..t.yo - - _ _ 1 f i H°7 I 111. 144.44allart! —. i 2.11v1.92_,_ • 87 gSVIR iR aIlli • , II . 11B 2 —Q—z—ems i i C) N F, AIR i I it ' a I, ! e l i ii , 1 � �� I I i ( :z, ' I I1 � O _ ��' j f r.1._i ,.. Z O a I • i 'rot 't a C N I kl 11 4' I I i �11 Im = O "— g II I ' i I i 1 i ' I 1 �° CV 0 0 ...._ _ . „- III I I � � , _ . _�_ — 1. i' $ { w ■_ CU• CA i- z Ti,..- ' ii ` I { 1 I 1 I I!r . m ] ,5 U 0) �,f I I • I ! ! m z '�- 3 /i1 'l1 i-I 11 gw + ; W ii ^,� I j¢ + �1 ;∎ i 6 z - � _�, , l , — -„_ - — —; W. Z ;; II ;i a w Li--- ' J! L e Ii � � I � l i Ilai a III n !i g t • ! __ I-._ 2. 1 •01 1 I f I r il■ :',! III : ' ' e a m rt ni, . i® I I I t' r I I i 33 el °* I I 4,1 1 .,t` ! • i I i'10 .,5: ; j i w , 1 ± HLJ I 1. 1 I I 11 • I ,• �� I � _� i 'I 11 1 lil e id i i I II 1 11� I � , i OOt91E'VJSIM171IL6'W T , 1 i1 ■ a I] I co '0 118 N 11 ii N o asfZzE V.Ls111v d d d d '71 li 4 0 I�,,� i I 1 ` I i f I.--,,-, CV ,. i i ! I 'i1 I 0 0 ,F, ' I M S r i 3 I j I I w t CV +• Ca 1 1 s CO iI nr _ I'- r 'r g V L I ! I !j! 85 Z.' Q C� i j I l 1 z— 8-d— I — . —w— — ;-t_ _- 1 -n I !U `^ O Z i t i II. I 1 1i I.1. 5 I I ' a 3, II I i — —1 X1 ! ! i`,1 Y 9 I � •, !, y 8 1 1 1 t' rdrg R . — . ,,,,,,,�. 1 . —. —..— — i__._,--1- _1 ______ a:�44`_ Yqq �f IE 11 jj 1 .gl' I Q tll 1!' 1 I I l i I,j ..in, q t 1 .i i 1, I ., g F €JAI 1 1 Ls R x� 1• • 2 1 8 6 I �.; m I ( 1 i — _.._. . 4...u._ . 1 . —a,,_-_ — I a L� — — —� 1 t II ( II .._I... I I( T till■ eP I I an _ __ !i._1 i-i t i.1 1 ii 11 l i i 1 "a I C I 1 8 11 t sll 8 1 n i� ti � t 1 ( ,, I it p, e pli '1 1 1 i I rn iQ tf' 1 I ' y„. «'' it 1? ' � F 1 I ti I t I I l 1 1 1. I I $ ( , ' I� o I I I F '_l _ I 1 1 , I l i I ' , 00+27E Ls axtpv .1, ,q o ,, T in ! 1 i 1 a1111 I 11B . , ac _ :7ha d h d') :,' N o R S", o Z o 31x04 C N 3 \ s 3 O 0100-'ii* 4.i.1.,% lb 1 : . ' ' acs) _ . _._. _ I — 2 fr ` M di 4 a f 1 xL i i o t ill 1 .111 1 3 I I! t i _II ...,. 7 1 A �, I 1 ', a I ,, � I s� n ; - - r - _ . _a,— . — --- -- -_i--- A ,l1 rn ' i i I = °3 II ' 3 I 1 °z'611 j 3111 g " m I I 11I F — 11 I 11 ! I 1 1 i I m � i +� il Ii ; M�v 13 ' 1I i ' g w u3 I1 1 I 7 t ,ii z E i+ ; I• 0 i i 1 .Irk • i 1.I m..•iscri 00+ZZT VIS 3MI71102NW E���111111i F 1 I 1 a 1 l i p . . 0 2 1 i b : at CD " N.' f• 11 qg 1 CV CV 1 i 1 CD 0 Z CD (06 71;00k ST1)TIVY.L INVIIVAL CV ii oC3X ,- I- [ I I 1 b; 1„/ 7.u.'14 cs.1 .475 V '' 1„ l'/4.1 4:10/colos •-;' li I-1 CO Co al „..■ e.% (-) ..1.4 •■`•■ (D -..- .... -- ,.."- , .mq-1.---1-7-=---"" — — ,.. , r--t--11 1 ' 01 1 1 ,. % 2' -C 0- 0') ..........____ - „ j, __1 ■Ykl; 1o,i - X a a3 , . „ / ' ! 1 I ', i i r4 glii /1 i ' 1„ t- 1 ,s II 1- , T t' —t—f— — --' tr--1-7„-------r- - ..„ C Z 1,1 j 11 4 I I 1 ,. ' 11 „ ' I i 1 ! 1/iiiii , 1 I I II ", it 1 st 1.1 8 p ir:,1 8 P j i i le" I I 1 „ 1 ki I , r . R. i ; 2 8 6 I 1! p 11 p? —__...___j..i _.____ Al__,___,z ,7...1, iltiii 1 ,. ,.,i.1 1 ,' , 1■! : 1 1 I .4 ) I 1 I II h k 9c, li 1 8 , • , I . J Id i I i t I i , $ A s/k I • • t, : 1 !'l 1 , 8 Ftl °g11 .-..- ■ 1 i I ',. ; 1 , ill 1 J. 4ta- ,------- , i ____........,...._,Et„ ... _......T -at -.E1:1-7-": ', I r. . i—W— — • — ' i'1 1 1 . -.-''''— ' --"LN: : L 11.___i__._,_..:111_;____:. if . 1 .„ li • ill i . ill'4' i i 1ftf,ii i 81 'Il lr 1r i I —.411fl . 5Q ■ . /1'i1! I ' ftZtzal.fr.pti 'N —1— , .,1 ,.i,•' illil'‘,,11. L,,,, 11 li i I I 1 I k a n , • 11B - 2 , , -i, a ,,,, 6) - N x N a8 1 / T"'" CD tt8 Z I O u e— c E� n ° n 4s 0. SU wi4�fpy. -� - `zl? Qod� o C N OW I b ,Oh� F 0 N-- = y1 t, a++� N +-. 0 3;;-,T. I Vp i.�:g s a-. N Cn y! I a Z00C G:4. 0 g t1 i o � �+ s� cm 'O z i 2 A < i- . X C /a3• m J W a. - < y N W 7• Z Y< / G 1 C z :S — , :' rzg a 1 8 T q r a ® a oc m� p i' = N O 1,911111 O m Y z g2^ 2 c 54 m a N 8 -- -=" i —. — . _ Vi d t•O f y iw ° p O At I N w r we ' -. + O O h ' vt w $ S ( I' N O I ° N ' 3 U ° `4 ti — \�\ �! n Q M � Q a' � p �o ^i \ q =�7 Z 3 v �n > �b Z s.aj aqi tl ❑ ' I' ti ,- X J X i g h w ti.<w tl s LI I X zl W wo 1 °' ,. 1 w II I I 1 1 1 1 I . I k I' a gI f I . 118 1 IN .1 • V! ..- ry4 N N o! S 11 1-- 8 1 q N p 2N 1 1 O z O$ho ZN ; = • . z N W g, zo00a 4 — _ — _ O O a.Wc • Q a ! N :;-,° s , '" _ x r c +. o ° m i .0 O)~ x X Cl. (l S 1" �1 n 1 I I < 1 , a ,‘ a LWiI Lim 1 "' i t � ' = z pT _Lh / 2 n 1 hp f _...e p, d rd ; 0 1 00 1 µ ,yi'_ x o p � ■ d + sItia1 U m � j �; � 1 U °0 1 I 8 0 u... „...1 + f \ m 1 W <W j Q b Z� ` / C7 p$ img Z3 s o o m ryl / w 1 1 b I x P c V lUi u -- F' Ct I4' a � ( i' � I oa> 1 1 , Qd 1 1 I' I a a 1 11 .8 cm 2 5 z 6e G ! I �' os+stf.v1s,MW7 ri v ��M1IM� i lilt N i i i1 I i gg r CN 1 i rrt neeaw ales i ! I i I 1 ii r 1 A 01031?'minis i ■i l 1 i � I a ! I 1 1 j ' ", I 1i,o Z. I i >a1 I I i .ge I I I j i' N .I g?yy I I I ; I 4-^ i i $� i t �I li i ! W ' O O• ff 1 � I � � i 1 (11 .4----; N-- i i i V— — . " 11 Q - 0 i z I I _ 11 o' _ Q? * Iii t,-�:,:- 1/ - ,-._—__. I ._._.. !_. o Q tug Ir i I a 3 W Q L�. t3 1 1� : _^ I 11 G z I 1 Ii i � _ i_. . $ ' li t i 1N �.tq § I 1 3 I ! y'46 t LI, •f R« I 11 1 14 s;� dy I l 4 j i g Ir $ J o � =a 11 A /� M 1 —�- IA WI ;--� s ° I r!.._ 7 a 3 „ 1 i F r1I 1 6469 S all 1 \ - I I g Pm I I , 1 i i 1 g 4 i I it I 9 e G C °, 1 \1 I I a�y i`•ii+ IF' I e I :';:i." f' fly i ' �`• i I f +J iIa i 2 I i' I:i C3b> I 1 , ! BSS ilt ___._HL_._ L___4 ,,, i ,,,, 1 a : tc/1 8 4 r .��_ — r ry`.ii.i.i� __ __ I I �. "I , I Of4y144.4LC4. I ; . .. i- t�..94�N41.4oi + 00 40,414,040,eT.41 — t<u- 7Et 0 f1LllOS El 3SV71d d S' 7 f I 1 giH1 I 11B e ' 3 n'= MATCBZWE STA.415+50 I 1 f it ! j — . ,._. . _. .L.,�_1 , ...1 f , I tri KE KO Y I 1 ! �' I i 5110 MM11L L 1 I Li + I I, ' I I i1 1�1 FI i ' °.— — �pp-y- I ifl" r y! - 1 I I I I i. 1 F. x 1 i I - i' � ■ 1 ! ! E/1 ' , 1 I11 , I I I l 1 I .�_I_ . —( y I � ' 1 ft— 1-� ' U e : o i€ 11 I ;� f I i L it 1 + q it FE j i I ;�1 f 9 1 , v" 1 1 ti6P= I j 1. ( I 1g- 01 trry �1 f �, i h.I ' I.. 'J; ' � I � � I ,- , X37;1 [ i. - . I ` z I i .� 1i rr ii $ r$ o A 1 I 1 ■ ; �__ ,--f.t I _ T Nl.t �S 4k � � j 1- `f � --� i ��f; �� I ! t o I gg g � p iT ?� [.I M , ��'i 11:1 b 11 I ! ' I:x ZQ ID = o a - I I f 1 r S CD n- 0 1 If —. + i!1 ;–r a n � 1i 1 1 ❑ I` ( ill I I - .; t:� , 611 N 1 1 Ii f h '} al g 111::,'i ❑ C� z c I NI:' 0 4. 1 ! y I• 1! iF 1 t� " ' b' ''' 1 MATCHLINE STA.421+00 ....., N 1R ° -_ —.„_ 1 co o l i p , t X 1 1 i 1 ■ ; I A MATCHLINE STA.421+00 1 it, 4- ' i' - ' I- I 1 I t i Il 1 I 3:1 A 1 1 ta• 1 1 , I ; 11 • l! 1 ii Ir T. ) a A I I • h I . 1 , : ! ! 1 . 1 d I ! TE ILL 1 h ! E ! 1 ' •i (-- 11 1 ,; I i 44.gg k ' 11 8 ; •'; P le ti g -111 It . .,• 30 ti . ,• : ; ; . , t; g0 J---;----1----;—!--,----; . -4•Em - 1 I. , 1 : 1. L.N\ I : • ' ' ' ' . ;i ! .X, ! If , ; , ; , , . . ...,,,, i . , !I: I ,11! . ig..i W Li it ...i..W ..., „4. _ — — , ; n , 1 , r I , c•nt, ---, !FP [ I 1 — — . --",--/• "ri- ' i i "!''. I I . ' • sil pt 1 , 1 : •[ i [ 1 1 I I [ — 1. 1.,......1..._j__ — __,:i....1...., L._ il t f ; -• i..., , , ; : ! ! : • I 1---, h 1. / I % ' 1 ' , 1 i • 4.._., _H..7, _. — I r _ _ ;I , 111 1 •••••,-1 , • 1 ° 2, : HI ' 11,' 1 I !Z it I I l' . I 314 ; • •i , i 1 ! i t A/4 '' 1 ! ., '1 1 , I 1: ! i: 1 I a' ' t4"tX , , ,i wgpi 4_ .1 , _.1 t ,_,___ ... i,P,a iTg: \ ._, , 1 1p i w i ? ; ; ,. A ! ' 1 . ...,... . -,_ ! —re— . : I ; 1. al , . i! 1 J fr ii/ ) 11 i i J , r" 1 1 I DPI I j 1 i • • j .,.. 1.,,,,L; , 4 --,„ f .- i i .1 IP" ' "eM" • " — 1 F r 7- , .„.....-- 'N'..,■ / I Z VI ! lit g :. :IR 1 1 ; I:=, 1 b '[.--, I I [ - 10 > M '•[' [11"" 1 1 ?2 "qii ••4 P X ! :----- il `.0,7t1t... 11 1 CO P = F; `4 —1 1 T ' ii .zip t • • ' : 1 i Ili ,,, ..... •••••• -lc lts .---• Cr P Z 1 I I !' i I ■■ ,,, ; ■ i I ii ! ; ' . I ' ' f ?il , = c. s • i i! — -----, i t 1 I •, r • • - VPe-- ___-t [ - \.) Z I ; g i ■ ' . 11 i 11 ': -- -- 1 ( \ ■ 1 I 1 i ! CD 0 1 1 H !■i i 1 / ' ., ipP. __iti ..— .------1.' k b 1.' MATCHLINE STA.426+50 ••'-'1* IV 8 11. INO P (0 4, I '4 —z 11B 1'� 1: 1 alaniy'. MATCH Th E STA.426+50 A= t; , I 1 � I �! I I i t. 1 I ii 111, 1 I li 1 j l �a t' t i t N .I.... .. I 1 I amp �' 1 I ! R i P ' t. I $ I i I f g -' I ( • 1 ° S i•••', ' E 8 1:! j I 11 I ;": ?. I ! I — . I i '! hr I a j ' � s I , III. � _ I_, i �r -- ._�._.� � 1 !■ 1 .�I� —._. i j ! i I ' is i ppI iP,7°.i O ��.—) :1 ii 1b Ili I e f g; c r i ;1 ' � _� �W f � R-, I !' $t 4; J.-t_ _ — e I — j— -- ,_,AR f- i ij`$I f ' is I , I i °al € ! aI i i —n--. I I I I 1z s�1- III t•.+ ' i f Ii ' I tt 7 .1‘111;!;;:: 1:1 ..',..i. 5i 1 ' y i !..-.11,, _ J g r ! 1 '� ' .i is r I I• ; fi �� 1g fQg i! k " W, i Rg 'I R- ; a � ,t 1! ' & i ;k 111 ;1p i s 11 I I '1 N i! f ?C III I I I I ' I = I l i i I I I , -.-f�'r'1 N Z d I t aQ V > M u l,— i 1 I ff I i 11 iF. 1 w ._,a iv r-r. i 1 ! �. I �`� i ` li i ! e --+, I f_. I ! I�I j '1 �. 8 ( r ' g � ii i 1 I � 4s II - I O i 'i i a f ' , l W iii, r - - _�_ _ . it t Migi'aigiiiiii MATCHLINE STA.432+00 N A A gk 6 Q P scan t•. m• 118 IE e a � ��'�!�'�w MATCfTLIIVE STA.432+00 ii I i A A / tc r '1 , gt a if a g14. cc Q • it I 3- iL w f ; . a —n— . _,I 1 1 8 II FT-• - ! ' :1 iili v;::..,1,...il. I ■ [ r. g2 P 'lli i i �� I i I I I/ I1 S >R C I ir;. *-–-e."-I cif+ 1 I �c•■ CI g � I � 3 t4i 11 by 1 I t ; - e1 ;. .'. I■ Ii31119 ; I' I. I P E Arun J j ! . W ID I Mal �.�__ / } f "aui z III` I _ __I.._ € lj s i l — S •v > m ilu ' ' i '; � I1 ei tl3 r � P1 i CD _" �•: a o 1 i I i 1 1 I E b � 1; i i 4134 �& N A • 1 1I1 °� egg it . ...Si •—t, g Elf, 'Q �.f . !if',`p 1 e mom PA p} b 'a'MIMI'- ' MATCHLINE STA.437+50 ....1. o N - A R , =tut,1'- Sp' t iw , Ji--z - 118 it E K j II 4 I 1 a EMMEN S 1 j ■ I 3a iii* 1.1k, 1 OR 1 i . i i 0{{kC�� oa3i if!! k �F 8 / , ,R .rsQ'4 a is n 11f , : / ./0 t� X11 � ? 0 /tF '>k lilt _ , H 1 O p [ �.� ��i��K •E T t erg �r:�µ �f i� E 41- SUS zy ' 1 o I 31 901 /7/ II 1 i Di vsp- ii quill CC 1 iii -"� i ,-,1 i of tKIN1 t li o 1 ! 's; R.,:>4. 0 il tv. I I1I c f ° ° - 1 `� ti > m T l' ''° ti, i i3 H - t j1 r' II C31 N s7 i ,i O O � ' MATCHLINESTA.441+70 —+, - N z o p a r —%. iti N NI .tz (0 a \N\,1/4 d Y {N. 118 , , $ e 4 --.-. 1 1 3111211311112111111111:1111:11113 MATCHLINE STA.441+70 I t IHI 'i ! I 8_ _ 1_____i_r_ 1 , ii lo f- ,A i i ■ 1 ! 1,-; 11 l/ II ii3q ; I , •- .of . 1 1 I III i ' _- t A 0 A li , ; A - -----,----- __i ti 3. I 11 T - 1 q =. 11 , I , , 1 , If il = .71 . g 0 ‘_ r-1 -k-7-.. -----i----.---;— o 11 , 1 1 ' ,. i f is ii ii , . . fit.1411E z . 1 - 1 li fili I ' ri I a Y '' ,'''t il S I IP" I 1 ,' ' a it r ' 1 , 1 ' ' t f if ' - : e J • ; 1, jIs, . - ---J-7-- 11 t I 8 ; P , , 0 IL _ . __ , ,,.. :-. --a i -;,..... - -7--t- .=Trs-7---.—.'''---:=--...4."5 ".---4.--.— 71.. — --——i . . ! 1 ,-.a 1 4 ,, , , , p6 - --- -- - - - --- 11;14, 2 t4II, ■ iE I e; , 1 , i)1141 7 —--- jilt_ —.1 ',t—---i---1---- Htr 1 r I — ----- - 09 _ __ ..•-zmE*,,.-nz-ii r -—-- - -.- - - I ,T.i /1$ ' ir 1 TAMIAMI TRAIL p,0(U.S.41)?S.R.90) fat 1 ,;i H , 1 A : 1,-,i, . , 13,1 1.,., 1 ;_-,„. 1-30,!;- --- - .. i '' ' " .i.-...,,,', ' ) li 1 1 I i4 i 1 IZ , , r ! [ r , ,-., , 9 -.'".--'..--X a I . I 1/■ :, ' Zi 0 0 , 4 ' of t. 7, L - — I I 1 M ■ i I , , W 73 X 1 I -1r- - -A1--r`- '-' ----- -.----s---_--.P2 -L,-----6'-- \ ---7.rf---1;..;7- ill — 4,--• ------ -4, , 'R..1 •— – --.1'‘\ (- • /.1111 i- • . . . . . . ' I !3=71NI.grESZaili .-0 Li I /0)--1:::scczi_''.3*---7.Y•lailk .--77---...-. — - - CD -7.-"' cr— Z---. _ --__t .....____ 11,,,;,..ap,., 0, coo,sp, F...--_--_-.-.__4, , --- Av.,-.0 . ---—____ I 1 i 0 ° r-1. •.,, ,„ — J 3111113111121112111X13111;1111:1 ,!..t,11 ;.ag.s t C) 0 *1 P 0 gk 1 -1. iv a* 2 . . CO . ' \ 1 '''''' '6,' . . 1 11BL 1 1 ---i 0 • 7 ov tr) _ m i 1 a 1 1 i : I ; a) —--- —? -- �— ,—J P N y -i ( f N —{ I I ; � T""- _ __' --1 1---4-2L-4-1- .1 f j I —,l { T- O i 1 ! i I I 1 1 1 , ,_f —_ 1 7— .rte tV I I ; I I 1 1 1 l 1 1 C 4--. t'- I E i _- _ ? . f g' I _. . 1 _ _ I 1 Q i , 46 I ! 1011 CU fi ! E ! I { I f t r. W Q a. -"r L-- f- g _1 I ' .21-% 1 EO f #a i _ - Z....• j o ;!t± iIi I ?` '__4 1 0 f�t t-_.,-.___�_..._- 1 �__ "'I 2 n o a i t/ z L\ y y U - 1 I� �� '-� ^ !,U! d 1 C t —III I 1L [Ti*.� .I a+i yr �'. 4fe d I 5 � � •I 1 1 �� 1 stti 1! i ;L ._4__Lin __ __,. . . _iit, , 1 , . -„,____ at:1 ,, ,, Ft:7 . ',8 , i , , I •''' i 1,:fg 1 I I . , L I 1 i viz ( !+, ,.i � , 1,. m ,• � 3 ! ; , 1 $ S i�r, i elk'' �. �. �11 J J _ _ I I mum 11' IU ..`i .t..__ -_-(—I____.�.. .,i,.:_.`�f_ 5 a-li 1 1 :� 1 1 1' ; I I� 4.I,«,11 : I r 1 1 �� I 1 011 _. g N + i � I } , : , , I : ri : ' , ,-. ' I : I ■ /1 8 al 1 I I � : � r ,— I i 1 1 a i 1 � , , ! 1 , I I i i j I i f r_ -:-! I i 1N I O I I ! -I _ 1 1 1+ 1 n I l i H l 1pl _-__�.—_ 1 1 r I i-�..-1 �, 1i li I 1 II 1! I 11 1 I 11 1 1 i i l l i _ 1 1 1 1 1 1 i -rt-' 1 I 1 If I r 1ThTTt ! t ±L1: _t. i f_ ! _ � I 1 a IC I 11B• 0 1 . I , I L Q l t 1 i ti j i I EI I T ! i 1 tl H ; 1 ; j 1 I 7 i ice_ �- ' / 11— :17-1 ! ,---t-t„-i-i-i- „ I I 41----—4 -1 i $1 '1-- --I— j _ —I, I i fi o Z N E I 1 I I , ,I { I ' . 9c,`, C\14:). 0) I L I !__ — _ _.-}. - _ -L _ I —=-I— _ �! 1- ,i- . ... 0! I I J I_LI _ 1 ii, 1 ,___ . 1 I j____1 i 1 , 1 �__ _ . I i-t-� �!-;-;-;-79-7,71-7 , xo1 I I ! i ��rv � g 1 ._ j ----�f-. 1 + 1,k l g g ! _If_ ! ; 7 .A-.;;.1 p 0 4i- , I r 3 1 � � ! I 1 1 1 + � I i o' Y a i Y I .1.._ .4. �( t "- 41� - '1 A Hi--.�-_ _ - I�ix,_ il. 11111 ' ' ,._.4.....,_,,...___4_.,1 - i � � G �� h �lxd l tai, ( —mon h ! 7 I 1 I ! , i i. ' I if l__I e 6 jl I � it --{ v i v t.. f ! I i2, hHl I . ■` I ggjg e ---f,-' 1___- -a t_, - .._i N'^ ".1 C.�..-.i) l � I ,t ab ) ko ! ';,-S-19: GSEa . ~ bar o i a j i— : , f•--'fir 1 ' y l Z4 *� o 1• -. t 1 �f 1 Ili ja. —1--..J4:i 1' — I Q Ty ! E I n i W1 II I ! 1 j c°ii2 f- `-1 �� I 1 S 1 (—;_- 1 G m = IIII +-� fIf 1 I —j ± o 1;14.';•174 ..11 i1 1 _. I : 1 !, I I ..�_ 1 I .i✓` : mu,;£ ide n o} , 1"1, I I • 711 t 1— '—� ... ,� ;, , i I , � I , I �T i ( i ' gel . L X 11; �� - r - 1 � _�_1_ _.� -mo CO i I i j 1 ttt- i 1 i 1— Hff, 1 ._a._.I _4__±1 1 - ' i H I I - 1 I I 1 �I - , -�-a- __ r I - ---L-, - 1 .. - ' _ I h. 11P z n aoz wo d -, d)I w x x x ,,,: <a 1 I a 1-0, -/0oc n N � 1 rd ••C .:(Z ; i t FINN r ufLo [>j aw�z W =}'uffNz< pin _e ;= 0 Q YKxx?f �� x QQ�w w QnE r r LU a N zc- 2aZNNOg $ 4 s I i R . �. d °z N_,zw.w.Tzw 3 $ ' z A a i ill so N IFIli iii: „, o 2 q_ 0 Q 7. Ai v rn a >' V > i a = a n aa . m ', p,$ i / mm q V. a �-" C 1:1 V, 8; 1 . ,1-4 2 . \ Sc I! iiiil .11 1 IMM m 2'a"V m7WC.� 41 a o, a ii Iiiil ^ 4ti Q° a g4 m 142 1 a CL n i .44ih tlaii 1 , 88 e *44.14,* 1 4.,4ko I i.i.,l d�ytit�, 1 I , , 3 t 71., t ea41�y4 I , O 'i ,,t4 x 4 ~ t xao g i ii I 'r' a W A Fa:'WOO I l l J 1 o Ie _ ¢w,c t3 R 11 ax as Qm g C7• 3 ,i44* &z .r Q r.0 'VA 4111C,yya Cl ak`K �' 0.18 � ✓ a u m 1.11(tW, ;t FS > Ay.:„:„-4 0 - Ii_l' w w• N H a 1111 EU zl&� . •• a- rn • ✓• < I•4114.:41;',.,;4A. I�•. roa1 g Q °u,o i c�W f� ��ssai � C3 1•�1 +' ''tt � a w P'Iii r ye ; 2 a . "si Yin $z 4 i fA .. i� ,e4!'aye cn ±c�C+,,1 w 2 m I • ' r 4 eft';.a �, 0 i�rT f.A 1 Z +;f I i•i gaa',' ° °d f 2�Z g 3 64e* w 4 O J V~1 ! I 118 APPLICATION #101122-9 PERMIT NO. 11 -01140-S LASIP Naples Manor Outfall 3 & 4 EXHIBIT NUMBER 2.1 Pagesl-14 Outfall Drainage Details and Cross Sections, PVC Drain Details EXHIBIT NUMBER 2.2 Pagesl-9 Storm Water Pollution Prevention Plan EXHIBIT NUMBER 23 Pages 1-4 Urban Stormwater Management Program INCORPORATED BY REFERENCE 118 ..., ... -41,, ,, - -,_. ff ,,,,.;,-- - _,4t,- 40:--,.,.4- V .0): :::•";:."4--.;-4/ FV. , *'- - ''';ft..-5-4.-:,8r2<3 - CI 1 r Co CIO a CI . s QaH Vt y-. C) � r _ - s A* Y 2 - mss- _.., - x r tV- § s . � ,. :_. Exhibit 3.0 Application No. 101122-9 1 of 1 1 1 s' a 1 a n I/ ti i . / o/ , ` z R ;lI J � i It a� • / 1 1\; ■„,” .1 Pit j'.+ 1 Yoa ,'-.1 S\� I\ 1� ."eoaYY.ci Y C. I! sal ^ 1\ 11 33 —ds-$ i i i ie IJ YY.2 ' f 011114 : i 41 rh 0 �YY0V<Y Y 9 ^a000Y° °°o!! i - I + � g IN °° s i+ , I , ,a II 11+ ULLUU .- ;, I ` I. YYN NYY YYJ' v--M'1 j y m i i llsi { 1p t I LLULLU U •i 1 % t!' YYYYYYYYY<Y<Y �� N<N<Y< \Ii� jr, 11% Ma d6edddtldd S, .:snsa� I t' , 1 y I 11 8' � tip ■ ' /vry 4 a.i +v , + 0 3 0 'h ;; 1 6527411iuwwwuS-- ( 13gm" i i �!1�\ lilt ? ty�8{d ��i�."i�n-nr aMit I g�I i. i a � i r- f .�N�o ° T J 6; a A, + mR�firn yy �28i QUO S ;� i n33a°goo = � 1 ,11 I wPk+S I 4.,:.,�.. �4 1 MINH I t h � .+ ( ZI + f. � .\ 1. ', I &I 3\ , • ', =' _ _ T N. + t Exhibit 3.1 Application No. 101122-9 1 of 1 DEPARTMENT OF THE ARMY 1 B JACKSONVILLE DISTRICT CORPS OF ENGINEERS %.01,, �"n 1520 ROYAL PALM SQUARE BOULEVARD,SUITE 310 � -; y aT FORT MYERS,FL 33919 osrars,_.._., e ar' REPLY TO JAN 0 4 2.011 ATTENTION OF January 4 , 2011 South Permits Branch/Fort Myers Section SAJ-2002-02436 (MOD-LAE) Permit Modification - Naples Manor Outfalls 3-4 Collier County Transportation Engineering Department c/o Jay Ahmad, P.E. , Director 2885 Horseshoe Drive South Naples, FL 34104 Attention Collier County c/o Jay Ahmad, P.E. : The U. S. Army Corps of Engineers has completed the review and evaluation of your permit modification request received on December 8, 2010, in which you asked to revise work that was previously authorized by Department of the Army permit number SAJ-2002-02436 for the Lely Area Stormwater Improvement Project. The proposed modification is to conduct minor deviations to the alignment and configuration of previously-permitted storm- water improvements along 6, 300 linear feet of Naples Manor Outfall 3 and Outfall 4 . The project areas are located in the Naples Manor development of the Lely residential development, approximately 0 . 1 mile/522 feet north (Outfall 3) and 0. 1 mile/503 feet south (Outfall 4) of Myrtle Lane and primarily west of U. S. 41/ Tamiami Trail (Outfall 4 extends under and -76 feet beyond the U. S . 41/Tamiami Trail roadway) , in Sections 29/32, Township 50S, Range 26E, Naples, Collier County, Florida for a project area known as the Lely Area Stormwater Improvement Project (LASIP) . Site coordinates (NAD-83) in linear alignment (east to west) : Outfall #3: From Latitude 26. 084445; Longitude -81 . 727594 to Latitude 26. 083613; Longitude -81 . 735040 Outfall #4 : From Latitude 26. 081948; Longitude -81. 724526 to Latitude 26. 080628; Longitude -81 . 735168 The permit modification accounts for a net increase of 0 . 29 acre of wetland impacts and 0 . 09 acre of ditch/conveyance impacts (associated with changes to pipe diameters/culvert placement) ; these conveyances are part of the primary drainage system and are integral to the authorized project work. 116 -2- The modification must be completed in accordance with the attached plan sheets and Special Conditions . Special Conditions : 1 . Fill Material: The Permittee shall use only clean fill material for this project. The fill material shall be free from items such as trash, debris, automotive parts, asphalt, construction materials, concrete block with exposed reinforcement bars, and soils contaminated with any toxic substance, in toxic amounts in accordance with Section 307 of the Clean Water Act , 2 . Construction Guidelines: The Permittee shall comply with Standard Protection Measures for the Eastern Indigo Snake (2004) . The potential impacts of your proposal on the aquatic environment have been reviewed and found to be insignificant. The permit is hereby modified in accordance with your request . You should attach this letter to the permit; all other conditions of the permit remain in full force and effect. If you have any questions regarding this permit modification, please contact the project manager Linda A. Elligott at the letterhead address, by telephone at 239-334- 1975, Ext . 32 or by email at linda.a. elligott @usace. army.mil. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duties in a friendly and timely manner while working to preserve our environment. Please complete our Customer Service Survey at: http://pert.nwp.usace.army,mil/survey.htmi . Your input is appreciated. BY AUTHORITY OF THE SECRETARY of -E f` RMX• 407( A :ed Ar P-n a Lo, Colonel, U.S. Army Cc: agent/CESAJ-RD-PE District Co-1 ander 11f3 .,..-- „„ „..„.„4,-,,,, ,0-4, :-9":0,,,,,,vl-Yffremn,ratra,w A ^c-az,1717-- ---z-74W4"170%.*";.,,,",,, Oa ' ' - . - ... __ a r_, �..��€'` '��'a_ 3u„li��b....4,.,aul"Yw-p,= +,lr ibm R"� �c �. �AA��` ,�7 ID IMPACT AREA WETLAND ID EXCAVATION EXCAVATION FILL FILL (CY) W-29-5 181 SF 619 1 (AREA) t 0 (AREA) W-29-6 0.01 AC 619 9 0.01 AC 0 0 W-29-7 102 SF 617E3 3 102 SF 0 0 Total Wetlands 0.01 AC -- 13 0.02 AC 0 0 OSW-29-17 1.93 AC 511 2471 1.07 AC 1259 0.86 AC Total OSW 1.93 AC - 2471 1.07 AC 1259 0.86 AC Total Impact Area 1.94 AC -- 2484 1.09 AC _ 1259 0.86 AC Total Outfall#3 Area 4.07 AC - - a a . .a r3 %'/ �� ';'`fit,a .".; :x" '' zr ',<; _ �"x ID IMPACT AREA WETLAND ID EXCAVATION EXCAVATION FILL FILL W-32-14 (0Y) (AREA) (CY) (AREA) -32-14 0.13 AC 621 E4 266 0.13 AC W-32-15 0.03 AC 625E4 0 0 34 0.03 AC W-32-16 0.22 AC 621E4 51 0.05 AC 366 0.17 AC W-32-17 0.05 AC 621E 18 0.01 AC 79 0.04 AC W-32-18 0.06 AC 619 5 130 SF 63 0.06 AC W-32-19 0.07 AC 621E4 0 0 83 0.07 AC W-32-20 0.02 AC 619 1 171 SF 4 0.02 AC Total Wetlands 0.58 AC - 75 0.07 AC 895 0.52 AC OSW-32-1 1.22 AC y 511 1328 0.62 AC 811 0.60 AC OSW-32-2 0.20 AC 511 270 0.07 AC 292 0.13 AC OSW-29-18 0.01 AC 511 0 0 7 0.01 AC OSW-29-16 0.03 AC 511 20 0.03 AC 0 0 Total OSW 1.46 AC - 1618 0.72 AC 1110 0.74 AC Total Impact Area 2.04 AC -- 1693 0.79 AC 2005 1.26 AC Total Outfall#4 Area 5.39 AC _ -- - - -. te a. .. - . t ID °' ` WETLAND ID EXCAVATION EXCAVATION likallegl CY AREA Total Wetlands 0.59 AC IMIIIIENIMII 88 0.09 AC 895 0.52 Total OSW 3.39 AC � 4089 1.79 AC 2�' 1.60 AC Total Im•act Area -- 4177 3264 2.12.1 Total Pro-ect Area 9.46 AC � - 11B 112 E � OOOtotr) OLO . jto to to to n lam. p Cy � t- 3 c ooa o E p to to > toinntoN- o d— C to V" Ct N N CO 0 CO CO N U) N- N- V' CO T •r 0 ‘zr to t- (p L (JI [V 0 0 E Z c to ?. EU n- Y 0 0 0 C4 0 N � CO I' C m m v N N , LO to to to to to to tt) L) 1C) LO tr) u) U) U) u) to to O O Q O 0 0 to q . C '- - N N N N °a N = N Ut a) N CU N a) Cl) C3 N y N N N c N y 00000 toS.coto) LI T O tI O) T ■r N > Ntt) in CC) mCA '-- t) mmmmmm + rP7 j .o .0 0 0 .o o c .o ,o to C to to m m .2 m to tAf!] U) CJ) CI) CD al C./) D i 18. ......,........... .„. , . .:„..., , :: . . . . ........, „.....,...:... .. .,..„,„::„......„:„.„......„.„...... ...... .„.. ,.. „....„.„:„.„....„.„:„...„.:....:„.„:„...„:„..::::::,:„.::„„„,....,„.:...........„......... .„... .. ,..:.„ ...,, .,..„NAPLES MANOR OUTFALLS 3 & 4 IMPROVE E TS), -. i USGS QUAD MAP- NAPLES FLORIDA i n r as fi y \ # ,,, YYa : a`f B a dY ' Tye « % " 0 s a k -- �. *3 �5 b i W.- * * # 4 **s P . .� T CAS� . A AZ s ma t, a ' OAt' LOCATION { as . M . . > • a a p *w 1 flaa rsaaaa• ai�akew. a+�ruasweera+ca.aM.mn, per,, $t9GlE ,#9tT feet . ate.. Mao . `+#at�. akae l I. : -" ° ,T. a � ?, y ab '''''',''' •r. ;'':,„17:•:' \*: ''''' . 'S''' .:'t '�; ° 4 y ' k i��m ��ddMM" , ` # °$a �r I <11*'")-- — Zct l 4,\'') 1,,,...„,,,,,.ty _ i , t# P‘igPt.(2-' . 1 eL.0,.. 4-.1.,k3 0 I , 118 .., . . i I -*..."' yK .,..., -.-i,..., ic ra..),,,,6 .,„ ,/'-'. - -," -1- . , ----------___ — - -k k ..., , - ,- .4 ' (•., i., C *.- '. ' ..,:f •.• ' "4,,.. -f.,' 4** ' ''''1- 'Ck„,..,%,/. ' ,.. ''' ,. :-z)- ..i.;'ct, ' it l ii- .• 4 .' 't '1/4 -• ,1/4.' ' -' I - ,-4'o-a 4, .‘)S ...- ; i;, , -...,,-•.,-, . ,^,..-`,,- I .-•-k.' t"'' ' si ,,`•,.', wit s , f t, -- ' .it''',-*f'''''' °'* '' --';14, ; ' 1.)Y' *I/e,/'3 .,''L''',4 1-11,i''''',,„01' z,4',,..'it■'t •, . ' ,,,,,, ,_,:o ..., ., , .-=,-_-.$.4 . ..ti, ........m... ... 1 !„,, :,,,-_. 1,4 ' . 414 ,,-, -- 1%.„,. s'. .- . , , . 7**. 41, .- t 4,6.... k 1,-, ..p ,diiir: --'; ...--- '\-''. . ** 404, ;''-i;. A ,,,,,,i,L+7, ,, tipv-,,,,,,.,„,„4„ , . . _ ',' '1.44 '4,--e - '; , ---'-, kk44,4 ., ° A-, -... 1 -,..... - ,----4■i". .z. ' - .., -. , 4t, :'i-i • • - - S. ,' 't. ,f'',' '''' ' .'''' ' % '...L .-. ':„ ij1".44e. ;, °'. .'" ,e... -.1],4 L'.f:'-lait*-10.- !. . - : ., ' it:tiSit'44 4, 4ifk ---. 'WI,' rat. =sta.," -•- ,''''k ..' ...2„..N a- ,i .„.,,,Itt-et..., . .-... , .,,, ,„ ,at-„,„4 . • -,,,,,„- .- ,904a,,,o- .1-1,--,„;,t ci t...,414- '' 7-e.:..t,t,-,, -,. ,. .01---z;,:ie:: - --.,u ...,,,, t• 5.51,f76.er -9d •-,...-, -, ....., ,r : '-'7, - ' -._..,Ait_ _witee4,*-4'04'..."-`..0'1P,'01P4*.• .4117:-Mra.,. - *. • '.i,.,` I.,,,r,'-:..:'',.,- ** lt, ",t, MA,..,,, - .t. • ,,, „, ,f_ -,4 .•,, ils. ,,,&II, .!•...7. itH'', .0. ,„,4, • . .., . .”*.-',- '0:- ,t-'" ,- "a -dev - .:. ' -1,1.r' „''" 4.0'71---- , ;it! 7 ,4117,11'W.7f . . '71.7-- •'..." 4...... 71%,. :- ,'4."&' ,''''•• 4 A-4:1,..,w •* ' - 4 ii-',.-- - , _. - i .11P ea Ilk,, .4,4' t: i..,--e: _ „ ...._ ''''4,.. ,.. ' , , ' • ':. "-'4,41..4' ,;,:. '2 : 1 i„ ...•44_., i•'..... Or7.‘ _ *go- „. . ,--...-8- .,...1 I - ; -....,,, 4....--4..„.„ ‘,- °.... ft* c '- ':',;,'", '. „ ' ,"=:;...*.r.,::::,T,•:(4,, '6 ;"'. -t, :it;rlii,',t,',",- , --....,.....,..,..:r -,, I --.•-,,,- , ,_,c-2‘,...: , .,„ .„..,., ... . ;.„.; 'F',:,.:3,;.:Pr,f-,'„,a,a„. .. ---L._ ''.* ,;•- ,...4„,,,40.° ,-p - - .--' —44440,1:tt- r.;;; - --...-......, z l'— — ' ' 40:4 ---..---.:' l'4'--4.. •.,2-•-'444.4_,L ,„',1° ,'-'-',:,I.L. .,.4,«' K .-Ez'::- - - J.,.:14.4--r -,, .,: ...„ ..imm -tf. H ',::''-d___ „„„.11' ''''' -40 -• . • ,„ . v....-;• 14,., -. : ,..„ 4...... 4 75. :',' "'0 .I.',''' -„ •-•',2 -c.,=1" ''Ci ii.,••• -•":2;7::i* -,.. ,,.,,,„ '''i,,W• 44'.. , *-1,, -'I — f..-174,7- w• ''',. ' ta-• a a, -a,-..--? .,„,%, -Itott-li•,-.* ,'• - H- . -4.....- ,';' - t 42,;-1-_. : r ' - -', .-- - .;,- tal■r, Loir, ...04 ' ', r:, '''' ', :',•,7.4*.41.,i__'40.:.r.,.,..0..;TA:'• '' .r.'47• ' Z'4, , ' , 1-.,1!---E -•'''7., ',' ,, .41ir _, , ,., Ta., 24 . "L.1-... 44, 7.74. i ' -. 1,‘.- ' -,5, , tq 777, 1......,....__ 8-, ,tiiL.---.- - -. . .,5.r.' ..----f. it '- 4,..`',.z.,,..'" , - 41... 1 . ›..., ''."-.. '...,-. ■-..). 1 ,,, R.'ES .2. , 4"4,77•4:,:it 7".:5" .1.,.,.., : ''';''.3 •7“7. .- '''T ,,''''' Y' I.'.-44'' ; p. _ „1". - , ,Z '54.'-',... z-14,' • ' ' - ,.4-'' '-' . .' ' It ail; _ .... . - --- , ,,,,,,....._ 't r4:-....- - ' i 'n 1,n 'Df,''' .7 7 :.... •. 'i- '-t-...Act4, I '1 ,Ali -,.„..., ,,, .-4c.44, ,.. ., 4 ... ,,,, I ;4'1'," , '-i'; I . . ,.,,,,„,. ,,L,,,,,_ ,.. ,.., ...„,- -„..,_ ..-7"''41011-1":.4;\,,, ,,.ts, ,,.',-„,.,•,;:::-_, •:!'..;,,1474 .;ik,' _ , I... 1 A It ro,iimvacz:1- .725 .., - .C.. . •17"6.4.1. , ‘,,,4., ',....s.,... , ' .2r 7 Z.P.KLO N '''" 44 .,, .,. , , , , 5_,,,,,,,,,„,, .,,,,,:,,... - fir, - .. : ,_'.1410*r•Pr r'itylif. -7" ' , .;" * . r- -,,,, ,:,,,,!.„-,-:4.1,4, ,<,„..e.,,,,,,,,,,-,., „ .4.2,ti.,Nr '''' '',i-'..",z-7,, -'#,::',7fa•-42,4.00,f,- .„- 1-„,,,1...r.-..7„;,4_,;-. iv -4 Ii4.;:?1,:..ecr: ' --* L, ;,?,- ,-..,--'t•-',- .''':,-,1*--.;'''-4',','-',....),`: z„',.....,•=E e.":-1 2'2 "7,'"t 7'•Cl*,4'etItt'7.?.*‘''',+i,e' g t I 'A-, 'k-t,.,,,,'4P* -, . g'F„„a„f;',!t1,1 ,;,..1,'t,-,1;„:‘,..,%`*:-'.„ ..:1',.- •`.-'''.t 7:(.1: 7:: t.,'.. ;-,f,:,,e'lt,.a-,t''i. 0,,..- 4- -It.;":' ta.' .. -,,i -4-, _-. . .. + . .. ,t--..7-g-,-4,,t-s. '.,;...',0,- -.,,.,1-, _ , , , ,,, ,,--, ,,,- ,„ 4 7,`&-i--, ' -,- - -,,- ez. .°:',_ '- *. - r . 4,,, .. ...:,.„, 4'. 7.' .1,, ',c-'Fitak. - tzt.'"- . 1',,,• --; — ,.. ‘,-.,,zo'. u=. je,:. ;-.1.r ' , ; ,',V.,7 1:-.77.',' --,..., „-: :..."-1-.,,,.4 . .',..*I",.4=-1,;,7.7•' ; r, Li' ; i - ..,, 4. . ' Ab.,..... fa ' ' *-t.,.....:. - - ...,...',4 Its% , .--,'" , '- i i 118 3 13,7 422''•• '\., n ' '' IN . ,.. . .9 4; 3 "th N ... a t •3?" s.=.--.;. ....3:4. 1. \ ,3 34;ii-, \ 11 \ ,1 1,Z 0,1144:.: _ i 3' 1: .&•z...,12.•'S 1,.2. 1 1- . ...,„, 7.,...., o 7-, ...,1 E.:' .4.- 4•* ...:4-: .•:-1:-. \ 1 Ma- i'' at .". 3 1 ' i 341 ...,_,.... 1. ., ' i• di 1-1 ;/ I i i i I A ,- ... , ,,_ 1... .,- , ,- 1- 43. c 1 3 i- I 03 f .,,..0._ ' LO 1 LI Z - 1 -■- ' ; - Lt .' + g , - 2 ■,.., , : I 3,i H-t i 7:3• 1:1 ' 1+144: 21113U:44 111:13 1,14:3 „ . ,t3-"•333 321;',3131:38S ::`,4:3 7.2,'-f;' i ,. • :I--: ; ,t., ., I- Lt_l : q SW 4 t- I '1 . I 4 L' • ..",- , .---.• „, _ .•,',: 1,—,,- ,....• , ,Ls.9,3„'"?, — . 1"• ,., .■13,i --VI 1, ....14.0,3. ,.. --, 3 34...4z, 2311g-t 3 I a.' ... '4.21"Pltz -11Hz`54 —1 , i ! ,313,441(, , .7171"31°33r341,; .. 1 43 V ,4 g 0- ; 11427;1,411 --Ilzgt1,11:1 0 1 ,a) = eHI I4 4,.%,.- I 14,14q3131Ii:gljtMIfI'liI;li IIII 1 I. I LI3 I }II -I I ,. a I.S :,..- L 7,-'gz,,'=,t4;;-(2.7,s.q;27,71■-..tz.7:.; _ 4 i .s. • i 1 I 4 1 1 p „..._ I — ,---rit ..79,0 ,,r. q --..• ,, ,. ti•,. , ..._ 1 ' ., ••., - . ,fl , tc) i'i - i • 1,,",,,, ,...,..„ , 1, '.,;:gf - r. ! , . • , c7, ''''' octs' C --4, A , I -I \ •-s. i ... -C • - •: ,...z ,-, z'.." 4 ..., . ,.,1,11 41 : ..'•'I:1 '''- ' ' ., u? ..c ‘ w G , ,..,.. , ....,,,,,,,,,,„,. 4 ,-9!!-.i ! • i , , t . . 1• ...., , .,,,,r, , c....).7.! . ... ,,,,i — I - ,,--,. rirt12.1 . z — ,..., —• , 4 1,..4; .,,,... r-dt.,t• ., 8.1 -,,,, / (.,.... c- l' ..,..,..L C.1 al E..;L.) ••,." •r... '. .,,-."... (.-._-_— ..----) ,,...,-; ...., ti. ,,,.: Sti■ 'II ! , ' ill': tj7;1.. I 7 E„, tzt 'i J ....., +,....., '!"! li ---- 4117. cq.,,i u; 11 , ) 1 3;47, •,.. , . . , 1 , 1 •c• -*, ',i 61,... .0. 1 , . . _ • 3 . . . i .0 w.. ■ ..446 ---i ,......... . il Innillt, - I ' ', } , ! 41,1,4' ,.6'.1 •.,'" i: ›. '' 0 'Nit, ..mimk if ' , ,,,,,_ i'i.a'• rm, ,,_ - '! Z ., . 1 ,.j: I , • .f,,, ;;..'.7..f'.ff.r7;4 7. , ,..■ 1 , If 77.4 4 , i r . . ter 'I 1 MB ■....----.. '.z..: , . stwi ' -....._ _._......._____. , f f 0,N , ----------- A i s...,4 . . — . . • :2') . ii.• .., ,-. ,. ,,„„,,,, . - - 7 , I*"'•-;' ,".:. .. ' bi I. '&- 475 ; - -7," , .r., - . f .r, ".,,,,,,ff.f..;f..,r. fl ::-7 0 f.,, a e :7 ., ::.,:.--...';'•: `t"'"•,'f.3. ,... __. cw 5::: ;`,',•t, a tz = ._-. . ,........--7.,:-,... tir4 „, . . . ;',, - •:•-:t7.S•,:,, :::: ,•'',,1..,,,,,-," 'at ...r..,.4. ',4 .i. ::. A 1 M -=,,,, -,4'...- ,.r g.„ ....,,,, ^ .•-:,^'',..,r,'.'',..,.t....;--=#.;'...".",t, z ::.^: ." ',1 ' i z te,ZZ1 - .`-', -u'17' ' x - - ,..■'...','','-'."1;- .., , ■ tz,r,' ' 41 4.4 .,, ,.. c E. ..„, z ' ...,....1 1 0411,1444144N4Olt. ' - ,.? ...; 11;t10/11N411M471.-.k; •......_........._ astsveniuma: . :P$',-. .,-;,• ; '-------"--------"------"-------- .._.________,__,__J 1 1 1 .._ „<„,. 11B a) n _ h 0 w^ K O+ as ( g Y N o t ° IC U - to y ,.. ,„ ,gc.i i , it_ .... J N ,lc, w �1 ~itvN f R. 4 F �i F 1 i 4 �� �: Y. T �j . o yr, .r r ir+ ti 1 O V a .1� ! e mz , ; t 'I( 1 — �__. ._°!„" ice ° — ai W C'-', .Qi ry j tT� 1-1-f F Mt v 3 l'� :.e „� J J r. PI 1 %?,1 ' i ! / r x 373 i m �. <: s--=N'' t YC W' 2 ti w x k J' n s 54.'1 1`q ,, u C O M Z.:11'.--..V r4 0 I e le G #G 1 F t 11B a _ --I 1 Letsz RxaSOUTH ittIP 01- ...__e __ _..—__ 3 � . e 4I !` )41,-, , '' !N& , , 13.;; 5- '''''' I 3 -I 9sU ,�% AI i it i' E.i = p2&I I( ' 4 c € N fi a i t.t o2 1 .p$ ic u � ar f— aa.S14g. z ;. 6. ji -e2 ! ..R;$- e; a.ne E s I q_ p ._., r 9■ !. I;" F. s di P e'^5 .h k F App I r ! :::1!,1 fit,., m~ 2:: I Ou iAM A -tfia L i " 2 " _. : c o 1 1: ; � „� _ S A G b ! _ I 1 _ _. MATCXLINES2A.31SKf� �' �` !' �`=L. n $ th 1 1 B ..,,,....._.,„:1 ,.„ ,., I S' ! : 4 11 1 IP t . , i 1 — — ji,7 1 -- I atit ....,..._,..e,--, •., _ _ ;41 , >4 I ,.•.,- i t . ..-, ..._ _ k 1 .b.. , ,.., .„.p F , i 1 ' 'a v•rs t 4 : 4E i t 1 !-1- rp 1 -, 1 ill:5 i i I ..........-- - - 4 i 'iA * . . . , i ,- Aitt ' 6 -...; - - — - — ! i mi 1 in. i t. .1.... ,r.. I E. riv. 1 lik.e - '';:tt!' —ii -"__ :‘ , . . 4 • .„.,.. , ,,‘;-, .1, - 1 . -■ f ---r.6. lq.: i -,..; czP 1 : 4 1.1... ' A' .. .,, I ,'.-...! -„.- —...— i.....4 ......... , _„„, ..4•141,111,: .„Ilk ik. 6 , , 11 NV, - I I . 2 a Vt: gr'.. r.... 1 , t t< - . . ' IMINIMIII MATCHLINE STA.322+00 8t. ..c. r. g z , t ,.. 1 1 E , I A Ii/L47CILLINE STA.32200 - i 8 11 i I I t I '4', ' I' .! I II I ''', 1.°. ..s. ' '6 1 •„s A ge f'&77. 1 ' i r i ,' 1■1' /g,..2 S I ,--.... ,.........,....- .'.■ 01, 1 .4. i i ...±' ........ — — xatn [64 i. r,.. ,....N.4. i - I t ( 2oa 11 o•P.4 -.., 5-, , ! ! , trz.; '''.!•CP1 _ __.m....._ H ,t '‘I"o'l§ 1 , 1 i f• 7 ,.. — — — --.- j g,---'I—F — — t55!' ■ r! • i .„ -..., i I, i 1 ,5 7; 1-1101 i ',•:, If ,, I, . '...,...•.- m!..F i' i , , 1 , - _ ivfATCHLINE STA.327+00 4,.. 4 zt t"•,' 1 ki g ■,-, '...t.z t-, ----,,- z—r,,,----- ,, ,, I::' l i p .;., i I ; i .:, MATCHLBVE STA.327+00 -.4 I ao 1 : r '7 tr4I tg4I jt.tit'...g 2 I , t? 7-'4 „S is; I . I ft—f''' 7' . 4 /4,i , .A g 1 I !1 . d . t ,.... ..: .. ------ --,- 1 —..et.4 — C CI t ' Z - '- 'I— 'grill' , t r-i•(4 t F, 1 .., . , ";!„z 5 !•'N,'';`9 i 1 s ''. f -....7 - A- 71 i 1 tfq.*:s1f/ :r..s' I 1 s7 A g Et ; ...,t ..- t t:, tt tt.t.' t 41 l , , 4 40 1 .44 ,..,.. 1 tg-P t II fg. t'figii. 1 3i' - 4, ... f rill t t u'', ,- , 1 . F. f 1 g ,,...., .. 1 ..4 1 7 t I I LI \ k • :tt i -' s -•:il- ,,f '-:' 4 b,p , \ ' y, 1 f ti *WO 1 4. figs \ t .,.1:,.... .. . _ \‘ ' t ;... \ -43d t :'..1 i 3 .,X - N' , •,',:•111411111.1"' I '1 .t5;-•1;:1- 4.1::' ‘ \ ' '..,11N1 ,..tE ,t ., , 1 \ t....,.i t2„ , V)in 4 t ' ,,,;;;.", I \ 114.1 tt-' ...... . [,.... >. 7 v< 4;,,....., figl f \ f , 5J*..11. .. . _ ../ .. 'tS 5,a 8N 44 .,-.: ."i L" F.' ; ut•tit tt- ttttt Z Cy, t th ti "' 11E `..' ii.... I Y \ 'Ail rezzi. ___ i,.. ., I I 1 t Y•q4 ; \ i , r f p r, g O 'T. 1 i gi i i 0 I ' ll 01!1; ,-, - - I 1 [ i _..., ........ - - 2 PuE.I.DE V. 1 C I , :a MI• Df. 4 A 41.,...... 5r i ,I 41H i • ;.;. , i I 4':f 1 1 14•1 .;'.'0 iX i 1 :a r ,.. a 1 g .1111 i ! . I. / g- 4 ft. " to..m ; ■ N 71 ....4 -: ' 411111.■ 54/01)(FJ .--. ... —a- .... . '''-■/ ', 1 "*. '.: - > . \ TAM1AMI TRAIL(U.S.41)(Sit 90) 1 ‘ t 1'■.:.:0 ..4,i 8.t . 1 \ , - , 1 1 [3 f. I , - : , . if g ii 1 .... 2 tn €D° Sr' ... :..3, R i. .. . .., .. ...:.g-..?. - -- ---R I°....4 ° . , , P C , 4 PtL4' --- 01 NI .•...... - ....-......................Pg.; .....• ............-•..._•......_F,4- 3-4..., , F tI,ii! -,.. c-4 .;■.....„4 :'" a El 6. ;: ..... V.53 4z 1 7— — , 4 drpik. r,s1,30,2 .,..0.,. --,,, "; =*:44111111 Pi . 40,441 E - '14•-• ... = — I NO1110. 11-44, lilt -,--, ' i 5 1 1 , a .^ . c . . ;a - , ^ l' I - 11B 4 1 k J 2 a - a1 . . moa _ sa 2 !„ k o o ; f P w r■ a a 4 fie. / F 2 4__i1/ U _Li JTT_ ! e. o \�. ,.A o C a ? a \... A _i k 4 gY 1 Y i °° j I ° : '? :': H a G. a m c 2 t ai ru a...4 .2, U O D 6 n vio.r p HI a O O te a. .b b g W U l.i I'C k n r. rii A tr v - i D ..� Boa E C' U to to p n _� N to ... O c J I 4 1 g 118 ,,l 1 1 1 E 1 y • a I o .. a 4 ° z • ■ o o v *`� a �` s t �, 9 S 2 v p N r_ n C ',7,2 a _. _Li a- _.-_ i _Li i 1 : " te7 i N'/ / k I ijf ci . b O O w m b . . m r' O . . ±jjii # fie . c) .,J 0. 2 r,*„ c. �# Gam,,,,,"'.. '11 Z.N. " h+ V _____::11,P P W — fv c. ko th g W : N °i w . P N rn _ ^ c" rx m m ti #a IR ,Via] o F, - CT L. LL1 p O 1V m '. R a p 5 118 . q ,., i .,, fl ., y I a a wn _ .., r rry:: pp a _ PI a , ,, ... a 0 ) 7 o u L — - L1 ._ L �/P ( . ,.' _ _ ._I '�_P Itj J a =—g i 1 a `iz 7 r a NJ i4: N N.:, ..1. R ?s•� i`,1 (J rr ■ 1. + + ^F G C 0 b 0 0 0 • J. r 7 �p 7„ '+M11.0 r 4 f s }y Cb p V (([m CS [b W m U Q .y y C P H M RI 0, `.t , l'' O A R- E — Sb 4 Y (Uh A m V ~ 01 C �C j3fA ■ I 1113 2 1 A 4 _ o a o o A a f' /c �i re r 9 _ c _ 4 €a �` f ^ —-F —p — -���C L•I—o t as A A A c, c ° C 0. a ° 0 m '.7..' o A Kt I: c m - iG E�14 N N N Ni pn.t va 1!; M10. e as aF W a -} 9 j c yy a` o LA a "1 A; tom. 5.0 a a y itr to t.0 to to, a r 1 I f 1 1 11B a o Q .O m Q m 1 Q e O 8 3 g8 1 ; E A ., / m � � / /- Q / o / t / f /,s A al _ A 9,1 El g P 7 o `p. ` :EE Q w x .n O rat 0 T' -i- ,f.. 4 Ai w°l+ 161 _ r M n b a 'J < : It1) OD CA h t ° o ;>f3 Vg t�i� rn rn w a o o 12 1 B ... 2 A , .... ■ , 1 f , 2,S 11 --X k 8 .•:„ ,,,...., ,- -•-- ,...,x t, Isil t.,it, c-.. t ' ,.... ?_< , o I 0 14P-n , ..2 • '.. ..... UtJ T ‘‘,, - 1 ..„. ,,, , ,...,4"•••1 L • A ,..- rl C0.1 1 I t"Il I F i■1 i i i -%'.---1 CZ) 4 4't17,,:t,"; ..-17'• , I .!1-41;,1 - — — -- — Ii --""' .1 t•t ' z; $....., LI —1—.1 Y-1 ,,.....C,....) + Ka ci----i -f' ) .1. 2',,‘;''.2:•;,i c:3 1G ,.. 1.-. .0. i ..e. i:'■ ' Z , ,..._ .... ••, .., * P 3 E , -7: '• N4 - Li tZ ..-_,'. . ill . ., ..., - --1- 1 .... 8 n t.1 xi- f ‘, °:3‘,. .-.... -. .....,,..X, -. ■ c',Es.“.7., , 2 8 1`. — — '''',-,4i 4.•...;:', ,..1 V.: el 7*2 k.'Jr' .. 7i il',, ■44 Z1 :lo ot rn x ,1 t74!, D. r7, 4, k ,-, — ,._ 1 1 B i f A .. • f -0,-,:-.■ T%t I ■•■1 K A, •‘' ' 1,1 11 11 zr. — — —— —f i- t. r — c7 g 2 8--1 1, V. / 1 oi 2 i ?I'' . .- A.r., ) MI c. x A in • t cl I! , 1 I 1 r....,p, , 1,4 i5•1.•., .,2 sil ,i x7- -.1 t•-•t .-1 tzl P72, --• 7 - ....,'..1 Q 'r• t,,) ,,..L.'-' I „,.,6-•••4 4.. C.) ICZ) 1 i P.. St C"3 ,..z — ---. ii N t'll „....f ,iJ H --- _ .__. f i 0 'C .... .- , g t „c) , „ « 1. -. NZ \J g 174:')::1•1'. Ct t\JI) \ + i\j''Z Cs) !:,, %.• '..". 7 . — CD , . , - - r ,,c• „, -f- = 2 —.4'•r• I _ T F. -4-.'- ......- -4-. -. T-473'i ° • -: -* cc' • • .2.x'1" \, .■ f's , N ' ?.,- -•t!,' , b , .. ....„, ..,„;:, ..„...., 7 '''' kJ' '''E, '..-, -_•,.,,....,,,, ,„_ t,", •.., t NP &i t '.■.'.■,- ;;8; `+",,, '" S- ' ';:." R`' •- w4,-'41 6'r7 R. 0 n , co co -...., , 1 1 B ,.„. A i i 1 1 on t7, i LAS!?PHASE LB SOUTH CANAL -.1. " ix ... k+- ■a., ,. 204 CIO 1 : f -------- ' ■ .1 ...; 1 VI h -r- ,....,„, U 'It", ' "74 ....,.,, ,..... I t ag; , •.,,,_,... , ,x 'z I .1 : _I-- 52‘ , 1 ,,-..- , - ' .-..,' yft ...t - :•...,,, 3 t I '' , '..,, ?.i7 .19 ..,z--i• i . z a ... 1 ,r• . H 4,,. ..., :." -,.. , j es■ I c: i"1 \ l • „.. •11:3 c...,, , I II • , ,.., •"."-A `i'f', ' :., E.,. :-------, ..? -0-, ., f ' / S a i■: AF, A?t ,., - ..to t , — • , , , 1 ' • 1 s, .P R... ■ .... ? r. -I ; .' --- ,t.'l 1 2:' ......_ ___.,,,....._ I H :` : , - ....somp... .'' - , Ai' i.■• , 1 g g I E.,, :i 7. 74=I H . \ ?;•.° , t'',1 g '.'''•I I . .I..pt i'11 • I 111 •I , ....— — — 01 ... ', ■ 2; , ■ I c' I ',7,1L,it tt,t.t.i Pt 8 16. •=,91 ..) I ;,,1,...•.....?„ E , ■ tel Y: to, 11,147C1-ILINE STA.415+50 ;.. - V Sr Ali ,. SO I S':. ... mom,— Z ,...............,..... g g G .., 118 A ---, 2 I / , 0 „MA TC.FILLVE STA,415+50 i.., :! ; --- IF I 1 . ,'. 1 .$ 1 --- -- --- ---'''.-- —7.1`J—i WM.ILINC,r :',21t,klyarir t„,/ 1 , ..., , q i 1 '1! ■: a — —, - - — ---et)— u To i I 1, / ; , 1 I it' 12, 1/ I i , ( Y , Ii, 17 * R t •• _ „.„,„ ; .z...11 t ; , . , r; ` I ; ; 1 I 8 , I ' ; Ile --'4. : • I I s.■!•„,..1 7 ' c' 'il'ilr, k• 'p',.:4;,,,i; r ! jE4,7 ;..'a , . — __ .,. i , ■ ' 1 I1 I ' _,1-"' ....,., 1 4 „ z L , -c ,, ' I ,, f 1.! 1 r ■ . 1' „ 2.. ■ ! - X it ,.,. 1 ;::!. 3" '4 ;: 1 I. E 5., i t 1 r 1 i ; '1; la, "I!,''.I 1 , - -•-'i.;' , S ) En..... -,,,, 1 i , . '.I., .=, I 1 ' ! '''' &''' ' it-", , ') .`, El 44111 ■ 1 ., ...• .7.5 . t E I 1 ■ ' , I 7 ii I ; ', ■ 1 ; „F. ,T - N4Illt i i :,..,..., 1 T. , 1 g 1 , , R ANIIIMMIMMINU "--. MATCHLINE STA.421+00 slE - t4 P to .,.. e , E , ,,,Alt•,« SO ,.. . . ,.. 1 B <, , 4 14 ta r ■ MATCHLEVE STA.421+00 I ■ t 4 1 4 1 14 8 ' 1 , 1 , is` ----- t., 11 + 1 - i r __ t-__ __ _f_. a , I oil , , .—.t_ -........_ ___,...._ — i — t ' .g IR .- n ... •-,,,> F.r■*" I i 1 Z A ,F, ■ 2AP 7 4.44 t.44 ;Fp %7-- ,.. , r - i ,osI 1— P,. \, i • i ,3 .,,oii _ ; .i 1 , ict ' 1— ''', 1 A ----- r . , — — —na— ; ■ , a I i ......., J' I °,-i" .,. t A b , I ...---7 ..1,5........e.„.. 1 , ,,, —....., 1 1 4 r-, F F ' MATC191,12VE STA.426+50 g o z -1 t,. ii g it, : v .t,•C ...........t...•.4.444- 1 1 B A 2 A . .-..- MAL TCHLIAT STA.426*.50 , , I .„,.4.1 I ..,4 ,...,. . i ■ f t. :el ■1'..'1 ''''4 4.5 I' 1 ■ •-'"7-'''.-v"----- '.--- 1 1 , I i ' ,18 ,,, li i o .C. 1 , r t A 1, 1 ■ 1 4 II I Itg t`+' i 1 1 i I , 6 l '. -- --- ! > i --- –4v-- .... ,4 : ! t li i : ' , t ■ 1 ■ I I ' 4 1 i t'' ; ,t, + , 1. ■ 1.. I se= , i ..-m– —e•3— — If •I' 1 4E k • f + : 1'4 gc 1 _ 5 ; i g P,F, , t i : 1 ,7 I a' i :1 1 1 9 – i z 1 5 'itil 1 :h1 i'l'A : _,..; ; , . '•I 2,!... , ' ..... 1 : I .1, E :,I t .4 f.....rn 1 -. i OVal r —A ,• i ..i'•* I , ''' .„, '+ ` 1 i.. _la 1:• ,- . „, ,_...; l'i=i;11:: 1 1 „. ,i''''' 11 1 I f lz 1 . '' z.,•,. 7.-..c.i:Itil ;t 1 1 I , ,...,-... ,-..,....,.....-.. — A4 ,1 •tA-, , I 444 ' • 4! 4, P' .4 A,s t:•:'t:." ..—, As a.al,' t;i14 1--- ...,,,,, c...— ■ I sl 444 – — ___ ...... , J 4 i gag -- --- 1 -11 4g1=1 ,..--- , 1 1 A -1:' g, 1 Esn, 7 A411111 { I ■ •.&,...A.I., -Al"' I : , v a-- lix ;-.." "N.4 I , . gisp _ ;,,-- 12'' §11311EIMIMIMINEMIll MATCHLTIVE STA.432+00 .t *-. c z... " isl, 1 a- - A. 14 q E i' .. SNIVI,... Z....L....MM.- 1 8', 1,,' 11 e I A 1 X MATCHLTha'STA.432+00 ... . ii"'-',4 i -—4-11 '__le 42,•t4----5- _ i szA 1 I N xS. s I a_ vt „"6,p / Li I ,IE c. • 't m 1 8 f , I ilo 8 1 r ...._ _....., ....i... T P *rt 1 I 1 1 t R4 i g ZZ . I I i i 1 , 1 I -XS V.@4 ...,•.-_,..„. 1 , 1 i 4-,; tt 1 ;;, I ± _ _... , =-. 15-7 .= i I , 7' :5g;- r a / 1 2c, i' •:r- 1 „ ■t ; 'i ',,;. -4' ' 1 ... , c t a F. c FE E7 Rt I 1 3i3.130.71.1.014?) 4 il i . 14 I - 3 —''''— — fre. t t^* ■ f 2 illi u^ . -' ,.... ....--, t i I I W1464*,,ei 1 ` Sg Ii.',•::7 41 t 0., i "".1...t,.1%. , ;.'2 ' 1 E; -- -- 4i r t., §x t-,,1 1 t ■ g le W. G . ; I , i . ....... ......i._ .... e0— / 40101 i) I 2 tt . ■ ''. 2 IR l' .t.' ft.....-4 ..,., --. 1 1 r *'1 .. i -\ t.., A r...4.:l 1."... ..--,- ...s el vi L„triXe1 ..71 ............. .. i.,:. z; 33 - -- , i,. ,, \I", ,..t ql ',.■..-.-,._.L... i, •1 z - t ...., 0, Eg T?g --1 c i / i mit. ,., ..ra!i... , ..._ F., ..- f 4 I , MATCHLINE STA.437+50 .4 t ..., 1. ? e:.. 1'2 e . , Iii....' Z..-......,..... I - 1 El I 0 A - —— — — — '1 '— .1,?, C1'.. ., T! . tA !ta 4. . to. '0. / 2! ti 4.' ! / cP,„ "t-t- kt t, / A! • 1411 ' / ' ' '?-> o . g /Ai _ i t ' ) : . 1i ■ evsz., "I'. ',' /* i V...., ri.G•f /..= ,-I,* R ;az , -,,. ) N114°‘ tAI A v. ''..•,1 g 2 t- ... , !a „..°. 0 .t. ,-,9A., I ■ \ :..- ,,/' • —.Ali 44rui I -,-. ' 7 ' 1 "A "•,,,,010"' 0 . , z , I 7' ,1; , , •i' N A''i,=1 4/i •Iii4AT, ' 1 WI R; , , I r^-• 1,..; I 1 !.',1 N t., 1 ti : . •- ,' 1 ! -t:', I I 1 I i,,:titi'r,,!,!; 1 ^t■ ," I i t •--- .- 5! I I t , _- 'A 4 f.,,,,' .1,• , i"."' -;.'. F.' ..., r ,.. '•=1 7 z 8 1 •-", 'F',. ....,C77, — la 4.— t , . .. , -- -., za..ma a . - - ; fi' 1 1,-• --- ------ --4-11- II ' 1- . . *. • ' -,1`■ 1, .11' 1,;" I° '!" fn ... ± IviA.I'CILLEVE STA.441+70 V) x K1S ' 5 . ft F .t.*;,' ,... t 'a r, N.., 3 Ltt 4,1 . _ .„, 1113 , 1 ., r MArcriLrie STA 441+70 1 1 I I I VI! ' II;": te g ,, .z l' ;•..' 1 1 I E. ; 1 , ,.. ..,; i v m ' 1 ;....,„ .,.. t i F Fok ■ , t t'454 + 7 to t i 1 1 1 9 ,....: g , , i , . g S; I i ,•,... s" ., ,•.. I \I i S 71 7 1 I r I ■ $ • 14 I 7 7 7 7 ii i i; ..-; :i..—• ,_ :* _ LI \ \ _ .....-- ,g _ . ,- - a , { C r op '1 i, \ '1 .. 11 , v DIM:MAI!77RAIL 110(U.S.4.1)tS.R.90) 4r.•, a f' ''', 1 1 It . z z 1 1 I i 1 / 4 .** "4-." ' = ! 1 ., -1 .....,--e. .i'. •■, =I '.. . ;.-- ,r.•0 ' li A ...... .,.... 0110,..A 1- fr - =4 $ ch -t V 84 I' o 3 , ,7-4 ■... 118 f 0 4 a a . a w r a w a w a a w a ., 1 4. Li 4 4 *qq I. q I l T O N jQ 1 A g ` q O (K ,e. /1) , 4 ptTN O f , a s O 3 ,. a.�,a r a i- I a 7,..'-'P. n�Ro v } n nttM° p • m 2 O D o II (�, q rare 2 o- ux� S + vn.a G ti C) 4 ` q ana r) n `R a 9n O x y n i n I 6 \ _ �1 r''''''''' �_) q pp zp p j(��''' 1 :c4 3 + 1� I .. ' wry 6 q N r r e n ~y h • m° _ ..._,,,.. z ,, m V., i f 4‘. vL n t i - Mxa u.z z 0 �t a: - Fnp gp yz, q • k Y -:,,c3. N ■ vtl,,p G UZ a' r. j ~ q $ii DF, It 1 il pp 4 2 a w R;« a a a a a 0 a a- G Un 0, 11B . a . N a0aCCN . G w a we Ii 1 CD W �f : Y as p © A e x i'7 I t'i^ r'1C into rpffaR41 A OLOmZ13> 0er•s�g'" "F a p Vim_ z,,, R i'' i PA,iloc- N¢ xnm O N y n 82,', ° gva■ ii fay o a14 o g el t anV 0 I ., d A (p] '. ' i \ —Z z c,, . x, � q� R a n E x A O � .. D ry h o b a Z (� A jt:G't./E x '. 1:.J iw Qua O " i 4 a �• -,,,a14, 5?at - m R 0e.$ O .n mX m3 R } tfi t ?.! N 4 .. a ,. co N . a • A . a .. a Q N N U v 9 1 11B r 1 , A ti g4.. 8 ° - 1 a ° a.7 az K x r' k $ P € O — cgs 1 r,,,t.: _ I ' - 1.'e _ .�.� q i t a w u as .< -,<$, Y Igo 6....... __ — ;. G� T ■ _ 1 It 3 tires a c - ° - V, o 1 ° - ° . t a w b - - + mCA d •n s �1 8P R.s yQ N 1 C4 tr W U Cr in2 t" is '° -»--R 0. J... N L 1 N V m N w v €LTV. Iv If 1113 ....._ i . P A : u m1 a u Q ° .. n 1 41. O D i�za « 9 s a 7 5 rr a k7.4. N_ { o 1, v �ti ' V ' Nw o O S + 0. 0. ■ p - 4 Jz; . 1e r '' -- a A Rio s a 6w ): i� dW .., a Q ♦ R 0 A CR A^..1 b A{L f C...+'D I O z R ti1 a a g,t ._..___._w—. .m., ..�..,..... ........__._..._,a . .._........ 8� o m m m A o m co 2 t o■ u = _ N N sl Lel co a. a m a 3..v CO _ 03 A Q fi Iti 7 'a 3.33 m W cn 7 4 11 S .8 2 A I NGy 8 0 q O n a _ A a Oa Nv sa ir ti 4 a 1 j o - j X7 5 7. ° G O 7ga l: aR r:z m r M M EE Ye y F 1 r e Iu.. ' F t ti^ 3£ _ 4 Ian n ro ro a SY 7 a[ '• V a r a 0 .. = 0 ,,. a a 0 ,. d O .... r y' } N NJ N N «� tJ t., A J{ i + F 0 0 C , 0 O C oft 1 ktt ._co It N crl % u, TA 6 4 o, a th V V `In ill 4 v m °j o r, n o o t. 9 (Ct7 0 b a O m 'C R J 1113 LE , P a b OZ 4 a a a P O a a 6 t %••• z r • I p L ! �a7 Ia 1 5 4 14 E _ • I` E �� I 3 t , , ;" , 4. 1 t 'i it i I t 1; if 5= � - �Ilq 3 la i p F .. 3 i -Ly, Z ^..) N a LA -1 Vii, yy a f; > ° o w io m jz b g I o 8 - m o t" -. @ N ml N N t+ 4. to N tc N ID a 0 to Ls tal F. U1 G. °' O 0 tvn N I'', 2 , 1 1 B a R At 1 ;:. g , a ' g 1 iI0 r.Itie , a . . a - a e i -1-: - - F * p . ....,. ,-= ,c ga ig,- iC'''' I .., 0, . ,±- ,,.., F L ' . L_... ..4 _\. , iI .., V '8 i V, ',...' i 0 , - 12 I: m 4 ,r: — 1't , ,,,- . I - 1 ■ :: I I -i - i ° A ".-1 ' ' 1 N A lz .. , 4 4 ! e" ,t't,I4' 11 . - DI *'; 0 ■•• 0 11; . . 1 I. 0 ... CP .1 0 + a (....i Lm (...., L., ,...... + + + + 4 0 0 0 0 0 0 0 0 0 ,,,,. --...• 2, .... ( - 411116. .1116. n \ st . ' 7----" a R 1 i; t: g a , . . vn ... . _ t - ,s2 . til KJ u■ -. ;13 ;0 Lz 1 .., 4. 11P ........_ 1 1 r f 1 OZ E NN w ® 4 g ° N 'T 4k ° r/! ° u IJ i ^i ° ff y 11 is a t l /�+ 9-l. .. w r f ^aauc / ^. &2—_— I it. IIII q� 1 t' 1 ,,z,„„,„ � .�. -- N „ M\ l - \ i -°F e S o ___1 f. \ It py 8. :,z1.. ° v - In ° _ ° w 0 O ° r p to a NJ CC i iii 0 :. imptiika, v ---,,.,;..„Atip , i xl Si y ttW�� w o 4 C n to 9 E ce a 1113 s 4 1 s 1. p o G G € V i)118 G L 9 (((7''',,,, G L ��m 7 41/:#R gg #j i 7 G G G G 6 t i U'',4 i 3i G` • m i (ID © A + + 4- a N O Q C a,,`g,f�4' C 0 0 £S'a T.. Al viii, ii, it III $II C 0. a 3 4 o pp a Cn a a dip „41 a A I o o o m 1 10 • a a n g 4 , t.,,it, . , ..., o II i ., ,D),m9 c E 'i t x 1 i E 4 z S G 8 • • C. o .. w 0 0. m 0 .. m r r- -u I N G+ 5. rt. + + a a a c "'' o 0 a a .a ° c A- il W !••I, ,i R ----.— ..w... D r. C .„... 1 1 P - ,.... ,.„ •_,,_,,,......__,. ......_.:-T.,.. 7-- , 1 . .,:_,,., --.,..- 1.-.-÷-71,._- ___,._ '...,'. , 1,,,,, - .. - -- - -.-L-,__ - ! ,..,,_ _ .......„ 02 41 .*- , ,i ,--, ' 1- -, Zit' ■.-", :: ' 1.' 6.0 1:: i •,! ' .--..'''S 1•.‘ ‘i , Tt 0 iP e I - .2 1, 11)... .1) ,•., II. :c` 1 0 T. N • . .4, _ . ....., - ta ' . f' ' ''''1.4. -4 rn 8 , .' t. - •,::,÷ 1. v tn . 8 c2, iW ,••.': %- > % 1 ......,_ i 1 ' ■ X '1 ' ,.._ :i:'I .1,_,,r,. -t ::z t 2 '''11 ■ i iti 4" - [ i.) US 4 1 r t ... :1 t rn—I Z 0 = TAMIAMI. 771Aa BA,57' 7,, I :: r, r , E : 1 --■o,3> -1-ti Ir. CD. et; S'' •; '.% r' ----- -• , !,::: ': ; , C E r,x --P- il --i-"-- , -:,-• '<I:17'T .,,, f:._.,,,,:.• ., -.."'S.;tb, ., .: 4 t c , i ; = ,. .< ..1 : ' st ' i -n 0 tC2 r-r-r-i • M g- 1 i -U '------ ' -.>'L'll T .' 1/1- . ,' : At,/ 0 Zr v. N'0>0 -,, i P.- s,_ ' ,z - .. c, I c›, ',:: ,i.,,.: 1•1 i 1 : '; f, I■1 I a .,.. ,.. .4 E ''; . , . . ,. - t , -, _ 1 ! ---- I i --- ' ' ' '7‘ n -,o tn X 1 ip-o rn A3 0 0■ 1401 , _ -■•011. r--s Z . >Z in' .; ' • t - 7...- .....4 , ,,,u, _.... ! \, , n ' +14. 1 .rir2 ..-4,,,2,;:,.7.■ • i '1'1..: -__. \\.\, Z.? \ r \xt o rn r--1 ,- ', \\'A „,x' A 0,-.9 z ' , fr.! t•. m, , :: .. 4.. .C r”Cl/> f iii.. Z..,...r..!•-■.••-• 4> , ' > >Fr,-, ii 5 .,... 0 = 1 0 0.,.... sn—cs >, i 1— ,„ . .. °4 1. --, 1,2 1 , z i , ;0 ... c)1 1 ; ,. 011 1.'A ,.., - -,----- - .11t . MArca 0'41 . unrs , 4Vir STAITON 437#50 , 4 ■ - — 11 P ! !!A ..,t 1 2 I I I a ,.. . 21 h i, J Z e 0. Ei ; 1 1 i; ap I 2 m ch s.* li m 1, 14 1 1 ttrz g. pgo r., I, r,i =4 /-! '' :55 1 1 1 4 ig I gl rti -g- Icn if g Z 4-4' k,, x. IC 11 III iT, \ ',,' 1 t4. W TI/: ' ''''' < CD 0 —I ''' > Fig i IX \ I,- EI * , ."." '`,,,, , IS '10 K 0 *— D. '''' '‘) Igr'171" 4 6 M II II 1 :It 1 .„, 77 11:4'I jilt:iiCI lir:,; _ s .„,„ ,, -. , %i z ili . ,,f mr, .1; 0 g m --1 , , , g 1m i 0 Ee ..-Hi iii , 0 oi tzi..;" s‘, iz.,,,1:irri °• , :iii sr/ R Pi r:9 cl , ' ,,,t - ID --1 > :7 F oc : iii !,g. r•9 X y 14, ilgo Ella;1 c if n? „tgii 1 T, co i , .. • ge b, g I. r .••• • ,,i IP r II/ 4 r1 1 " • ) , 1 ^ i 911 I 4141:iill F ilp,11 !,i E 1111 om ar 41 o „ !P;1131 i Z.P-1.5 , i' zer , liii FLIEE :s.#7i to . 4-• -•,-,-.Z -4,,,, t?, r, 43:11 :ag.,a2 E, 4'4' . . --,, ,,.. . g3,, _ 0 i -E . ..t.s...-.-....., - g - 1 ii i I 1 tg qt 161t ' ,.,8.9 .1,: grenz-Pi z -. .:-irg.. 111 li 1, -- , ..; 0.- --.0„ ....,-; :::,7,. .-.;C4rog !.1. :1,..11.-,., E'l 7:. 0 , ,-.).-g--,.. • - I =; ....., 1 .- I ' 111 a . , 2) 2 111 ' < V E., ,,,,,,....Tri.,7p c m I tlgt Av, ,T, — ——•'>, > ; ii iti-1.41 g 1 "rt.-) 11 igi i 'c'n, St g - : 5&Z 6 P" -. IP:1 m O 1;111 52 I Z' Z1 16 — 1 A 1 0 ET: 0 g 0 cn _ m 0 er M g a IA zeliyor,'2N).8a; o_., > ,v gf Pl. 1 i 966,,,2.+2›. . — . E V. g 1^ 114 r- T mr.1)•ozQ24 4 >41xXif.4n — = 1— El - E eg glIA z f (Pk ii ali [ .g.-rliciti,.- r-lIgmlul vo„,zawl> 11 P T , P g . L.,.., g to .'1 i — FF ii: Eno, i li 1i6z' D.----t00 VO V. VW 1'1. ev'°"I XXX 7t. tfl = -I I p, -g i 118 1 , o SOUTH FLORIDA WATER MANAGEMENT DISTRICT d , LOWER WEST COAST REGIONAL SERVICE CENTER 2301 McGregor Boulevard,Fort Myers,FL 33901. �O°`ne am as os , (239)338-2929 • FL WATS 1-800-248-1201 • Suncom 748-2929 • Fax(239)338-2936 • www.sfwmd.govilwcf CON 24-06 Application No.: 101123-15 General Permit No.: 11-03200-W April 19, 2011 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT: General Water Use Permit No.: 11-03200-W Project: LELY MANOR OUTFALLS 3 AND 4 Location: COLLIER COUNTY, 529, 32/T50S/R26E . Permittee: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS I This letter is to notify y ou of the District's agency action concerning your Notice of Intent to Use Water. j 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 1 this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes, administrative hearing and ) 2. The attached Limiting Conditions. I The purpose of this application is to obtain a Water Use Permit for dewatering to facilitate construction activities at Naples Manor Outfalls 3 and 4. Withdrawals are from the water table aquifer via three proposed withdrawal facilities.This Permit has a five-year expiration date, however,the permit duration is one year from the commencement of dewatering operations. The applicant shall notify the District at least 72 hours prior to commencement of dewatering. A copy of the permit, with 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 shall not withdraw more than 1,800 million gallons in the duration of this permit, nor more than 10 million gallons per day.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. _ice N (. " 'I STRICT HEADQUARTERS: 3301 Gun Club Road,P.O,Box 24680,West Palm Beach,FL 33416-4680 • (561)686-8800 • FL WATS 1-800-432-2045 118 EXHIBIT L: STANDARD DETAILS See Attached 92 Construction Services Agreement:Revised 1/1/2012 111 SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.01 THE REQUIREMENT A. The WORK to be performed under this Contract consists of furnishing all materials, labor, and equipment necessary to construct the Project(s) as described and as shown in the Contract Documents. This includes, but is not limited to, all tools, supplies, manufactured articles, transportation, and services like fuel, power, water, and communications, etc. and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the COUNTY. The completed Work will provide other incidental work in connection therewith all as indicated on drawings as though originally so indicated, at no increase in cost to the COUNTY. The CONTRACTOR shall complete construction of the WORK in its entirety in good faith and properly as indicated and to the prevalent industry standards. B. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean the CONSULTANT retained by the COUNTY for design of this project. The PROGRAM MANAGER on this project will act as the COUNTY's Representative. C. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the LASIP - Naples Manor Outfall 3&4 Improvements as shown in the approved construction documents. The WORK may include but not be limited to site preparation, earthwork, demolition, storm drainage, maintenance travel-way construction, fencing, sodding & plantings, site restoration and forcemain modifications. 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the 118 latest editions of the following publications, as adopted by the authorities having jurisdiction over the project(s): 1.COLLIER COUNTY WATER-SEWER DISTRICT UTILITIES STANDARDS MANUAL 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements; 3. The Florida Department of Transportation "Roadway and Traffic Design Standards"; 4. The Florida Department of Transportation "Structures Standards" 5. Florida Building Code 6. National Electric Code and; any other 7. Local, State or Federal agency or publication setting standards for the work contracted. 1.04 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation or time. B. Soil boring information and subsurface investigation reports included in this manual are hereby being furnished to the CONTRACTOR for its general information. Such data is not warranted to be correct; the CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and(underground) water conditions on the project site. No additional payment will be made to the CONTRACTOR because of differences between actual conditions and those shown by the boring logs. 1.05 WORK BY OTHERS A. Concurrent work by Other CONTRACTORS. The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other CONTRACTORS, and shall cooperate fully with such CONTRACTORS to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work on Utilities. The CONTRACTOR shall cooperate fully with all utility forces of the COUNTY or forces of other public or private 11B agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.06 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage piping, structures, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice (via certified mail and door hanging notification) to the COUNTY, PROGRAM MANAGER, CONSULTANT, and property occupants (private and public) of all planned disruption to roadway, driveways, and utilities 72 hours in advance of disruption. For multi-family apartments or condominium complexes, written notices of planned disruptions may be directed to Condominium Association's Management Companies, Condominium Association's Board of Directors, Apartment Property Managers or other property managing companies or individuals via certified mail; for single family residents written notices shall be directed via door hangers. In addition, all notifications for planned disruptions shall be coordinated with the COUNTY, PROGRAM MANAGER, and CONSULTANT. B. Because other projects will be connected to portions of WORK constructed as part of this project, it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and tie-ins with CONTRACTORS of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents of properties affected by the project. CONTRACTOR shall notify schools, Fire and Police Departments, and the US Post Office 14 days prior to disruption of roadways. D. If the project is to be completed with various Phased substantial completions, then the criteria to be used for phased substantial completion will be based on the completion of significant requirements. For instance, a roadway shall be considered significantly complete when all work is complete except for the last lift of asphalt. E. In addition, the following restrictions shall be maintained: 113 1. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic plan(s), for review and approval by the COUNTY prior to the commencement of any construction activity(s). 2. The WORK shall be sequenced so that all testing procedures are performed and Certifications to Place into Operation are obtained for the proposed water distribution system and stormwater management system prior to the construction of the proposed roadway improvements. Any roadway and landscape improvements shall be sequenced so that all proposed underground utilities are complete and final written acceptance by the COUNTY or the Utility Owner is obtained. 3.No two adjacent roadways may be under construction at the same time (i.e. construction shall be on alternating roadways, and every other roadway shall remain open for use). 4. In no case shall more than ten (10%) percent of all roadways (in street and avenues) and ten (10%)percent of alleyways in a section be under construction at the same time. The CONTRACTOR shall make every effort to provide access to driveways at the end of each workday. If a driveway is not accessible, the homeowner must have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, a parking area for those residents shall be provided within one block of the furthest home affected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The parking area location shall be determined by the CONTRACTOR, with the COUNTY'S approval. The CONTRACTOR shall lease property from the landowner(s), if and as required, and will provide a compacted, graded parking surface in compliance with all jurisdictional authorities' requirements. 5. The CONTRACTOR shall not begin construction on subsequent roadways until the initial roadways under construction are substantially complete. A roadway shall be considered substantially complete when all work is complete except for the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considered substantially complete. 6. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and the residents are only disrupted for one time period. This excludes water service plumbing work on private property which shall be scheduled after mains are tested and accepted for connection by individual services. 7. All affected residents and property owners shall be notified in writing a minimum of two (2) weeks prior to any disruption to or construction in road right- of-ways adjacent to their homes. The notification shall also indicate any special 11B parking or traffic conditions that will affect residents.Notification shall be in the form of certified letters. 8. When a planned water service shutdown must be implemented during the routine course of the Work, the CONTRACTOR shall submit a written request to the Public Works Department a minimum of 72 hours prior to the shutdown. Note that only the Public Utilities Department is authorized to shut-off water service and the CONTRACTOR must receive affirmative verification (in writing) from the Public Utilities Department before proceeding with any work that requires a planned water service shutdown. Once the approval is procured, the CONTRACTOR shall coordinate its efforts to ensure that the shutdown is implemented at the time and place that the CONTRACTOR requires. In addition, the CONTRACTOR shall notify each affected Owner/Occupant of the impacted area in the form of a door hanger at each affected property, no more than 48 hours prior to commencement of the planned water shut-down. 9. Access for emergency vehicles shall be maintained at all times to all homes or businesses. Excavations must be back-filled or barricaded at the end of each work day to prevent hazardous conditions. If a trench, excavation, or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each workday or when work will be suspended for more than eight(8) hours. 10. Transportation provisions for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to their homes. 11. The CONTRACTOR shall also make provisions with local bus, school bus, garbage collection, mail delivery, and other agencies for continuation of service. A traffic maintenance plan, indicating proposed street closings, schedules, and alternate routes which have been approved by the authority having jurisdiction, must be submitted to all affected agencies for coordination of rerouting if and as necessary. 12. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours, as defined in other sections of the specifications. Pipe and material shall not protrude out along installation routes. E. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within 210 Calendar days of the Notice-to-Proceed. F. Final Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 240 Calendar days of the Notice-to-Proceed. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual pedestrian and vehicular Traffic Control Plan at the Pre-Construction Conference. This preliminary plan shall 118 identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of a particular phase. B. The "Maintenance of Traffic" shall be prepared in accordance with the latest adopted editions of the Florida Department of Transportation Standard Specification for Road and Bridge Construction and the Collier County Utilities Standards Manual for Design and Construction. The Maintenance of Traffic plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: 1. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. CONTRACTOR shall not block bus and/or automobile access to schools during school hours. 2. In the case that a designated crossing of any portion of the designated walk route cannot be maintained, then the CONTRACTOR shall notify the applicable "School Safety Coordinator" a minimum of ten (10) working days prior to ceasing that route so that an alternate route can be established with the School and the Enforcing agency. 3. All WORK around both the Bus Drop Off Areas and Parent Drop Off Areas, shall be fully coordinated with the School's Principal and/or representative. 4. It shall be the responsibility of the CONTRACTOR for any necessary Construction, Pavement Marking and Signage or any Pedestrian Signalization and/or Signal Modification to accommodate an alternate safe walk route. C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the WORK shall be provided for in a satisfactory manner, as determined by the COUNTY. D. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the WORK shall be kept operational and accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. E. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. The permitted amount of storage of materials in the Right-of-Way is restricted to a maximum of a two week supply of materials and the materials shall be located no further than one block away from its place of installation. 11B F. Streets shall not be closed; the WORK must be conducted with the provision for a safe passageway for traffic at all times. The CONTRACTOR shall make all necessary arrangements with the jurisdictional authority concerning maintenance of traffic and selection of detours required. G. All existing stop signs shall be maintained. H. When permission has been granted by the COUNTY, to close an existing roadway,the CONTRACTOR shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The CONTRACTOR shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional authority may direct. Signage shall be affected one week before closure. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shutdown of the WORK until the CONTRACTOR provides the necessary protection. Any time traffic is diverted for a period of time that will exceed one work day; temporary pavement markings will be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) shall not be permitted. J. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. The jurisdictional authority must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the base bid price. 1.08 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Traffic Impact Plan to the COUNTY and PROGRAM MANAGER by Wednesday of each week to allow for notification of anticipated road closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. 1113 1.09 TEMPORARY STRIPING A. CONTRACTOR shall install temporary paint striping after the first and second lifts of asphalt, and maintain until the permanent thermoplastic striping is installed. 1.10 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence, the CONTRACTOR shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between 7:30 am and 5:30 pm. If the CONTRACTOR wishes to work longer hours than those specified herein, it shall request so, in writing, by Friday of each week. Work completed other than during regular working hours should be easily observable by the COUNTY and/or the CONSULTANT on the subsequent day. If the CONTRACTOR proposes to complete work that will be "covered up" after normal working hours, it shall reimburse the COUNTY for costs associated with the observation of such work. The Construction progress will be measured with the construction schedule submitted by the CONTRACTOR. If the CONSULTANT and/or PROGRAM MANAGER determine that the CONTRACTOR does not meet the CPM and/or time schedule as specified in the Section entitled "Schedules and Reports",the CONTRACTOR will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in a timely manner will be borne by the CONTRACTOR. B. SCHEDULE 1. CONTRACTOR shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision(s) of the schedule. 1.11 COMPUTATION OF CONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the PROGRAM MANAGER as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. The CONTRACTOR is obligated to provide documentation to the CONSULTANT if additional elements of WORK affect the critical path of the project. If WORK set forth in the original scope of the project is deleted,the contract time may be reduced. This contract is a calendar day contract. While the CONTRACTOR may be granted time to 11B suspend WORK operations for vacations or holidays, the contract time will not be suspended. During suspensions, the CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the COUNTY. In addition, the CONTRACTOR shall comply with timely notice requirements as specified in the Contract Manual. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR's use of the project site shall be limited to its construction operations. Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the PROGRAM MANAGER. Note that staging areas of the project site are limited to the COUNTY'S right-of-way and/or easement. Other areas required for both material storage and a Field Office must be arranged and paid for by the CONTRACTOR, as part of its Base Bid cost. 1.13 PRE-CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre-construction Conference will be held between the CONTRACTOR, the PROGRAM MANAGER, the CONSULTANT, the COUNTY, other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be set by the PROGRAM MANAGER. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the PROGRAM MANAGER, the COUNTY, and the CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS A. To the extent possible, all existing utility lines in the project area have been shown on the plans. However, the COUNTY, the PROGRAM MANAGER and/or the CONSULTANT do not guarantee that all lines are shown, or that said lines are in their true location. It shall be the CONTRACTOR's responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location(s) of utilities or damages suffered as a result thereof of lines shown on the plans. B. The CONTRACTOR shall notify each utility companies involved at least thirty (30) days prior to the start of construction to arrange for positive underground location(s),relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the 11E CONTRACTOR. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the CONTRACTOR and the utility company involved. C. The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the CONTRACTOR for any loss of time or delay. D. All overhead, surface, or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The COUNTY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction of the Utility Owner and shall be inspected by a representative of the Utility Owner and the COUNTY. E. Prior to excavation activities, The CONTRACTOR shall reasonably notify all utility owners, including in the CITY of Naples, Collier County, Florida Power and Light, CenturyLink(telephone), Comcast(cable), gas, etc as well as the required agencies such as (Florida One Call). 1.15 LINE AND GRADE A. The CONSULTANT has provided vertical and horizontal control for layout of the WORK in the form of bench marks and reference points located adjacent to the WORK. From these controls provided, the CONTRACTOR shall develop and make all detailed surveys needed for construction and shall establish all working points, lines, and elevations necessary to perform the WORK. This surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida. B. All data must be referenced to North American Datum (NAD) 83/90 and North American Vertical Datum (NGVD) 29 Datum in U.S. Survey Feet with a list of control points used; C. As-Built/Record Drawings are to be prepared, signed and sealed by a Florida Registered Professional Surveyor and Mapper (P.S.M.). In addition, all measurements for the As-Built/Record Drawings need to be performed under the supervision of a Florida Registered P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. The As-Built/Record Drawings shall include and not be limited to the following: (1) All constructed improvements; 11B (2) Enough information to easily compare constructed features to designed features; (3) Electronic CAD (2000 or newer) file in State Plane Fl. East; (4) Shall be based on design drawing format (sheets, profiles, x-sections). (5) Elevations on the as-builts shall be referenced to the datum on which the construction plans are based (NGVD 1929). The as-builts will require a conversion to NAVD88 datum on each sheet. 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The CONTRACTOR shall carefully protect from disturbance all survey monuments, stakes and bench marks, whether or not established by it, and shall not remove or destroy any surveying point until it has been properly witnessed by a representative of the COUNTY. All major survey monuments that have been damaged by the CONTRACTOR such as section corners, 1/4 section corners; property corners or block control points shall be replaced at the CONTRACTOR'S expense with markers of a size and type approved by the CONSULTANT. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the COUNTY. 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish, at its expense, properly zoned areas suitable for field office, material storage and equipment service and storage as defined in other sections of the specifications including but not limited to Section 01026— Measurement and Payment. No material may be stored in the public right of way without prior authorization by the Authority Having Jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated from the job site, whether specified in the documents or not, shall remain the property of the COUNTY until released by the PROGRAM MANAGER, at which time it shall become the property of the CONTRACTOR, who shall dispose of it at no additional cost to the County in a manner, compliant with all applicable jurisdictional requirements. 118 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete, or other unsuitable materials,whether specified in the documents or not, shall be disposed of off-site by the CONTRACTOR at no additional costs to the COUNTY. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. Any excess material desired to be retained by the COUNTY shall be delivered by the CONTRACTOR to a designated area within a 15 mile radius of the project, at no extra cost to the COUNTY. 1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color DVD media shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video tape documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio-video taping i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio-video taping for on projects of a similar nature within the last 12 months. 2. Prior to beginning the WORK, the CONTRACTOR shall have a multiple color DVD recordings taken along the entire length of the project to serve as a record of preconstruction conditions. No construction shall begin prior to review and approval of the recordings covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the DVD recording not conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The CONSULTANT shall designate those areas, if any, to be omitted from or added to the audio-video coverage. B. DVD or Blue Ray Media: 1. DVD or Blue Ray media shall be new and 'Archival' grade,properly labeled with a commercial grade print-on surface. 2. The CONTRACTOR shall provide the PROGRAM MANAGER two complete sets of DVDs for each of the project areas. 118 C. Equipment: 1. All equipment, accessories, materials, and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total DVD recording system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls, or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances recording coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. Video shall comply with NTSC-M Standards for standard or high definition. D. Recorded Information—Audio: 1. Each DVD shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information - Video 1. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording, and station numbers as shown on the drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. 2. All recording shall be done during times of good visibility. No recording shall be done during precipitation, mist, or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles 11B per hour. Panning, zoom-in, and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 3. Recording coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs, and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio-video preconstruction record shall be included in the Base Bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the CONTRACTORS responsibility to coordinate and have all adjustments made to existing water meters, valves, manholes and structures encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the Contract Plans does not relieve the CONTRACTOR from making such adjustments as may be deemed necessary. Cost for such work shall be included in the CONTRACTOR's Base Bid. 1.23 CONFLICTING STRUCTURES A. The CONTRACTOR shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The CONTRACTOR shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CONSULTANT as to its findings. 2. The CONSULTANT shall have full authority to direct the placement of conflicting structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe shown in the plans to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflicting structure, the CONTRACTOR shall protect the utility from damage by whatever means the utility owner and the CONSULTANT deem necessary. 4. In no case shall there be less than 6 inches between any two (2) pipe lines within the structure or between pipe lines and the structure. 118 1.24 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves dust, noise, solid waste management, and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the CONSULTANT. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lowers than the ambient turbidity of undisturbed segments of adjacent surface waters. C. All protection requirements covered by this subsection shall be in compliance with all applicable jurisdictional agency requirements. 1.25 BASIS OF PAYMENT A. The CONTRACTOR's Professional Land Surveyor will measure all "As-built" quantities for payment and shall submit it to the PROGRAM MANAGER for review and approval in accordance with and in the manner set forth in Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS. In the event of disputes as to quantity, the PROGRAM MANAGER shall make the final determination; no additional compensation will be made for surveying services. This WORK shall be supervised by a Florida Licensed Registered Professional Land Surveyor. B. The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by PROGRAM MANAGER as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule. 3. Progress Photographs and or Aerial Photos 11B 1.26 APPLICATION FOR PAYMENT FOR STORED MATERIAL A. The CONTRACTOR is hereby advised that the COUNTY will not pay for stored materials unless agreed to in writing prior to submittal of the request for payment and accompanied by the documentation set forth in Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS. 1.27 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3)tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CONSULTANT, larger vibratory compaction equipment may be allowed if operated in a static mode only. The CONTRACTOR shall be responsible for all damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CONSULTANT and the PROGRAM MANAGER informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage, and/or bodily injury shall be reported to the PROGRAM MANAGER within 24 hours of receipt of notice. The CONTRACTOR will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. CONTRACTOR will advise the PROGRAM MANAGER in writing of its decision/referral to carrier. 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility, in accordance with Exhibit H, General Terms and Conditions, Article 17, PERMITS, LICENCES, AND TAXES, to secure all permits of every description required to initiate and complete the work under this Contract, except for permits that may have already been obtained by the COUNTY. B. Permits may include but not be limited to the following: 1. Collier County Building Permit(s) 2. Collier County Right-of-Way Permit 3. (N.P.D.E.S.) Construction General Permit liE C. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. D. The CONTRACTOR shall furnish to the PROGRAM MANAGER and the CONSULTANT copies of all permits prior to commencement of work requiring permits. 1.30 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages,tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The COUNTY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the COUNTY. 1.31 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the CONTRACTOR shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - { 11B SECTION 01026 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. In accordance with Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS, payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, taxes, commissions, transportation and handling, bonds, insurance, overhead and profit and for all labor operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with requirements of the Contract Documents including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Schedule of Prices Bid. Hence, all costs therefore shall be included in the prices named in the Schedule of Prices Bid for the various appurtenance items of the WORK. B. Payment for the various items of the Schedule of Prices Bid shall constitute full compensation for all professional and construction services to be provided by the CONTRACTOR as noted in the specifications, conceptual drawings, and any other components of this Design Criteria Package. C. No separate payment for WORK OR MATERIALS will be made unless specifically stated on the plans or directed by the COUNTY. All bid items include, but are not limited to the following tasks: 1 MOBILIZATION 2 PROVIDE/MAINTAIN AS-BUILT PLANS 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT 4 MAINTENANCE OF TRAFFIC 5 FLOATING TURBIDITY BARRIER 6 STAKED SILT FENCE(TYPE III) 7 STAKED HAY BALES 8 CLEARING AND GRUBBING(10.1 Ac.) 9 UN-CLASSIFIED EXCAVATION 10 EMBANKMENT 11B 11 MAINT.TRAVEL-WAY(6"LIMEROCK) 12 MAINT.TRAVEL-WAY(6"CONCRETE) 13 BOAT RAMPS(ARMORFLEX) 14 MANHOLES(J-7)(<10') 15 INLETS (DITCH BOTTOM TYPE C)(<10') 16 INLETS(DITCH BOTTOM TYPE E)(<10') 17 18"CLASS III RCP(STORM SEWER)(ROUND SHAPE) 18 24" CLASS III RCP(STORM SEWER)(ROUND SHAPE) 19 48"CLASS III RCP(STORM SEWER)(ROUND SHAPE) 20 54"CLASS III RCP(STORM SEWER)(ROUND SHAPE) 21 60"CLASS III RCP(STORM SEWER)(ROUND SHAPE) 22 72"CLASS III RCP(STORM SEWER)(ROUND SHAPE) 23 48" HDPE DR 32.5 PIPE(STORM SEWER)(ROUND SHAPE) 24 12"ADS PIPE 25 JACK AND BORE(52"I.D. 1/2"THICK STEEL CASING) 26 12"YARD DRAINS 27 18"MITERED END SECTION(CROSS DRAIN) 28 24"MITERED END SECTION(CROSS DRAIN) 29 CLASS I CONCRETE(ENDWALLS) 30 CLASS II CONCRETE(ENDWALLS) 31 REINFORCING STEEL(ENDWALLS) 32 RIP RAP(RUBBLE)(INCLUDES BEDDING STONE) 33 6'CHAIN LINK FENCE 34 IRON MESH FENCE(HOG WIRE) 35 6'CHAIN LINK SINGLE LEAF GAl'E(16'WIDE) 36 SODDING(BAHIA)(INCLUDES WATER,FERTILIZER&MOWING) 11B 37 PLANTINGS(ABOVE SEASONAL HIGH WATER TABLE) 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) 39 12"HDPE DIRECTIONAL DRILL(CARRIER PIPE) 40 4"DR 14 FORCE MAIN 41 4"AIR RELEASE VAVLE 42 4"PLUG VALVE 43 SANITARY SEWER MANHOLE 44 REMOVE 4"FORCE MAIN 45 REMOVE 24"FORCEMAIN 46 REMOVE 8" SANITARY SEWER 47 REMOVE SANITARY SEWER MANHOLE 48 12"WATERMAIN DEFLECTION(CONTINGENT ITEM) 49 24"FORCEMAIN DEFLECTION(CONTINGENT ITEM) D. The CONTRACTOR's attention is called to the fact that the quotations provided for the various items on the Schedule of Prices Bid are intended to establish a GRAND TOTAL BASE BID AMOUNT for completing the WORK in its entirety. Should the CONTRACTOR feel that the cost for any item of WORK has not been established by the Schedule of Prices Bid in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the WORK in its entirety. 2.0 End of Section 11B 01031-1 SECTION 01031 - GENERAL PROJECT PROCEDURES PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall coordinate work of all trades and schedule elements of alterations and renovation work by procedure and methods to expedite completion of the WORK. B. In addition to demolition work specified in the section entitled "Demolition", the CONTRACTOR shall move and/or remove items necessary to provide access or to allow alterations and new work to proceed. Included in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring, to the extent they interfere with new installations. 3. Removal of unsuitable or extraneous materials not marked for salvage, such as abandoned furnishings and equipment, and debris such as rotted wood, large rocks or boulders, rusted metals and deteriorated concrete, to the extent they interfere with new installations. 4. Cleaning of surfaces and removal of surface finished as needed to install new work and finishes. 5. Protection as required of existing trees to remain. 6. All existing underground utilities, to the extent they interfere with new installations. 7. Site storage for all existing benches, signals, light poles, fire hydrants, utilities /manhole covers and grates to be relocated. C. The CONTRACTOR shall patch, repair and refinish existing items to remain, to the specified condition for each material, with a workmanlike transition to adjacent new items of construction. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications. B. General Conditions. 1.03 ALTERATIONS, CUTTING AND PROTECTION A. The CONTRACTOR shall assign the work of moving, removal, cutting, patching and protection to trades qualified to perform the work in a manner to use least damage to each type of work, and provide means of returning surfaces to appearance of new work. B. The CONTRACTOR shall perform cutting and removal work to remove the minimum us1 necessary, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, masonry, tile, plaster and/or metals, by methods to terminate surfaces in a straight line at a natural point of transition. C. Perform cutting and patching as specified in the section entitled "Cutting and Patching". D. Protect existing finishes, equipment, and adjacent work which are scheduled to remain, from damage. E. If, in the opinion of the COUNTY, patch and/or repair will not result in a like and kind preexisting condition, full replacement by the CONTRACTOR will be required at no additional cost to the COUNTY. PART 2 — PRODUCTS 2.01 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. The CONTRACTOR shall comply with the following general requirements so that the work may be completed: 1. Provide the same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. Generally the Contract Documents will not define products or standards of workmanship present in existing construction. Hence, the CONTRACTOR shall determine products and construction types in its inspection and any necessary testing, and workmanship by use of the existing as a sample of comparison. 2. Note that the presence of a product, finish, or type of construction, requires that the CONTRACTOR patch, extend and/or match as necessary to make the work complete and consistent with existing standards of quality. PART 3 — EXECUTION 3.01 PERFORMANCE A. The CONTRACTOR shall patch and extend existing work using skilled workers capable of matching existing quality of workmanship. Quality of patched or extended work shall be not less than that specified for new work. 3.02 DAMAGED SURFACES A. The CONTRACTOR shall patch and replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, and/or shows other imperfections, with matching material. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish entire surface to the nearest intersections or the transition point/line as approved by the COUNTY. 11 ,E 3.03 TRANSITION FROM EXISTING TO NEW WORK A. When new work abuts or is finished flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch at transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible, terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim to or trim finished surfaces appropriately. 3.04 CLEANING A. Perform periodic and final cleaning as specified in the Section entitled "Cleaning". B. At completion of the work of each trade, clean area and make surfaces ready for work of successive trades. C. At completion of alterations work in each area, provide final cleaning and return space to a condition suitable for use. - END OF SECTION - liE? SECTION 01045 - CUTTING AND PATCHING PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to the requirements of the Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTALS A. Submit a written request to the CONSULTANT or the COUNTY well in advance of executing any cutting or alteration which affects: 1. Work of the COUNTY or any other CONTRACTOR. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of exposed to view elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of the COUNTY or any other CONTRACTOR, or on structural or weatherproof integrity of the project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, and/or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Written permission of any other CONTRACTOR or property whose work will be affected. 118 C. Should conditions of work or the schedule indicate a change of products from the original installation, the CONTRACTOR shall submit request for substitution as specified in the General Conditions. D. Submit written notice to the CONSULTANT or the COUNTY designating the date and time the work will be uncovered. PART 2— PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3— EXECUTION 3.01 INSPECTION A. The CONTRACTOR shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, and/or performance of work. C. Report unsatisfactory and/or questionable conditions affecting installation of products, and/or performance of work, in advance of installation, and/or performance of work. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value and/or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. C. Provide protection from elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Exposed to view finished surfaces. 11B D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of the Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection or as approved by the COUNTY. 2. For an assembly, refinish entire unit. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. - END OF SECTION - 118 SECTION 01050 - FIELD ENGINEERING PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the project except as otherwise noted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications B. General Conditions. 1.03 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered Professional Land Surveyor, acceptable to the County. 1.04 SURVEY REFERENCE POINTS A. The CONSULTANT has provided reference points with horizontal and vertical control, located as shown on the plans. B. The CONTRACTOR shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to CONSULTANT. 2. Report to CONSULTANT and/or PROGRAM MANAGER when any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. 3. The CONTRACTOR's surveyor shall replace project control points which may be lost or destroyed, based on the original survey control. 1.05 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR's surveyor shall establish a minimum of two permanent bench marks on site, referenced to data established by survey control points. B. The CONTRACTOR shall establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Stakes for grading and fill placement. 2. Controlling lines and levels as required. C. From time to time, verify layouts by same methods. 11E D. All data must be referenced to North American Datum (NAD) 83/90 and North American Vertical Datum (NGVD) 29 Datum in U.S. Survey Feet with a list of control points used; E. As-Built/Record Drawings are to be prepared, signed and sealed by a Florida Registered Professional Surveyor and Mapper (P.S.M.). In addition, all measurements for the As-Built/Record Drawings need to be performed under the supervision of a Florida Registered P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. The As-Built/Record Drawings shall include and not be limited to the following: 1. All constructed improvements; 2. Enough information to easily compare constructed features to designed features; 3. Electronic CAD (2000 or newer) file in State Plane Fl. East; 4. Shall be based on design drawing format (sheets, profiles, x-sections); 5. Elevations on the as-builts shall be referenced to the datum on which the construction plans are based (NGVD 1929). The as-builts will require a conversion to NAVD88 datum on each sheet. F. Perform periodic surveying of the Contractor's work as necessary to check for conformance with the plans and specifications and prepare As-built survey of the finished work in accordance with Collier County standards. Note the Contractor is responsible for all construction stake out. 1.06 RECORDS A. The CONTRACTOR shall maintain a complete, accurate log of all control and survey work as it progresses. B. On completion of construction work, prepare a certified survey showing all dimensions, locations, and elevations of project. 1.07 SUBMITTALS A. Submit names and addresses of Professional Land Surveyor and Professional engineer retained for the project to the CONSULTANT. B. On request of CONSULTANT, submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by Registered Engineer or Professional Land Surveyor certifying that elevation and locations of work are in conformance with Contract Documents. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 116 SECTION 01060 - REGULATORY REQUIREMENTS & PERMITS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all Federal, State, and local {Collier County} building codes, laws and/or ordinances as appropriate to the project, including but not limited to the following: 1. National Electric Code. 2. Florida Building Code. 3. Chapter 556, Florida Statutes, Underground Facility Damage Prevention and Safety Act. 4. Others as noted in the Section entitled "Summary of Work". 5. The Americans with Disabilities Act. B. The CONTRACTOR shall comply with regulations, rules, and directives of all agencies, boards, districts, and governmental authorities having jurisdiction. C. The CONTRACTOR shall obtain required permits and pay fees as well as associated costs for those permits for the project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. The CONTRACTOR shall be reimbursed for permit fees in accordance with EXHIBIT H, General Terms & Conditions, Article 17, PERMITS, LICENCES AND TAXES B. There shall be no special measurement or payment for the work under this section; it shall be included as part of Base Bid Item No. 1, under Mobilization PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 118 SECTION 01090 - REFERENCE STANDARDS PART 1 — GENERAL 1.01 THE REQUIREMENT A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of codes and similar regulations governing the work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to "Building Code" shall mean "Florida Building Code". Reference to "Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials (ICBO). Similarly, references to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or"Uniform Plumbing Code," "Fire Code" or"Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBO). "Electric Code" or"National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. 116 C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CONSULTANT for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. D. The CONTRACTOR shall construct the work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. Applicable Standard Specifications: References in the Contract Documents to "Standard Specifications" or SSPWC shall mean the Standard Specifications for Public Works Construction, 1991 Edition. F. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. Reference the section entitled "Summary of Work" for additional requirements. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 118 SECTION 01152 - APPLICATIONS FOR PAYMENT PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall submit Applications for Payment to the PROGRAM MANAGER and CONSULTANT in accordance with schedule agreed to and as per the requirements laid out in Exhibit H, General TERMS & CONDITIONS, Article 4, PROGRESS PAYMENTS. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Conditions. B. All applicable sections of the Specifications. 1.03 FORMAT AND DATE.REQUIRED A. Submit itemized applications in a Standard AIA Form G702 and G703 as provided in Exhibit D (FORM OF CONTRACTAPPLICATION FOR PAYMENT and the continuation sheet entitled SCHEDULE OF VALUES). 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and scheduled dollar value for each item. 2. Fill in the value in each column for each scheduled line item when work has been performed. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the CONSULTANT requires substantiating data, the CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 11R 4. For stored products (if applicable): a. Item number and identification as shown on application. b. Description of specific material. 5. Other information as may be deemed necessary. B. Submit one copy of data and cover letter for each copy of application. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Exhibit H, General TERMS & CONDITIONS, Article 6, FINAL PAYMENT 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to PROGRAM MANAGER at the times stipulated in Exhibit H, General TERMS & CONDITIONS, Article 4, PROGRESS PAYMENTS and on the schedule agreed to at the Pre-Construction Meeting B. Number: Six copies of each Application. C. When the CONSULTANT finds Application properly completed and correct, it will be Certified and transmitted to the County for payment to the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01200 - PROJECT MEETINGS PART 1 — GENERAL 1.01 THE REQUIREMENTS A. The CONSULTANT and/or the PROGRAM MANAGER shall schedule and administer preconstruction, bi-weekly progress and specialty meetings throughout the progress of the WORK. As a part of its duties, the PROGRAM MANAGER shall: 1. Prepare or have prepared agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record or have recorded the minutes; include significant proceedings and decisions. 5. Timely reproduce and distribute copies of minutes after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting, as deemed necessary. B. Representative of the CONTRACTOR, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shall attend all meetings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 PRE-CONSTRUCTION MEETING A. Schedule at the CONSULTANT's and/or the PROGRAM MANAGER's direction. B. Location: A central site, convenient for all parties, designated by the CONSULTANT and/or the PROGRAM MANAGER. C. Attendance: 1. The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. The CONSULTANT and/or the PROGRAM MANAGER and its professional consultants, as applicable. 3. Representatives of the County. 4. Others as requested by the CONTRACTOR, COUNTY, PROGRAM MANAGER and/or the CONSULTANT. D. Suggested Agenda: 1. Distribution and discussion of: 11B a. List of major subcontractors and suppliers (by CONTRACTOR). b. Projected Construction Schedules (by CONTRACTOR). c. Shop drawings and other submittals (by CONTRACTOR). d. Traffic maintenance plan (by CONTRACTOR). e. Community Public Relations (by COUNTY & CONSULTANT and/or PROGRAM MANAGER) 2. Critical work sequencing (by CONTRACTOR). 3. Procurement of major equipment and materials requiring a long lead time (by CONTRACTOR). 4. Project Coordination (ALL PARTIES). a. Designation of responsible personnel. 5. Procedures and processing of: (by CONSULTANT and/or PROGRAM MANAGER) a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment 6. Adequacy of distribution of Contract Documents (by CONSULTANT and/or PROGRAM MANAGER) 7. Procedures for maintaining Record Documents (by CONSULTANT and/or PROGRAM MANAGER) 8. Use of premises (by CONSULTANT and/or PROGRAM MANAGER): a. Office, work and storage areas. b. County's requirements. 9. Construction facilities, controls and construction aids (by CONTRACTOR). 10. Temporary utilities (by CONSULTANT and/or PROGRAM MANAGER) 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by CONSULTANT and/or PROGRAM MANAGER) 1.03 PROGRESS MEETINGS A. Attend regular weekly meetings on a day established by the CONSULTANT and/or the PROGRAM MANAGER, as required. B. Hold called meetings as required by progress of the WORK. C. Location of the meeting: At location determined by the CONSULTANT and/or the PROGRAM MANAGER. D. Attendance: 1. The CONSULTANT and/or the PROGRAM MANAGER and its professional consultants as needed. 2. The CONTRACTOR and its subcontractors and suppliers, as required. 3. Governmental representatives as appropriate. 1113 4. Others, as requested by the CONTRACTOR, COUNTY, PROGRAM MANAGER and/or the CONSULTANT. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting (ALL PARTIES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 3. Field observations, problems, conflicts (ALL PARTIES) 4. Problems which impeded Construction Schedule (by CONTRACTOR, Resident Representative). 5. Corrective measures and procedures to regain projected schedule (by CONTRACTOR). 6. Review of off-site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL PARTIES) 8. Review submittal schedules; expedite as required (by CONSULTANT and/or PROGRAM MANAGER) 9. Pending changes and substitutions (by CONSULTANT and/or PROGRAM MANAGER, DESIGN ENGINEER) 10. Permit Status (ALL PARTIES). 11. Testing Status (by CONTRACTOR). 12. Payments to CONTRACTOR (CONSULTANT and/or PROGRAM MANAGER) 13. Other business PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION(Not Applicable)— END OF SECTION- 115 SECTION 01311 - SCHEDULES AND REPORTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall plan, schedule, execute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. B. The primary objectives of the CPM scheduling requirements are: (1) to insure adequate planning and execution of the WORK by the CONTRACTOR; (2) to assist the COUNTY, CONSULTANT and/or the PROGRAM MANAGER in evaluating progress of the WORK; (3) to provide for optimum coordination by the CONTRACTOR of its trades, subcontractors and Suppliers, and of its WORK with the WORK and/or services provided by any other CONTRACTORS; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the WORK; and (5) to provide a mechanism or tool for use by the COUNTY, CONSULTANT and/or the PROGRAM MANAGER, and the CONTRACTOR in determining and monitoring any actions of the CONTRACTOR which may be required in order to comply with the requirements of the Contract Documents relating to the completion of the various portions of the WORK by the Specific Dates specified in the Contract Documents. C. The CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the means, methods, techniques and procedures to be employed. The Construction Schedule shall represent the CONTRACTOR's best judgment of how it will prosecute the WORK in compliance with the Contract requirements. The CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated, and revised as the Project conditions and the Contract Documents may require. D. The CONTRACTOR shall consult with its principal subcontractors and suppliers relating to the preparation of its construction plan and Construction Schedule. Principal subcontractors shall receive copies of those portions of CONTRACTOR's Construction Schedule which relate to their WORK and shall be continually advised of any updates or revisions to the Construction Schedule as the WORK progresses. When the CONTRACTOR submits its Construction Schedule to the CONSULTANT and/or the PROGRAM MANAGER or makes any proposed updates or revisions to such Schedule, it will be assumed by the COUNTY and the CONSULTANT and/or the PROGRAM MANAGER that the CONTRACTOR has consulted with and has the concurrence of its principal subcontractors and suppliers. The CONTRACTOR shall be solely responsible for ensuring that all subcontractors and suppliers comply with the requirements of the Construction Schedule for their portions of the WORK. E. The CONTRACTOR shall provide the basic data relating to activities, durations and sequences to the CONSULTANT and/or the PROGRAM MANAGER as part of the 11B CONTRACTOR's draft of the Construction Schedule. This data shall reflect the CONTRACTOR's actual construction plan for the Project, and shall fully comply with all requirements of the Contract Documents. F. When there are other CONTRACTORS working concurrently on the Project whose WORK must interface or be coordinated with the WORK of the CONTRACTOR, the CONTRACTOR shall coordinate its activities with the activities of the other CONTRACTORS and shall, prior to the submission of its Construction Schedule to the CONSULTANT and/or the PROGRAM MANAGER, obtain written approval of its Construction Schedule by the other CONTRACTORs. If the CONTRACTOR is unable to obtain such written approval by the other CONTRACTORs after its best efforts to do so, or if a conflict occurs that cannot be resolved by mutual agreement between the CONTRACTOR and any other CONTRACTOR, the CONSULTANT and/or the PROGRAM MANAGER shall make a determination of the schedule which shall be binding upon the CONTRACTOR and the other CONTRACTORs. G. It is understood and agreed that the Construction Schedule is to represent the CONTRACTOR's best plan and estimate for the WORK; however, the CONTRACTOR acknowledges that the Construction Schedule may have to be revised from time-to-time as progress proceeds. The CONTRACTOR further acknowledges and agrees that the COUNTY, the CONSULTANT and/or the PROGRAM MANAGER do not guarantee that: (1) The CONTRACTOR can start WORK activities on the "early start" or"late start" dates or complete WORK activities on the "early finish" or"late finish" dates shown in the schedule, or as same may be updated or revised; (2) The CONTRACTOR can proceed at all times in the sequence established by the utilization of only the resources and manpower it initially plans for the performance of the WORK; (3) The CONTRACTOR's Schedule will not have to be modified in order to obtain the agreement of any other CONTRACTORS to the schedule; or (4) The CONTRACTOR's Construction Schedule will not have to be modified or changed by direction of the CONSULTANT and/or PROGRAM MANAGER. Any changes, modifications or adjustments made by the CONTRACTOR to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents. H. The CONTRACTOR acknowledges and agrees that its Construction Schedule must be flexible to accommodate and allow for its coordination with the operations of the COUNTY residents and/or the WORK of other CONTRACTORs relating to the Project. The CONSULTANT and/or PROGRAM MANAGER will review the CONTRACTOR's Construction Schedule for compatibility with the CITY operations and the WORK of other contractors. The CONTRACTOR agrees to hold meetings with the COUNTY, CONSULTANT and/or PROGRAM MANAGER and other CONTRACTORs to resolve any conflicts between the CONTRACTOR's Construction Schedule and the WORK of other CONTRACTORs. The CONTRACTOR agrees to fully cooperate with the operations of the COUNTY or other contractors to resolve such conflicts and to revise its Construction Schedule as reasonably required. I. To maintain the orderly progress of the WORK performed on the Project, the CONSULTANT and/or PROGRAM MANAGER shall have the right to determine, in its sole discretion, the priority between the WORK performed by the CONTRACTOR and 11s the WORK of any other CONTRACTORS or the COUNTY's operations; this decision shall be final and binding upon the CONTRACTOR and shall not be a cause for extra compensation or an extension of time, except where an extension of time is granted because of a delay for which the CONTRACTOR is otherwise entitled to an extension under the Contract Documents. Provided, however, that this right shall not be exercised by the CONSULTANT and/or PROGRAM MANAGER unless: (1) the determination is necessary, in the opinion of the CONSULTANT and/or PROGRAM MANAGER because of Project conditions; and (2) The CONTRACTOR and any other contractors cannot otherwise agree upon such priority of schedule construed as relieving the CONTRACTOR of its obligation to cooperate with any other contractors on the Project. J. If CONTRACTOR's Construction Schedule indicates that the COUNTY or any other CONTRACTOR is to complete an activity or perform certain preceding WORK by a particular date, or within certain duration, the COUNTY and the CONSULTANT and/or PROGRAM MANAGER, or any other CONTRACTOR shall not be bound to said date or duration unless COUNTY expressly and specifically agrees in writing to same. The review and approval or acceptance by the COUNTY, CONSULTANT and/or PROGRAM MANAGER of the Construction Schedule or any other schedule or plan of construction of the CONTRACTOR, does not constitute an agreement by the COUNTY, CONSULTANT and/or PROGRAM MANAGER of any start or finish date in the schedule or specific durations or sequences for activities of the COUNTY or any other CONTRACTOR; provided, however, that nothing herein shall be construed as modifying or changing, or excusing the performance of the CONTRACTOR of required portions of the WORK by the Specific Dates as set forth in the Contract Documents. K. The Specific Dates set forth in the Contract Documents represent only the major items of the WORK and may include interface dates with the operations of the COUNTY, the WORK of other contractors or others. Specific Dates are Contract requirements and are of the essence to this Contract and to the coordination of the WORK by the CONTRACTOR. Specific Dates represent the latest allowable start or completion time for those portions of the WORK to which each Specific Date relates. The Specific Dates are not intended to be a complete listing of all WORK under this Contract or of all interfaces with WORK performed by other contractors, the COUNTY or others. The CONTRACTOR shall determine the time requirements for all such interfaces and shall be responsible for planning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. L. Acceptance by the COUNTY of the CONTRACTOR's Construction Schedule, or any revisions or updates thereto, is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing each portion of the WORK within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Acceptance by the COUNTY in no way makes the COUNTY, CONSULTANT and/or PROGRAM MANAGER an insurer of the reliability, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that the CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by the COUNTY or CONSULTANT and/or PROGRAM MANAGER. 11B M. Should the CONTRACTOR intend or plan to complete the WORK, or any portion thereof, earlier than any applicable Specific Date or the Contract Time, the CONTRACTOR shall give timely and reasonable notice of this fact to the CONSULTANT and/or PROGRAM MANAGER. The COUNTY shall have the sole discretion to agree to or reject such early completion plan by the CONTRACTOR. The COUNTY and the CONSULTANT shall have no duty or obligation to agree to, or to cooperate with the CONTRACTOR regarding any early completion plan or proposal by the CONTRACTOR and shall not be liable for any damages of the CONTRACTOR because of the rejection by the COUNTY of said plan. N. Unless otherwise specifically provided in the Contract Documents, the CONTRACTOR acknowledges that the COUNTY, CONSULTANT and/or PROGRAM MANAGER, and the CONSULTANT have contemplated in their planning and initial scheduling of the Project, and in their budgeting for professional services, that the WORK will be performed on a 5- day WORK week basis, utilizing a single 8-hour shift per day. The COUNTY and the CONSTRUCTION PROGRAM MANAGER shall have the sole discretion of approving or rejecting a variance in the WORK week, number of shifts, or shift length. Unless otherwise agreed by the COUNTY or the CONSTRUCTION PROGRAM MANAGER, the CONTRACTOR shall bear the cost of, and pay the COUNTY for additional staff and supervisory personnel, including but not limited to the services of the CONSULTANT and/or PROGRAM MANAGER and the CONSULTANT necessary to support any variance in the contemplated WORK week, number of shifts or shift length. 1.02 POST AWARD ACTIVITIES A. Upon receipt by CONTRACTOR of the Notice to Proceed, and until the Construction Schedule is approved by the CONSULTANT, the CONTRACTOR shall proceed with its WORK in accordance with the Preliminary schedule which was presented at the Pre- Construction Conference. B. Pre-Construction Conference: the CONTRACTOR shall, upon notification from the CONSULTANT, attend the Pre-Construction conference. One agenda item at this meet will be an orientation session relating to the Schedules and Reports requirements for this Project. This orientation meeting is designed to review Contract milestones and construction sequence restraints to assist the CONTRACTOR in planning its WORK and in developing its Construction Schedule. The CONTRACTOR shall arrange for its project manager and superintendent, major subcontractors and suppliers, and any scheduling engineers that it may employ to attend the orientation session. Among other things, the CONSULTANT will review: the objectives of the Schedules and Reports requirements; the procedures and requirements for the preparation of the Construction Schedule and Schedule of Values by the CONTRACTOR; how the requirements of the Contact Documents will be monitored and enforced by the CONSULTANT; long-lead items and time requirements for WORK by Subcontractors will be identified. It is understood and agreed that the CONSULTANT has no authority to waive any requirements of the Contract Documents at this orientation meeting, and all requirements of the Contract Documents remain applicable to CONTRACTOR's WORK whether or not discussed at this session. 11B C. Should the CONTRACTOR fail or refuse to attend the Pre-Construction Conference, the COUNTY shall have the right to terminate CONTRACTOR for default pursuant to the provisions of Exhibit H, General TERMS & CONDITIONS. 1.03 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (10) calendar days of the Notice of Award, (even though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the PROGRAM MANAGER, shall complete a draft of its time scaled network graphic in accordance with Exhibit H, General Terms & Conditions, Article 3, SCHEDULE. 1. Except for procurement requirements, the CONTRACTOR shall differentiate activities of the Schedule so that no single activity shown has a duration longer than fourteen (14) calendar days, unless the PROGRAM MANAGER, in its sole discretion, accepts a longer duration for certain activities. 2. The Construction Schedule shall represent the CONTRACTOR's best judgment and intended plan for completion of the WORK in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities to be accomplished by any other contractors, and interface dates with utility owners, the COUNTY's operations and others. The Construction Schedule shall anticipate all necessary manpower and resources to accomplish the activities within the durations set forth in the Construction Schedule. B. The PROGRAM MANAGER shall have the right to require the CONTRACTOR to modify any CONTRACTOR data or any portion of the CONTRACTOR's Construction Schedule, Schedule of Values or Recovery Schedule, as herein required, with the CONTRACTOR bearing the expense thereof, which the PROGRAM MANAGER reasonably determines to be: (1)impracticable; (2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required to ensure proper coordination by the CONTRACTOR of the WORK of its Subcontractors and with the WORK or services being provided by any other Contractors; (5) necessary to avoid undue interference with the owner's operations or those of any utility owners or adjoining property owners; (6) necessary to ensure completion of the WORK by the Specific Dates set forth in the Contract Documents; (7) required for the CONTRACTOR to comply with the requirements of the Contract Documents or (8) not in accordance with the CONTRACTOR's actual operations. 1.04 CONSTRUCTION SCHEDULE A. Prior to issuance of the Notice to Proceed (NTP), the CONTRACTOR shall provide the COUNTY and the CONSULTANT with a time-scaled graphic network of activities 118 and computer listing of all activities included in the Construction Schedule (Baseline Schedule). B. The Construction Schedule shall consist of a time-scaled, detailed network graphic representation of all activities which are part of the CONTRACTOR's construction plan and an accompanying computerized mathematical analysis of these activities. The graphic network shall include, but not be limited to, the following information: 1. Project Name 2. Activities of completed WORK ready for use by next trade, the COUNTY, etc. 3. Activities relating to different areas of responsibility, such as subcontracted work which is distinctly separate from that being done by the CONTRACTOR directly; 4. Different categories of work as distinguished by craft or crew requirements; 5. Different categories of work as distinguished by equipment requirements; 6. Different categories of work as distinguished by materials; 7. Distinct and identifiable subdivisions of work such as structural slabs, Conveyance Piping, Drainage Structures, etc; 8. Locations of work within the Project that necessitates different times or crews to perform; 9. Outage schedules for existing utility services that will be interrupted during the performance of the work; 10. Acquisition and installation of equipment and materials 11. Material to be sorted on site; and 12. Specific Dates. C. For all major equipment and materials to be fabricated or supplied for the Project, the Construction Schedule shall show a sequence of activities including: 1. Preparation of Shop Drawings and sample submissions; 2. A reasonable time for review of Shop Drawings and samples or such time as specified in the Contract Documents: 3. Shop fabrication, delivery, and storage; 4. Erection or installation; and 5. Testing of equipment and materials. D. The Construction Schedule shall include late completion dates for the WORK that is no later than the required Specific Dates. The time-scaled graphic network shall be drawn based upon the early start dates of activities shown on the graphic. E. All activity durations shall be given in calendar days. 1.05 SCHEDULE OF VALUES A. Within ten (10) days after acceptance of the Construction Schedule by the COUNTY and CONSULTANT, the CONTRACTOR shall submit a Schedule of Values, allocating a dollar value for the activities on the Construction Schedule. The dollar value for each activity shall be the cost of the WORK of the activity including labor, materials, and pro rata contribution of General Condition requirements, overhead and profit. The sum of all activity costs shall equal the total Contract Sum. The CONTRACTOR shall revise the Schedule of Values as necessary to gain the acceptance of the CONSTRUCTION 11B CONSULTANT and the COUNTY. B. The activity cost for the Schedule of Values shall be coded with a cost code corresponding to the trade, subcontractor or Supplier performing the WORK so that subtotals for each division of the WORK can be prepared. C. The Schedule of Values shall, in the best judgment of the CONTRACTOR, represent a fair, reasonable and equitable dollar (cost) allocation for each activity on the Construction Schedule. 1.06 CONTRACTOR CERTIFICATION OF SCHEDULE A. The CONTRACTOR shall include the following certification with its accepted schedule submittals: 1. "The undersigned CONTRACTOR certifies that the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is the CONTRACTOR's Construction Schedule as required by the Contract document; and that said Schedule is a true and accurate representation of its plan of construction for the WORK and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this Schedule, subject to any change therein which are implemented in accordance with the Contract Documents; and the undersigned acknowledges that this Schedule shall be the instrument by which progress of the WORK shall be monitored, and the CONTRACTOR certifies that it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with other Contractors." 1.07 UPDATING OF CONSTRUCTION SCHEDULE/PROGRESS REPORTS A. On or about the dates specified but prior to the monthly Application for Payment, the CONTRACTOR shall arrange for its project manager and superintendent to meet at project site with the PROGRAM MANAGER to review CONTRACTOR's report of actual progress prepared by the CONTRACTOR. Said report shall set forth up-to-date and accurate progress data, shall be based upon the CONTRACTOR's best judgment and shall be prepared by the CONTRACTOR in consultation with all principal subcontractors and suppliers. B. The progress report of the CONTRACTOR shall show the activities or portions of activities, completed during the reporting period, the actual start and finish dates for these activities, remaining durations and/or estimated completion dates for activities currently in progress. C. The CONTRACTOR shall produce a computerized update work sheet for completion as a part of this process. D. The CONTRACTOR shall submit a narrative report with the updated progress analysis which shall include, but not be limited to a description of problem areas, current and anticipated delaying factors and their impact, explanations of corrective actions taken or planned, any newly planned activities or changes in sequence, and proposed 118 logic for a Recovery Schedule, if required, as further described herein. The report shall also include: 1. A narrative describing actual WORK accomplished during the reporting period; 2. A list of major construction equipment used on the WORK during the reporting period and any construction equipment idle during the reporting period; 3. The total number of men by craft actually engaged in the WORK during the reporting period, with such total stated separately as to office, supervisory, and field personnel; 4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total number of men by craft, and separately stating such total as to office, supervisory and field personnel; 5. A list of CONTRACTOR supplied materials and equipment, indicating current availability and anticipated jobsite delivery dates; 6. Changes or additions to supervisory personnel since the preceding progress report. E. The CONTRACTOR will provide computer reports and monthly reports thereafter, in accordance with the following: 1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following minimum information for each activity: a. Activity number, description and estimated duration in days; b. Early and late finish dates; c. Percentage of each activity competed as of each report; d. Remaining float/days behind schedule; e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts. F. The CONTRACTOR shall be solely responsible for expediting the delivery of all materials and equipment to be furnished so that the progress of construction shall be maintained according to the currently accepted Construction Schedule for the WORK. The CONTRACTOR shall notify the PROGRAM MANAGER in writing, and in a timely and reasonable manner, whenever the CONTRACTOR determines or anticipates that the delivery date of any material or equipment to be furnished by the CONTRACTOR will be later than the delivery date indicated by the Construction Schedule, or required consistent with the completion requirements of this Contract, subject to schedule updates as herein provided. G. The CONTRACTOR shall ensure that the critical path runs through on-site activities and that off-site activity do not control the critical path of the Construction Schedule. 1.08 INITIAL PROGRESS PAYMENT A. The completed Construction Schedule, including the Schedule of Values, will be required for each Application for Payment. However, one initial provisional progress payment may be payable in the sole discretion of the COUNTY if it determines the CONTRACTOR is complying with these Schedules and Reports provisions during the development of the Construction Schedule and Schedule of Values as required herein. However, no more than one Application for Payment will be approved until all of the 11B requirements of these Schedules and Reports provisions have been met. 1.09 RECOVERY SCHEDULE A. Should the updated Construction Schedule show at any time during CONTRACTOR's performance, in the sole opinion of the PROGRAM MANAGER, that the CONTRACTOR is fourteen (14) or more days behind schedule for any Specific Date, the CONTRACTOR shall prepare a Recovery Schedule at no additional cost to the COUNTY (unless the COUNTY is solely responsible for the event or occurrence which has caused the schedule slippage) explaining and displaying how the CONTRACTOR intends to reschedule its WORK to regain compliance with the Construction Schedule during the immediate subsequent pay period. B. If the CONTRACTOR believes that all of the time can be recovered during the subsequent pay period the CONTRACTOR will be permitted to prepare a Recovery Schedule as set forth below. However, if the CONTRACTOR believes it will take more than thirty (30) days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the requirements for a Schedule Revision. 1. The CONTRACTOR shall prepare and submit to the CONSULTANT a one- month maximum duration Recovery Schedule, incorporating best available information from subcontractors and others which will permit return to the Construction Schedule at the earliest possible time. The CONTRACTOR shall prepare a Recovery Schedule to the same level of detail as the Construction Schedule for a maximum duration of one month. This Recovery Schedule shall be prepared in coordination with other CONTRACTORs on the Project. 2. Within two (2) days after submission of Recovery Schedule to the PROGRAM MANAGER, the CONTRACTOR shall participate in a conference to review and evaluate the Recovery Schedule. Within two (2) days of conference, the CONTRACTOR shall resubmit the Schedule with revisions necessitated by the CONSULTANT's review for its PROGRAM MANAGER review and acceptance. The CONTRACTOR shall use the approved Recovery Schedule as its plan for returning to the Construction Schedule. 3. The CONTRACTOR shall confer continuously with the PROGAM MANAGER to assess the effectiveness of the Recovery Schedule. As a result of these conferences, the PROGAM MANAGER may require the CONTRACTOR to pertain the following: a. If the PROGAM MANAGER determines that the CONTRACTOR is still behind schedule, the PROGAM MANAGER may direct the CONTRACTOR to revise the schedule and comply with all of the requirements of a Schedule Revision as stated herein and the other requirements of the Contract Documents; however, nothing herein shall limit in any way the rights and remedies of the COUNTY and the PROGAM MANAGER as provided elsewhere in the Contract Documents. b. If the CONSTRUCTION PROGRAM MANAGER determines that the 11B CONTRACTOR has successfully complied with provisions of the Recovery Schedule, the PROGRAM MANAGER may direct the CONTRACTOR to return to the use of the approved Construction Schedule. 1.10 SCHEDULE REVISIONS A. Should the CONTRACTOR desire to or otherwise be required under the Contract Documents to make modifications or changes in its method of operation, its sequence of WORK or the duration of the activities in the Construction Schedule, it shall do so in accordance with the requirements of the Contract Documents. Revisions to the approved Construction Schedule must be approved in writing by the PROGRAM MANAGER. B. The CONTRACTOR shall submit requests for revisions to the Construction Schedule to the CONSTRUCTION PROGRAM MANAGER, together with written rationale for revisions and description of logic for rescheduling WORK and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions as acceptable to the PROGRAM MANAGER and the COUNTY will be incorporated into the next update of the Construction Schedule. The CONTRACTOR shall pay the COUNTY for costs incurred by the PROGRAM MANAGER for the revisions. C. If there are other Contractors in the vicinity of the Project, prior to the submission by the CONTRACTOR of its proposed revisions to the Schedule, it shall meet with and gain written approval of the other Contractors to make the revisions which shall be evidenced by the signatures of said Contractors on the proposed schedule revisions. If accepted by the CONSTRUCTION PROGRAM MANAGER and the COUNTY the revisions shall be binding upon the CONTRACTOR and all other Contractors on the Project. D. In submitting any schedule revision proposal to the PROGRAM MANAGER, the CONTRACTOR shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule, which comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated, is proposal for the CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK, including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this revised schedule, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision from all other CONTRACTORs, as evidenced by their signature thereon; and the CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all other CONTRACTORs, as evidenced by their signature thereon; and the CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with other CONTRACTORs." 1.11 FLOAT TIME 11B A. Float or slack time associated with one chain of activities is defined as amount of time between the earliest start date and the latest start date, and/or between the earliest finish date and the latest finish date for such activities, as calculated as part of the Construction Schedule. Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of the COUNTY. The CONTRACTOR specifically agrees that float time is to be used by the COUNTY and/or the CONSULTANT in conjunction with their review activities and/or to resolve for any modification of the Specific Dates and/or an extension of the Contract Time and/or a claim for additional compensation as a result of any Project related problem. B. At a minimum, the CONTRACTOR's schedule shall include a minimum of ten percent (10%) of the Project's calendar day duration of float time, through the critical path and throughout the Project duration. 1.12 CONTRACTOR'S ORGANIZATION A. The CONTRACTOR shall maintain as part of its organization, or hire a subcontractor with, a competent staff of sufficient size who are knowledgeable in the use, application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare input information for the Construction Schedule, monitor progress, provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. 1.13 DEFAULT A. Failure of the CONTRACTOR to substantially comply with the requirements of this Section shall constitute a default by the CONTRACTOR of its obligations under this Contract and shall be sufficient cause for termination of CONTRACTOR under the General Terms & Conditions (Exhibit H, Article 18) of this Contract. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 — GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the OWNER, CONSULTANT, or other representatives of the OWNER, shall be directed through the PROGRAM MANAGER. A general summary of the types of submittals and the number of copies required is as follows: Copies to the CONSULTANT Type of Submittal 8 Progress Schedule 8 Schedule of Payment Items 8 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples * Unless otherwise required in the specific section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the CONSULTANT and/or PROGRAM MANAGER, clearly identifying the Project, the CONTRACTOR, the enclosed material, and other pertinent information specified in other parts of this section. Identify variations from the Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.04 PRODUCT DATA A. The CONTRACTOR shall prepare submittals as follows: 1. Identify submittal with a specific Specifications Section, where the product is 118 specified. 2. Clearly mark each copy to identify pertinent products or models; delete portions not applicable to the project. 3. Show performance characteristics and capacities. 4. Show dimensions and clearances required. 5. Show wiring or piping diagrams and controls. B. In the case where Manufacturer's standard schematic drawings and diagrams are submitted the CONTRACTOR shall: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the WORK. 1.05 SAMPLES A. Where samples are required to be submitted for review and acceptance, these shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern. 1.06 CONTRACTOR RESPONSIBILITIES A. The contractor shall inform in writing Shop Drawings, Product Data and Samples providers about submittal procedures, so that the submittal are prepared in orderly manners. B. The CONTRACTOR shall Review Shop Drawings, Product Data and Samples, and make sure that each package is identified with a specific Specifications Section, where the product is specified, prior to submission. C. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the PROGRAM MANAGER/CONSULTANT in writing, at time of submission, of any deviations in the submittals from the requirements of the Contract Documents. Failure to properly notify the PROGRAM MANAGER of the deviation, whether the submittal was approved or not, is cause for the owner's rejection and demand for its removal and replacement in conformance the Contract Documents at no additional cost to the owner. 1113 E. Begin no fabrication or work which requires submittals until return of submittals with the CONSULTANT's acceptance. 1.07 SUBMISSION REQUIREMENTS A. The CONTRACTOR shall furnish to the CONSULTANT and/or PROGRAM MANAGER for review, eight copies of each submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the CONSULTANT and/or PROGRAM MANAGER. C. Except as may otherwise be indicated herein, the CONSULTANT and/or PROGRAM MANAGER will return prints of each submittal to the CONTRACTOR with its comments noted thereon, within thirty (21) calendar days following their receipt by the CONSULTANT and/or PROGRAM MANAGER. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the CONSULTANT and/or PROGRAM MANAGER by the second submission of a submittal item. The COUNTY reserves the right to withhold monies due the CONTRACTOR to cover additional costs of the CONSULTANT's review beyond the second submittal. The CONSULTANT's maximum review period for each submittal, as well as all resubmittals, will be 21 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 63 calendar days. D. If 3 copies of a submittal are returned to the CONTRACTOR marked NO EXCEPTION TAKEN, formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked MAKE CORRECTIONS NOTED, formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the CONTRACTOR marked "REVISE AND RESUBMIT," the CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CONSULTANT and/or PROGRAM MANAGER. G. Fabrication of an item shall be commenced only after the CONSULTANT has reviewed the pertinent submittals and the returned copies to the CONTRACTOR are marked either"NO EXCEPTION TAKEN" or"MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. If the CONTRACTOR chooses to proceed with 1 fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. H. All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR, prior to submission to the CONSULTANT and/or PROGRAM MANAGER. Each submittal shall be dated, signed, and certified by the CONTRACTOR, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the DESIGN ENGINEER of any CONTRACTOR submittals will be made for any items which have not been so certified by the CONTRACTOR. All non-certified submittals will be returned to the CONTRACTOR without action taken by the CONSULTANT and/or PROGRAM MANAGER, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. The DESIGN ENGINEER's review of CONTRACTOR's shop drawing submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in CONTRACTOR's submittals. The CONTRACTOR shall be responsible for the dimensions and the design of adequate connections and details. I. Shop Drawing Distribution: Shop drawings shall be reviewed by the DESIGN ENGINEER and marked either as "NO EXCEPTION TAKEN," "MAKE CORRECTIONS NOTED," "REVISE AND RESUBMIT," or "REJECTED." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "NO EXCEPTION TAKEN" or"MAKE CORRECTIONS NOTED: a. Three (3) copies returned to CONTRACTOR b. Two (2) copies transmitted to the COUNTY c. Two (2) copies to remain with the CONSULTANT d. One (1) copy for the PROGRAM MANAGER. 2. Shop drawings marked "REVISE AND RESUBMIT": a. Two (2) copies returned to CONTRACTOR. b. Two (2) copies remain with the CONSULTANT. c. One (1) copy for the PROGRAM MANAGER. d. Three (3) copies to be discarded. L. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number and/or drawing. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 1113 9. Identification of deviations from the Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8" x 3" blank space for CONTRACTOR and CONSULTANT's review stamps. 12. CONTRACTOR's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of the Contract Documents. 1.08 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the CONSULTANT and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings and/or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the CONSULTANT. C. Samples: Submit new samples as required for initial submittal. 1.09 DISTRIBUTION A. The CONTRACTOR shall distribute reproduction of Shop Drawings and copies of Product Data which carry the CONSULTANT's stamp of approval to: 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors 5. Supplier or Fabricator. B. The CONTRACTOR shall distribute samples which carry the CONSULTANT's stamp of approval. 1.10 CONSULTANT DUTIES A. Receive submittals from the CONSULTANT and/or PROGRAM MANAGER. B. Review submittals with reasonable promptness and in accord with schedule. C. Affix stamp and initials or signature, and indicate requirements for resubmittals, or acceptance of submittal. D. Return submittals to the CONSULTANT and/or PROGRAM MANAGER for forwarding to the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) 11B PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01380 - CONSTRUCTION PHOTOGRAPHY PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall employ a competent photographer, as approved by the County, to take construction record aerial photographs on a monthly basis during the course of the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work. B. Project Record Documents. 1.03 PHOTOGRAPHY REQUIRED A. Provide aerial photographs taken on cutoff date for each scheduled application for Payment and digital photography as delineated hereinafter. B. Provide five prints of each view. C. Negatives. 1. Remain property of photographer. 2. Require that photographer maintain negatives for a period of two years from Date of Substantial Completion of the entire Project. 3. Photographer shall agree to furnish additional prints to the COUNTY and the CONSULTANT at commercial rates applicable at time of purchase. 1.04 COSTS OF PHOTOGRAPHY A. The CONTRACTOR shall pay costs for specified aerial photography and prints, the cost of which shall be included in the bid items of the Schedule of Price Bid. No separate payment will be made to the CONTRACTOR for construction photography. Parties requiring additional photography or prints will pay photographer directly. PART 2 - PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 11B 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. PART 3 - EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness, minimum of 300 pixels-per-inch (ppi). 2. Maximum depth-of-field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Monthly digital photograph from locations that adequately illustrate condition of construction and state of progress. B. Photographs shall include aerial photograph showing the entire construction area. 3.03 DELIVERY OF PRINTS A. Delivery of prints to the CONSULTANT and/or PROGRAM MANAGER to accompany each Application for Payment. B. Distribution of prints, as soon as processed, is anticipated to be as follows: 1. COUNTY (one set). 2. PROGRAM MANAGER (one set) 3. CONTRACTOR (one set). 4. CONSULTANT (two sets). 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included in the base bid price as part of MOBILIZATION. - END OF SECTION - 118 SECTION 01400 - QUALITY CONTROL PART 1 — GENERAL 1.01 THE REQUIREMENT A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.02 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by a COUNTY Representative at the place of manufacture. B. The presence of the COUNTY Representative at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the CONSULTANT. 1.03 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the COUNTY reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the CONSULTANT will insure the COUNTY that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the COUNTY of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CONSULTANT reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CONSULTANT to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.04 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this 11B requirement. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the CONSULTANT and/or PROGRAM MANAGER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense, within the scope of the Project. 1.05 OBSERVATION AND TESTING A. The COUNTY will employ and pay for the services of an independent testing laboratory for specified testing as specified by the CONSULTANT as noted in the Section entitled "Testing Laboratory Services". B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of its obligations under the Contract. The laboratory testing work will include such observations and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the CONSULTANT and/or PROGRAM MANAGER and CONSULTANT ample time and opportunity for field observation and testing materials and equipment to be used in the Work. The CONTRACTOR shall advise the CONSULTANT and/or PROGRAM MANAGER promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for observation before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the COUNTY and its representatives, proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at its own expense, all samples of materials required by the CONSULTANT for testing, and shall make its own arrangements for providing water, electric power, or fuel for the various observations and tests of structures, equipment, and appurtenances. D. The COUNTY will bear the cost of all tests, observations, or investigations undertaken by order of the CONSULTANT for the purpose of determining conformance with the Contract Documents if such tests, observations, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the COUNTY as a result of such tests, observations, or investigations, the CONTRACTOR shall bear the full cost of any additional tests and investigations, which are ordered by the COUNTY to ascertain subsequent conformance with the Contract Documents. 1.06 RIGHT OF REJECTION A. The CONSULTANT and/or PROGRAM MANAGER, acting for the COUNTY, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected 118 at the point of manufacture or after completion of the Work at the site. If the COUNTY or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the COUNTY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.07 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work as specified in the Section entitled "Cutting and Patching". B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. If requested by the CONSULTANT and/or PROGRAM MANAGER, the CONTRACTOR shall submit a preparedness plan for review and approval by the CONSULTANT and/or PROGRAM MANAGER. The CONTRACTOR shall include one day per month for weather conditions. 1. Contractor shall submit during the Pre-Construction Meeting a "Storm Preparedness Plan" to the COUNTY, CONSULTANT and/or PROGRAM MANAGER. C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguishers and hose line stations shall be provided throughout the work area. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in the Contract Documents. - END OF SECTION - 118 SECTION 01410 - TESTING LABORATORY SERVICES PART 1 — GENERAL 1.01 THE REQUIREMENTS A. The COUNTY will employ and pay for the services of an Independent Testing laboratory to perform certain specified testing. All other required testing services under the Contract Documents shall be provided and paid for by the CONTRACTOR. B. The CONTRACTOR shall cooperate with the COUNTY hired laboratory to facilitate the execution of its required services. C. Employment of the laboratory by the COUNTY for specific testing shall in no way relieve the CONTRACTOR from its obligations to perform the work of the Contract as specified. D. The COUNTY shall pay only for initial testing. The cost of any retesting necessitated by failure of materials or methods shall be deducted from the CONTRACTOR's monthly payment request. E. The following tests may be directed by the COUNTY, as it deems necessary. In no way shall the County's independent testing relieve the CONTRACTOR of its responsibility to provide and pay for any testing required by Contract. 1. Density. 2. Proctor. 3. LBR. 4. Carbonate Content. 5. Gradation. 6. Plastic Index and Liquid Limit. 7. Organic Content. 8. Concrete Compressive Strength and Slump. 9. Asphalt Extraction. F. The CONTRACTOR shall pay for all other testing including but not limited to infiltration, bacteriological and pressure testing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent Laboratories. B. Meet basic requirements of ASTM E-329. C. Authorized to operate in the State of Florida. 11B D. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of Natural Bureau of Standards during the most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. E. Testing Equipment: 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 1.04 LABORATORY DUTIES A. Cooperate with the CONSULTANT and/or PROGRAM MANAGER and the CONTRACTOR; provide qualified personnel after due notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards. 2. Ascertain compliance of materials with requirements of the Contract Documents. C. Promptly notify the CONSULTANT and/or PROGRAM MANAGER and the CONTRACTOR of observed irregularities and/or deficiencies of work and/or products. D. Promptly submit written report of each test and inspection; two copies to the CONSULTANT and/or PROGRAM MANAGER, COUNTY and one copy to the CONTRACTOR. Each report shall include: 1. Date issued. 2. Project title, number and Parcel number. 3. Testing laboratory name, address and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of fill product and specification section. 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Results of tests and compliance with the Contract Documents. 12. Interpretation of test results, when requested by the CONSULTANT and/or PROGRAM MANAGER. E. Perform additional tests as required by the CONSULTANT and/or PROGRAM MANAGER. 1.05 LIMITATION OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of the Contract documents. 2. Approve or accept any portion of the work. 11B 3. Perform any duties of the CONTRACTOR. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the Testing Laboratory. D. Furnish copies of Products test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage of test samples. F. Notify laboratory sufficiently, as agreed between the CONSULTANT and/or PROGRAM MANAGER and the CONTRACTOR, in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 1. When tests or inspections cannot be performed after such notice, reimburse the COUNTY for laboratory personnel and travel expenses incurred due to CONTRACTOR's negligence. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01505 - MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of all Work necessary to move in personnel and equipment and prepare the site for construction, complete and to remove the same personnel and equipment from the site when construction is complete. B. Mobilization shall include the obtaining of all permits needed for construction; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items as may be required for prosecution of the work: 1. Moving on to the site of all CONTRACTOR's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing field office trailers or other arrangements for the CONTRACTOR, complete with all specified furnishings and utility services including telephones, telephone appurtenances, and copying machine. 5. Providing all on-site communication facilities, including telephones, facsimile, email, internet, and radio pagers. 6. Providing on-site sanitary facilities and potable water facilities. 7. Arranging for and erection of CONTRACTOR's work and storage yard. 8. Obtaining all required permits. 9. Having all OSHA required notices and establishment of safety programs. 10. Having the CONTRACTOR's superintendent at the job site full time. 11. Submitting initial submittals as indicated in the section entitled "Schedules and Reports". 12. Audio-Visual preconstruction record as described in the section entitled "Summary of Work". 1.02 PAYMENT FOR MOBILIZATION A. The CONTRACTOR's attention is directed to the condition that no payment for mobilization or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. PART 2 - PRODUCTS 2.01 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as specified in Section entitled "Temporary Utilities". PART 3 - EXECUTION 3.01 LAYOUT 11B A. The CONTRACTOR shall set up construction facilities in a neat and orderly manner. It shall accomplish all required Work in accordance with applicable portions of these specifications and shall confine its operations to Work areas within the right-of-way, unless it makes provisions for otherwise, at its own expense. 3.02 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, equipment, and temporary facilities from the site in a timely manner. The CONTRACTOR shall also be responsible for transporting all unused materials belonging to the COUNTY to a place of storage on site designated by the CONSULTANT and/or PROGRAM MANAGER and for removing from the site and disposing of all other materials and debris resulting from the construction. It shall then return all areas used for its activities to, its pre-existing condition, or as otherwise agreed to in writing with the PROGRAM MANAGER. - END OF SECTION - 118 SECTION 01510 - TEMPORARY UTILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required Work, and shall be subject to review by the COUNTY's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install, and maintain all temporary utilities during the contract period, including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking periods if the area is subject to access by the public or COUNTY personnel. Such temporary lighting shall provide suitable illumination to match pre-construction conditions. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the CONSULTANT and the power company representative, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. General: Except as noted otherwise, the CONTRACTOR shall make arrangements for and pay for all costs for all water used for construction, and testing. The CONTRACTOR shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water: All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. 11B C. Water Connections: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the COUNTY shall first furnish and install to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. All costs to provide noted installation shall be the responsibility of the CONTRACTOR. D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utility. E. Fire Protection: The construction, and all other parts of the Work shall be connected with the CONTRACTOR's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the Work, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction and all local Fire Department Requirements. 1.04 TEMPORARY SANITARY FACILITIES A. The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. Temporary holding tank with disposal service facilities and system maintenance shall be provided for the field offices furnished under this Contract in accordance with all local regulatory requirements. The CONTRACTOR shall have unit responsibility for the complete design, installation and operation of its temporary sanitary facilities and shall secure all necessary permits for same. At the completion of the project, the subject facilities shall be removed by the CONTRACTOR, subject to review and acceptance by the COUNTY. 1.05 CONFINED SPACES A. The CONTRACTOR shall provide and maintain a safe working environment in confined spaces. The CONTRACTOR shall follow the applicable requirements of the OSHA Standards for Construction and NIOSH Publications for working in confined spaces. 1.06 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases and/or vapors. PART 2 - PRODUCTS (Not Used) 01510-3 PART 3 - EXECUTION (Not Used) - END OF SECTION - 111 SECTION 01520 - CONSTRUCTION AIDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain required construction aids and remove them upon completion of the WORK. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General Conditions. PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 CONSTRUCTION AIDS A. The CONTRACTOR shall provide construction aids and equipment required by personnel and to facilitate execution of the WORK; shorings, scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. PART 3 - EXECUTION 3.01 PREPARATION A. The CONTRACTOR shall review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the WORK. 3.02 GENERAL A. Comply with applicable requirements at all divisions of these specifications as required. 3.03 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. lip 2. At completion of project. B. Repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. - END OF SECTION - 118 SECTION 01530 - PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal including, but not limited to, compliance with the requirements of Chapter 556, Florida Statutes (the Underground Facility Damage Prevention and Safety Act), as same may be amended from time to time, and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's WORK. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the CONSULTANT. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, communications, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until having secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin WORK, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, and/or structure and/or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that WORK of one contract may interfere with that of another, the COUNTY shall determine the sequence and order of WORK to be performed by different contractors. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the COUNTY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. 11B All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete beams cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw, cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement is installed. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement as follows: 1. Pavement shall be restored at a minimum straight and parallel to the existing trench line along the length of the trench, at a minimum of two feet beyond the widest part of disturbed asphalt. 2. If final restored pavement falls within two feet of existing or proposed cuts, the CONTRACTOR shall pave to the curb. 3. If disturbance is deemed by the CONSULTANT to be more than 75%, at CONSULTANT's opinion, the CONTRACTOR shall resurface the entire lane, including striping, as necessary. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks and/or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks and/or roadways promptly after backfilling. CONTRACTOR shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration. If no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks and/or roadways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of 11B unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility and/or improvement in a manner satisfactory to the CONSULTANT and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utilities and/or improvements as nearly as possible to its former locations and to as good or better condition than found prior to removal. C. COUNTY's Right of Access: The right is reserved to the COUNTY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, and/or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, at no additional cost to the COUNTY. E. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the CONSULTANT. If directed by the COUNTY, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work contained in Exhibit H, General Terms & Conditions, Article 10, Changes in The Work. F. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of the General Conditions. G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility and/or the COUNTY and the CONSULTANT before being concealed by backfill or other work. H. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the COUNTY are made with the OWNER of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the 11B backfilling. I. Existing Water Services: CONTRACTOR shall protect and provide temporary support for existing water services. Any water service damaged by the CONTRACTOR, shall be replaced at the CONTRACTOR's expense, with a new water service complete with new water main tap. 1.06 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or the COUNTY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the COUNTY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the COUNTY, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or the COUNTY. 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the CONTRACTOR shall notify the Florida One Call System or equivalent, COLLIER COUNTY and any other agency having jurisdiction, and shall provide notice in accordance with Chapter 556, Florida Statutes. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain sufficient barriers to secure the work during entire construction period. 11B C. Relocate barriers as required by progress of construction. 3.02 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to the WORK areas. B. Consult with COUNTY's Representative and remove agreed-on roots and branches which interfere with the WORK. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Do not dump refuse or chemically injurious materials or liquids. 4. Do not allow puddling or continuous running water. D. Carefully supervise all WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.03 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by COUNTY's Representative. B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area. - END OF SECTION - 118 SECTION 01560 - TEMPORARY CONTROLS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under CONTRACTOR's control. In addition, the CONTRACTOR shall remove physical evidence of temporary facilities at the completion of WORK. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 NOISE CONTROL A. The CONTRACTOR shall provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local codes having jurisdiction on the work 2. Noise levels during night time hours shall not exceed 55 db measured at the property line of a residence. 1.04 DUST CONTROL A. The CONTRACTOR shall provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air-borne dust from dispersing into the atmosphere. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement shall be continued until the CONTRACTOR is relieved of further responsibilities by the CONSULTANT and/or PROGRAM MANAGER. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the CONTRACTOR's Bid Price(s). 1.05 WATER CONTROL A. The CONTRACTOR shall provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. These may include: control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to protect surface and control water. C. Dispose of drainage water in conformance with environmental regulations and in a manner to prevent flooding, erosion, or other damage to any portion of the site or to 11B adjoining areas. D. The COUNTY has obtained the SFWMD Environmental Resource Permit Modification, SFWMD De-Watering Permit, U.S. Army Corps of Engineers Permit Modification, FDEP Forcemain adjustment permit, FDOT Driveway Connection Permit for Outfall #3, FDOT Driveway Connection Permit for Outfall #4, and the FDOT Drainage Connection Permit for Outfall#4. The CONTRACTOR shall be responsible for any and all other permits associated with the work. The CONTRACTOR shall procure all other required permits and pay for those, and submit copies of receipts/permits to the CONSULTANT and/or PROGRAM MANAGER prior to commencing work in the affected area. 1.06 PEST CONTROL A. The CONTRACTOR shall provide pest control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site and/or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to the COUNTY with copies to the CONSULTANT and/or PROGRAM MANAGER. Clearly indicate: a. The area or areas to be treated. b. The pesticide to be used, with a copy of the manufacturer's printed instructions. c. The pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.07 RODENT CONTROL A. The CONTRACTOR shall provide rodent control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to the COUNTY with copies to the CONSULTANT and/or PROGRAM MANAGER. Clearly indicate: a. The area or areas to be treated. b. The rodenticide to be used, with a copy of the manufacturer's printed instructions. c. The pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.08 DEBRIS CONTROL A. The CONTRACTOR shall maintain all areas under CONTRACTOR's control free of extraneous debris. 1113 B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, and along access roads and haul routes. 1. Provide containers for deposit of debris as specified in Section 01710 entitled "Cleaning." 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. a. Provide periodic inspection of traffic areas to enforce requirements. b. Provide cleaning at areas as required by the COUNTY. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.09 POLLUTION CONTROL A. The CONTRACTOR shall provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. The CONTRACTOR shall conform to all applicable Federal, State, and local laws, including to those promulgated by the Florida Department of Environmental Protection. B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils and/or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, and/or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as beams, dikes and drains. 3. Provide silt screens as required to prevent surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. 118 C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. 1.11 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather and to rectify them. B. The COUNTY may suspend construction operations at any time when, in its judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.12 HURRICANE AND STORM WARNINGS A. The CONTRACTOR shall take all precautions necessary to protect the job site during hurricane and storm watches and warnings. As required by the CONSULTANT and/or PROGRAM MANAGER; the CONTRACTOR shall submit a hurricane preparedness plan for review. 1.13 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which result from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as required by the CONSULTANT and/or PROGRAM MANAGER per preconstruction meeting proceedings or otherwise instructed. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when required by the CONSULTANT and/or PROGRAM MANAGER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the CONSULTANT's and/or PROGRAM MANAGER's satisfaction, the CONSULTANT and/or PROGRAM MANAGER, may, upon five days prior written notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting there from shall be charged to the CONTRACTOR and deducted from amounts of money that may be due for payment. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 116 SECTION 01570 - TRAFFIC REGULATIONS PART 1 — GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall provide, operate and maintain equipment, services and personnel for traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site access roads, and parking areas. B. The CONTRACTOR shall remove temporary equipment and facilities when no longer required and restore grounds to their original or specified condition. C. There shall be no separate payment for work under this heading. All costs associated with such work shall be included in the CONTRACTOR's Bid Price(s). 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions of the Contract. C. Summary of Work. D. Temporary Environmental Controls. 1.03 TRAFFIC SIGNALS BARRIERS AND SIGNS A. The CONTRACTOR shall provide and operate traffic control and directional signals, furnish all barriers and/or signs as required to direct and maintain an orderly flow of traffic in all areas under the CONTRACTOR's control, and/or affected by CONTRACTOR's operations, as required by jurisdictional agencies. 1.04 FLAG PERSON / OFF-DUTY POLICE OFFICER OVERSIGHT A. The CONTRACTOR shall provide a "trained"flag person in accordance with FDOT Standard Specifications for Road and Bridges, Section 102-3.2.4 or an off-duty police officer when construction operations encroach on traffic lanes unless otherwise specifically authorized by the COUNTY's Transportation Department. As a minimum, the CONTRACTOR shall assume that oversight will be required. 1.05 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility (as required): 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flag-person in directing traffic. B. The CONTRACTOR shall provide illumination of critical traffic and parking areas (as required). 11B 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 3. During periods when the operations have impacted the existing lighting systems. 1.06 MAINTENANCE AND PROTECTION OF TRAFFIC A. The CONTRACTOR shall provide all necessary traffic control devices to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1.07 HAUL ROUTES A. Consult with jurisdictional authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement and payment for work under the section, it shall be included in the CONTRACTOR's Bid Price(s). PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 118 SECTION 01580 - PROJECT IDENTIFICATION SIGNS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain two (2) 4' x 8' project identification signs at both Outfall #3 and Outfall #4 for a project total of four (4) signs. B. The CONTRACTOR shall remove sign on completion of construction. C. The CONTRACTOR shall allow no other signs to be displayed, except as may otherwise by required by jurisdictional agencies. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 PROJECT IDENTIFICATION SIGN A. Two painted signs, with painted graphic content to include: 1. Title of project. 2. Name of the COUNTY. 3. Names and titles of: a. The CONSULTANT. b. Authorities and Titles. 4. General CONTRACTOR. 5. Funding sources (as may be appropriate) 6. Project logo sample as provided by the COUNTY on disk, to be added on sign by the CONTRACTOR. B. Graphic design, style of lettering, and colors: As per sample in EXHIBIT 1580-1. C. Erect on the site at a location, as approved by the CONSULTANT and/or PROGRAM MANAGER. 1.04 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: May be new or used, of wood or metal, structurally in sound fiB condition and adequate and suitable for work and specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. C. Thickness: As required by standards to span framing members, to provide even, smooth surface without waves and/or buckles. D. Rough Hardware: Galvanized E. Paint: Exterior quality. 1. Colors for structure, framing, sign surfaces and graphics: As per sample in EXHIBIT PART 3 - EXECUTION 3.01 PROJECT IDENTIFICATION SIGN A. Paint exposed surfaces of supports, framing and surface material; one coat of primer and one coat of exterior paint. B. Paint graphics in styles, sizes and colors selected. 3.02 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing or sign immediately. 3.03 REMOVAL A. Remove signs, framing, supports and foundations at completion of project. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the base bid price. - END OF SECTION - , 1 1 B vi. I—'- 'II Co a: I ,-• ,- lin w Vi... O 1 l'a■ w : OA I r- Illimai I : N ..,.,, -- ...:,. N "Z C. 1 1 21°S 43) 144 N C CO I C 1 41. 0 0 N --.- a 0 = i C 4=I'' Oki z C tt... ......... „...10, at CO 0 'I ' tV 0) ‘- 1 Ft .■ -0 U) 4.1 al 5 (0 c'e3 0 0 0 CNI 01 ,....., . a Ce) M th z w Ct. 01 It. i"'" N 0) C c 0 Z CC 0 it to .'s ....„ 1 oce ce 1 '6-' tll 0 CI) 0 '— w 0 co o t:ZC 11 CI- 0 0 0 r... o o UJ w < 03 i a CM 0 co C CZ 74 " /: l c — 0 : L .. ..... i.... ..t = v-K4 4.4 0 0 0 0 Z 12 ..... 0 0 ..... t C O C 'CT) E 1.. ....„, co 0 ,... 0 0 E (1) I ! I 1 I ±,._ , 2 c • 0 — ... Z >, • 75 c '•••t, J 0 ."' • Ca N ,.. 4 0.) a) o E ts 0 , -a a Ti 'Il r", 0 3 ..- oa c•-) -a' 1.:1 I,:•1 I I i I ‘ 10/ ,--1•4. : I ‘—loi •,— // ,-- ,--1 0: I-- : Ol 1 — h - / Is- cll - --; O N I I 0 I W I : 7 Z0- CI - 4- I N 0 Z M N. ce 1 ' o 1 ci co : cs, z w w re 0 1113 SECTION 01590 -CONTRACTOR'S FIELD OFFICE PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain temporary field offices for both the CONTRACTOR and the CONSULTANT during the entire construction period at a site secured by the CONTRACTOR. All field offices shall be located within 0.5 miles of the work boundaries or the Project, unless otherwise occupied by the CONSULTANT and/or PROGRAM MANAGER. B. The CONTRACTOR shall furnish, install and maintain storage and work sheds needed for construction. C. At completion of WORK, remove field offices, sheds and contents. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General conditions. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices and sheds, contact jurisdictional agencies for permitting and installation requirements. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with requirements of applicable Federal, State, and Local codes and regulations. 1.05 REQUIREMENTS FOR FACILITIES A. Construction: 1. Structurally sound, weathertight, with floors raised above ground as required to avoid flooding. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR's option, portable or mobile buildings may be used. A. Mobile homes, when used, shall be modified for office use. B. CONTRACTOR's Office and RPR Facilities: 1. Size: As required for general use and to provide space for project meetings. 2. Lighting and temperature control. 3. Telephone, Fax and Internet Services: Separate lines, as required. 11B 4. Furnishings in meeting area. a. Conference table and chairs for at least eight persons. b. Racks and files for project Record Documents in or adjacent to the meeting area. 5. Other furnishings: CONTRACTOR's option. 6. One ten inch outdoor-type thermometer. 1.06 USE OF EXISTING FACILITIES A. Existing facilities at the site shall not be used for field offices or for storage. 1.07 USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must comply with applicable codes or regulations. PART 3 - EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. 3.02 INSTALLATION A. Construct temporary field office on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings in accordance with applicable State of Florida, City and/or County Building Department requirements. 2. Provide steps and landings at entrance doors. 3. Provide at least one entrance and other facilities handicapped accessible. B. Mount thermometer at convenient outside location, not in direct sunlight. 3.03 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. 3.04 REMOVAL 11B A. Remove temporary field offices, contents and services at a time no longer needed; in any case prior to FINAL INSPECTION of the project. B. Remove foundations and debris; grade site to required elevations and clean the areas; and otherwise restore site to pre-existing condition or as indicated in the Contract Documents. 3.05 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included under the Base Bid Item for mobilization. — END OF SECTION - 118 SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type, quantity and quality specified, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General conditions of the Contract. B. All applicable sections of the Specifications. 1.03 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, the CONTRACTOR shall obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the PROGRAM MANAGER. In addition, the CONTRACTOR shall maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with the CONSULTANT for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by the Contract Documents. 11B 1.04 TRANSPORTATION AND HANDLING A. The CONTRACTOR shall arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on "as needed" basis. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact with legible markings. 2. Immediately upon delivery, inspect shipments to assure compliance with requirements of the Contract Documents and approved submittals, and that products are properly protected and undamaged. 3. Pipe and materials shall not be strung out along installation routes for longer than forty-eight (48) hours prior to installation. However, the CONTRACTOR is to make sure that driveways to the NEIGHBORING residential and/or commercial properties cannot be obstructed. B. Provide equipment and personnel to handle products by methods to prevent soiling and/or damage to products as well as packaging when applies. C. Coordinate deliveries to avoid conflict with Work and conditions at site: 1. Work of other contractors, and/or the COUNTY. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. COUNTY's use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate orderly assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of the Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact and labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those provided by the COUNTY, by methods to prevent soiling and/or damage to products as well as packaging when applies. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 11B 1.05 STORAGE A. The CONTRACTOR shall store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. B. Exterior Storage: 1. Provide substantial platforms, blocking or skids to support fabricated products above ground, prevent soiling or staining. Cover products, subject to discoloration and/or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas, or provide plywood or sheet materials to prevent mixing with foreign matter. a. Provide surface drainage to prevent flow or ponding of rainwater. b. Prevent mixing of refuse or chemically injurious materials or liquids. C. Stored Products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the PROGRAM MANAGER on request. D. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage requirements, subject to CONSULTANT's review and acceptance. E. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually. 1.06 MAINTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any weathering of products, coatings and finishes is not acceptable under requirements of the Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on exterior of package. 1.07 PROTECTION A. The CONTRACTOR shall provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. 116 B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Protect finished floors and stairs from dirt and damage. a. Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around demolition area. E. Erect temporary protection, such as walks, fences, barriers, railings, canopies, and covered passageways, where required by AUTHORITIES HAVING JURISDICTION. F. Buildings and improvements to remain on site shall be cleaned of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing before start of demolition. G. Protect existing site improvements, appurtenances, and landscaping to remain. H. Lawns and landscaping: The CONTRACTOR shall prohibit traffic of any kind across planted lawn and landscaped areas. I. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - { 116 SECTION 01660 -EQUIPMENT TESTING AND STARTUP PART 1 - GENERAL 1.01 THE REQUIREMENT A. Where required, the CONTRACTOR shall perform equipment testing and startup. Note that this requirement is requisite to the satisfactory completion of the contract and, therefore, shall be completed within the contract time. 1.02 EQUIPMENT TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the manufacturer of each item of equipment requiring startup who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the CONSULTANT. B. The CONTRACTOR shall require that each manufacturer's representative furnish to the ENGINEER a written report addressed to the CONSULTANT and/or PROGRAM MANAGER certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full-load conditions. C. The CONTRACTOR shall be responsible for scheduling all Startup testing. The CONTRACTOR is advised that the CONSULTANT and the COUNTY's operating personnel will likely witness operations testing and that the manufacturer's representative shall be required to instruct the operating personnel in correct operation and maintenance procedures. Such instruction shall be scheduled at a time arranged with the CONSULTANT and/or PROGRAM MANAGER at least 2 weeks in advance and shall be provided while the respective manufacturer's equipment is fully operational. On-site instruction shall be given by qualified persons who have been made familiar in advance with the equipment. Prior to scheduling any operations testing, the CONTRACTOR shall have previously furnished the Operations Manuals specified elsewhere. D. The CONTRACTOR shall notify the CONSULTANT and/or the PROGRAM MANAGER at least three (3) days in advance of each equipment test. E. The CONTRACTOR shall furnish all personnel required to conduct the testing and startup. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 118 SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all requirements as stated in Exhibit H, General Terms & Conditions, Article 20, Completion and any other requirements specified in the Technical or Administrative Specification. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions 1.03 SUBSTANTIAL COMPLETION A. When the CONTRACTOR considers a portion of the work is substantially complete, it shall submit to the CONSULTANT and/or the PROGRAM MANAGER: 1. A written notice that the work or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the PROGRAM MANAGER, COUNTY and CONSULTANT will make an inspection to determine the status of completion. C. Should the CONSULTANT, with input from the PROGRAM MANAGER and or the COUNTY, determine that the work is not substantially complete: 1. The CONSULTANT, through the PROGRAM MANAGER will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. The CONTRACTOR shall remedy the deficiencies in the work and send a second written notice of substantial completion to the CONSULTANT and/or the PROGRAM MANAGER. 3. The CONSULTANT and/or the PROGRAM MANAGER and the COUNTY will reinspect the work. D. When the CONSULTANT and/or the PROGRAM MANAGER and the COUNTY concur that the work is substantially complete, the CONSULTANT will: 1. Prepare a "Certificate of Substantial Completion" for execution by the CONSULTANT and the COUNTY accompanied by a list of items to be completed or corrected. 2. Submit the Certificate to the CONTRACTOR for its written acceptance of the responsibilities assigned therein. 118 1.04 FINAL INSPECTION A. When the CONTRACTOR considers the work is complete, it shall submit written certification that: 1. The Contract Documents have been reviewed. 2. The Work has been inspected for compliance with the Contract Documents. 3. The Work has been completed in accordance with the Contract Documents. 4. Equipment and systems have been tested in the presence of the COUNTY Representative and are operational. 5. The Work is completed and ready for final inspection. B. The CONSULTANT and/or the PROGRAM MANAGER and the COUNTY will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should the CONSULTANT and/or the PROGRAM MANAGER and the COUNTY consider that the work is incomplete and defective: 1. The COUNTY Representative will promptly notify the CONTRACTOR, in writing, listing the incomplete or defective work. 2. The CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to COUNTY Representative that the work is complete. 3. The COUNTY Representative and the CONSULTANT will reinspect the work. D. When the CONSULTANT and/or the PROGRAM MANAGER and the COUNTY find that the work is acceptable under the Contract Documents, it shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should the COUNTY Representative perform reinspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. The COUNTY will compensate its Representative and the CONSULTANT for such additional services. 2. The COUNTY will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO COUNTY'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 118 , 1. Certificates of Inspection. a. From agencies having jurisdiction or as may be required. B. Project Record Documents: To requirements of the Section entitled "Project Record Documents". C. Operating and Maintenance Data, Instructions to COUNTY's Personnel: To requirements of the Section entitled ,"Operating and Maintenance Data." D. Guarantees and Bonds: To requirements of the section entitled ,"Guarantees and Bonds." E. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. F. Certificate of Insurance for Products and Completed Operations. 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the CONSULTANT and/or the PROGRAM MANAGER. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit Prices. d. Deductions for uncorrected work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. The COUNTY/PROGRAM MANAGER will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders, to be executed by the CONSULTANT and/or the COUNTY/PROGRAM MANAGER and CONTRACTOR. 1.08 FINAL APPLICATION FOR PAYMENT A. The CONTRACTOR shall submit the Final Application for Payment in accordance with 111 procedures and requirements stated in Exhibit H, General Terms & Conditions, Article 6, Final Payment. B. The CONSULTANT will prepare a "Final Certificate of Payment" to be executed by the CONSULTANT and/or the PROGRAM MANAGER and the COUNTY. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01710 - CLEANING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions and these specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to comply with all applicable codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. The CONTRACTOR shall use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. The Contractor shall execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from the Construction Work. B. The Contractor shall provide on-site containers for the collection of waste materials, debris and rubbish. C. The Contractor shall remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.02 FINAL CLEANING A. The Contractor shall employ skilled workers for final cleaning. B. The Contractor shall remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed surfaces. C. The Contractor shall broom clean exterior paved surfaces; rake clean other surfaces of the grounds. 11B D. Prior to final completion, the CONTRACTOR shall conduct an inspection of sight exposed surfaces, and all WORK areas, to verify the entire WORK is clean. E. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. - END OF SECTION - 11B SECTION 01720— PROJECT RECORD DOCUMENTS PART 1 —GENERAL 1.01 THE REQUIREMENT A. Unless waived in writing and in accordance with Exhibit H, General Terms & Conditions, Article 8, Daily Reports, As-builts, and Meetings - the CONTRACTOR shall at all times maintain at the site of the project a record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the COUNTY's Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the following color code designation: 1. Red — Corrections 2. Yellow— Deletions 3. Green — Comments Changes to the color code designation must be approved by the CONSULTANT and/or PROGRAM MANAGER. 118 1.05 RECORDING A. The CONTRACTOR shall label each document, "PROJECT RECORD" in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original Contract Drawings. 5. The Record Drawing set shall show benchmark positions and their vertical values. Benchmarks are optional for Plan Views, but required for Profile Views. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.06 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size (22"X34") field drawings to reflect the "record" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on full-size, reproducible material and an electronic file in .DWG format(AutoCAD, Version 2000 or newer). Electronic file of the design drawings on compact disk will be furnished to the CONTRACTOR by the CONSULTANT for this purpose. B. At a minimum the record drawings shall be reviewed on the 20th working day of every third month, or more often, as deemed necessary by the CONSULTANT and/or the PROGRAM MANAGER, after the month in which the final Notice-to-Proceed is given as well as on completion of the WORK. Failure to maintain the record drawings up-to-date shall be grounds for withholding monthly progress payments until such time as the record drawings are brought up-to-date. C. Record drawings shall be accessible to the COUNTY at all times during construction period. D. The cost of maintaining record changes, and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the WORK, the CONTRACTOR shall furnish the CONSULTANT and/or the PROGRAM MANAGER the reproducible recent Drawings and electronic files. Pay request quantities must match as-builts. The completed Record Drawings shall be delivered to the CONSULTANT and/or the PROGRAM MANAGER at least 48 hours prior to final inspection of the work. The Final Inspection will not be conducted unless the Record Drawings are in the possession of the CONSULTANT and/or the PROGRAM MANAGER. 111 E. The completed (or final) Record Drawings shall be certified by a Professional Land Surveyor registered in the State of Florida retained by the CONTRACTOR. This certification shall consist of the surveyor's embossed seal bearing the surveyor's registration number, signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and telephone number of the surveyor. F. As applicable, representative items of work that must be shown on the record drawings as verified, changed or added are shown below: 1. Plans: a. Structure types, location with grade of rim and flow-line elevations. b. Sewer type, length, size and elevations. c. Utility type, length, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right-of-way. e. Grade elevations. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Marking and Signing Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipe lines, structures, fittings, valves and appurtenances. a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest surface landmark (i.e., centerline of intersection, seawall corner, maintenance access structure, face of a building extended or some other similar landmark that is unlikely to "move" or be buried). b. Every maintenance access structure, valve, tee, bend, fire hydrant, beginning and ending of deflections, etc. locations shall be indicated by state plane coordinates, in the Florida East Zone/NAD 83-90 State Plane Coordinate System. Coordinates shall be indicated to the nearest 0.1 foot. The coordinate northings/eastings may be presented in a table format, providing it is readily decipherable what each coordinate refers to. For instance, the Consultant may "number" every tee, valve, maintenance access structure, etc. in the plan view and provide a separate plan sheet for the coordinate table. c. In addition to dimensioning and state plane coordinates for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 4. As-builts of water lines shall include the following information: a. Top of pipe elevations and horizontal location every 100 If. b. Locations and elevations of all fittings including bends, tees, gate valves, double detector check valves, fire hydrants, etc. c. All tie-ins to existing lines shall be as-built. d. The ends of all water services at the buildings or homes shall be as-built or where the water service terminates. e. Water services with meter boxes and sanitary sewer laterals with cleanouts at the property line shall be located with a dimension to the nearest landmark. Services/laterals may also be located from each other provided a minimum of five (5) services/laterals are tied together (e.g., a water service meter box is located from a maintenance access structure at the intersection of a street. The next 4 meter boxes can be dimensioned from each other, provided they are all in the same horizontal alignment). 116 f. If there are water services that do not have meter boxes and/or sanitary sewer laterals that do not have cleanouts at the property line (or are not readily visible/accessible), they shall be located by the state plane coordinate system. 5. As-builts of all gravity sanitary sewer lines shall include the following information: a. Rims, inverts and length of piping between structures as well as slopes. b. The stub ends of all sewer laterals shall be located and if there are any cleanouts installed on the sewer laterals then the invert elevation of these cleanouts need to be obtained. 6. Profile Views - The following are minimum Record Drawing data that is to be annotated on the Profile Plans: a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest landmark (i.e., centerline of intersection, seawall corner, maintenance access structure or some other similar landmark that is unlikely to "move" or be buried). b. In addition to dimensioning for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 7. As-builts of all drainage lines shall include the following information: a. Rims, inverts and length of piping between structures and weir elevations if applicable. b. The size of the piping shall be verified by the survey crew at the time of as- built. 8. All rock as-builts for parking lot, roadways and swales areas shall consist of the following: a. Rock elevations at all high and low points, and at enough intermediate points to confirm slope consistency and every 50' for roadways. b. Rock as-builts shall be taken at all locations where there is a finish grade elevation shown on the design plans. c. All catch basin and manhole rim elevations shall be shown. d. Elevations around island areas will also be required. e. As-builts shall be taken on all paved and unpaved swales prior to placement of asphalt and/or topsoil/sod, at enough intermediate points to confirm slope consistency and conformance to the plan details. 10. If a change is made via field order or deviation to any structure, pipeline, etc., a new location shall be noted on the as-builts. The CONSULTANT and/or the PROGRAM MANAGER may request additional as-built information to verify horizontal or vertical locations. 11. Every utility (gas, telephone, power, water, forcemain, etc.) encountered and/or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be located, both horizontally and vertically. The clearance between the facilities horizontal and vertical, shall be noted. For instance, if a 2-inch gas main crosses over the top of a 6-inch potable water main, the bottom elevation of the gas main shall be noted and the top of the watermain shall be noted. The difference between the two utilities will be the clearance between the two utilities. Parallel mains shall note the clearance between the outside of the mains. It shall be the CONTRACTOR's responsibility to note these crossings on a daily basis and insure that this information is reflected on the Record Drawing plan set. Crossings will not require state plane coordinates. 12. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated on the Record Drawing Plans. 118 13. As-built survey drawings shall meet applicable minimum technical standards for land surveys as outlined in Section 61G17 of the Florida Administrative Code. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - 11B SECTION 01730 - OPERATIONS AND MAINTENANCE DATA PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall compile product data and related information appropriate for COUNTY's maintenance and operation of products furnished under this Contract, as applicable. B. The CONTRACTOR shall instruct COUNTY personnel in maintenance of products and in operation of equipment and systems, as applicable. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALITY ASSURANCE A. The CONTRACTOR shall ensure that data shall be prepared by personnel (retained by the Contractor): 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman/technician competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by COUNTY's personnel. B. Format: 1. Size: 8-1/2 in. x 11 in. 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22-inch to 34-inch prints a. Provide reinforced punched binder tabs, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identifying each volume with typed or printed title: "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of the Project. b. Identification of separate structure as applicable. c. Identification of general subject matter covered in the manual. C. Binders: 116 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. Maximum ring size: 1 inch. 3. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. SUBCONTRACTOR or installer. b. Maintenance CONTRACTOR, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in the Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct illustration of completed installation. a. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate heading for different procedures. 2. Provide logical sequence of instructions for each procedure. E. Copy of each guarantee, bond and service contract issued. 1. Provide information sheet for COUNTY's personnel, give: a. Proper procedures in event of failure. b. Instances which might affect validity of guarantee or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of complete manual in final form. 118 • B. Content, for architectural products, applied materials and finishes: 1. Manufacturers' data, giving full information on products. a. Catalog number, size and composition. b. Color and texture designations. c. Information required for re-ordering special manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendations for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. C. Content, for moisture-protection and weather-exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "Trouble-shooting." c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule. a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As-installed control diagrams by controls manufacturer. 11B 9. Each CONTRACTOR's coordination drawings. a. As-installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable part. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "Trouble-Shooting". c. Disassembly, repair, and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of COUNTY's personnel. E. Additional requirements for operating and maintenance data: Respective section of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. 1. The CONSULTANT will review draft and return one copy with comments. B. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. C. Submit specified number of copies of approved data in final form 10 days after the above said copy with comments is received. 1.09 INSTRUCTION OF OWNER'S PERSONNEL 118 A. Prior to final inspection or acceptance, fully instruct COUNTY's designated operation and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - 11B SECTION 01740 - GUARANTEES AND BONDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall: 1. Compile specified guarantees and bonds. 2. Compile specified services and maintenance contracts. 3. Review submittals to verify compliance with the Contract Documents. 4. Submit to the CONSULTANT and/or the PROGRAM MANAGER Representative for CONSULTANT review and transmittal to COUNTY. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTAL REQUIREMENTS A. Assemble guarantees, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and Subcontractors. B. Number of original signed copies required: Three each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for COUNTY personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. 1.04 FORM OF SUBMITTALS A. Prepare in triplicate packets. B. Format: 1. Size 8-1/2 in. x 11 in., punch sheets for standard 3-ring binder. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "GUARANTEES AND BONDS". List: 116 a. Title of Project. b. Name of CONTRACTOR. C. Binders: Commercial quality, three-ring, with durable and cleanable plastic covers. 1.05 TIME OF SUBMITTALS A. Make submittals within ten days after Date of Substantial Completion, prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of guarantee period. 1.06 SUBMITTALS REQUIRED A. Submit guarantees, bonds, service and maintenance contracts for periods other than one year as specified in respective specific sections of the Specifications, (if applicable). B. The General CONTRACTOR shall submit on the entire Project the one year guarantee in accordance with the requirements set forth in Exhibit H, Terms & Conditions, Article21, WARRANTY, (except for certain portions of the work, where longer periods of time are specified in the specific applicable sections of the Specifications). PART 2 -PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) —END OF SECTION- 118 EXHIBIT M: PLANS AND SPECIFICATIONS See Attached: Exhibit M Geotech Report - Outfall 3 & 4 Exhibit M LASIP Outfall 3&4-100% Plans-7-5-12 93 Construction Services Agreement:Revised 1/1/2012 118 FORGE I ENGINEERING, INC. FORENSIC, GEOTECHNICAL, ENVIRONMENTAL, AND CONSTRUCTION CONSULTANTS October 22, 2010 Attn: Mr. Matt McLean AGNOLI BARBER & BRUNDAGE, INC. 7400 Tamiami Trail North, Suite 200 Naples, Florida 34108 Phone (239) 597-3111 Email: mclean @abbinc.com Subject: Report of Geotechnical Exploration PROPOSED IMPROVEMENTS LASIP Naples Manor Outfall No. 3 and 4 Collier County Project Number 51101 South of Cypress and Myrtle Lane j Collier County, Florida Forge Engineering Project Number 135-020.01 Forge Engineering Inc. (FORGE) is pleased to present this report of our geotechnical exploration for the proposed project. We have completed in general the services 5:. outlined in our proposal dated August 18, 2010 and authorized issuance of your sub- contractor agreement. This report presents the project information provided to us, the findings of our exploration, together with our geotechnical evaluation and recommendations. Purpose The purpose of this geotechnical study was to explore the general soil conditions at ten separate locations along the proposed outfall ditches and to provide recommendations for removal of the encountered soils. Environmental assessments or other studies were fl beyond the scope of our services. This report has been prepared for the exclusive use of Agnoli Barber & Brundage Inc., for specific application to the proposed project at the subject site. FORGE has endeavored to comply with the generally accepted geotechnical engineering practice common to the local area. FORGE makes no other warrant, express, or implied. PO Box 113040, 6200 SHIRLEY ST., SUITE 204,NAPLES, FLORIDA 34108, (239)514-4100,FAX(239)514-4161 www.forgeeng.com 118 Report of Geotechnical Exploration FORGE Project No. 135-020.01 Proposed LASIP Outfall 3&4 October 22, 2010 Project Information Our understanding of this project is based on the provided information, some assumptions that we have made based on our experience in the area, and a review of Y provided project plans. We understand this phase of the project consists of Li improvements to two existing storm water outfall ditches referred to as the Naples Manor t Outfall 3 and 4. Outfall 3 is approximately 2600 feet long, located north of Myrtle Lane. Outfall 4 is approximately 3600 feet long, located south of Myrtle Lane. The outfalls convey water from U.S. 41 west to the Lely Manor Canal East Outfall located along the east side of Treviso Bay Development. We understand the canal bottom will be extended to depths of about 8 feet below existing grade. Site Conditions The proposed improvements are located along the existing canals north and south of Myrtle Lane. The south sides of both canals have partially cleared pathways with heavy vegetation surrounding much of the site. The ground surface consists of mostly scrub grass or sand with gravel. The appended Site Location Map and the Site Vicinity Aerial Photograph and Boring Location Plans present the site relative to its surroundings. U Subsurface Conditions The subsurface conditions at the site were explored with ten soil test borings drilled to depths of 15 feet below existing grade at approximate locations selected by you. FORGE adjusted the actual boring locations based on accessibility and underground J utility conflicts. The approximate locations of the borings are shown on the appended fl Site Vicinity Aerial Photograph & Boring Location Plans. If a more exact location of the borings are required, we recommend your firm survey the actual boring locations. An engineer from FORGE classified soil samples taken from the boring. Boring logs summarizing our findings are presented in the Appendix. The subsurface conditions encountered at the boring locations can be generalized as shown in the following table. El Page 2 of 4 Li PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES,FLORIDA 34108, (239)514-4100, FAX(239)514-4161 www.forgeeng.corm 11B Report of Geotechnical Exploration FORGE Project No. 135-020.01 Proposed LASIP Ouffall 3&4 October 22, 2010 GENERALIZED SOIL PROFILE DEPTH (FT) SOIL DESCRIPTION USC'') FROM TO Relatively Clean to Silty Fine SAND, SP, SM 0 5.5 occasional Shell and Gravel. (Organics encountered in Boring B-5 from 0 to 6 feet) 5 5 12 Hard Caprock Layer. (Encountered in Borings B-1, 4, NA 5, 6, 7, and10 at varying depths) 5.5 15 Relatively Clean SAND to Clayey/Silty Fine SAND, SP, SC, variable amount of Gravel SM (1) Unified Soil Classification The groundwater level recorded at the time of drilling ranged from about 3 to 5 feet below the existing grade at the boring locations. It should be anticipated the groundwater level would fluctuate due to tidal and seasonal rainfall variations, surface water runoff patterns, construction operations, and other interrelated factors. Evaluation and Recommendations Our evaluation and recommendations are based on the project information provided to us, the findings of our field exploration program, and our experience in the area. The subsurface conditions will vary across the project site. Should new information become available during design or the conditions encountered during construction be substantially different from the information presented in this report, please contact us so we may evaluate the new information. Our experience with similar subsurface conditions in this area indicates the relatively clean sand layers encountered above the caprock layer in our borings appear suitable for use as structural fill, although the clayey and silty sand stratums encountered in a some of the borings likely contains greater than 10 percent fines. We recommend structural fill contain less than 10 percent soil fines. However, a program of blending with clean granular sand can be utilized to reduce the fines content in to less than 10 percent to provide structural fill. 11 If large amounts of roots are encountered in any of the near surface soils, we recommend screening of these soils be completed to remove the roots prior to Li placement over the site. Page 3 of 4 ailiaMMEMMIMEM n. PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES,FLORIDA 34108, (239)514-4100,FAX(239)514-4161 www.forgeeng.cam Report of Geotechnical Exploration FORGE Project No. 135-020.01 11B Proposed LASIP Outfall 3&4 October22, 2010 The soils below the groundwater table likely have an in-situ water content well above the ii optimum moisture content, and will require drying before placement as structural fill. Prior to placement, the soil should be allowed to dry to within about two percent of the optimum moisture content. A majority of the soil borings completed for this project encountered a hard limestone (caprock) layer at depths ranging from about 5.5 to 11 feet below the existing land surface. The caprock thickness in these borings varied from 1 to 5.5 feet. Based on the Standard Penetration Resistance Values recorded in the hard limestone (caprock) layer t encountered in our borings, it may not be feasible to remove this layer with conventional excavating equipment. Therefore, if excavations are required to these depths, we anticipate blasting may be required to facilitate removal in some areas. Closing We appreciate working with you as your geotechnical consultant and look forward to working with you on the remainder of this project. Please contact us when we may be of ri further assistance, or if you have any questions regarding this report. rti Sincerely, •rge Engineering, Inc. (dat/N1 cC O '.E. W. Mark Span P.E. Senior Enginee Principal Engine Florida Registration No. 54834 Appendix: Site Location Map Site Vicinity Aerial Photograph & Boring Location Plan Generalized Subsurface Profile Boring Logs Key to Boring Log Classification Distribution: 2—Addressee, 1 - File Page 4 of 4 PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES, FLORIDA 34108, (239)514-4100, FAX(239)514-4161 www.forgeeng.com 1 11B 1 , 1 p Li Eli II iiiiri,x,,,,,,,t 3 A P P E N D IX E 0 . .14 0 .... ,t, 0 L.1 i 11B 1 41tDELORME 8#rea#Atlas USA®2003 , v7t,�g 8,1,'SGAYtF OP-1 1 8 __.......,.. & "J1-1.1Y14-n.-3.---EM. ._.-7.:aa'f6CURG 4 AF ........� Yp,'..:,.,ro.,o,:,n....,.�,�.,.+, (( .+�.....«. . a P '4A0 1M WDOOS RO M G Ste° 35 /-- H Site �/ICIt11t Mr3 g`" i1GUSTA , _i Vicinity P .,Ica Q4RL13 O HILLS DR ppu a J w �� q 7 �� 1 %cr ^0,s R At aijh;Bury .......... °: A t ! S 0 .- 440 ".. s -- gi \ wATERCO war rn %y. �,� ° f ."�-` tit' 1 � . 11 Naples Manor LASIP Outfall 3 & 4 „ ° re 'A, , { .NaPU.Manor g X$ i �v. , .*\' ,-',�a*d• 4',°:ck ,," 4n�,'. ,`°#" ,t, \ .a L . . �a MAPLE U7 '+� "° CYPRESS LN V^ y° r "'''''' - \ fi #'r. 1 [I 1 ',Amu LH c Q LI zRY �.^ co° 4 II , ,, } \ .., ,. ,...— \ \ ,ar e��o „,„.. i.p, ,„, \it?p ,N-4-,,,,,,,, ,--,,, ,,,,-,,,,,--4,, 1-- \,, ‘4.,, ,,,,,. . ,,,,,, F, fl ,� Li c ERA ; yd`tpp 'vm �” aa� q� �a 015 } Uos x PRIG sro m 3 LI t �, GRIFFIN RD P 1 i 1 L ©2002 DoLarmo.Strout Atlas USAF 2003. TN Saabs 7 :26,000 ^ ° —° :...... qe am n1 www.aslama.cam aN1c'w1 0 as R. WX *4 'Ca' t•'a 2080a -T r_ ri li 11B nMd . SITE VICINITY AERIAL PHOTOGRAPH ANC? BORING LOCATION PLAN d � _ 4. e , � � �� .. ' �$ � � ty '-'*'.:4* � � # �� z 1 B.-2 Y B 3 re ' �. 0 B°5 B6 ' • $ 7 � apppp 'mss '�' fq B O B'9 r t, d,.'. QUTFALI_#4 P Fw, gr. r "n Li g i+i r l)tarw....-,,... .A+'�',J c 9 ` B-1 Number and Approximate Boring Location Ti PROPOSE© IMPROVEMENTS il 9 LASIP Canal Outfail 3 &4 Forge Naples, Collier County, Florida Engineering, Inc. Forensic,Geatecitnlcal,Environmen tal, ri fl Li FORGE Project Number 135-020.0 And Construction consultants i l i e ' O 0 _ .2 r. 72 0 0 10 0 0,. U.11 0 71 e- - e- 0 , 2 Z 8 ci 0 la ct ii re z 4 > r, >: .. o a. 7, re —I 2, A 0 0 1--- . - rs ,i5 0- < 0 P. - --- CI = 6 . N 0 0 _ ,_ i 8 i To Fii .5- c a, ..,„. — w a) 7 0 a 1. i' ,... ID ai , u- .0- .. c. oi ,.. v ' z' ,.... 2- ;,_ 8 8 8 0- 0 0 g 0 . .. 0 - ;- ' 0 0 „.. I- .. 0 `11. 0 0 9- 9- Z.' 'Y 1.,...'`. ' -‘-.'■'''''-'; N 0 0- 0 m 0 0 0 , 9- 0 ] 0 9- e 0 0 0 z g. E 0 II ml ,._ I- 0, 0 st . ti- § al Z . e 8 S- o 0 ,20zrno 451 o N 0 DI 9- Ci i,._..1,1j.11 111L3. Z 0535.7., .J0 0 ul —9 c c o E 0; a 0 0 01 ai 0 0 .0 ' 0 <a 10 o a oi ai <a 0 0 a) 0 - I- S - 0 0 0 - - 1 1 B r3 ---. P. 1 I to 0 Ig 4 ti -, _..........._-----r— a< ____—..--_.------—..._. .ca a) )1,5 c) 5 a 0 71 rn 5' V 0 '4" o• 1.. F,6 n. .......ar......._................. . g: , › = . z rn 0 i I Ili CD I- 2 4-1 g --- .-• sa SD E 0 ..% En es = ■ "0 ID =' a 0 0 r:I < .7( a i 1 6,--- 0 -a- a o) '1,[11 U,a 1 El at 5 CD ,... 5 a. -.• - a .. 0 ,1 li o , Cr 0 a Z = a 0 3 Z 0, Grountiveatar a c C) la ea Unified -a. Eta ... ; AASHTO . CD — ....... IN.) Symbol il C:) 0 b C 1 t 8 cl e z ID go . . .4 .0 . . .. a . _ . • . V> .....i — .--—......._..... O V) 0 8. Water Content% =• Z Flnes Content,% g i-3 li C P.L g •• cr Olgark Content,% •Z SD -I LAIDd Limit% i3 , -- —. —.--.---- . 5. .... Plasticity Index,% 0 Time Rate of Dana ... 0 0 . (minutes seconds) 0 I. x r i 1 1 B II Z 11 ri. al 0 v.. kr, in, fr.' Irg a •g -0 g ......2............__ (7(c) E -----< tj i E-, :1''''Illi. e it (C). = CD cl c, CD .._ ___..._.___..!:.!.. 0 , C,4 0 Q tn R. —6,-------- —-7n- a - ____ _........ ..g. =' ;.-. a 0 r 7' = Er i 1 ,.-- I 6.--- 6.-- cr . g) 0 il ..._,......._......________... .1 e a a .. g co 3 3 o w a. 17 V. I o ti , ------ — CT 0. a Li z ..... 8 z or Groundwater CS so , FP. 1-7 o 17 ci, 13 Untried —sc ja c AASHTO c.,n 6 , ......... fl Symbol I I to .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ., 0 0 -- - b c ,. or = La 0 : . i i IP . g z v. rl i 0 : . , — — 0 . . ....... „. ... in 0 Water Content,% c■ (0 — — c =. z Fee.content% g iii• , S L.... Organic Oratterit% 5 a 0 .-1 ,-, LIqual Lank% ,j3 i--. .4 —% 0 Plasticky Index,% Time Rate of Drilling 0 (mInutersenaries) 0 1 1 B ,. 2 7 .-' 1 ..... 0 11 . o it rig g. ig rg F... 41. ..... . _ . . Li ra c 54 co . a E 5 e 3 a.- 3 ! ll -11 i 3 o g F lo 1 1 S./ fR in CO S. > • M• Z Z Z CD cl o v ;3 ...,., cp ! ° 1 1 .2 _ Eit 0 _____--_________ m. II , 111011.4 0 f = fa. 13. .... a gn =C). .0 £,....• 0 • , .....— cm o .r. rt c. a a c It E.. • a, a, --, c c c v a a n ri cp = be t ,... •2 a a rr a .. a ......__,....................._....................m go g. . . . ca en -4 = li : g z -v g Ft 1 W -I o t o o FP, o i Larli P r.- — _ F! c- -D o -, 71 ,9 c:r 0. A *c Z ID, — -t c .... 0 9 z w Ground...rater E9 3 / 0 tn CI CD '0 CO '0 en -a Unified -Ito AASHTO fl 1 c 0 13 -.-..,....-..............-...-..-..-...-..-....■-....-....-... .. - - - - I a 1 t e - .. .. - .. .. Symbol t..1 ra 0 0 — 1: 1... - - _ 4 .. % z co = —— co • . . - 90 • . • . : ..... - - .o. • • • . z ,f rt , . i I 0 — v t 74 . a .... I-4 o w m B. Water Content,% a) f-- ______ _ _ _- _.........__....__w =. Fines Madera,% g LA eli c , R • 3 °mCanted,% s sr anic 'Z ta Liquid Limit,% gi, 2 .. . ...... Plasticity Index% ca • EU ' — — — Time Rate of Dialing Ca i , (minutes seconds) t- CO 4--; , 2 i..: L z 11 I. F2 al 0 tEct 5 CC [ x 1.‹ g ..2. e- a , a 3 g § a tj m a- M ii S o S' 5 Ca CD 03 Z> It = S. Li a) a). rrt —1 g CD — - r1 2 P. 03 ---- di M. co cu Y- 1 0 .--: ...... = V a CO 0 4 cn o o. _ -- Li -st. It: ;1 ff §.- ri _ ___ co - ____ 4,.... 1; I = 0 m 1 co g 4, 5 . :° .... a o . t..,. a 74. ..., :: ra 1 to II ..........___...................._.. i.J c.... -a tr 0 a Z Z m F-3 -- . = ,..... 8 , 9 z ra Groundwater CT 33 ---.-- ---------- L.1 0 o :1 cn GI ce re Untried ---- ...A C13 AASHTO O) .. .. .. .. .. .. .. .. .. .. 1 Isa ° 0 E b = ..... ...., is) = i,-, 8 o h.) i3 % Z V : = : a a v V ° 2 i , a ts1 2 Lj i . 1 o i 0 Ii i DJ . _ — .............. a CO rl a . Water Content.% CDo -------------.--- —--.----...--. t° Z Fines Content,% a 6 C ......................* C. 3 ........... 0,,,, o- Organic Cantent,% -!, 4. cb 1 i ---1 Li Liquid Lime,% 1 ..—.. --.....— r — 0 .... Ptastletty Index,% ----------- li c0 CO The Rate a/Drilling (minute:I.:m=1ft) —• 118 1F a) r- i 5 m 1 L ....... ........... '4 ■ .• 5 ril g = = --, = al A a -g Li 1 I .11' —I. : . - ro os tie to L..4 D I a i Q a3 tn C) --. = 0- ..[". _ - — H o• Li a i ll 9, _ 1,..., . . n FE — —— - Miloi eci ... to -4 a s . a m g a s o o 3 0 o. ; -. .4 .... - ZA 0! F! 1 P I , t.,,1 t_ -0 - -- - — — .--- I 1 Z a r — — d il 2 2 Cr td _ ot 1-1 3 cn 41 us co al to Groundwater — -----.......-._..... Untried il ....t.ca AASHTO ---- - * * - - - - - - - - - - - - - - 4 1 4 4 4 4 1 4 1 1 4 1 4 4 4 1 tO Symbol ° 0 -----..-----... 0 b c val. ...., = —__4' _ v—vv...... ..-.... CA a V : a V a * o ri ... • . .. . 2 la ir L . 1 a '-a. n .. 1 , ,, 0 .., . ........._....................._ __.................___- 0 t77 11 a, . C) 3- Water C.ardent,% La ED .. _......................_____ _______............._............... g Fines Content,% g C) a — —-- — Organic Content,% m -I - — -4 Liquid LImIt,% ,I - --I- 0 Plasticity Index,% — 93 Fa u) . a Time Rate of Drilling O o (minuted:mu:tads) -. 0 n l 1 13 1,...! .c. 5 ——— — E -2 3 g -n 0 a '4 i I = :.. g I --1, cc. ri = •— ' v 1 Din Ei .-- 0 0 I Z w 0 Li -4 = v . ; a ri . .... . .. ,..- ..........1........ ........... __ 1 w I FL = '0 I 0 g f 6 6 ... a r- ,I A PI it — -- -- ^ m c3 —g Er O. I A — .——..—....... . . -. ii 3 Z to Groundwater 1.,4 ri 3 re 0 fa rn Unified — — 1 —1.03 91 Cn AAStfrO -------___. : : :: :: :: ..: :: :: :: :: :: :: :: :: :: :: IQ • Spain Ci 0 ,--.. ...... 11 b a .....,. ..,_41 a 8 A W Z .........---...,...................----........................... C4 ; Sia I' : * ... isA .1. : . ° z ii 1 i . " a . 3 r, ! ........................__ .... _.........................1 CD CE1 1 a . Water Content,% t i = QtO a Flees Content,% a --. 5 ...._..................___ rt) --- Organic Content,% l' Ii :1 -- -- —g o. Liquid Limit,% - ---- ur ct Plasticity Index,% Ei .......... ................................... i) eaC Time Rate of Drilling S 8 (minutes:seconds) I C:i'3 II , 1 1 B t , ,,. , z .71 .11. 17 113 0 161 r, lg. V LI 6 co h < . * < 13 1 1 a) I ..2 a F? ,S) 3- n -ri - 3 g M °- CO co co in— — ......-- CD ..... • 1 = > CD o 0 o J, c . CD L ..... _ --.-----------.... *1 I fl .. [... . . . 0 i .; * g = 'a 0 .2 ij .... = . .... v . 0 — a ST - r. g r. 0 E " S . @ a . I g Pk g co S. . i I 0-' g • a -., „,„ g rt. 0 a TI ......_............................ _ ........._ L.; ................._ c_ -0 a -5;" p, tr a It. 4 Z CA B z Groundwater Li CD n n . in 0 co to Unified 11 .....c.„ 0, cn , ........._ 'II - - - - - - - - - - : : : .1 : : .1. : : : : : : : : :: :: :: :: :: :: AASHTO 0 tO Symbol CI 0 — ----------- 0 b C il) = , _ -.■ S SP c. ....._ : - . - fie : .. " 4' -..4 . : • a ri Li w : . .. — i 1 8 .....___ — • co . ,. . Water Content.% CD -- -- -- -- - ------_ 10• 4 0 (cl 6 • Z Fines Content,% g E c ......_-............—.... __ma 13. 2 ET tr/ ICS CD °manc Content,% Itc,,A Liquid Limit,% N Plasticity Index,% Sr • 9:1 , , ... .................m.............. " -4 s. m Time Rate of Drilling o 8 8 (minutes seconds) ....,, 0 n / -1 1 1 B 1 �1 ' � • __ CD � � � � Z Z � �� m� .� -- __�_� a. �� �� � to 4.)�� ~ � rg 0 ..2 11 -----'----'--'------------- --���------'--------------�-----'------- s� _- � � �� EI � _ ~-' 1 � " m p _--_---_----_ - �g. � � � i �� ^ � � e _ � � � ° � �� __ _____— V t� �� � � m _____-------------------� ----� � � s�m�� II Cr co ____-_- _ � � � CO � � � Unified --- --------'---------------`--------------`---`--`-`--- � mmmm kJ C.11 a) � 00�� SYMbal |'n <� ^''�� 0�-_- ri I ri � : � m� � ti i....,1 M � ll li � _ � ����������� ����� . �_����������� � '--_ �-- ��u�� %� 0 — _' __ _ _n - � ___ _ _ _ _ _ Fines omxm^ m ti to �� --__- -----_---- _'-___- -----_----_-_'__'-_____-__-__---- P. Organic il �� __-__ .--_ �� � -__--_- _---'--_� Liquid --'--___-__' - --___-'------__-__--___-_--_�_ _ - � rw*mty Index,m �� oo -----'------'---'--------------'----''---'----'------'— ---''--������--- N� � Drilling � ����m�) �� r 1 I 1 1 B ? , — 0 Z 11 go 0 LE; le OD i Fp a 7. a a s g I = O . 2 0 E. t f _ . ....... - g.co. ....,.i.;,..-.... . clo. 07 V. r. z z i = l' a 0 C7 0 v 12. 4 CD ;1 CD g ... z i (0 fil _ cn v g CD ........ = Q at 0 • r-- ,--- Li "CI fl 1 v -4.a 0 0 0 .mig .,.:. , 1 .... ... .. .... ............-- iv..4 en -4 1 . a 2. '•= . 1 3 g• ., r. — P I o n P t I ... 7, m t7 0. —------- 11 . 2. 3 z 0 w Gmundwater * ■ a) a) o 03 ce• N Unified m m 13 13 -0 .4.-........444.4 8 cTi W AASI-ITO SymI 0 0 m El b c ..., n, — I - - • - - - . : n 4:. z m 2 " : i = 1 t,, 7 p g ....1 in 0 Water Content,% Fl ci.,• 0 CD ......................___ E., Z =. Fines Content,% g ....R P.. B Otganic Cantata,% '.!4 r cr Of --- ti Liquid Limit,% it ...„ Rada/Imam% L . .... .................._ Co p — ---- Time Rate of Milling R3 Ca O (minoles seconds) .... 0 , r 118 t z 11 tk) 0 rgi it ilg — w -0' sn CD i -.. . I a 5 ! , 1 m 1 0 e, 5. rn 2 5 21 0 0 Ira f ' .L... i 1 cti a 8 3 CD I. co _.........__...................... .........,... ,.. 0) co L, --- 1 1 0 0 2i vi o . = _ ..... .,.____--„.--- n 1 .!.t.... . 1 0 ta • r r = n La r v = aa Ca -, ii, TO a c z f . , ... pi 0 . I — a b Et■ i 0 rl 5, cr a. 21 1 Zal' ------.— --.------- 3 Z to Groundwater a' a) 1 3 — -------- fp g2 fa 0 "a C ar a Untied .--- AASEITO II 81 (n — CI 7.1 * * * . - " - - * * * - - - - - - - - - .. .. - .. .. .. .. ... .. ... .. .. ... ..: S'Ymb°1 0 0 _ 0 b c ....., , fl, = ta u : gto u n .t„. : : I z Fr Al — 1. ' o 3 : n0 — If . al ; 4 . .1. 0 ...-.. ..... O W n1. a Water Content,% L = O CI -------.---- --- = Z Fines Content,% g .-7.-- o C _ P 9 ti o- CD n — - Organic Content,% i ---.a Li liquid Limit,% 1 .------- — ...> P Ur 7 0 lasticity index,% _ - ...... L 0 . E.., Time Rate of Drilling O (minutes seconds) Jo 0 , , , , ,„: lir , ; .„,,, t , . , ,_. „„ , ... McOafCna, mv _ . y J M Y II a w s G C O T O 2 O m rA:1 O a7 m m A W N o m m O M a ; iz 1 . + e m- m mm gg 1 4+ # FIffetiE R E o u P <<<< mmmm <<<ai 2 mai = �• as 3o m _ w .� mmmm aaaa «<‹ t w R a a' y a m° m QQQQO0'ccccosogQQ. � m -f a v2 u 'd � ' , e ag 0000> a � 3 � aaa or r m 8 `SH i 'o �' � 3 a mmmmR °iODOOatr� mvaosa �Oc —1 d g5 1�pg l d iiivRmmmmmmm �ataeo, r°neo� i 2 x.2 _' � zr ? r" 5 a g t°'otomm tnaii+ �n nrmmatmo A C Rai 1il s = mmmm � o m ff ',' c.?" 102 §# 1 .4a pi aa 8 « «US o g A `Na_ = xssaxxm l_ mm ' 1m 0 jJ! ;jit ' mmmmmm em.00= moo ry o t� d •cil m a gate'. N a y n o. it a « <nmm Rm ° F m zxmmmmmm 0 liihtk c dmoa0000 �14114a m m d 3 g g a g a s 0 0 0 0 0 0 0 o a = 1 �a w '1 a R as =====x==— ta wigg g ° a m a u n R ° 3 0 fl x n a• m I. G n o a ' a o = N —1 Ril n 0 . . . 3 E m . . . l l i Z Gtauadwater•i r e9 o $ c Al� y 2'j ODZ�<JsT%�37sdm�mKj5r{ �m Unified 02 Ill! VII AASFITO m 0 (0 l m g <*o91r I t 710*--- • Symbol 1..z_____...-- m R g In a = o ,o 2 ,a g i g ro z C m w v a v a IT: C C e R g a R v l c s m DI PLR fla R. a24 " *. . .4 la ?? ti Water Content.% `3 9 a 3 s 0 0 m m� ' a . Rnes Conant.% »i a _ a m m a m » » OrgaNcCantent% - R m a U, - Liquid UmIG% a r. s ° Plastletty Index,% S Mu 116 „--...z....., 1 _,, _ . ,___..----, 1 • . - .ei11 roltt_ , 4 I lr ; a ;try,'":�- F -`: l Im roa rdmC` Z ti O = 0 0 0 0 U ik iL,, LL J 3 It I.) 3 .i., ,: I c z d gg rn om Gr v ; t r L.. \ W �• N v: N O ZOo ,p. a . Ie P 3p, : i'8 1t a a 1: ! J Iv .d 0 9: 9 4 - F_ N `' I L ' .. . 3T & 1 p • ii> JIt. : 441°' I W O i4 1 t'Pf F M g fi-Valit*'' -, : 44. N- 0 u>lx `�, _ .. � Aft a a a . cc ✓ �F 0. 1[.„ - - - i w O Z Emo ,,-..,A )., MI 0 13 4 it cc ''''' ' r, 9(- <712,< , o G Ci) ti is= ses:s: 5 C/1 Z 11 1 1 1 v4 O ==c:411. °i ........ c U W F 0 v v v gaNgMmimi ��W O O°DOD w a W Q HOLED w O � 4 m x o L / ca d ° n z '. a 5n Z g Wy 72 ya, a SAC -z O N W Q �� ? - Z OFN <12 SW axcev,w N �;am ;,, rr a=o :c_�z 'g3lN �1 - - 1 w ¢ > p a ;.E . -:4'7,'‘,L. ,,, . -t: ,. o .. 8 Oo w— N 0.1a3 E7 - s. ti �" G. °woo* I Q. 0� ma3 F � mF,_.�FUrr-''F.:' = F O w°o om q2w `N¢ zw v �,�; c�_ =<a= T y Wn g QOmo N w-- Pt a ® � F��. , FCC�W1'F � �y m 6 b ; ° � m:,^,i a u=i¢Zw¢¢ dao aw yi iw2zaaztz'z °'2wt g■A- ii �a e d w¢rngW G. 9 z'. y�"Vw�= i 1 1 B . . . ., . " ,4:,-,* s' ' .././r", ' ' .,7.,,, 4,.2 ., ' . :!r, -•-• ' .., -,:r.:.,.. j ,,,,!•:„:-.4...,, . - - .. -,•,,,,,- ,...-..;;4 •- _,, „ ,..„- , „,,,,, . - ..... . ..... „, .,„7,,,rt,4•47.:t'..4.2i4: I , t,,,05.4t_7 ,:l'''!- , ' l ' I ' -- -;° `1:) .;-'" --. 4c..„11. ,„ - -1,,,,:: -, , . ., ' ' `---'r9; %. T:4f°,..-"t `1-':1.-"•- - -,, ti". -,.......A;),...1,:It 1 1 . .,.....0.. , , 4,,.7..-.- = -If 4 .;..;:.5',,,,,-.4t44.1r4:14.4",- .; _14 4174,4A . • . - 4, __I ,...,,,„-,,,.. 1 1 /0,z.° t.-.-.:,.;futrive$41.-.'i.„ .w,... 4. . ..,e ,,,,...-4, - ''t^' z't,',..4,..t4p•''t, •- ',•41'„ ...ta - 4- 1 - . .„,„ ........„..tfl,,, ,, , ., r: 11- . 'I 4 ' ' :;•,-;',' 0 .\,.,4- 'oty -_,, ,,,f14, ....:_ ... 7._,...,,, , . ;....-,„ ,, ... -,,... -- ,,,.„;\,. / ...r I : ,.1 ' ' '*. '' '' 1 „,,.1 x -, = ,> '.- \ r ' 3,' e - - -1 4,-,,,-• 2'1.- '8 co oi „,0 , 1 ,,, ) ,--• '',,,I'-,- r a. ': „'r . -, ,-.4,04 ,- g 1 p,.; - - °- •i4t- ;,•-M' "-;i k''34".*---0.7'''..*", -'4. : • - • t. 1!II " .. .. -,1,•,-`•:, , ,74."-- ' .' ' , ', • •4,:,--•,:, -'••• - - - "--,,, *"A' - -' ' -"" -"`....4 --. lir‘. • .:04'7‘4.'1 ' 11 c°,' -"= t14 ' - 1-' - . .. , '-'- c., __,,,,-,,,,r- --, ,..-_,,,i,', ;.T.I.IFIT0114,,,,. ./... -i.k., IL,,,,, .,,,4 ,4....._ . 76, ..., _ • ......-. _ -_, - 2 0 ,,,...),,,z, • - ... -.* .'-..„. -: .,' : "•-■ -..4--r ,T.IININI. -,.igp,4'' -= x z --_-r:',',,T''?' '=.''-''' `,.Po, w t't• . ,., --*"..,"-r* ;• ''. ,}',". =-1-',`,'''-' "'' '2 "„.'r' :7" $ ' -: ' 4' —51— —I/ ,.,--ir, ..1 .■ya,, .7'4' 11 I. e,-"' y ..-‘ ..h„.... ..% ...to--4 4.7.r, •;.• 1, 11 ,,, ,R_,,...L,,„ ' ,*.,: • ' -1'Al 4, 't**','''',.6:'''_.'',,,.''1.E , . - ';' -,41- • 4'.1. f. 1 • '. a :'-i t. • -' "4- 4i-Pt • lk: ft y4 . .4 , * AP :' W''" .''''' •' A 1 ' '' , i r 9'1,--"v''''.4% v;t:i...:-` '` -;•.:0-- ' `r--,,,,_„;*$2,. "- -. ..,*441k-.4,..4.Z.' i' -,...**4:1.41A' '- ---7, ... w...‘,11,4 1`..... y• 11'It Olt,. '1,,at ' ''40;,!,.:,' LP: ' 1I'igt ' . - .- = -'-' 9' ' Jct, Aritys -- ..:- - Int, ., g 1 . --9,0 2 ._ iht,....R 4 .,„ _.,,N. ..-',..: I _:' -J.- .._ ,z7Y-:,•/4 i' -7, - -4.ii. ',•;gt*i'rrili 1.‘ ''!.. ' ,-*Triips. *.gn , '1.14:tr.-"4;',', ''' . - . g 1 ''.-i.:1.) -.. `'' ''' ''',311111.-, ''',,-,.--,*f--'-'7"` ■;:i. '.• . toe-•• ,'.. 4' , ,.., ''il:44t.' -4' - ,,r--.,, : i''''-1:,,-.' ,:...,"1,7`‘... -1r - ''', - '''' ''t,.'• ' '' 49 ' ,,,„4 _,*.-.. , . ' 1-, 7 .‘ ' ,. = ,. - ,.-;::!-,4<.*: ' - •, ,.',.' i ". -4 g :;', .k.AccX --- ,,, -'*..-7--.:-'4 -,. '''` ,-.;.,,,,e._,o," Q , -,— .1 ....7, , --,, ,. *1:::).1„, ' `- ' „XS. .,•410' '1*), '..:,;:-. :....''''' v. , 1 .`-eZ•.. , \'%. ,,.: tr:,i. "..,'' , (se d'o-, 41;11.--- '049.- ,ti.":_ • : - ,....,k,,,1!Ir.;,,,,,,c ••••`" - , , ts.„ ,- el •011"‘'. : i..4r' 2:' t''''•, * i "4„, -Ar''',:1`13.4?"5 '..t '' ^•:-‘7, '`<'",• .. "I 1•••V ii"..... • ‘ :-••• r,•• - ., :,..70,, jar,,jr....,,,, :: ' 1''''-, 'i.'' .tz'. • •"''' 'c‘' - ii'"%i.'?';, .,'' Ij'''''r 7.:* '7:3'1 '4 'A •'-- \;'''.4,.,1 , i'‘-6'j6;1041'*?,/:;'" ';'" : ."%, - '3-.1 '10'\',k° ),* *'\' .- N '•! ::' ' R 1 ',, ‘4-1`.‘,404. 7 ,,>,,,•r,;eflip'.„)-,,4.* '", $:,:11,_-, ' '',..4:°:,1 ,!. ..,„ ' ).. -, -,;4.- .-1-. 1#,,, q.8 p j,..,..r ,4, --.=,-,-, 4-,,,- , . 4- 4-`..-- .?*" ' -,./„./., ,---,r„ - -,''''F:--,,' \ '. ';• ,--,,, \ -• -''-''' ".• 1,r - .' . ." 7 'it 4 ''',?''''..,-, ,11, Y ,-,.> - ,7 R. Ill lik ' ''. ''''''' ' Y" :r,e,,.... N): --- -n **“:4'' • 4;':)14..., '''. . '''''...tigtr.4.4,„ ./. • ., _...:4 "4" ''' r'T, 0 ,.t,„„t'4,'4.4, , 4 ' N , i. ,..„, 0 4. '4; .•-•' ,,, ...r.,„ : ■ L,,,,, ,___,„., ,,,,r.,, L,,, _., ",,,2, z _,,,ii 3 -O ww O W Zj >? 3OU c wo �z °Q �z o~ p=WI3° zaz O w 2"' pQ yg Lm W ° �� vs OW O<n¢ mrW- �iiJ-Q¢� y O zU CtnmVO , �Z OW i : ¢ 2JpOLQ Ww C ¢� J WUV m3 UUm O2 O0 O m Li' ti� W° W? Z0% hW �¢9WUQZ Q-�Lp pp,, Z p ¢ 2 wi p" Zm9 ¢gpKaE� W V W ¢ a a 'm z1 z,, °ZO vi,m o'-^z¢.m-,o 'c' ¢, .,:z LL O 3w W p2 U¢Q �j aS U>-88 scc$ t o W C O U W¢ > ¢ KO Y>>>� >-Z 'x ZLWZ p22^• Z W W XL s Os J¢ O C>Wp3"¢ aLZ m U° R V! .- > Q LL =2 y C z m W m O W >,4 co Em j0 >Q >!-CZLNWOLL w�¢li- J U W O Ow WC 3wU -W ~U> Ei'w a>x yVe 2 ¢� �Q sU m m0 �� �-~C mv>>- j W m �s ws ¢� UZp >09 OOj ?> w vim w > o mti ¢ ¢p0Q Ow �n o00 0909 LU >>Q2m m >o ° ¢ wz a 32' > yoo min ¢WZOZ� "w w F- >' _ >>-2 fs WK LWm >O W2'upx> QU� 0 o Wa LU o¢Q L''-c- Z3 zoo oQ �3pQ�Uz hZQ Y? N ¢ LU Le,-,_ m W Z LO P Z O z 2 W "=,)L:;-1 W V1,-w°9 U 2 5>OU C G LEOZ :;,',1 W �m2 ZO =° �R'n 2d ¢�W¢°�WW Q¢WO Q � '- LL ,w ''L'- >-oo o�` ^g iw�c�i `t ? m 20 ° w>>- =W 'nom 2 Q Z¢w oow W O m 0�3 vl ¢ '� Z s¢- .2 02wa Y' a o x ¢ Ii JpO , °�ww9¢%2 >¢>nm Wo '^° ¢ a°2 ';, -L.' j �Q� VCSmWON� zo��w `r 3 U m RUC Ysw ,,T,,,` � �> 20N U�¢ O m? W L 2Ptn Oat UL¢ o0>>->>¢ ^ o>Om pp z a3 wcn u �,nw '`...:1'!'¢a 1-''''''5 !",1'$: =W °'',,, z� LU Go W� W KO >Z z- !:'''L' -5 WZ^¢LQ>>9 O4C> `� ? a'' ¢o xcz x o ¢ i�s_z_�_ yQ� o LL ac ¢ wuo ¢o LL ¢em �s s-,�wa_3 wm '3 ; N LU n n n n n M < e Q > nil¢U00 w Z O p 0 3 2~ 9 LU ¢ j �. ti0 IC-W tla V r 2 ¢ (W�U° N9OO^ >m d Q y OV L '> 9U 'LU K9 z, ~a�3 2 O >O>>U ZW"O ''.=.1-' ¢¢ O W s ¢~ ms LW¢ sN O¢ Y_ e a a W O O W Z J O s>- O W W0 m I-> y4 mvj V> (n U ° ¢O Wm -m Zm Zy xm LL> CwOa Z �'.� mW C= WW i 2 2LUWp C~ ¢Z¢¢ >j '�'K Z w O 3-I O 9p W i R O w¢Z�_ ¢ p3 -'11,--'4,-; '2--1'' xW ¢ U °U Ora _LL U piz0 LU aW V...n0� LU l- LU ,� '. 2 C a ,-n0 2Z viL>>- ? ^' aK J'sa WwoWw Li' LLm ¢ p rn� N�OZ O'.�'¢_ ¢9 WO 2 3 w Wa''� "¢ Wr s.^a A OU>O w O� LULL¢p ZTti� c�\ y9 ? 9 W LU LU9 O09i ZZ C3 '�� �s ¢C2 ❑mU ZC ww w W U - ''''7,m yWX 2p ,_,,,,,a a&z�„O0 �Z W QW tt2¢ '' =W 4Z m= T U Z LT,w Uamw oy t-I �iI p �9p a0 wWZ Z�S:W zOZ,J >>> 'p O O = o°o '9 ';'_'..=-'' ,O -`^ ¢$I ~� -U 2 C C> a� ..iZ ?¢¢5vi O�nw C z 2 z C `" ¢ 7'?.Q¢ ° d z¢9 W T¢ p W 8 p`-Z LL¢ >O N° Z W U W O >> Z N W ;Ii,; :1'-' demo wpm _`¢ h o �� Inc oQmc m m a ¢rW z4 zWO '' �_ �- w .o m ¢ i¢ .�� :uip¢ z9 wz °,mlk w ¢ Qf0L �w 2> 2¢4OW C2m> 0W W° GU w Q z 30 5p '0>O>LU ¢m I,-, 9'0I o ''a F w w o z l iji; p ;Ii,; 3m O~ 2>-2 2¢>Q Om> 8OZ I-Q �W ZW'' ZO m W2 JW >1W9O OO oolH. O s 20 ';',„z >Ci>0 >m8W 2¢Z T1= ¢3 x9 p9yy XW W5 i�OW OW ao ¢ 32 O 'F::-s?,\ LULU i Cys 5i- 41> m> O> =p~Za ¢ W< a� Z p¢ X23 O w O m W� p m a 3 K'= �Q O ��Z .-p U K i U 2 ti�a H y'w W 0 2� �i. O F�W>W -,¢ ZWW'_ a-Y> szW Zvt zC a¢ U � 2 n2 dST I_'WQ O¢ �LLU WW¢WV �Z QO a�2�2 OZK30 41OW 56 C2 WU 2COO �O �° 2Q ZWmW U� 0.. U LU>- 0 o¢ wU Opp¢ WV1�OU O=ff �W w� C3 O�h�- �U OW d� ^C2a OL. LLsU 8 ¢ ? QOw �w W'ps"2 mWO22 YWO'I W2m a0 �2 10 °dWm,U2 t~i�U WW but sU¢� ?O �'^s ,. c7 �SW2i O� U¢¢¢ 9>w��n ZpW U� wi. QO:H 2W Z 2«Y W O Z,x W s> zW 'i¢ S2 Z5�� pVW `n °L.i w w d G O> �C y0 s z mW _'K ,+. Q¢>¢O s� .1) -‘E-'U ¢ 2�FW- �¢d U C 2U Q_- O OU O K ¢tn .ILL'', O ¢z U s ZZ > >= W>ZO¢z¢n > WG ZC FW° m¢ >WZ �^ tn2��4 hW LL tn¢w^Q ->s�LL w°p ¢,� ''s U I-2 Kui 02 2w m mW � �_y ¢ Q000¢ 9>- OO Owmp> >-2>— O p>-L V>W r� OO WUWSU? -� ¢W U G¢2� ?m OQS CG Llt. s ail?: KO TWA ��inoU sysUW (-WF wOW >- pR OV 2U3F-LL ZW p x¢ U�¢w m� �3p z iCaf O a I°-tiaci 2 0 3 O K s- 4 Q pm0p¢ OW CZm ZOZJOQU ¢ins>Z XzQ K5W ¢F O� Co Inti W>i mW w 20 O $ dI I 5p Uj>,U9 U ULU UCp>-m pW\,"�W w s pLti p� UZ QmUOWw U> CUm LULU a0m >Q U>>O W22Wx w2 Wow WkOWO 0220 -s.>8 J ? O9 WO J> >pm `'Q mw pd Ida r •u ,U 1=�of-a �¢ li-US 1=WVti:) Oo¢�cJ ¢3C ac�m c�C �U ¢O C.?.- ¢� ay W y1, _ _ _ N N N N N N N N ti ''Q mW N w ^ l'i ' ¢ J W Ut m E3,`'-'02' ,m W�ti 8 2 ti O V U O U M ° Z Im 2 �U-� aZ r o , ¢ O>- O¢QC¢ 2 >2 O,-W S CS2 Q 1!, : q "] :1?" --,:,,,e, O L p K a0�w-4 W¢ p-� �~2 -�U O` 2 Q LU28¢¢O OW> Z3 v- ¢z¢O ° 0 '✓2¢im 2 �OZ 2iCiym O¢U ^S8d 00� ¢ iQ cWwN�c I- _o o Ni`r! o i c¢_, ac'¢s ivik•-∎ z .V_,,q a -,z :a p�3p p m?O F w¢O < Z m m ??Q d d z ° 8 K z° :',',,F, °p 9 w m a y x z U q pzz ¢z�-o z> LL m w 9?.w--. 9¢ °a5 �> C uo iQ Qi _III ; ° wz ¢i3 Wyk¢ �� m'¢w OZOW H a CWF��� i¢ 5 s � _ 2 O s 2 ,. IW'i2 3 i 2W C Nl> 3a>0 ^si L'1,-,, -'' t WLU21i- =o ?_OVO'- z23 F� � an. Y O ¢� z C 9 LUr- �W ZLZ OZ ' U9 '/tom 4m _ Q?Om 2 2 ° ¢ �T szW O W "Ill: m¢ �Um�_.' 22> 2w } 5 an. U> 2 za U o 232 pON'g in viiwN - 2 OUN I Uf ¢ ¢¢� x 9v -EN 2K Wti :? ? Z HOC �',.¢i 2i <a Wp Oms JW 2$ ¢W IW_- LU ¢Z K._ - Q2 JW OL �2 W L Q WLU >w in sJ> 2200 ZJ j l �9QO9U Oz2- > a U2 -+W CW.`vl K W WOS LU 99 CCU _ _ LLW_ UOQ ¢ 2¢> �W Q� 90 � mQp Zm'-O ¢2� �a ¢JW ^ wa4 Ini 11§- d°- zoi9 ¢c w> Qa zw 9 � W w LL mo> a aLy`o z= OLLZWWZ Fji-¢ mQ �> ¢° O 2 K 20 W <n om WQU WZ °�°�=v°� ,2",-'''',': � `"" o �� m om ma �3 Q-a >¢ � max¢ �_w ? 9 ' o ¢ z Q� o w z° wviGw wW ° � �w m �m� aviim= 3 ^_ cn�m$ zaw� cwio d'IL:.il OwNFO wc°» w§- 6 a < x u .. mocz °< yo =)h 02 ¢ >=: wzoU a°rn ag`xw P-caz 40 I-w c m 9 � � o �m w� LL^ o-a_ U o s?oc¢ii wp -' m ° ooe za :u¢ o>- � >�a ,5,w°o : o` ii :1-E-m o!:;! pJ W�sa mj 3 �- � ¢ U ��d ¢m � 2�p m � 2mLL ysK2 °m2 �W?'' p 20 ¢p ,O5-~O ''O ¢ N `-' ¢ w a aoaa b `?w ILA§ ?w rz-- !¢2 $5999 LU>0> s"-aN 'w^5>¢ °?C ti ¢(J 2m Q J 6 4 h as 52 ¢4 1- �� O3° U v¢ii $ 03 OQO Zz 2 XQ>Owaj ¢° Q sW _ 3 °� OW 0 w 9><m N3 a=2 9w Z W W Q >2KQyz> -�Zjml m a2 ��° Wo m°>> i~a ol owo 9- >-> 8> >-5 x¢>-y¢ o¢� W<nm LU >^ yi¢-. w°o-zQZ �noWp °w> a � � � z � � m UQ�~ aw ��-' in mm 3z � 33m z'^OOw oo� �w�o ¢ z° `W>> 9>2>- U5O2 Z?p ` o a 9 N ZSW! w> aO 2� ¢ ?¢��" g3= t� po° $aK8 Wa00 3U OLL�'F010 l-idFW- 1UZ_ °UUU �O Ci 5O 3 Zvf rjW~XW HI ayW "sxW WHO J ZWO°wL2 Z19U Wm 51 ,' '_-2, 1 ,$, 2, 0, WLULWW s U LU d L ?WS WL�WW OWW >'w-ti' _05 OWyLL WU Oz�O ti>J O U U LL x9W?> ''> °2 , -'a !HI ZOtiLL2 !In N¢ s0 2mW?�Cn U�`.w ¢ I. m-1_ ¢_ �3 Qms ¢¢ ¢ ¢Z3¢ LL_o1- ¢Z03 W3_> oUW O d _ N M h I� m m .-' -- 21 III , 118 ,, _ , ..,, ,, ,,, ,,,,, 0 R qi w wmW wz zam a a - < U a Z z N W z ° m z z s m Z w a ° 0 o a ¢ a U w z 0_ 5 , Z w p y 3 i1 w 4• o w ao 0 I a ,�, a ,�cw O m w J p O w z v a C w 0 U w c, Q C o °0 ‹ z a ¢ w x ° 220 z a Z z U Z (W.7 m x 1- (3/1 0 Z I H C C N ¢w J h O LI-I U m O °w C (AC a w C w C w a000020> 0 CC 0 V 0 0 C c C 0 0 C Z C 0 C I 000000 ,00 L!J w w w w w w U w w w w N N N N N N N N y V1 N N Z N N N N N N N N z 2 J O C O 0 . . . . .., 0 °i O 00000000 .0 p o p 0 a C 0 W y CI_ CI_ H a a. w Z a- CI_ 0 a a W ti 4 4 0 0 C 00000 = 00 O 000000000 <0,%.1"..W C a C C C C C C C Vz a C a a a a a a a a a 1+l!1 v1 • ? c:. c W r�!1 I O w > = aWF,mm N4• z I P. O ¢"a° Z'�� x w`� w Qum°oki W ¢ x O • x a¢ W 4 U m m C ■ Q W • E .. m j l U 2 ^4 Q O a Ul,J O I Z ¢¢¢m m a a a m 4 7. Q z i I A. m n a a 1 "K o w ,n H „z m a 3 o a z U p 1 lm. w U o mm W a W 0 0 3$g w Q U m a ga 6 e > 3 = w Z C w N _ U J 7. 3 7z w w w W U w 3 w Y C 3 w z C ,- > = i a Q w w W m � 0 o O W Y 0 z n , , H , , w ,i 0 a C w C z � ' U , w w o W 0 2 w m 2 w C C d w U U 7 a Z < w N 0 2 O , C C C C N Z i x w Ca w N O O m a m z m o 4 0 _ N ,3 C QI z U 0 0 0 0 U C U U U U 22220 20o 2U 2 z.z z z z z z z z z z z o b V V1 N V1 N ✓1 V Z N N N N N l N N N N N W d C:a f z W w w X x x X w w X x w w x x x X x w % w x w 0 0 '� C < wwww ww 41 ww W ww w w , Z°, W I "'^� N . n O z 0 fc I—I r w + ? <� a a �I o p III a ¢: z W w I EM Oil 4 I- zwwN >- I I I � � ." 1 o ff m N I wa E,IzJm Ea ' 0C wf '-" ( [CC', L I Cia ° o LLJ I n ZaUOaa Z HP m a ,<0a < CC , I I [. z[ m 8 o m Z ¢ ,mda + om5 ° o I I c 12,2 a w w _ I 11 ea I J L J OI S CYl a J , 1-1-1 w I 0 0 Z x 'c N >-, I N a w m ZH w � z _ �I, 0 F5' w CC z � ,>., w 0 � c � 0 COCz 1- "' "s: . 2 w w v oQw5m m z m > °w a w z x J z H z w U N a w U w ce > > ii Szo O Oz Q ,w Ewan Jz 0 .... > UUU = a ^ Z HZ wxQ Z O m vai a x 8 2 2 0 ,- a w w w w 0 •� c N N F < Z O N w > J C C7 0 H Um O < U U U o 0 x 0 a 0 0 0 0 z N x C > 0 7 , 0 0 0 0 ' -' 1=- 1C ' (7 , J < H ~I Z Z Z C C iy m U C C C 3 d U z C x x x x 0 U C C m x < a C l.. U < O Z Z N w 2 0 Q F H V '- 1- r 0 w ~ W a C C a C w W w C 10 t C C O C z x Q C Z N N z U z z m w w w w w > '/1 3 L Lt Z a ¢« « « 1- 1--a a a a C < a 0 w = w a a Z U w w C z V1 UU CU W W 0 w w U J a w a ,w- H H H H 1- 3 3 3 x N N w cn m C 0 C U W Q U (7 D Z • �9,oa { O®H®®mEll o + OaomaloI e -Azt,oxa mocamo,®og =1i, i 11BLc) :Z2 A ti o yy ��Mi w ¢ O F-iZ I Z o 1 Q o0 0 aym col �z� .o I k0 aE z Qn'� c °o,-_- w o U O, w .:""1 c p 1 — Q 1 a ii i N o j- - ;a�-- - — Ni ct � a. �N n 'of i alt � �¢ Z I w D 0 ®h I p w o N .2°2ca ,W--2� w N >, ° ` c w V7 X 1Q zQ° I i n x m I :1 t o NI p 0 o 3 i a i d 0' 1 N I 0 U U w - • i • II p p W a a „ o M � W til c) 5$51 I o § W N g Q � m=m = n1 zW N Z� ogo hI UW \ .) 3`,-'1 U O� — — _ . , _ r \ t aO -1 I— L MO O� h1 N vl O N M� ., GU: LT-1,„,,,4-1 / ilaiIZ/ w of Q .'�� o ' y w w Q gz�� aZcn 1a 1, 1 I ' i 1 o w� -g s oa¢h N � Ua'3M g�Qm" III Loo 2 ,2.Y II 1 . , 116 116 II. 1 zE LASIP PHASE 1 1B 2 IPS4)SO1 , ' 38+°° Z ,C'3II,r T_H NA39L+I 00 - - - - ■rc.,- -t.Z..,-,-''.4.,',rx - 7.- - 8 - . 1 , tV,-' '')',:,t::,- . 1 . i[ 7 NM2-0001•18 - - - - I - _ O'- ``--■=, ;'F" , \ ' ‘--)".. __ _-, WW2-CO(701 I --—- r.,,---- r"'.j."7.A,,,,.;`•'''•:f),: tR , @,d 2 6 6,E -' — :f'; ,t.F.,L,G,T ' '—'771 T l'0 O ?.', .,. ,=,8,2 — 1 -R2`,f. Q • rii r, 1 , I . ill 1 —• I. ',711.1mmum 1 .,,--.; \ I. _ _,,,_ , — I i':. —1 — § r, 6 '6 '' I ,,,,,,, I ,,, 5" 1 ,:, il 6 Vj = c' , 1. '4ilri .1 ; ' i',,,,, -1. -' 1 { ,a,-g- , ,, 1 .!..gr ,-,•. F-1,1 ''i ' "I'-'-'1 i6 '' i• ' 1;:c.-i, : 1 I i O > ■-•,'E'01 ' - 1- -: -' 1 II : I i . 7, ,""SP'-','',°, 0 l• : I 1 4.,1 1 I'6 1"il'll-''' •It .,i,! .itol , •. 12 1 „ ,---t, .•,,', - ,-, . § ' I ''-zr'' 8-. ;i- _:7-,,T, i'.!4■!, I '93''' 1■ r—,—,--- f.. ,,, ,11%. " '-__',,, ,.—,' _ —rA,— --1:.17 --1 7 : 8 1 . 0 5-1 • I • • 4514.-- _,-, =•']t,'- ,.. ‹ ,, ,A'3 ' ''l Li'''... '%1.--:. • ' I ?,-' ! ' I 1 4 - ,.., .., • . i 12;i ' i I p: A, I , `g . i i. 1 •- ..- E _ _ ".4. _ ..— r_ — ._,. _ i g 6. • 0,1,.,- I oTE,1 1 ¶ 8 - , 5•,, P--------._ z t-it, O k"',-; , ,..•L',,„ r, ; i--!_' –, q . _ ,:,3''' &,',Jst.,,o! • , v 1,,,,-- 1 t , 1 , . , 1 I , . !'' rI,, i I • .,. I , .,,, 0., H p ',,;,' f 1 , 8., IL , I. - - - - 1 MATCIMINE STA.316+00 SCES .?, t m I 11B , , 16 IL m I 1. 1,..., o �N �- ,� MATCHLINE STA.316+00 w ` 1 I 1 f I 1 _ i i j o > o I A c • „ m$ ak I m I ,. y m ° A k °nA 1 � x ° J >a I s « °o y $ I m�AA Z o 2- .,2 6';'..,' kf p I" I ov,^ o 0 da , om ; I; m i X I I 6 � t i a .='-`;'s z ox z `mi i I l;°-1 z I p6 A a I o i II �"w 1 1:115�1� oo i — ,1 - a=eae i 1 g I gEwrn acme � ' �m Y ' 1 ,qz x - I m� �� 1 = mko _ _...., t i of on, mm 1-q.I S` z c? I Aar � 8 �I IAA� m mG a • II . w ;m w ° ii ,l ^a 4RR p ` a m2 j � iv v, s:a . , 1 ,,,. 114? 1 '' = '-', `,,''';,2 0 o&>0 1 z -., m� t z k E I , i r1 1 '' �5 !irot . I mz . _ k 0 I 1 ym6mm A ,r, z a6 a Wk2 [r; '2 n � w A I K G�i i , I< A>gwi s_° mat °v 1' I mb z lc, Ao w' nm `� mz x � r I f ':.''''6,',';y z z 1 I .,1 Z- k \ A — . — �,, ti I I 7 o o y N 'r I mkx _. 1,;,.-,_R - zzo o y 1 o ;m , Ab ' > �y�°1 - I I'' 1 W o j.1 1 I ! I N 11- F �° I MATCHLINE STA. 322+00 :o q w V it V , 115 , , , mATCHL,1NE STA.322+00 ,.. , 'ti, 1 1 t, 1 1 , 1 ' 1 E' ...ci K.i ['-' • ' '1,'','" ' a) ' I 0,, ,,t 1 ■ 1 1 . • i i• ":,- ; I •,, , , rjj,•-Y ' 1 , 1 - • Z t=', .,.:9 I ' # 8, te. i, ft— ---L —,,,----4— --,,,—,- — — 9 3 g ' ! 4 8 2 ° I- z 8E11 8,,g,-.; '11 I 8 ,--ri N a n g',,, I I i V I '9. --; i,41 0.8 ?impel 1 I tAT, '^-i'=". ° I .2p4 r.,. 3.. -0 .t9 'a9 ' III 11 , t 1 1, _.-.4—...L —•--.... I .-1.19—t — — -z . .... F. . p. i • g T„,,, , ,T---1-o-,.% 2 i I . --A ; ta 2 ,i --"' 1 • 1 . 1 I I 1 th , • ,,,, _ ____ 6.1_,_c — — 2" E t;,=--" '''''U it 1 v.rnoVICO I , I t,--, i ■ • '',.'.1.-`3',. 1 , to -- 8?.., ," 8 1 • 7 ' 1 — •, 4•D • I I -,.•''-''•= r.1 Fp, , = , I I,:., = 1,, H ., H , MATCHL,17VE STA.327+00 cZ a; t t Fi '''■Po" a t = 6 -■ ffr--- ---1! =-.- t CC I 1113 ,o I , , 1 , ,,,., .,2, .,,, I MATC--HLINE STA.327+00 N ti ^ ti EXIST SWALE t II p O V I I 1 I g i O � un TA 4 ur-0 r- ' wb A mN>p m I m I N zi liii .II m °vc,z'b� ! my Ilm 9~Rm� I _ e ssa ° le 1 x o A z A b �e: gg byx-� I k "AN °A l N "� ac z^ I< DmZa ;^$ I' L. Nc ,,,, 8 m I I �. i I .a pA b c. I ril L A I m a I mo a °" X55 c I A� I p I + mnO . O2 _ ..... ............ - , _ _ft- L O ,I m� \ O ym A9�� �� u m� ym = i' ,-1 z I v 43 1 `y 6,, I 1 my L� u *x .I a z) mi \is u m I( 'z° ro ;aJ'( b �A o� A �,1'\ n G o ' V \— x \ m' o II r .._. Hers-QOOOSe —ft— Y c I it m b b \ ono y ��f> \ * 110 * I m l'z .AS k IN 1c . a 1a w o Dzn rn W W Oy yy O* 4 ti1;" 0o w FSCALE:I = 50' '''' L° 11B A I IN \ MATCH z ^I I� y h rr INESTA.33I'`-s0 7u Zr ■ w I w o f I,,, N m>A bb,";'I I Img y w mo''i z I I I 4 i Oam w`a 8 0 y y m-p \ Zn. �- _'O ill 8z� O I, I r at m al $�1 'A . "1p eCr 20 PUE&DE 20'PILE&Oc - .__._ ....... ,mem= 6 II I � A e i =y w =CCc w y a m y 0 IT y m'C c 0 I I1-3 � T mo R I AaV I'9 I O I a iZ i If I A ■ -. a S DFF N yr m � E. m r: rr I t �mv Z Z `Zr l A 1 I V • I I W 0 Z p m 0 `s-!,'N 9 m �o I I �. fir, - 'y Z ,axle �I m �k m?i ,, 1 :28 i it R to o`z mc, • , s i +C -se..=R P a� X01. 4O o mm x ➢A ' (.+ ZS~ m n w I'I O ,,!,,,,k., ±' !Pi ln� o n to ..... , ... m ........ / ,j T �� U o I mx < oAzm I 1 I. x ''r^6 s z�0' zC�, I3 <A m � it, \ ° T M I �� ySyT � ' * IA� \•�.�_— — WEST R/W __ xf I <.m-Yap _.. ... N C00054 -- _•:. -_-_ - X C7NC WALK W _ - r ._" F ,,,,-R:,az m�... a' F7� x-EOP �� N IN a rdtr4 X31 _�-t; N C, aiL k Sym 0 2^ o oy ;o y TAMIA I TRAIL i i U.S.41/S.R.90 W 00l 0g+ 09-' ➢+ A• P o,Ymao ,g �y�oo W O �� 0 CID 0 11B WWah 1 U a y a q w x a Z F O O CO 2wN- : K ,L tima� r N- ow�znz zM ce � x w0wu (; ilin VI8EU 1 cai z 0.--r, al o x O w g 0 0 r F.� I 0, ¢U- a m ce U , N U v∎v 0 n N h ry �Zn II mz I °'°' y , alo oa w0 w mwx Nw IR SSA $ +- o +, o O n „w� r Qzpn \_ 1111 ill; 1 al 0 la Li- .; ,, COZ t. P. z 1 4E ad Gh o ,, 1iinall i =11111111: 1 08 , O W ...... .. 8 2 W 3 80 0a 0 I 1 1 B ...., E LO LO •Pi- P-- ,I" 2 C— s 0 1 ■:1 , Fri _ Lc) N 0 -5•[ ° 8 b i ,0 LO N N CO ''■ I 0 'F-5. .7 ; I C' ff = ' i- ta. = 4 < 0 7 7 4.1 0 0 0 0 0 0 0 0 0 0 + + -I- _ l 0 "" '''; CN , 1 <T•=; ' ' ° 0 m -,- 0 ,'. I •-, T . , I I stit17...q f - I I I I 41 I 4, 'E.tA'?,I $' I, d. ' "v‘1 <7--j CI. •" I ...,'1 o Cl •,I I i ,C. 0 'O-' i % ,.■ % ' i 1 ? , , t4 ;IA 7-.,'k' ., `;,--!-■ -- --— 1-1, ..„, - — —-i --— 1 . I`-‘, "".1, 1. . o ,, ‘0 7,- • e, '■ ...' \ \ 1 (-7 I-- 0 -- 7-- -f, ,_ ::=....4, , , ( " 1 ' [ w ■ L,!.)., Y4 1 _ 1—--------— - , ,0 , g a I, I ti , 1 11 cs• - 1 II 1 Rla 1 111611 ‘g 1 48A,, q LIIIi 1 P.,..qic! ' 1 - w...,< g !11111 '1— O' -a 3 I I ,— 1 1 ■ ", — 8 o N 0 0 0.3 0 0 r■ ,-- NI e -,c N CO ,0 CO ,0 E ' N N N N .— el. LI O V- 40 00 (N 44 <0 N c..) i Zd t o ,..., , • ,-, ,-, 0 0 0 0 0 0 0 0 0 0 + + + + + 0 (7) 00 r", CO r,--) hq r.,--) r.,--) r") 0 0 [ I I L'o""1.,i0i 1 I _I ■ , 1 - ___ ilie i '--' I — -— ' 3, I I I . I • t . .:, ."- &'' c■I . 9 ■ \ 7.,,,, , , -. . '2 1 1 •c I UE. i 1 '- - - - I- '-- - - /- , /7-- ''' (7 I ri--- - ‘---- -0 ( * / (-1 n' t,-, ''',1 ,/ .1 / '''' / LI -e`..C'Goll g - 6 ,.. - 4 :-...a.....,,;• o - LJe, 0 , 1, <, ,- ,' IMIllilli (..,, , c... .., ti, z' ' CV ,' ,...■ , 111...1114 :y - 1 b 1 (.4 I x, i E n Q'It'Il I R[si , , 1 >1 , ■ 2 1 2 , t , 1 , , ‘g ' L!, , 1 , 1 , , 2 i iiB ... O n E n b a' IX7 o � E'Q N N N a W1 *I x m O x N O CO N N N N n In m O t vyyy Q obi CO S Oa U 2 nqi Q V F w� p y ff C r w z C C C C C O C 0 0 0� ± + + + + I_C) 0 0 0 h!Io CV N N N (N :gI N-) 0 I r, 1 IR$. g. I a 4 F Q_. ,o ,_ .._._ o 'r_� .......° a_ -i 5 0 5 o r _ o S _ _ o�=� a i / I I e i ,1 1 1 _ 1 5 C7i ,,.,_L _ _. _ _1_ _ ‘ fit+-i _ I R+ 1_._ _ '_ 2i_1_.-.-.t ^ 21 7-0 T-7° 1 C 7 5 r H a r N < h h ti v 17; w ii , ?? n a ?? n i s n i....vo. ,r � w �, a , , 0 3 0 t/ o T. ■ zO 1 I 8 O 1 I 1 II - 90;m Y 1 ° °< ..1 ° °< oo pz❑ O 1 m r' I 1 ro ., ° I m a ° 1 .0 a ° I m v ° I m < ° I ■ I a ill m I I I H 2 1 1 B .... .... 0 0 n N Li I o• m t I,d co o a n N El, ,0 n N N N Ci 111 .1 El --S. <0 ,••-) ,r) , 1 i5, ° ,... ... :-. ..., 0.- - – 0 F=..`-,; o 0 0 0 0 ,r2,,2 0 0 n 0 , + ± + -I- 0 ..._ r-,' co 0 r-- co (C z,2_ 'N (N CN CN , . . . (N N) (N r'') 0, I , I / ' i I W j w I I W / W W ALA p--...-,-------- p -L----,---, 1:1■-.-.3.1---- Qv--.,- -.-■ , ? § "a, 2 2 „ illl!11 I m , m . . „m '-',.____'■ ':5. 5,,_, ?— - ,, r 3 ° a I 3 I I I 4, N , .9 '..? ' .9 3 L.:, I td',... CJ , d ,.■ '‘ '4' 1 \ \ . , Z cv,_'t __ __ k,_ ,!,, , 1 ` ,_L _ _ ____ ,____. --- .. (--- (--- - .,... ,,, 11.6.—Aliti, § -- (.7 2 A ' 2 I 8 -• 11 11111112 . , ,... „ , ,- ; . , - , , , . , , ,.., o , , 0 0 , , , ; ; LAI , , I 3P3 I4 \ --- [33 I I''-- L-- ---- 1 '',---I X 2 Q 8 R i I I I I 2 2 2 . 2 . ,,. 0 1 . , 0 1 . ,,, 0 ■ co a o I m ,, o , I 1 1 F3 '1! 1 1 1 I I , 1 I 21 1 13.) 4 .. m > O 7 ^ N a WQ "2 O O N .0 s .6 W v w 01 v 0 tM o 94 ti v 1n o v- o a a � ¢ ^ 0 V z ; r x r x 0° z J 00 C C C O 0 i'¢' dj 0 0 C 0 0 a® d- + - + + a° $ - + Ln d- r N ''o"' ' w° o LC I,r) r') I.� I.() M z<\,° :3I rr) r V2 r^ I.') 17) . s V) - m c o s CO c o o w c o o m c o m c o o m c o o R -- 1 7 I ,o 0 1 : I 31n51�°& IAA I 3 _ 1 o, o a^ j i^ T a._ T & 0 I 1 ' 1 11 a ro I n i nll / i'igi w 1i `4 w �'0 3 p,°s,. u :. 11 o Vin.... L�... ` O l...p ` N 1 .� !tt S ■ O -, 1 A N 1!I n w. N I\,.1 : Id 1d 1 ^ e z • VI \---' V 1 ZI 41 411 \ N h y b b AI , tl, .6 2 x _ M I a i 1 — °—c -- VU •_ o I aka 1 a 1 111 I m o a o 1 o o 0 2 > o m < o m > m c 0 1 2__ a o I m v c 1 11 1 1 1 1 1 1 I 11B I, 0 ..... , 2 ,. . .; 9. 2., z O -H i-1 +I H 0 O M O N O O OD O O O m O O M + m + + + O N 0 r O Cr, O 0 Erl CC M M F CO Q m Q m 00 Q CP w ^l CO m m m o m ' a m • I m m o r I ! I - ' .1 1 .. . ...E , [. E I a o-- O I a , o 0 ' IMEI_ -a 1 wa ma" X; -a°f & r EOM x- 14 s -4" N 2 ry : U a w r, 0 -- aa$ $k r H P i em ,... oaa la w w, A ° , X S i Q2;:1__ ■ I 11�'N O a m Q 1 m < I ` H 1a 8Z g 2g61 I a ■ '0 0 2 ,T,4 < � mli z �Q 1 ° • m 2 ;,,, ! 1 p oiqgm .Z3• 13 -. 11,A15,1 E ggaR2 d 4 R d z°> v31 a o lillii! wpm R '44i1 Uk z 1 6 Mg -11 118 . O W 0 W I y I j O O e V 0 U C 1 li O W O v OR c''',0 ej p F_A O I vl W O^ hO p I OO o 000 O z :J r 7. ZT 1 � 0 CJ O dN im _ _ w x `njOti ,-= I R j, ,' ti v cn h at Y W ®d 0 W Z®q� Q * e m N * 1 E z J— a 1 w z O N) 0 — — — o O 0 1 N' I O e <cn U1 Q N O j W Qt !? ^y N o �h I. m, .I O lN� O ~ mQN Os e� ! , V Ez� �O —'— � . c a V N o Io o a 1 , 1 w i yyN x 1---. CD =.! a �"i '>1 o° \ Z U > �( �2 •Lu Q =(3-1 I W 21111E0 lI All/ o~ L _ , — /v C x X W W ~� dil Q W \ z WJ , aaR w N j 1 xW W- m cn X w I II II I I I I I o I I I III II 11B 00 CI) U o d N g',-,, R _ O " W� }N �"v t LT,- v}w vw 23, O o°F ' k e a[f^y,' 9'°' F: W \ '2m (9 ''w A SI a zz I cm a+ ,7, s2z+ C + v 0 o HIP�o ro Kx • ZppO� z ° z3,-; _Z 2 ON }}}Q I " x r f7:' 0 %�v v~ w Q Q e o z z 0_ y Ni y. x W Q N O " J 2 0 �T »� I d d ' Q 1 Q Z Q T - O NI• - N O I■• r v c m r Ya� < 3Ig^ e g 0 m / w ~ �z ; ¢ m I Q J� it 4-) 3° „ �3 o •.I O + O cNI v 7 Q U V + W��NI?a z a o O v ,f, '0_3, � z� k Q W W , F. o' Q _ �Z6 • 2 7 � � Zz�� aw m / QE:° w 0 / I � 4- i L 1,18 N W N w w I 4z b ¢ h 6 G Es L Q ' Q — / UI "�o a m o AC a o I ,?8 n , [d l I i -Y I i Z n, CAW U,, 1 29� I 1 I q,',� i 1 , 118 0 1 1 1 1 1 LAS1P PHASE 1B SOUTH 1 , 00 - - , ,,,,,L. 27 R50- ....,---4,,..,,,,,:fi d- 28+00 — N441-00010A 1M6.-01 —s /000i P, ..g / 1,... , o IEI L8r '1 mi NMI-50001 -- - - .4.____1--— II ° .■rA. ', ,-,0,0,1 (.,'„1,. c'ebI(' z2"' \ '''''r,-,D,:•'Z' 1 i---•-•\ & '?'___-,, -'1 g I... ■., ”- I , miC g 1 1 S 2,12. ,-; . .•,.-0,, P."‘",,' tri , 2 : tEI 8 2 n b 8 , ;FA 11 I 0 z ••••„) (2) !, , — i ■ 1 ' rl, ,______°-Ps ■ ' It'll', ', "6,, .^''o F7', :',111ralmi T I , F., M — I ' '1'i 22 9'!'o' I ..rIt■ti :2'■—■ F' E I ' '41' 0, ' .1.I..f'.... A R. E I'A I I'I l' rtili"'' '13 ■ IR- E. ; '-• 1 , _ I,J ■ '"r-' s , 1 NMI-00002 E , I I A I I , 0 i ArIn, ' , I 0 r' i I r'A , '1,,,n'' '2' r•-■;! - 4 1 - •, a,III I 0 'i.) -E, En O L g ,2 Ifi 0- ,. >..0 -- 0 2 A 1 .' ,. I ___ 1 , . 2 ; ..t. 57I 0 1 •„,o,,,0 , • r_11,--,^,3.,2 , g , __9 1 ,, 1 , ,.. c-,•9 -,,• • 1 ''-s• , , _ _ CA , t E Rg ■ -- , SMITH KEIK0 0 5240 MYRTLE L0 R I .. It, NIATCTILINE STA.415+50 ‘‘l ‘4> 1 o .T, sCALE l50 5010 1113 1 , 1 , g MATCHLINE STA.415+50 I . SMI 0E140• — _ Th_7f: 1 5240 MYRTLE LN ' CC'' ■ 1 4, , A 1 1 ,T,' 1 , , 1 1 , 1 , 3=^-, 17- r , I , – i ', ^-• r--,''' 1:ii4'(i47',E-''4.,2m,=.,_'1.11xc 0 11,1:11;t.115,k>=g 41I 3 1I.I50 z 0—N 7 —i 1 I•I;I 1 i 2)–°,,, ,',,r / /, 7 — — 4 1 4r, - (1' i , 1 ■ 0.. ., ;-; ' I 1 Cq.,21,n Ia 1 1 I Ili I- -,,' -'2,'_,,,i , ,,, I ■ , , ) i I , t, I . \I , go -'''[0 , • c'3,'“?,' ,, .,.i,' — — r—rID— t . iri -,•. i 1 i , -_''- l'r Ei t '.:.4.21, :'1' • I c o RI 1 -`i'' ' , "i A I k," 1 I g I t 1 ? -7 e > 1 ( fi I 4> r-: I I " , I – — ---'''kk" = I' k ''' - MATCHLINE STA. 421+00 .i.t !'E 8k. ''x SCALE I - 50 i E i , r4- --Z--r!5=— 'D ':) , 116 , . , 1 MATCHLI1VE STA. 421+00 'I' ' 1,I, . ' '• ' c' I, .t, • I. : V t 4 I [ I r• 'I o It'. 't" ,I • i 4 I i ,..,:,_ •',; ''.: I A ;1,.g" 1 ■ . -r. . , 1 , - -,•tt'-',.. - .,,.. I „••••I , t-."`t:.:',.:. _.J., .,_-- —MD— — ('. I W.,•••• r 1 ''',' 412 rt- 1 !,,E- , 41,1 , 2 4:1 I V., i t p A F .4*-4 1 1' f".",,Fei"..1' !. °;--,, 1 ..."....,..q. .,.,";?. i'R.,,,,, 8 1 Rt -, ....•.:114.„ ti..R 21 i - -. I\ . rT. 1 ..4.. h - 0 .. ,.,-.3. I 'Z' z • I ... ;7nran.: t ir‘ i ,----- > -,ilielolln 1 I il-rIFT67.' I .. ii, I 1 cir'Fikt.1""`" + ;tzm, <5.- i ,-9,,no.,,,, % I t 5 t•-7 74 0 i -t;gr2.1 . — . ---.- — I-L 4 i -•=.'4,' -.9. , ,...- 1 , I .--,-.---......,..7 ..no I 8-"'';';1. 4 I „19Lo.,,.' ,' IKI ,.., ,4 1 ,,,•,,,,,r...-.---,' . ..., , E. r - • — ' , I c'i c r^ R 0] ...-..., . !--- -...,"---....,,i i Fc' ,......:"...5y:',"" ! ' "i' . ' §.,,'" ' I •, ! irlitT] , 221-, "!Fil'=.1,- r-7 I p. k-...- s ' I I ' i i0,',,,''•''l I ', • \ ■•,' ''.P,'-;Ir I 1, 1 ' ;.-&.' i r-i • ;O 1 l' • o -- . , E I I t-t , . o , Pz. I -i R 1.1 ‘" F"" ""'-'.! ..,..- i k 11 ; -g :-.4-.,=.' I t 1-,111 -,- 1 E , i : I :, 1 %', = , -' It I I I ,, .:,— + ;14 11 , I I l' 0 _____ • .__ _m—o-"--- IF .-; I ' ,, 1 I P M • .tIttl't' .11 t I h , MATCHLI1VE STA. 426+50 i It.• - I 1 0 IN k 1 .414, it l' ,.... ....., or, , c" 4... .-- -- •.- G IC' 1 1 El ,, 0 ,,., H . 1 MATCHLINE STA. 426+50 I I 1 .gE -, 1$ i' I 1 I! 1 I i I 1:'?-"•':''' r-----4 1 ; 1 i', :. t'-' I ,-,,, ,t '' f - •—,'.— -- I , I 1+.4 ' I tg rj 0 A ?. T . I. . , I T- ',32 I --■ ' 1.., ,r-63- I 11°:,' :t.'?",,r,, r,91 11 I 1 i Ii,. '--, I I , 1 l'Z@ -Z,'-_-,,, 1 ':4 cn g I I ■ ;■; ; 1 I , — .. • ''''g,,, , 1 , ' r,'-':' 2 — — 7 .___ __, _] f ' 1 . !1,1 o 1 I 474 7 -,,,, , I I ', x 0 ....) I I ' §,,- ,( i I 1e'—„, — i\ ,L A .-721Milli I v $E -..t ■ , \ t -..q gl . i I ' - "^`^ :r1111111111111111 I . ■ fl, 1!1 g I j 1 LI . cr4 W, „, ' I A-8 ,c1= ,,■x, p,z , E5411 V '' ,:,-"II 1 , 11,,. - 5-,.=',, 2 :=,-,it -' r,-i' g z 0 ,o, [ I .',,' ' iVo r I ' , _,_,- rt-1-- ft— — :,- .. 1, , t■;,,,il i + ., - _ ■ ,,,,,,,`'.11 , , o ,-„, • f — — "--- 1 — T• I 0 ;Z , , ._ 1 I 1 .1P ■ 1 '''It-ill;.0'- Z ,' ,,_ I , ; g I „. , , .'• „.. 1 I I ''1'. ' 1 - , * dz% 1 ,, I L.,-- - - — id I I ti:7 I 77, ' -'7717 ; !.F, 'A I ■ ■ -.••• :,,,,, ioE0,.31.' • i ' I 1 , I , 1 3 ?, . ,,,,i.:, I I 2k* . > i T , , 1..., 1 . t:-- —r — — - - . - , g 1 ,,---,,-_-33:,, t ,,. I (.,„.„ , * --4, - .1''''i- 1 I ,T, 2 I e.R.T , .. -• -v “' -' R ,, , g '' ' - ^ • i . I I ' Coll ; 474 I ' 7 .____ ____,_ ' tj i g 7 k'47 I° l''' ' I° °` i, MATCHLINE STA. 432+00 SCALE — 50 z I c. o - T r,^ 1113 11 , 1 LI 1 1 MATCHLINE STA.432+00 i 1 1 1 1 ! i1 ig,.33k1 ,-.,=,,LT, 1 rnz A ,v-0 ■•••,A, °R, 1 i I I '• 'k'''Tdt '' 1 . ' •,•2— tl F,s,, 1 , , H , 1 a- II i - ,."- _1\4 I 7.,, _ 8 tt' I 1 T ÷ 4 8 wf4,.p - - - - -F 3 F--,; t,18R2 0 I 1 33 '4 0 2 • *,-,,,,c' r"■,,, '1 , 1 I 6 . I EIIII-Hilln" I 11 .. L,__ ___ ____ _1, 1 ,--, —r I 2 a. I a,.2 i 1 • ,-- N , !.. , kletAif t) 1 -° R t 13 t ''''.11 aiml :74 ,i ';'. 1irli t —I---"' 1, " 1l II ._, WINN 'g R Rrikl$ '-' 1M-00026 .!'10111 f',11 •0 .,,, ,,' s 1... I ,,,,,,,:c.• I 1 ce, ' 0 , \ C`''. 1 ' I 1 1 ''. ,.[ .' ---- — 1 r — — --- — 1' 1 I+ 8 1 < , )V=.1 1 r- I Z., ) , gVV. 1PIP' s 'i V 7 ;;°' ,, r:•,i;••,..r,r ..<4 2 fie>.-- Fi,"* I 1.- „ tl- ,-, ' ' 1', , .4*- 0 R:1 -,"1.-n'i '' ‘, 1,i ' --,, , : '/ ::' ' 1 ;- -.E ` `A it-i'At , z, 4.. 1, LI 1 ',. 'E% C5 ir, _ 0,,,L,,, 1_, C) ,, I / cA ; -J 0 I- ' H - MATCHLINE STA. 437+50 q t " 0 n 8, .1..g , , co t E.," (0 L•4 ) 11B li - II 1 1 1 ,. I ! 1 , 1 2nz v _ K A IN O N A T W o % ' • • m I� A "A $ °�m , q sr s.?y 'f x■T y mm m ao o 9 � _ ?,-43 j , 4, �y� I I ''Y 53! 904,: n AN zA � tr ay _ r - r f / i 4Y , i m 01111111 . r RCP I ( t6� o A a P ° 4IJJOL ©]zRCR -" p v m2 R ' > f i ° n ) �r K € .f fiM 11 „ , II..; N .•V1`r1' II ti$ 2 11 Graz o q ,..,,-,-1-., A I d ' , , N Im n j / <m \ , i p DO FIn;I g o kA -T, 1 y z O A A A �" v o� 9 a as'm A: ° " ,m 1 R, a� ti a a ; ° >0 1 ' J A I> 11 RR 0 1 7 m 1r + ■ A J / - .__ 2G PUE&DE 2G"PU k�U' A 111 1 MATCHLINE STA. 441+70 yy- H , a oz o4 ga o w ..� i iir 1 1 m III 0 g IL. 1,, I° N - I- a la- , MATCHLINESTA. 441+70 f 01 I_ 1 / A ,7<i, I m A o- z� , ^z m '''yph , ..... .....__ n XA 7m I' Sr" �F nm 8 ;v z z __ I n r o w o m m I F. 'j imZo :I1 :; UA<� �A AA" oa,aP°� T ,°.,�' x 0 Toy pp..°= _�J�� �zp�g > ^ \ oaf 11 :.0',.' i" °° A 72 4 zoc , x� I $v z RC x - I o ova o$ „$ ?N II oa zzvm 4C nu z Como 2v°, i II v Lo o v,� �m c 33 no 0 4 - $ I 'c 'o- $ -2 iT t 1� .0 ; z x x . II DA A A= U �g � ° ., A o N _ $ , - C II -m p = + to m 1 'u - m o <m 1.z- m mm qI� �, : $rH 0� 3 )1IVN hdSV 0 " /! , .._/ 0705 Hd5V X °F i ' /-- .. 00, X mXf_0 ,� 00 0 ....... ro A � o �'3 C L o? :c to (06?I J��I' s'a) 8iV� 071 U.I.L'CYUCYi m x e 8 "c m m m r do?-X s, ..,. JY�,..a, v N F 1 m Tr-$rr y T el 11:oa_aoa u m $ I E, 5,,,,.i.0N00 r;,==- _n i X C n _-_ ..._ _ 47 _ –.. u O S A A m m1m m(�) ',1,:i N>D IV• P I- H N a- P .c r- o > i° m o f-, oAD�IA�ap t�n k yAeOAp W +A i1°mVZ m -.am t� ��nn zz��v- O 02 q to Avzi mc$ -°aRamo oN 8'O 'NL V,Ndo zOm AOm : 0AO m2NAm.' QLp,�1 ��i ' 1 O Om�m "1 ^ �X i YAa OU2411 `yl oy 2q t 118 : z . . ,.. • , .... a a a a . a a Go I, a a a I 1 1 • I I • .. ..,. I ' ■ u•■ 0 ■ I 1 I • ' 1 -4, I L., I ! p , I 0 0 1 , i p I ! ! ' I ■ I . .. : I -I- 1 ,, •• CO NS - ''" ' 1 - ?7 0 C' 8• 2 , + N 4, L! bn,1 ca - It ' 0 0 , 1 I 1 4, 1 • 4 t ,,,,'e4.+.! ■ Cl 0 Z> 411MISI I . 4. c 1- "ir ,,,,,j 7'.--t"-1 t I ,g'.1.112.... " U) ,-,-, -I- :21:i!:, z. ' •-r! I 00 %-..,.,..,C4 X-•,--, —,-1-— 0 •-c, -'7-(.,..■ , . ■ -1 1., '7.'. 7) z ricG..00 z ■ . 11 i 0 .1- . ;7 ' Z,'2 t is, co ■ z i7 o to ......o,C2,,, 8 ,, . ... .="I.c) 4") t., - .e• i (4 -, ) I co r or 4'.• i 1 „C") -la : L''.x (" + 1 ,r, ic) t 0 ',74-r-r1 .F,_ \ 0, r--- 4 1 , '..) Cr"--,............ le. ■■ t' ''' .0,1":' 7 , 0 , ., z --,-; , , o, — 7, C-0, 0) 8 51 , C!') 4- r:' p, 11 0 ---- N Z I! ., ,- .,-, : , cr. MIA 1,4-i, _ ',, , . 1 0• -IV ' N' i ' 1-32'-;2'■' '') : ,---1 ii1,011 ''' -0 r't c'-', 1 il -`4-- '--' -, 1 ----1 , -,1,--•-■ k'n „.,,,,,,,•-.% , -,, ,......., A.,.. - ,„i„,4 ,_Le., 2 _?, z c) \ ,--,1..i-.-',,,,x1-.„ , -8 i r-- -.. , ----'-,F,O 2 -.' --- •.-'-------'7--C2,'Z': 1„.,..,J -1- 1 ,,,‹ •02---,-,t o •soow 2 L,' "IzT''.. 1 0 ' g x z,- 1 , • .,-,:. ,t-c,, ■ % N., I...: RI.E4 I Z "•"° 00 1 -, • o._.• _, - ..■,,,::',.„^). , o ---- L, 0 0 x a SECTION NE '-' z,0 , 1 z. i g 8- ,t • . , m E- •',')-- • ,-- 7 - ' 7 .-,-t,- -< = ,-,e° tn - - o r--,.----I • ' I 1 • 4, ■ ,..1 ZS' ')1_ . .,.. .4 ■ ' 0 rz, t z • 83 . 'il p . , • i a a a . a - a O -,,.; -a o a ce ,7.; • • a' , 1 1 r , . , a 0 a co ro -po am ,' . p ... o,, , 11 g 11 I , I 0 ,Z) III ti T, I Co Q.) 0 a y C,IC ^IA.I[X rIzln, -- Z ',;-1= r . '-:"---,;',0F,-,c',°2 34,,,01 0 . n , '1■' '''','' P.00 .,,,„ &linum11111 4, N,01E a a 1 E , VY-I ., I a \ C, ., 0 1 Ect 0 1 : ''' i z S,,::,' L:, , . , 1 8 s I eg c › t, ',,, 1 "4 z m r" ————----i4"——I—— C i 1 isii) E 1 C) f - ),. r., g 0,;4g';Fs `,..4■11PIJ.,F ' z if?,(1) -0 IT)N § ; 1 r- i' §'$ Z1` 1,1 1 -,,g, a , x a '1'''' ,?, --1 , —T- 81,1 ,n k -, r ct ? 1 — ' `....< - ,z) t.'`..., o — '51 g k t t- I:, t 8 s*' .t .„ 1 r , ,. . . . ,- „,.. . . ., ,,, a - a a sz n s 4) Nj i 1113 ,..0 .....-.. _ ....._ . Q . 7 O r II II II °Z' ____. ... ......... O - m D+ O II°D-n .o o� � ooa2 n. .? ro (0 3-.)z � o m o ° o = n y o r g ®i J x mo �zbo -, --S O (-) 21 Z r O a X �1; I �Z fl----1 A- N r -1 01 + r / r - U)O _,C) x x - m o ao _,,-i,2 mt n2 20 O 1 4411 2 � o ^m 0 n� z o g � ■ 2 �z zU) 32 v, co co m o -I gg rn o's p rT, � A r r Orr- -H Vr)zti A vy m' 2 -I O r V) r V)r 7tl to %m n �_ � m o�c° � =oz y� = � x z r--<z Z ti a R� mv C � a o r AO r �� 1� ' 2 o a m12 r.y I II 2 r r 2 — ' ICpI=C ° CllC m m w I o r) r a d z o x i c U) _I 9 n r a O ma m � m ;' n z ecpKr z° II y C21 r I (/'-n)il C) "D:22,g R , i, n z r a ' w +- o � 2 cc, 2 1 r TI F (-) a W r r 1 1 - co o O y H 12.N m p m Z - _ -_ / o Iu oNpz III m z € III a R ma=ll III. O r — O . 4s'm _ ... li .2 _ O O r V7 �1 I1I ' Ag o n fir m�° �_ _ ga $Co.k ° I V7 O 0 2. F"" °I °,.� ill 2 -i r a r+� r � a� NR O Za.. III z •T� F, II z co�J N v_ R1 is r a E I z i I i.I r -1 z L') o m ° o g ■ v ? O A ,/,------ ■----, I V z * y r :1 n c.., r,� ,-,, N O A ` b y N0l)o i A x O 2 O \ n tit 01 Co GG>$ ' m- � ,m O z � z cq y a F n 9 ba ,-==[,-==[-0 II ; jPi[ U, O p Q 00 07.. h CC h y x a e i zQ _ _.. _ m,._ b A n m N Y `o D lip lI 19111 ; , 1 �k� 2a di� yz� I ° M ib I L 0 0 ' R a o a 0 py , 0 1 / I 1 0 a o > � o 0 o a / I C7 y I 1 'C> _ _ uos R .. I/ E I 1 m m I G1 o E o ! o 0 , 1 i aeeee: F ee: y I =Wn ,PV '' x Ix x 1\ 'Ix ■ o N a ro q ti n o m o u r o I4 0 f°nIR tr ro is a m £ To 3 :M E M M $$ mmml In I a k rn 8jx.it ? ip 1r-- m.,.A o l 'A O WI N 11Q O�__ _ j ':R C r 1 --r 0 '�g : � # IIN ■ +I '4' 'y 'w y le � Al ti _ a m n µ -�� - IN ca ha8 I a .m e °s I o= oea ' 0 O u o T N o =y +.,O Oa ...._ a0 o z g� g 11 0 ri ,I I' a o Ir I I � I�> o g m P o o a m a o a a mm 9 a IN 0. i jzy + + _ N O O O O O J O C O O O 0 m y ik pO k E"y a C., 43 cW.l cn CO CO y m c -52,u;y 4 p GI p CO i, A • k V p./ b N b O w N G4 V a 3 V '.4 N N P ° n •.. co O N N O O j 1113 I o m 0 L. g 1 1 ° ° I 1 I m b I 2 m A y o I h p 1 °i , ° s 0 o n II !1 a:::w:ia: 1 .... m Il 11114P w it Ao-. I o r o-tt11.'- iR - x � • "'x n 4 4 on C a 1 on p I . I $ IialS F ; im m n:alt I m m a il ._ 9 iI v I I a1 0 I' u Is , o 1 m R F z 4 >i at 1 11{" :x:TFP 0 o c< N J fl O + + + T _ O O O O O O ° y AA An 8o N m o 0 CO I.12 Co k C1 a N V m \o CO o- x N V u to CO C.4 i 1 B 1 . 1 , 0 1 1 1 1 1 r14 , 1 gd 0 . m S a , _ I o .--1,.• ,-.■- m, I I 1 I I 1 1 ---R./,-- „--- --, , o ii t t i 1 r^ - , . , 1 .... ! x >, >, ,.:::=•.: , • .., ;-mus11111 P„, , !IIIMP / - \ t ''., I I f. I 9, ,7., 0. r* I .1 I 01 nal , i i ii, pp rP f.--) ro, re, . -- ° .., -'1 R °--- -,' °T--,.. --—7: 2 - •:. . 2 ro. - 2 ..,, / - t 11 ; ,..,4 -, , -rrr, r, &•.- . , @,N1,t2g .,,, - li9V7,' , — t n, L'K i 1,4 v 1 48 , t; ---- --' T O O O ..f p ——— -—E r^ co r .. ,,.. ° . ..... ° 0 0 m ° 0 ..,.. 0 ° . A CO O 4, N. P. -N 1,. N.) N.) N.) 7 NJ _, ND L,1 -1=• C.T1 -1- - + + + 0 C 0 0 0 4. C 0 0 0 0 0 ..L. 7" ,....,',...... t4.P k kt 8ir' R co co cx cn co N co Co ...., o co 1. 2 ZR 64 iv co 64 N S. N 'V co N ,..1 NI (A I., V C k ft. 4, 1-11 N CO cn o 6, o z en co ... " 1113 1 ,s 1 g.1 1 R , 1 1 1 .t, . I 0.. ,,,,, - . I 't 0 4 I 0 'II R 0 I I , 11 1 1 i I -o, .7srsurn: ,"" E.•••:-..r.9 1 . - ____ -. .p. , o , 0 .111111toy , x -- __ --7 —— , ,," .,/ ,F. '" Z , [ ‘ t E .. u ,(' g I . M 'I' Pp . I OP ,.„ I ...- i "... 1 yr st• _It' R. R. 0 n ° 1 '.5111.' 0——, `----,-, °—F,-- , r—8 o, . -. rl 2 1,",--,,, 1 1 LI ,;,,, 1 `41' .. 1 1 O' St 2r ,,g 1 . 4 °'.. t, ri 1 .• i , ,1 1 , rg 'r'J141 i -. r -cr .,`" I' ,,,-, 1 ---- r, —-. ----1,..,-- ,:— , t , 1 i '.-.', ' .• ' 5:. o ,. / E3 - , i I E 1 1 I m 1 1 1 ) X i _I, nDg 4=• -,L.. N.) C,,) N.) N.) N.) 0) ---.1 DO (.0 0 = — + -- + + 9 0 0 0 0 0 0 0 0 0 OH 1 0 tt 4,- 4) CP (0 03 D '71 0 IV 0 t_P cv rq Q p r2:1 t, R. 4, 01 IV 0 X- II, iT.1 '"cg I•3 "C 2 ... 1 1 1. 1 , 8 1 ' 1 -.3 0 1 1 ■ 0 I 0 . 0 o • m 0 . 0 211 S I 8 8 8 1 8 1 , , ______ ___ ____ _ z , , ;IIIPTIP , u , Lt7:1. c i.. ..-. c aan F ' , k• ' R' ' 'I It ' r F0 4C0)0 CI : o___ _____,—_7.,' e—_ —..----,---- 0-- —_1_,_—7 0 -7 F O . .-. 7, L .- ' '.., Ei .- ■ Ci -'' 14: ■-__ i Anj . I , I-1 .•• 1 . t , I 1 ;-; ------r----,; - -?. -----H--2 -------,0 0 01 01 0'rr-,rr, nr,,, ■ , t ,5, - t 1 r. rn rn I , , I 1 , I ' I . a ° 0 , c 0 0 • m 0 0 A 0 0 A C 0 0 , a, N ' 7 N....; + - + -r + ; 0 0 0 0 0 0 0 0 0 0 il ,—, ..: ,.. ..,: ,- , .... -• ,-- c: t E'4' Itt P g 1 .., 8Q R -_ , _ c, — IV C71 Cn (il u, a) 4. u, co - co --, 0 cn 10. 41. rgi --• 0 o 0 0 co -• co N •C g . , i 1113 1 I ,o 0 H YnAZz _,..,,2 , ; I, zm F- N -1 CO 0-1LA ���Z T ~� ) n 0 mown mrr-2ntir,- m z z Ez U z F.F =',c rn E- r Oy Z r'' Z z �o� c "i��a co „ O Z z 1-am poo CA rm 2 czi��O a w -r Z r 0 D o 2 I 0 o m a. mm� \ o > 0 mm Z2 mot_ o --c0;,--Ili 1T z )III )1 m u Z ii m z 2n ELIIIM x 4 _.c R o Z F ^ U,I M re -�g �'.a ac,1 �3 i � 2 ?- Yn Z Ynm I�m� Yn R Z - o� 1 2 A I e,2 ' 1 '', o n u, 1 L o'Y o�, i___{_ � N ` m r M x a F N d oy w`m o o r o �w °IR Bm u a m w o o� m � o m o = a...... a N_o P! e a pa. P. 9 U W a , D + - H O 0 0 Z Zi 0 0 0 m y -0 H G y ..-y y S as a� it n 1° O ocl Lc.1 Ln y p lk m (0 a m a O 0 ',..I k dz��.O77 h V U W n w y 3 a U W OI n P IS- �+ L-,4 -. A U 0 C j T lip i ,, ,4. , 1 , i 1 • , 1 , •r, i ;!� i I ' >_ ° ° to � — — — xx h 0 ti, 1 q_. v._ i C n z c Hi- AMIIM gizmo �' : �� m r box — a xn + x i mm 1 mo I I EVi,mo : 1 1 a T o ° ° :m3 �:1 - __ Y + + °ni O O 0 s 0 0 0 e a E, k Y. •e a 8o 0 0 0 a O w y R A m N o 1... 0- T o (C) J, �.. co Q' ` S 118 1 g ,.., 1 1 ,„ 1 m ,AO 7 CO A a A �A . m R �g , . mEy 1 -ix xx - a mo mo mo pM -- p leulp =G3y N ma xn Z N i s a g, N N T— n S m Om \` m m m \ C O a O O p II al oikggr fl m 8 .+* m m M< m m°IicB - N C� 4, -- _ + + + 0 0 0 0 0 0 eiN I4. Z r.. s 9 . r. r m Y LfyyRRRJJJIII a y0 0 V W O cl p ° O C x O cil R.+a 3 o O o a o 1 1 B Zg2gP8Mg N'olt . Ell4Ee l'il o,282EN @ , ii t'8 (th 11 ,i '. :iRAll ,,, k ,ci I Ntji4 "I glltR .";.. r. = 'A 4 PQgg8r4 8R lqg '0. 0 ,-, . 0 1. s, _ 0 8 ', D Mk g ?,Rq 04 i 1 , . ' ,4ptl g8R i r73 / = gil , F E 1 l'' '' L.E 8 p - l'41 1 .7 0 4, E 2 ' .?4 9 t,. GI ilninni : ,3rdirdib ■ . ,..—, z ,n, 0 A CO . i 0.- __ EIENIE11131 101113113 '-G.- r, _, 1 Pt 1.19 II P * R.. R. o -__ _ o _MI_Mi_ __ l -, -- rE r, > , 00 t z r I , . H , = .... > , •,-L, 00 - CO A CC . ON - .. M U) (f) V) (f) r=, - ;=• 2 8 — - 0 0 u 0 LA o 1 ih' t "lq 0 0 II 0 U 0 1 0 I 0-) 0 w 0 I --, 0 0 I CO 4- H 1-h I+ tZ t ' ta, 4.. F, -■ lip I ' I I � a uti 1 A A 1 Ur v N _: L J 1n - g 1 — NO, O � _ Z m m >O m n i F O � G - O f. - `3 3 N O y T 11 2 > I< y _0 Im y1zg z 4 665:Jz a.` 1 Z r1 OG A .- G F K --__ uy "-"'-' • T, g I" € O 0 ,•U 6 ■ z -, , n I ti o- I or O -< I • x K y I CO • '� d o p o D D 0 J p O 71 70 7 z '' z Q + Q7 O p 0 1 �O O 0'y, O 0 'a a t I+- + eta 8 o• R. A 4, 4J CD f lip 1 , 6 C -_ � 1 W ._ c, _ _Di o O 0----- G7 I - II — —T � — — z �, c� 9°,'i az 1 0 a oy i I tn� b o C ca - v� III g ° .1 mo Z r o n 1 cs 1 m o r o co y� m �� mr m 0`1 m f m z ■ Aso 7 � p m i Z � N W � r' -._-- A '� [ �S+C III •1 - ? 4i. = Z 0 b PI O o C o c ! `r 0 m i ,t 8 ° ' I I �j 0,8zg [II f ,D I ol 1 A z I f m Z 7 1 o z I' N\ p m rr-p7 _ '► p c� n� 0111 -uj -----�---- O n m 7 G x = 1 1p. c o ! z- <f m l m -4 n i m Z D" / %I TRAIL EAST l N –1 C)<, _9 z _ 1 . l' ti 7 in s nX D O y ti O mm D r„ o e $ = c m F r m m o Oo0 m m Ni • U{e ' o ii r O "j m ,9a ~ p D D � ozo� _ - I z _._.v._. I _._.. ._._._ r m I -f- V)z �� - -- --- ' o h 6 s v o /111MMEM- m Q € , ±-iil_ m I -m__ -!-W W cm00"' D O m D O o ' W z Z J 1 I Y m 58 mD O�p v) O 1 O-I p Dz *m 0 Z- O = n N m� C7 a 'I ! `. ' \Dm- Z m i Z CO o m y D m 0. - ----- ♦ ,, � � w I sxe: = zc I� "± ■ I r m/ ny / ,` / / y W O, MATCRLINE / ,�s STATION 437+50 \ / s A� r= zoo - -4m / 14'4° / �--z i 1113 • 1 NI 1 4...9 1 RE F,:i D L I I .=.!1 I I io I vs i1 H � �x ■X � x r, )7) / / / / �, �1 ) j w rE rt' r o o —Z -- 3- --z - � ,,) 1 • \ !LI \ \ \ 0 \ I I --) -1 -.1 I O x x x x I i R I/ ,-'' I I ' t, 1,q i t„„, t,,,, _ RT -ir mfz �fi v v v 0 00 00 0000 oe000 gRKjEF . f w ww wv ii"iw -5'" mma =T + ++ + ++++ ++++m Po��z r— mn, mmou mm�em mino .i mu, um m'romm mtiOra o0f ~ R�4 o°R li a E Ta j amens �z- n m of F,z $ x A I ~ gg vm. ' N v I �sm m '_ --_ �—o z e M l � . / m a a e� i x _ / ~', __ x _ x 'i� o 0 0 o m m m n iz Imo_ rt' I rE' \ rt' I rt' rf' y �- --∎-Z - -Z —2 ■/ -- — I x1 --- mZ ➢ mF� �C 1 �o.� vm i I " P,E m = v' 1 an yy c r, } ~ Z NN f V W o * Q L'7,' 0 G O te �8 0 a O A: m N ° � o W w-A a. 118 P \ = a w Ni Gn �m ! T m T° 717''' E o� "pp Z7b 5 °. �ym i� y?:-', x o D c� '211 !o n ='., O o I ��--e i i t yam y C g D o m 0 I y 11 -� °' an ti ',',..p, o • W ' �I i nm �k '4m • i SE X12 mO 0 ryTx°A�m� �o� ga rg I s° , li o ohm o� ', A� II y y Om o o M; "o -„, N� 2 C xaa�° _ o o_ 8 o Ta. — - m z I A m mR^,m Co 0, .I yy �ga4 p v H!] — ¢ 6-� Y Or More "'h; r Mm. p ii. "GM I I I i Q r my>c • i•i m Too eo r. m a x = I 0-m. �" _ "E r.r r c 2. _ r H >g _ - o0 2Q 8 �I R�� 3 it too m m�v om m 5qn Shale <>' B rr ) I m ci __ _ o m ci• il oR4n° ►I F '_I Ar o ° 1= H £3 a Z 8- dim• „l-, ►r r0 0i �m ” o : \r7 T g?i Pi m m 3m 4 \ /17 r- 23 n 2 II _ ao oFo� `//�/ / I1 ii F/ 8 ig i8 ^ m �i I lip a ---4,-DR t A W N-+ �7 3C7."- .-, �m38i m N,cnoc>06V°iW R g. m J0. �p3a F^ C7- ' m3co�p .-, A' g"8 c °-5n8Sf 5i cff a J m mSR.vi "l p... 0 _c, g. ,-y8 aR. mxw.J,. _m _ m p,.0 .cu- `-°2 � �Z omNJ S,<ii CDy Ns.2 =moc, PZ 8 0 � �� mo s m a'R= D u m oop�ma(DE GB 4 o a, odd-• aJ J om ca mr, S- R08ig a z N C O RNN E, O n j j) SS R P J 11,s 0.000_§. Qy Caa. SaNje' gag ! n aa.N 3O T . >8 g -E acPt3 a- -3a 2m � a Qoy ` N.a. a= y J N N_ �o J O o: R - 9 0 N N � p� ''cc?, CD I Ja3a CF5E4. 0 3 CIO g o w� J 0 mLw =o SRJy 'y' �� �' �n a� 85 nw_ Zm ogi,.8 �J k y 3 �' ao_ < QH° Mt , 6 EF &: d A N m- m m = o Q DD n o v, - (AEI= mo d0 tg gg._1`�- d 0 gi 8°- °rn 9*R. r)m 14'1�'O ��tao g�Qf.-. o g FTS- c) 6gR -ca 3m .cDa 0 o.2) fJ} r 9 li:m yOO �Rca �.19 0- �pOO a�.8 8 = ��� 0 ' a yN.NjS� ^� 2- @ �� �oo gy R-R a icpc m w N CD A 0 -w a) Quo (D �- 2 o B- " Sg8J _9cR n �C m 0 3 � . �= ��.d� � W aaa� a a � m n _�y� � d a 9- a -S Gi s. �o—Jai �3 s3s c 8' 19111/1/ 8.m ggm 00^°33 Ws d ' RN 8 i 91!� ,ru -1 E. 88.2= s 11 m5m5 a 8 iti m� 8 mroc�n mzzZ -6-0-s ,. a g �� m. p1 g — � z 3 .°—' � o Ja �a e6GxO '5a 38 � _ NyDgm w �a 56-5, w �a �� J. 3 U �pTz E 7 mw�� 5,r-722- �'ao m 8' o a m 3 3 ?� �c `Dz ��y� �9 g R m �v �m �' °aS� -Zi tv x.� w�' m o o a m � R a. 3 J �� m mina€ m 0 3 1 i '' �ffi m��kY8y aw gN o3g{� = k3dd8•1 ? ? U Q_< =- 4 om36 6- =E R Q 3 f v, T ff Y N C N q' y O (p y^ C_ . s- �fp5.2o m 2 � g,�� 8 3y 35 g ._ A,8.g,�,'A°8 Jomaa$ mle * �8- � L' 'o °' y m 3:ooR, I Icm° a o. y I 8_-7ao S 9 Dom.' ' 8 'm Z ia »-'8o- DEER<g m Sa m �3 5 pi, -- `n d mm' ( o. a*o O m^Rq�oZ ' ESE-. '� - m gy �^ 8-3Pte k — m .0f 3 '7 Th9 � � and pV��� g. o� 83EBg R � 9om$ = § y� ml e € a >,1 NHS p0 aBmRR^. gaaNt*S O 88 and -5._k) ° o2 v22 of l &a? vv c¢,305 oTd3 �ym 5' L oc,in. � m T� a'T z j 8-°g Z ccoom�5.,go Z 8-'1339- ag a ,5-ta-= aI a g'm3. ;1';'--; gag' n ma.gOJ. Z '< y m� gi, wmaa II am6l go 8 g N ga 0 nom- m T?.32 ,'R2 o * aNJJ Otm m§ c°8oya6 0 w- 8 g a°8iCn 0 p ��� m���°d R aga° ° 0-0- ~P4�R~ 9a 2 awe Z :'� F g y 2 8 y�a a C7 R f 4.r�,a_6 = d g o. �,,;. 6 . 1 m m � �o4i c n �7 En -, T B'9'0' E,oa. Z io-8 �S n °u ' of 08d �1 J m yf g - O a � 6 6' 8 aJ o-� p. m ... a=d -1 L2m - S = = Yoh ay4 x °' Im K '�g 3odg � ��» � X53 �8m�� o m �,E R o n'S12 r m2" i �Ry R�a�. 8 m �N �c m� 0 0 R � (< 5 aN cn '3a°° � _� $ o ,dq- dS .fly = g, g' m 803'a`E C -'=g$ - n 8303= od 6'0 _DD ym9'_.R.� m yfD (V30 o- 8ym3 '� �-' o R3 Z moz5 �N' cmn m=�3f o 36F S g' o' w 3 3 C P'8_'< °23 0 co § cs. n 8 Z Rt d y R . (71 b k m 6—' d J 8 < .o�i°_co o c Ea*,, ...8 a 3 S ca a �a .5.. < _ - R _ o do OO ER.- TD(p2 8c:4'o (° R S2 8 yl�. Z J N y W y N C &D, " N 0 Ql y -., 82. Rt... wp— 3m�pc, o ° —" o-s I (P O 7J �'ff' J �r J y =T C N ;8,6 ' 8 rr�vv <“, �, 3�3; d p ,Z-c° a as b d8 mJRJOd � a"�D = 3 � S.gya °' �� a.2 a31Fg� c7 R? R _ s ad 5 � a, Z w oa - 8gg-"k. ycou4i ,2 ' =67_, 3 �� Z g� aNf3a9� 9a � kt3ya g.l1 -P W 6 . . . . • • • 118 N ! D C N -.N -0 v -1 0 D T-i p> v D Q ^N D '0 0 C� 3 v o.0 o m ^ o m N N = =C° N =)17- 3 m v N o v : 3 °O W ',',7' '+cD N N c,T,- -0 p22 -0 N = p = m y ft d o N 0 m ' 3 F ago m� m3 .,,0 3 a � DC m '_ 3 F v ° -m 3 o N 3 o n o ,E �n m a� co w a N m Q R �o > 3 N N 0 3 � v v 3� g o. m 3 N D) N g 3 S ` v N N 3 O"3 N O= - N 3 3 y m Flt m 1 R. ' P.C5 a= m ?m NQ c3D QE- oN N R1 N C a T cu n' O O ? n N D) = N 'O v o- v tQ F - m � -�m -vo N 5 � m 5- � m 3 N N 30 °' Q=-„.. `3) §O 5n, co N 3 3 N N O O. D_ m :. n N (D O `< 0 (D v d-2 O O 7 _. ea F, m N 0 c i am.=c' �o ° p� cDm NS' = 3 � .X.. � c S 3 D•N .3 c2, ' a 3 N cD n n v m m;� m m o N N on N m 3 o 0 3 m 3' N 3 D a o. Z 0 ir 3 co 3 5 a v o m m n o 3, o_ N 3 co '.._'. T m :0 o o N m `c 3 5'a s 3, o a 55 8 -97B `F co 5 °r. o- 3 12 o cn 13 C T= m N T ,7-3. 0 o N v N 3 F m ° - Z m 5'° m ao o N Q °o ° ',A ° v `r; F o 0 o_D?3 a' 3 N a v N 3 o.O- DC fD C) Z 3 ° m 0 =v a0 3 °. 3Q v F S - o 2 II i m N 'x 0 m m C A N ;3' c v m .n y o v m a PEI o- '0 N -. D' °- °74':. m(D.> > . m v 3 3 o v s ° cx -0 n �° 0 DC ` 0 9 0 0-0- v a ,z.? m CD ° m O cf) ° fD o ° 3 m a 5' o n N n s n m z o o m v_ J m N O _1 a < O c0 * O.p 3 3'NO N N v 7 N co N ^ 0 Ft p 0_ . m p m m o s (o�' - m „ a n om.{cr' C6 N o) Z m .ZI ° N ° S som3. 30 m .. m 3d m m a '0 cDo8.4 ,'— 3 O E, fl7 a3.N 3 .7. ] N g S, a n m 0 p a,-. DC Z N O oN3i �� w Na m ° N Z 03 3 3 ' — D ° 0 0 ° 0 3 j R7 o m * 0 m m _I v 0 ° 3 cD F v m v o m �D. 9 o. O N c 5- N o 0 .O0 n o N m 5 m < N o v 3 v -o co 3 ,< N. a v C O o 0 0. 3 N a. Z N n� N d < �' 0 ° N m ,< v 3 9� ;U ICIIIIII 0 z c m 3 m � T 3 Q N r. N n 171 N O 3 N 0 r T n a.D., v C v C S o CIi::P` ° o 00 ° A o < c m 5. o CD v 3 co co co 0 =CJ�� 0 0 < v P Z N > > 5 m N < m o a T,E m o m 'r = N c v ° ° o ° v o ° 0 3 03 n 4ay a- Q N ? -° co DC 3 CD o s 0 o < 0 O a.� K' O O 3 °O N DC v cD 7 7 N N m m c- o. .� g 3 3 N a N G _ H N n T _ N o o, �,Z 2 ° 0 3 Q c_ o m m o m o v v m N a' c0 0 O N r ' 1 m p N H . N O N I= 00 , m o 3 R' - m d-8 a o a . • . N m . . o a'm o d o� m N N a N to m c O g '0 _, 0 'a O -i 3 c a a = > 3 a 3 $.n$.1 (D 8 D) O F N 5.,m a N < 3 �. g O N O O C m v a Q a N J C ID 3 �� (D D) N —� > N N 3 :'O C (° n N 3 a N a N 3 N c0 N XCt i." o @N ' - Ndmo Iv a cD.13,.9E, �' n m 7, y c m m o o-m o m;-0v ox-�,,,t ¢, NF _.OFN cc3, .'m o. cD. ay _ ' N a' <, 0 3 y s5 o ,3) @ o'N = v o v ,O_N °- °o. ,...'NO a v v a c c m m F c m' £ °n (D c N � = N N N o.x V O C C F_ h n -' O O , F N n'ry 3 O N - a N _ 0 q' N (TD $ 8. IV E cD ° e3 = co N - N n N Q C N N F. O• N N' O' O 3 0 �' p pp k 3 T C j.n N 9-0 N -2 n f .0.. 3 co a N <p 3 O' 3 T, D) ° N N 3 N u 3 F O'K N O 0 ^° Q 3 T -3 n N 3 0 O N o a N (D N e A >4 »N a�= 03N C0 ro Tc 3 - ° m 3 v Q 9 0o m m 3m m€'I V £.N N N y? ° . N ^ N 3 a 3 3 - (D ' O N O� 9 y N _ .9-, .. o a r co=g � o c m o 3 m o. FF3 m N ° E ° x m om N co v@ N N T_=N ==Q_ .O. * d ( `. N = N "9O O. 0 (13D F O a Lco N Z R a ry O 3 N N O y O.o N N N . ° d .. fn. N C' O n co c10o Iv ��� N o '3'3 a O c F a d 30 N C^ N O N 5 N ' N N co (D c li. ,�cp 9 x 3 co a'' Q o v_ m (' a g F n o c cc ' �. c3i ai '" nn Gov ° 5 � N - N ;5; 5; N -5 = v g 3 � °c = LP, F. oN0 =co - 5a °- 5 3. y o 3N v° m o d 3 g. m N2 3 !r- y o N O'3 0 o cD t0 3 5 3 — C F,'..,. c cD C 5 5 D: O O v T--' 3 N 3 O ?O ( C 3 3 C �' N N -so m 3 'Q n O N N N a N < n 3 N O. N n C N a a 3 5 (Q rn ".. y. o v3, on ? NN 0 c m N 3 .°D v ,C0 3 3. 5 N 3v N Rl " � 2� 933 0m� = N 3 a 0 m - o' m T 0 o DC 5 :__., m CD a T n N m N ' m ' -7` O N n N 3 F.D.v O N tD N m ° 3 N N O' " '"'"� e o m° ..o o 5 3 w v o 3 m ° ` n 0 c N C3p F 0 . S d N O `NG 3 a O N n 3 ca n n 3 C N 'z'. _C 0.N CA n a ° ,, N O O_ c _a N "—NO 3 N N Or 5 N 3 z N o 5 a 9 g a = n 3 0 o cD 4yyy, 1 3 m QN W C .N Q 5' N 3 y N tQ a ? 0. m : 3 co d m l' =''' 0 0-v v 3 (I D `o 0 0 `< v 9 0 0 m C N N N C `1,,. N 6 O N 3 * N D) .'E» 3 m 5 3 D m o _m a m 3 -' m a N. —O'N N 3 3 3 v N O �. 5.� ' m m o c°-D m 3 o N 3' 3 o a x y T- ° < ' a m p o n 0 N v v ° OcV 3 vN n 3 .0. N o N T '�l °^ ° n O N d a a c m co 2 5o. nDm aT- 3 m m 3 m m cD s-. D.N N CD 0 O w ii -ate o ng II m o 3�m N D° -°i m 3 n v 3 T v N' a,.< v N D n _ m m n N a o i 1113 , 6 Cs N m • • • • • • • -O °' m O m -_J J S S = N 1] 3 n B'O (7 ?n N a N O N 0 - 0 N G N O m C_0 O 0 G ° -o B2. = 3 m m m O_S m _. -J J 0 O m�7_7 N CD CD N x G m F 3 D) 0 m G E m0 N m 9 0 p J j G 7 n `G m co- 0 J a O m m o- 8 o o m s N O N 8 N s- N 3= n °—' cD O 3-. -o S m-0 ' ,.9,-FT.N m O J N m 3 Q 0 N m a 0 0 ° N '- F N N n (p (p -O - m J m J d ° a m a ° 3 y m nmi m m O N co co J m — O m �.a c m N F w £ , J F J a s F ° a5 �° * J - 3 �,m N �_' Na Q'o U). 000 °50 m.0 ° m mm o mcJ-1m m3 m � ° CD 73 N ^ o-y N m N N m m m s 0 £ 0 C!) r- m m o F ma_m m � N T& O N o.m 'D , to v N - m o 0 m,..,-0 o m m g ° m �J � N �1 1 m c Hi N J- m a o =3 m o ° J - � =got Z * 0 0 a N N to — O n -0.zr O ] N a N 0 ?O y 3 N -D o_ m N N 0 m a 8 7 c �G 3 Z'E ', m cz, Q o o m 6 a -o aF . N m N _0 (D SN - i y G ° O D ° n.1 y^ am ° c _ o N 3 a (T o d V 11111 4 ° n °-N C O yO 0 F N m >,.., • m T �� do� ° CO Jo -N m m � n� ? a 3 ° c N so a O m -° 0 N 9 0'5-'••< 5 L.1.' N m m N m=0 '2, T. O O a O m o N_m ,� o -° y O m;111111111 N o 3 D-O iii: O m m N N O j ° (D C'F m N J 3 3 0 N m O r: a o s F 0 J m J J ° . ° J_ CO mm . S i_ mmP c a m ? 'a N C _ milli F- I- , i-1 i� (n° Ow S J 0 2 0 0 05 m y O O .0 O O a N w N N a p C -r ii <msm _fn_ *CD= m — a� 00 =0 C) oS o� --8.-2. 5-5-?: 0,� -U� m 3Z CD ^ -0 ' m W NF CD- O 0 m3o mKg)F Oa. ° o mn� � Fm JNC)J m C. m'" _ c:J _^com a ' a,o J -g.om 3mm °-Foa ?F �mD '<� o � t, fD � = i o � � mm-O. 2N » n '8 ,u d m an '° ,� mr a ,�m 5�� m,�m O a ° e B 0.O N 9 N 2 - g)(4=r a m c 5 N a 3 8 * a p m m v r. k a >r O m x 3 °3.d ° 3 ° 6 acci 'D cD g F F J C) 0 c N ,� n o1 m w c m " E ° N . m 9 a° O O) -0 Z 0 3 .N.fO ONNp „ 0.0(0 N NN E.=� ° ^ O O. m oFcm omo�m m3m o $m j _ 2 Jmv, z3 b i _a J z� oa� m m03F g) .0 ° d y°' ^ate. _ i;:-> ... I> ¢F, o' Nm �m 8 '.'' E m m � mJ 8CDm kp Z*. F N C < T> '' �m3 � cCn nci D3, N 3 m J m a mm c 5-1 m �1 m'. T Z'Djo �N,� 0-05 N o -_ aNm N O 0' m �, m a;G m m' v m 3 m J'O J J'0 m N Ti O„m N N N (D m N m N E. K = Q D <y tn'n, 3 J o a S J c0 9 E. g a'D '0 Z. �, 4 C.. 7 N'0 N J N m co a, N N CD o o N °i my .-.Td a ° m0 ' 7 c m y N a N 0 = N m [n a O ° n Q C m cr,(n J m (p N N G e1 Z O O y N m O 2a,' -_,5- m J 0 0 'y N'0 N `.,•t 3 = m s3o o" 3 Na � m mad N m'L7. NfD (' (D j -8 '2,'-c-.)' N m N D- n.. N b �O o 'm0 C)N °m 3 n � n am CD . '' 0oy mOm oQ° o o ?3 v' p l�7 �, 5 c aso n° m 2 9 'Ci 0i-0 vi CE a J o 'Nn °m o-m m m < 0 3 m C o_ Z b � 41 `'• 03 m n o m m O 3 oN o ') a c o JNa z 2 m m a a° nQ a 9- m g m-1 G)oC,— - ZW ^(D G A S 0 9 J p N 0 N '^{ a Jp� 2a' n x `N"m m m 0-..m »J• mF ° 'mn m m N _ -0 2 m G m 0 0 a=. N G N.o-m m Y' m o N 0 0 J 0 m O 0 p1 N m 0 p . JNm z2•Z cO NJ o as • 118 , 8 I I ay y. qtic s:mnnn iouy L-' 'W o =aoA0 ,z a 0.84 V8 mAAIl4 b g m4 ' g,5.-" c R- O 0 O 0 5 0— 0 Cl) 3 lx m d m m m avr m s} m 0 ,7—; 0 ,f—s2 .., A 'Ag" m n fDfmc � , 0, a m N _co o� m n c 9' o m om'" ,t cm m m o'm 5m 5 m ..<t- '4 gIGv d Z 5 ._[,15M-17 o mm o Ean mNO 5. i .. 9 m m o S or N V? O m— 0 ry 0 a N N Z O N CD Om B. Q m m a 0 Ir�. : NCOr Z 'C am o3 o Z I' gl7D5 7j oP r+ O"O N C' x H a-a DCm�'Ca0 A a 5- 0 a-35,m Z. P1, 947 Z7: 3 s ; I ,00 ,7,—.5,1 ter. m a T '. m a z 2 5 8 7 g r mo o my n 0 F.d ma y � 3m rZ mfD3mN°m C). m E c7 > iC T g- d„'o- =C -' �f'1C7 , q o a m o 0 3 f z oo ' mm z a mo mo � . o3 [xy m c- 7`c zb � � A NZ - coda S. !�7'd N 0,. 5 N 0—,7,3 o o. y o N -, 5 • y Q N ,D Q O N] 9 • 0- m °0 c 3 3 30- R o £d oo g N . . .. . . .. _ . . .. . . . . . .. r. . . . 1 1 8 il 8 1 / ( ( - - 0 @ -o ' 0 0 CD § i/ ; \ �� j / CD _ > 0 . / \ p y § (\ \ ) \a ` C ` RI 2 ! E )R /E r �« ( $§` ® � c \\ Ill %a ; �k 0 � } - 0 \(CD §i(2) ` .. H § \_ ° -«( aE111,0 i)/\ !/ 2; 0 ( ;(§CO - (/¥ . _ ; ; _ — E . E. 1 §# . §) ! lz >; ) \\9 E > ;i/ o } } cu fri ''U-\;\ I ( //�r Fe \ I A' - ( / 2 to- } ( { ® 2f z\ _ z w} ` — [ E y / § . . . _ \ \� \{ co§ §co «� \ \ — 0 § \( .. () 0 / / ! ] ! }\\§E $ II [ ` § ) tt . . . . . . .r. . . . . . . . . 1 1 P 6 ,. o f 2. .. \\ m ] k . ] I } ]{\ e.E m L.. § {2 k k§ (\: z (k � ,[ w `8k§ CD Fill m 4 0 c \ } , \ ii § e G�M. ' [ m ( f\ ! II /\)§ _ ( ©` ` 2 }[fG ƒ \ #I B (\3 ? o ( §IM ` z _ z22® E _ . \}(\`� ) 0 [72 {( ) I e \ \ ` /; ; EEf y @ . [ .!O ±) § ( © o [ : / — »[\( m \ _ %[\r �( m 7 \ F\ \\ - ( / [ / - ) ([E E > ® - 22i( ( E 7 E2 6'- 7 f > \ [ƒ} }{ m m - § ( =-/ § 2m 0)) } 0 _ [ /„( \ CD _ - \— \ 3( o ; /2ƒ! } §\ \ ) 01/ � a (/ ) ] $ ! \ E ( ƒ ` \\(k \{ \( ; (E)\ ! } } }}\ \ / \\\}\( $»E «( [ ; § 2 \Z2[e ) tt 11s i .moo-° -iz-im3 -lmw ya -i�� ^-vL� mD 8„,„, m°' ms' mm,,,, m ° n2 m 2 Z1R v 3 -°g a 8<=m Q f° o D ■_ g o a a m m m o m m 3 d A co 1 — S o o .r y m y 5, y o m° 3 °m r j ,- m ' QGQ m_ m a- m c n?a — 1MUI1I Z F c x o -z i ac., -O3 yo H m y mmm < ..11 v =on y�T x IV F,F, 1 , ym-comdy13mc_ � Nm W OC) OOO - D = Or nO 0 °-xo° `� m c 5m m °- QSm o m3 m CA .21 2 .T7 Cn A = .Z) Z7 > m Cn _i ',4 ° a a m m o ° y a_so y a, __ m .Z7 m ca Z O 'U -� _ r > o = _=y°m H m m ° d ■■ 0 O CI, iv D CD n` �7 Z p .7 Z ,?,-5-.T-m 3'° m m ,,,° o m o m 8 ° m 1._111 N < > R1m m CnO ZO moP, �3 -o 2^g-' am=y ? co m _11■'1 f O m A -1 r D p m Z co O o N z m.S m o c a o ^ m ma w < OS = m n � ° m ° m m v m o o j . 3 m 3 , m $3a;;'_ =. z ,, OZ —, , co mm Z °-a Ef° m cp ..,, m NJ DPm ;‘,..co 3' sv 0 0 m 3 o n 3 m o o H ° ° U 3 y =Q - m m Q K 3.a E f g t g m n 8 1 m Ci) cn N 0 3 ° E“fl ry Q,t 3 C N _" (n o c w m �' (5" ,-6° a y n+°' m y m y C 3 -n>°0 3^a= _o°c a m x° _ d m < a° > o c 3 n p; EL m aye..am �° �'v y°- m ac ¢ (� 57:,D $° - o yx=' m N ,91.5-2.a . 00 mo _1 CP �/� m,° o'o?' cnR nQ . m ddd mpOO = x; vm g° � N MEE \A -> o° 3 v m N LET 06 y ? = in: m IV m `- 9 o ° 'm fi{g mm I r 0,.. 0.cm 1 o D m n T0m T Dmmm�r D F rn zN °E E. 42 O -ic� uo �d a� .3 ,7", -,,c7,-2•5 � ¢I Z mm 5 o -d- _ o' d Q c== mzmo,v, m oT,nz .n - m C. 0°Ro n. Eo O� z R, !1 - ro a�-<r-r-1 u Nmy pmK ° ° a m'. a ez=Nr = ,- cox ryD m �� w m d m ° Od o n « � D �O y m °_ _=a0vrncn Z xlOnaDm0, m _ mnZfw OrD T C)r-m y i73 i2 m N 'y i 6m v m Dc, -.n� <� o m ` m Z00- jnn 7<D n, o ¢N G k,.°2 -- y o C m ti O m D Z m . W f „TER-8 ,N O<zC°.0 Zl r N O N m n ° a m y3 3 m n 035°21mA=n ya y sD m °namo)-nci,m O) 13.36 - 3. 8 w _ N - ., w m C z m j N S x N z7 y m m y N -1.,-a'° o a � = 5� a y ..o g!dHh1Gx x x =� '.G d 0 0 0 0 .. m°m{ m ff ll o? m ^-m a^, yak m° D S z ' D I I w °-o Q m a P? ,.!0 C —1 -13, 1 Z (T N ° _,N y— �(O tQ A 0 y a m D, O z Z m * m rn ' °, W m ° N a n .m'= DKL7 i D 'I D D` C7 = - d O,> a Y: j z 0 . 10 __- - CnXo m C) v fn �m "p 1.12 7 n Cr) ° z a m ^2aagmv`'�I �N N mA �czm Nzz t'^oc�ti-+ oo-i ooh MV T; z= °Dti mly/'minli O rV-80. z V'y f�9Z0-.yy �H'a 1/'D-� MVT; -�On Slmm C7 Ca;i5.4 all �� `^x o., z�ti � ' ncSzz- x,�„�`_� oz `� pp r livr-„, O'' 0 0 omo Oym 2-':00 oDD Z�".`,;'551-'3LON� mT° azyy5 'U5°CA M� N oa"^i D �--`F. - mR _ VP �om9o� To- s o m�O� ;',E4,7'''1 lncc■ [} `n m° iZ0 ➢Z➢mCK DSNA .ZtZA� 1/I� - _- g9-4 I'lO�l7 ovj i -A m o_ z yN`"z � ➢ice DAN . WS�Dn o z r a ^ mad-1 I� .. n z2<n AAzz= °z om lnnm A2mo➢ ;mN .".n➢„ , ,4,,T5-,,T,_ '^ og '� .� oin vo 1n vz°i oov' o mzm°=i oc'T`^r°.i A�� cc�n�°� c> m ��'�O��I rn _ 1yAZNO „ c>,^0- ,00.. 2ti n cz - O '7rD E �AD 0 El' WSJ AN S�2➢mA - �D- £n��Om O 4 1 IJ S F by - oym. , Em?0 OG OK ZN f PlZ NZ GCO n Ki m'm m A°z7”- m zv -zA'oo x; I°° r mA�U �mOAt 00 mKx� Off➢ O 0 '4- o, z- o z- °c, m«A - �° `o � z _ r _ n Fv r�� y £ n oy ',-- -n in xn f n°oti- ¢y =r" m 0)>0 F= mz ®Tmmn °� �°�. �o� 0_�0 _-n oody n y S -o fo Do 0o no " zi°=� mz Nm°z- -8 5 7z vim 0_ °0 0 mz Az z nz mz i"5 o sz 5 z' ,soo° �A M DO m Z o� ,nz r m ra mD ', » v'n�H onnv 0 muyim � _z Ic O� CG)AA° ZOm- 0 I 0 Z C m P i D O A Zr Z AA A 8 °ro-o CS USNZZ -1ZO5m -- z' ° s0Vz➢ ti m m C m D -, D O O O S N UO�x'O Dm - r vDN ZZ -F 6,,,T,'r Im• ��iv III .Zm1 Z c, m -, z 5 oyo m z v_raoo o__ °yjxo �An nc>o oy zo to oi< m Cn D O m i m pz Y c m N�nzz D 99 5 .'P ni, Kcz T'tiou'v O ii Z p O A o >my,� AI zmyz'r°voz Ao i� zm, �n °T�o! m 1 Ao s - m cz °z� �4 Nno 2 21, <zD� z Of w'' _om a xn�SZ O '.,mD .'!m'Z %F OL IZ' Z>co° ° »� -� ,,,, zz DNS m 6mFA m ?o i owo,n<„ v_ m h ya>g AK o z °�mz im vv o i liP ° m, XO ! 0 H v ,1f'.=t=i A O . i w > 1 p or,m mx A A .I X rn g r O ti i mo DmX /' i r C , A� m iA'''' .'-'''t''' ,Z m m g c c• r,00ys A z ,y X may-7� A �`rT .,;,,,,,./ N C■O m 1f,r N m I�' ` S' �, A,z 1 7 C o m °A i, to I < ,, ,: -Ddb a i?,. _ X'°:II _\ m o, zA . 55 � z /f += s?" f zv I D i<.‘.<<,:;/4 ii =X ` te ° 35), XSIN' �' O ?' ?" > c 6 !:::::i;:;: a m m� � �N � Pr m t — I o 1`)m z nzg 0 l''' , co n g z � m �n z? r 7r 0 m 0 "D 51 z a A " r r k la m<,' ?--dz D;IOIIIII � 'r! x r r�JPi `/,' ' fr.=ZmO I la=m •oA s q s sia !will Q iie I!m ''fig s;1= ,T,S Z° axle CO °m sag"s;o A ° m , E �^ S3�1T dim O -,D -, y !I iii _ sia Ell Q K Ozm 0 ado vS,G� �'1 S.dy o ` a o __ `mom- o a r C m F 'sl . 3F3r3 3X;n33. � Nom No�oE oo \ W °"Sk y ° `•c ::. 0 m n -o 11 �c z II m' A S �'^. QQ O o ., m n a Z 2 _ 3 bin N =n U-m } `,�..3 �> t DOS �=�m _ m N SS) r V• �m cz D i = o ;F _ -I z yo =-' n SS K d m - -°n 1> � a y s n = m c 3 Y o d �o n ; ff "' p g'c s 'm ° D 7.K . m TI z-� m y 'OHM ?3 m T 0 1� m 7o d F y 2 z 3 m m n (n y m 9 p -i n n $� F` 3 iD Z v m m z m T' n� ° Z Nlm Z aE.= v-,7 n�cn<7nmZ-< z � J =D zxn D 0 D 'H 0x07(A2—7 Ky�y ao 3>> 0-z°z02,,°° V .D - r . iplikh.„ ,v,• 2,i ■ _ N m t O m O D ti U AD°D CzO-inzz m<tp b 5 - - _� %) -T n - yomi,vi( , ,,,c rm °O p m , Ope to r^ m<�ti x x.g 6 A n�n a zm y - . >m› Z G 0 0 z 01;;;-,° o° T i A � rn I lip _• _' VA oEaxE. g LIbO • .7 ms= o A =0 § P°a 7h m n▪ _IL1 ma I r, r o v _ _ I m Z yp 00 I1b m nA A ➢ z A o %0 m o ➢ on i c z zu 5_ g A x(y� 7 pR o °r"nz°yo o o `^� ��A nm c x z z v, �A m F° m NFV c0 Q `�/I m ' 0:0''':,'n vp >v =D Z 2 p `oliimp ,il A -oozom� ° 0 W O o, o m ?G ^ — p e rr. q 5 'OS • mm I A I8m — 0 04 D xD m< _ z ,. .g I L r-;;-' O ~ U A ti 5 D Ir $_In$,+,N O D Zr➢ ➢OO D m m X Dz0 rrnnD z — (/) DO r OZ]J "DZr -O m mC Z.'J Z POP ZCO -iZ mD�l ODG r ,,==-1,,,7-9 C F) C Z z,a E.1= m Ol'00 —�nj E, m mNa ��' or7m oEm N� �czm ID D m o m Amz➢ m�D ➢ ��O< lr- �� • -vim M �ymo z i z Zm ',-7-,"r > D �c+ $ C 4z mpZ „,∎ ,. �"m n> Imo, — Y ° n ^ O <r-r U-- mN=ln ,-r1117.1 0y Dz In R' ZDm -TOD `<C XOD mm >,-)-Z Z - iN C Z ,�,- '< O v, r,� mm z c N I O U: ,n O A S Z .Zl C S u) ,P,*'G Z O 04 0< T'zm O0TN D_y D A ~DI = v o d m S m r G O< N ��z �o v,; zv,zv, �DV, om -5',,' m mo m. PO C', D O p 0 Como mD<= V �- n OON s N m c �v,� Z77N, O,m m 04,040 - ➢ o Z mti c,o zo o-,, �J rn � z m O i2T, lDOmm :, - ? i-4 o :8 T z m mr,, fl 7,* Q Y Z ➢�O DAN tn 2D Z O U D ' Z Mm '°m 0 OmC 7, O m Zz➢➢ Z O °>z <m> 0> ND m ,) Z DFm T� D'4; <o m-' D T m , r Dom Op vFz O D _m ,yr„ rm - O A Z O z Z D z, Z T _up A m ■m N■n O C D 104 r 0 =O v r m C Z Z m C Z Z 'Pi', Z K 0_, o �; ➢D m D m x A C P. 0 Z; , zzl�A i, 0(D D ✓ Co Z m G Y W N o -L-I /I a 0, v zg� •Y • 04 t V 111 1 0 0 10 _ ,:,„ m P- p_ -�-� o; Y O z, O r c N wI , � z - -2 '2 m o zn oN om� m -r„ v z E _ o° A °��°� zg rArt A x o`c {- nm niy n - ^y oAmop moo D m r m cn Ny 8" O- Z Im Ni7I,m L cr) 11611NOMMINIIMINEIMIRMI '41.a. \ , ) m ili�Z n 0 t`�J O ' gl m Z rn i■ Aid- ''''5,P,,!, mod Km 4 P7-i9 �z� (? ■� � ;\ tom ,L, ,r 2x9-i' p ,.,. Y5Yy m Y 'f rnm ooAO p>r"Fnm 1mmnn nn^xi �v`x O oAm a>m nssF zx�A c� �vz �, � mni �'A �z mzz zx zD \ gmN m m<m,mw z°A �ox zxoz- o Nm m_ cm fom n A :1n111111 �Ir 1®® ' c ('.'32 ,2 N® F�zc - A° „ =1 ,,,=4- mEa .,"(7,-,,,"' am›xi o n m 1911�i'�! °N Aoo°v z°zr, ' A>s ^n'`-' O �^ Ate° m -- `==�y�c, Q ac ro zzo > mon °n w'm m Z 0 Ff msx mF T,-1E4 °- n r zooms �z .;Z co O o 1-oF o ern "<mo i ziz,y R m 'Z m Clam V 4V, frdR - x xmn cN Noic mn,� °' ° o onm g" Z s N o; -am_A Aim c, „ m 0 EqA€4 R Sm 1 -:i10 m 0➢v� Cm ZEZ myp y R ,q I ,<K0 O-D m ‹,..(72‹,..(72,� ,-m= ;. Iv Z O A m Omz �m Z Z A e o F O A O Oc Z Z k O Z Z 4> m I> i limmainun......_ z�z ii nl z O a �' z o _ ... x w m= O � r Z mm ._ ... m 0 (n ti N X D C7 m' ! �� _. m z .. _ F _ Z -� - v A D - mn m p O ro a Z z z _. -. z m Io m 1....■. zD / ' I zc�DDC�=np A m 0 O D uIr ,D'-,',--,°,2772,1,1'. z m�zZ� m,zpo,2 p m ' .D�,DZ ), mo<�cnmz h D�]�L zOZ DD OX mZ,-IO A U 7° =nNmpoz°=m - ODF,MZ O �; ~► pinIZc-n pz z-0N ZM -, ry c -t' ln�o m,zx�I›G mT ')Z Z Z om pD (`' N zpr TD'A Om�7T. T.-X111 0OzO O C ti�m - � ,,,,,-m O Z �m<v�z^D N m ti o c),T'112 n N r y O m m m V r z W N G z H<6 OZ P I 1113 4'-0" A m o D A I N � m D D zz D O 7 � m_ D➢ Z O T o <z 'A m DK � �A �D -< � Z Z D FT, EO<I H E10 Ii 'ir �i €omnnn o C.:1 O C) I „I ....! _'3y>c, z D ,_1__ _ Maaz `o z n(— c.) a - ° z • ° E. N.) I !Ii 4HR m b F" x �aJ9wI5 �m 31-s" EmS MINIMUM COVER °mom xi'gq (CIF' OVER FORCE MAIFf vpm c,< �: - '<o P.o :F rJ N pgA�n Z�t =AZOW 'ZOO ' � — ° IOmA �(? ZnAm £� 8 < N OOm �Vi m ^AO mOD _ < ?Ir' `> �Aj mm OOVDi A O < • n N ~ m OZ Nmr OA� 0 0'.� S C I.:Dm m TDH < �<� �S AtiA DAD ,:,,,I, M OtiN DO G�'9ti 000 Zz rO 0�N 4 A� m mr2Am fa, o�,°,-� I gym_ m e y OZm � O .A K AN NO O S� ?Z -iX mU 'J 7 !P-13' oA �i v iOx� n m r o x L R1 Z DZ _ 1 1 1 po O D F N g in i m I z 7 //D A +' Iff i Aµ I m " m oDO Ap I= m o o D D O . a tt6i�4 al �m _mm , ... ...,„, 7..., o x �MI i< v� 'P \\ e� ,T - 11.1.000100,, ,n m 0m T ,,,, oA m Tv Ao° m .t D nm D Q z O vnOm o C-I X mm N A y '�"N1 I O n p �O m A D r =,'R RE OOOV- D A* D_ =Rm ,[t1 N, ^imm m A q p <d = ti m OO y A N C O,5Z a- Vzm�_m o m° >m i tiz mA m x xI - 4> 1 1- S Eli *4°. -se 1 8 i ii 1 ±o ♦ 8 i ki 3 ii) 1 1 t4,— ri it V� N IJ1,:!i a 1z git ' alg 4,1 la t r,I t it ± ' li1) let JIHIIa ~ °x it 11 `� 1h.r p 1 II R; , Ai e /1 h t B4 q W 1 St o •— hiriNg:(Igh A 4 kii- 31**.' 1 i N`i m tr ro fr C.! snopo. pp 5y 1 v°813p Wpb9 fr., Ox dS°ota.slaaiaaq , p anTn.}tel 2 8nnnnnnAnni m y � l C;, �11. OA r$m n a 9 kl o : 1'0 I s !� Vii? i �f 1 , ` c� .I, i W k. 1 :�:am�a�lly i; ,lj ' I ,' '' 1tf B (- '‘Ikts I Y 8 I 1 }-. g y; ;$ pG ppomi aa. 9 I, i r om`-{}x� xy�Yr I.V a N' „,Elesaa Q. 1•• Y q">A G-i n nCIN NbD S b 11 8 I8 t.)I 9' IaP-I 141 1 o.��'n+f=Bht 'Y 1 too c 4* po mam QpO CpC Op aaCa COCO �]jyS�q� i-' 1g g a 0000 p I a s W 0 xJ-1 a 0 h V W W V y 5� a � Y>D?'AD AYT b ; III C7 nnonnnoonoi Y mYl ' It• I, •I 4 '�o I' s' t ('-4 1/ A \1414\,.■ € erg a f”.r\ �` •a IN' N i A ,` v }�,4; �� IA v �I# i �:`� I r /� kx 4 a I I� `gipp / W`\ a r0 l /. rn.� 1 \ I /r.\,• --_, g.GAr, 8i . r i . . .. . .. ,...... 11B EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Dave Crosby Construction Superintendent Al DeMartino Project Manager 94 Construction Services Agreement: Revised 1/1/2012 11B THE FOLLOWING CONTRACT #12 -5946 WITH BONNESS, INC. WAS RESUBMITTED BY STAFF AFTER CORRECTING A CONTRACT AMOUNT REFERENCED IN BOND NO. 9081342 TO ACCURATELY REFLECT THE AMOUNT IN THE AGENDA AND APPROVED BY THE BOARD OF COUNTY COMMISSIONERS 1. Risk Management Risk Phone Number 252 -8375 Purchasing Staff February 15, 2013 itial ), Applicable) 2. County Attorney Office County Attorney Office Agenda Date Item was September 25, 2012 WE j2P_1 / 3 3. BCC Office Board of County Type of Document Commissioners \-4-1(b 1' 11 N \ 3 4. Minutes and Records Clerk of Court's Office Documents Attached 5. Return to Purchasing Department Purchasing Solicitation / Contract 12 -5946 Bonness Contact: Diana DeLeon All handwritten strike - through and revisions have been initialed by the County Attorney's NumberNendor Name 5eccc i t civt L, kd PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Rhonda Cummings, Phone Number 252 -8375 Purchasing Staff February 15, 2013 itial ), Applicable) Contact and Date Does the document require the chairman's original signature? Agenda Date Item was September 25, 2012 Agenda Item Number 11.13 Approved by the BCC provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. Type of Document Contract Number of Original 2 Attached signed by the Chairman, with the exception of most letters, must be reviewed and signed' Documents Attached PO number or account N/A Solicitation / Contract 12 -5946 Bonness number if document is All handwritten strike - through and revisions have been initialed by the County Attorney's NumberNendor Name 5eccc i t civt L, kd to be recorded Office and all other parties except the BCC Chairman and the Clerk to the Board it it INSTRUCTIONS & CHECKLIST C�z� .ztif Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. itial ), Applicable) L Does the document require the chairman's original signature? 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed' by the Office of the County Attorney. 4. All handwritten strike - through and revisions have been initialed by the County Attorney's ; Office and all other parties except the BCC Chairman and the Clerk to the Board + 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. ' 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's si nature and initials are required. C. 7. In most cases (some contracts are an exception), an electronic copy of the document and this routing slip should be provided to the County Attorney's Office before the item is N J l input into SIRE. 8. The document was approved by the BCC on the date above and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. it 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the Chairman's signature. 11B MEMORANDUM Date: February 21, 2013 To: Diana DeLeon, Contract Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #12 -5946 "LASIP Outfalls 3& 4 Canal Stormwater Improvements" Contractor: Bonness, Inc. Attached is an original copy of the above referenced contract, corrected to reflect the amounts presented under Agenda Item #1111 that was approved by the Board of County Commissioners on Tuesday, September 25, 2012. The second original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252 -8406. Thank you. Attachment RLS# !; 11B CHECKLIST FOR REVIEWING CONTRACTS Entity Name: Entity name correct on contract? Yes No Entity registered with FL Sec. of State? Yes No Insurance Insurance Certificate attached? ,, Yes No Insured registered in Florida? / Yes No Contract # & /or Project referenced on Certificate? Yes No Certificate Holder name correct (BCC)? j1Z Yes No Commercial General Liability General Aggregate Required $ L_ Provided $ 'N L, -, t__ Exp. Date Products /Compl /Op Required $ Provided $ Exp. Date ; Personal & Advert Required $ Provided $ , �° i rc Exp. Date Each Occurrence Required $ Provided $ Exp. Date t i Fire /Prop Damage Required $ Provided $ _5 "z � (-el Exp. Date ' Automobile Liability Bodily Inj & Prop Required $ y t L.l i t Provided $ ._ iv, i t _ Exp Date l� Workers Compensation Each accident Required $ 1 n { Provided $ i i- t L Exp Date Disease Aggregate Required $ Provided $ t Exp Date Disease Each Empl Required $ Provided $ t `' Exp Date " Umbrella Liability Each Occurrence Provided $ Exp Date Aggregate Provided $ Exp Date Does Umbrella sufficiently cover any underinsured portion? Yes No Professional Liability Each Occurrence Required $ Provided $ Exp. Date Per Aggregate Required $ Provided $ Exp. Date Other Insurance Each Occur Type: Required $ Provided $ Exp Date County required to be named as additional insured? ✓ Yes No County named as additional insured? Yes No Indemnification Does indemnification meet County standards? _�/ Yes No Is County indemnifying other party? Yes _ No Performance Bond Bond requirement referenced in contract? / Yes No If attached, expiration date of bond }� Does dollar amount match contract? _;ZYes No Agent registered in Florida? Reviewed by Risk Is Bond dated? _Yes No Signature Blocks Correct executor name in signature block? ✓ Yes No Correct title of executor? � Yes No Executor authorized to sign for entity? Yes No Proper number of witnesses /notary? t% Yes No Same witnesses on both contracts? 7Yes No Authorization for executor to sign, if necessary: Chairman's signature block? Yes No Clerk's attestation signature block? 7 Yes No County Attorney's signature block? Yes No Attachments Are all required attachments included? Yes No Reviewer / y� Initials: - Date: 04 -COA- 103 /222 www.sunbiz.org - Department of State Home Contact Us E- Filing Services Previous on List Next on List Return To List No Events No Name History Detail by Entity Name Florida Profit Corporation BONNESS, INC. Document Searches Page 1 of 3 11B Forms Help Entity Name Search :Submit= This detail screen does not contain information about the 2013 Annual Report. Click the 'Search Now' button to determine if the 2013 Annual Report has been filed. Search Now, j Filina Information Document Number F19249 FEI /EIN Number 592055219 Date Filed 02/04/1981 State FL Status ACTIVE Principal Address 1990 SEWARD AVE NAPLES FL 34109 US Changed 07/01/2002 Mailing Address 1990 SEWARD AVE P O BOX 9140 NAPLES FL 34101 US Changed 04/2211998 Registered Agent Name & Address BAILIE, KATHLEEN M 1990 SEWARD AVE NAPLES FL 34109 US Name Changed: 01/18/2006 Address Changed: 04/22/1998 Officer /Director Detail Name & Address Title ST BARATTA, JANE E 4951 BONITA BAY BLVD UNIT 504 http: / /ccfcorp. dos. state.fl.us / scripts /cordet.exe ?action= DETFIL &inq_doc_ number =F 19249... 2/19/2013 *www.sunbiz.org - Department of State BONITA SPRINGS FL 34134 Title D KOCSES, EILEEN M 5080 SYCAMORE DRIVE NAPLES FL 34119 Title EVP JANCO, JEFF 3535 29TH AVENUE SW NAPLES FL 34117 Title D BONNESS, MAUREEN S 7390 ROOKERY LANE NAPLES FL 34120 US Title PDC BAILIE, KATHLEEN M 267 CHANNING CT. NAPLES FL 34110 US Annual Reports Report Year Filed Date 2012 02/07/2012 2012 04/20/2012 2012 06/29/2012 Document Images 06/29/2012 --ANNUAL REPORT View image in PDF format 04/2012012 -- ANNUAL REPORT View image in PDF format 02/07/2012 -- ANNUAL REPORT View image in PDF format _� 04/01/2011 -- ANNUAL REPORT View;image in PDF format 02/24/2011 -- ANNUAL REPORT View image in PDF format 09/20/2010 -- ANNUAL REPORT View image in PDF format 01/05/2010 --ANNUAL REPORT View image in PDF format 03/30/2009 -- ANNUAL REPORT View image in PDF format.F. 01/15/2009 --ANNUAL REPORT View image in PDF format 03/24/2008 -- ANNUAL REPORT 04/16/2007 -- ANNUAL REPORT View image in PDF format 01/1812006 --ANNUAL REPORT View ,image in PDF format 04/30/2005 -- ANNUAL REPORT View„image in PDF format 04/30/2004 -- ANNUAL REPORT View image in PDF format 01/21/2003 -- ANNUAL REPORT : View image in PDF format 07/01/2002 -- ANNUAL REPORT View image in PDF format ; 04/0412001 -- ANNUAL REPORT View image in PDF format , 05/22/2000 -- ANNUAL REPORT View image in PDF format 05/06/1999 -- ANNUAL REPORT View image in PDF for Page 2 of 3 118 http: / /ccfcorp.dos. state.fl.us/ scripts /cordet.exe ?action= DETFIL &inq_doc_ number =F 19249... 2/19/2013 www.sunbiz.org - Department of State 04/22/1998 -- ANNUAL REPORT View-image in PDF forma; j 05109/1997 --ANNUAL REPORT - YieWimagein,PPF format 01/25/1996 --ANNUAL REPORT Vie)vJ gq in _ PQF7zj9 Tmat 06/20/1995 -- ANNUAL REPORT View image in PDF= fprm at Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History I Home I Contact us I Document Searches I E Filing Services I Forms I Help Col)yrjqht� and Privacv Policies State of Florida, Department of state Page 3 of 3 11B , Entity Name Search ISuf�miE http://ccfcorp.dos.state.fl.us/scripts/cordet.exe?action=DETFIL&inq_doc—number=F 19249... 2/19/2013 118 LASIP OUTFALLS 3 AND 4 COLLIER COUNTY BID NO. 12 -5946 COLLIER COUNTY, FLORIDA Rhonda Cummings, FCCN, CPPB, Procurement Strategist Email: rhondacummings @colliergov.net Telephone: (239) 252 - 8941 FAX: (239) 252 - 6700 Design Professional: Ted Tryka, PE Agnoli Barber and Brundage, Inc. 7400 Tamiami Trail North, Suite 200 Naples, FL 34108 (239) 597 -3111 P, airing Depadmegb 3327 Tamiami Trail East • Naples, Florida 341124901 • w+wr.colfiergov.nettpurcnasing 1 Construction Services Agreement: Revised 3/1/2012 col r!� 'court Adminisb'abve Services Division Purdiazing Memorandum Date: July 27, 2012 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 -5946 LASIP Outfalls 3 and 4 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGES /CLARIFICATION: To address changes in the Utilities Standards, see the attached documents Section 01026 Par 1 1 01 C Item 39 Utility Revisions discussed in Pre -Bid Meeting held 7 -25 -12 Plans — Addendum #2 Technical Specifications — Addendum #2 Section 2, IV, C, P1, S4 Bid Form — Addendum #2 C' Shane Cox, Senior Project Manager 1 11B 37 PLANTINGS (ABOVE SEASONAL HIGH WATER TABLE) 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) 39 10" HDPE DIRECTIONAL DRILL (CARRIER PIPE) 40 4" DR 14 FORCE MAIN 41 4" AIR RELEASE VAVLE 42 4" PLUG VALVE 43 SANITARY SEWER MANHOLE 44 REMOVE 4" FORCE MAIN 45 REMOVE 24" FORCEMAIN 46 REMOVE 8" SANITARY SEWER 47 REMOVE SANITARY SEWER MANHOLE 48 12" WATERMAIN DEFLECTION (CONTINGENT ITEM) 49 24" FORCEMAIN DEFLECTION (CONTINGENT ITEM) D. The CONTRACTOR's attention is called to the fact that the quotations provided for the various items on the Schedule of Prices Bid are intended to establish a GRAND TOTAL BASE BID AMOUNT for completing the WORK in its entirety. Should the CONTRACTOR feel that the cost for any item of WORK has not been established by the Schedule of Prices Bid in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the WORK in its entirety. 2.0 End of Section 11B LASIP Naples Manor Outfall 3 &4 Addendum #2 - 7 -26 -12 Utility Revisions Discussed in Pre -Bid Meeting 7 -25 -12 1) Above Ground ARV on Forcemain Collier County Utilities is in the process of updating standards to require above ground ARV's_on Forcemains. A new detail, referred to as WW -14A, will replace the existing below ground detail WW -14 in this plan seta Sheets Revised: 23, 33 & 49 2) Revised Utility Detail G -9 Strike - through text on Item No. 6. Sheet Revised: 47 3) Reduce Directional Drill Casing Diameter Collier County Utilities is reducing the casing size diameter so that casing spacers are not required. The new HDPE casing diameter is 10 ". Sheets Revised: 23, 33 Contract Docs: Section 01026, Part 1, 1.01, C, Item 39 Technical Specs: Section 2, IV, C, Paragraph 1, Sentence 4 Section 7, I, C, Item 39 Bid Form/Estimate: Item 39 4) Add note regarding Pumper Trucks Note: The contractor shall provide off -site pumper trucks as required by Collier County Utilities to pump down the lift station at Myrtle Lane while service is interrupted. The cost of the Pumper Trucks is considered incidental to the work and no separate payment shall be made. Sheet Revised: 23 5) Add Addendum #2, Plan Revision #1 to Cover Sheet Sheet Revised: 1 � H Uii a U O ~ O a ra N N l�l � W C a � � o � 4 a � o of ClI Ico C I; .., I •'. ass an SroBI `In 'Z "o" 4 r E,, a w w x H z t- a ¢ a ¢ a m o b 2 d O a 3 W p F U 7 N z Z Z ¢ JZ a Q Q J d a a a a JU K ¢ z Z O N WwF a�w I O OaWg N W W °Om Q aU'ROMN W x? = ix P: a^w °zwo� a�ZQ¢� Z OON Pw'� ww�x4m ax � V! Q1 =�yaN z��'NmZI a a ¢ N M N (t z p U a W- a a i "m z �$e S�yOatg C y W ¢ It a` a .aj F�y��ta'.4 LL40 Z W Q 03 .dzm m O�I j„000yOd = =��� �p0 < ¢ Sao aW u; . Q. y0 C7Uaiy�Ql- .',FOQK(.7fZ z=� a mgt ma°m<mYmzN��at�yz�o <°F�'' a9z° ti >a�ziaz <OKn.a6OCpU°'a',YSag i• z 8 N m Om� }y��.x � � N aa 2U G" a. z pa°y ws a_ 5 a w o s: [[z,,JJ//yyC O Q iW■�Y F'Fi z �NmVi �_ '�Qm[V mCR Y pNN3 ■ ■■ ■ ■■ W Ala tS ■■ ■rr ■ ■ ■■ u T j la 4W ■■■ ■ ■r ■r■ .. b u Z 2 m uurr ■ ■■ °3 �Q'�,�� ��WI uruu■■w� cn zn w =ZOO an U zm °L, o Zo.w O W O ¢ N pUHtlS U H I I I I I U U V V V N U KKLC�Ix F H H H H H f/1NNNN Z W noo C N A HOOD a 0 2 �i Nti iz 3 g b O b323S 2NNN Wtj\ WZ o�E 4H T, H U W O N O v N W) N O O O v z H H� a u u o Z a ra N N l�l � W C a � � o � 4 a � o of ClI Ico C I; .., I •'. ass an SroBI `In 'Z "o" 4 r E,, a w w x H z t- a ¢ a ¢ a m o b 2 d O a 3 W p F U 7 N z Z Z ¢ JZ a Q Q J d a a a a JU K ¢ z Z O N WwF a�w I O OaWg N W W °Om Q aU'ROMN W x? = ix P: a^w °zwo� a�ZQ¢� Z OON Pw'� ww�x4m ax � V! Q1 =�yaN z��'NmZI a a ¢ N M N (t z p U a W- a a i "m z �$e S�yOatg C y W ¢ It a` a .aj F�y��ta'.4 LL40 Z W Q 03 .dzm m O�I j„000yOd = =��� �p0 < ¢ Sao aW u; . Q. y0 C7Uaiy�Ql- .',FOQK(.7fZ z=� a mgt ma°m<mYmzN��at�yz�o <°F�'' a9z° ti >a�ziaz <OKn.a6OCpU°'a',YSag i• z 8 N m Om� }y��.x � � N aa 2U G" a. z pa°y ws a_ 5 a w o s: [[z,,JJ//yyC O Q iW■�Y F'Fi z �NmVi �_ '�Qm[V mCR Y pNN3 ■ ■■ ■ ■■ W Ala tS ■■ ■rr ■ ■ ■■ u T j la 4W ■■■ ■ ■r ■r■ .. b u Z 2 m uurr ■ ■■ °3 �Q'�,�� ��WI uruu■■w� cn zn w =ZOO an U zm °L, o Zo.w O W O ¢ N pUHtlS U H I I I I I U U V V V N U KKLC�Ix F H H H H H f/1NNNN Z W noo C N A HOOD a 0 2 �i Nti iz 3 g b O b323S 2NNN Wtj\ WZ o�E 4H T, a w w x H z t- a ¢ a ¢ a m o b 2 d O a 3 W p F U 7 N z Z Z ¢ JZ a Q Q J d a a a a JU K ¢ z Z O N WwF a�w I O OaWg N W W °Om Q aU'ROMN W x? = ix P: a^w °zwo� a�ZQ¢� Z OON Pw'� ww�x4m ax � V! Q1 =�yaN z��'NmZI a a ¢ N M N (t z p U a W- a a i "m z �$e S�yOatg C y W ¢ It a` a .aj F�y��ta'.4 LL40 Z W Q 03 .dzm m O�I j„000yOd = =��� �p0 < ¢ Sao aW u; . Q. y0 C7Uaiy�Ql- .',FOQK(.7fZ z=� a mgt ma°m<mYmzN��at�yz�o <°F�'' a9z° ti >a�ziaz <OKn.a6OCpU°'a',YSag i• z 8 N m Om� }y��.x � � N aa 2U G" a. z pa°y ws a_ 5 a w o s: [[z,,JJ//yyC O Q iW■�Y F'Fi z �NmVi �_ '�Qm[V mCR Y pNN3 ■ ■■ ■ ■■ W Ala tS ■■ ■rr ■ ■ ■■ u T j la 4W ■■■ ■ ■r ■r■ .. b u Z 2 m uurr ■ ■■ °3 �Q'�,�� ��WI uruu■■w� cn zn w =ZOO an U zm °L, o Zo.w O W O ¢ N pUHtlS U H I I I I I U U V V V N U KKLC�Ix F H H H H H f/1NNNN Z W noo C N A HOOD a 0 2 �i Nti iz 3 g b O b323S 2NNN Wtj\ WZ o�E 4H T, m o b 2 d O a 3 W p F U 7 N z Z Z ¢ JZ a Q Q J d a a a a JU K ¢ z Z O N WwF a�w I O OaWg N W W °Om Q aU'ROMN W x? = ix P: a^w °zwo� a�ZQ¢� Z OON Pw'� ww�x4m ax � V! Q1 =�yaN z��'NmZI a a ¢ N M N (t z p U a W- a a i "m z �$e S�yOatg C y W ¢ It a` a .aj F�y��ta'.4 LL40 Z W Q 03 .dzm m O�I j„000yOd = =��� �p0 < ¢ Sao aW u; . Q. y0 C7Uaiy�Ql- .',FOQK(.7fZ z=� a mgt ma°m<mYmzN��at�yz�o <°F�'' a9z° ti >a�ziaz <OKn.a6OCpU°'a',YSag i• z 8 N m Om� }y��.x � � N aa 2U G" a. z pa°y ws a_ 5 a w o s: [[z,,JJ//yyC O Q iW■�Y F'Fi z �NmVi �_ '�Qm[V mCR Y pNN3 ■ ■■ ■ ■■ W Ala tS ■■ ■rr ■ ■ ■■ u T j la 4W ■■■ ■ ■r ■r■ .. b u Z 2 m uurr ■ ■■ °3 �Q'�,�� ��WI uruu■■w� cn zn w =ZOO an U zm °L, o Zo.w O W O ¢ N pUHtlS U H I I I I I U U V V V N U KKLC�Ix F H H H H H f/1NNNN Z W noo C N A HOOD a 0 2 �i Nti iz 3 g b O b323S 2NNN Wtj\ WZ o�E 4H T, Z O N WwF a�w I O OaWg N W W °Om Q aU'ROMN W x? = ix P: a^w °zwo� a�ZQ¢� Z OON Pw'� ww�x4m ax � V! Q1 =�yaN z��'NmZI a a ¢ N M N (t z p U a W- a a i "m z �$e S�yOatg C y W ¢ It a` a .aj F�y��ta'.4 LL40 Z W Q 03 .dzm m O�I j„000yOd = =��� �p0 < ¢ Sao aW u; . Q. y0 C7Uaiy�Ql- .',FOQK(.7fZ z=� a mgt ma°m<mYmzN��at�yz�o <°F�'' a9z° ti >a�ziaz <OKn.a6OCpU°'a',YSag i• z 8 N m Om� }y��.x � � N aa 2U G" a. z pa°y ws a_ 5 a w o s: [[z,,JJ//yyC O Q iW■�Y F'Fi z �NmVi �_ '�Qm[V mCR Y pNN3 ■ ■■ ■ ■■ W Ala tS ■■ ■rr ■ ■ ■■ u T j la 4W ■■■ ■ ■r ■r■ .. b u Z 2 m uurr ■ ■■ °3 �Q'�,�� ��WI uruu■■w� cn zn w =ZOO an U zm °L, o Zo.w O W O ¢ N pUHtlS U H I I I I I U U V V V N U KKLC�Ix F H H H H H f/1NNNN Z W noo C N A HOOD a 0 2 �i Nti iz 3 g b O b323S 2NNN Wtj\ WZ o�E 4H T, gl A aka n �aao �amo 0 p K; H Z C w� i 67 7 � aT ~ � r �n y n 3 a� z tia A� O& y� n r � m a � N !p (N w N � II is iI I I I I , I w w i! I I. I , I I jm��ai I m O E u Z I :a Is: s I w < m i I R l r m big /; I A �i SA v LUO I i i i I: MMI- 2'60P6 o� � a A I m I= I I i I I � o .) F A I'1 ° I 1 , i I I 161 3 : 0 118 MATCT MEVE STA. 432 +00 o Z y e�nn A� I v IFS m R I: o� I m I= I I i I I � o A I A o��gmZO oCL y m I I ?I A. 0 ° m�imof�, satAi� amt oozy AI i Irv: a0 �� A �N 1- ERR ymv < I N A T aY2 y� TTA I �n 1n pp2m MATCHLINE STA. 437 +50 ga � mc�l'n O�1�C I,lomm ° L^im A O g—z�� Y � a � W � � y W v rn ro to o � yp So y� o Q En 04 O U 4' C V � N N N 2 �g v M �Q e C jy e o �z N a� §§ �En F rp~ O O O °2mb O O O Lw Z + 1.2 + + Co r (D 1! € ( Id tummy .. $ � F \ r I 2 �u IE I I ZNZ I N 4WD €>� Z ZNZp € Z�6 U U UU id { 9 I II I ° I II j m a o im iu °o xi C, C Zz W 3'Wm U m o i zee I � w 3 ¢ U O Lu 0 omQ u) 1.5 N o o vl wQw � n O °Z¢ mUC�m OZ ZO¢ 'a U p JJ�Q �N 2 tt1 "i�¢2 —IW WQ Q,ppW ¢ � OO 3 ZJY� Lu� J J Q U k e g W N J_ ¢ J x ° O w Q O x 3 � CL U>rN w"� w W � Z Ci Q c n Z W � 3N °x z J -x < = N W d t N�o wW oa xa 90 Q < w O x Z Q v N ~ W wmw Z zU O m �W N�> �a Z O w w V O�� O V O a3a z O° i 3 W w wa g }w zd> m w> daW 3Z i N O a J ° W� Q 3� w w o • ov» Q u'zz '_o QQO i xoN Q WC, 30m � O. p �3w w ug Qm m << °?a S o a Z 3x .-9 WO2W OU' K U-0 ZQ L N Q °~ Z m .00 >m3 mom ZZO O °`—'G OW U J Z M O Q W W W Q N m L N�O o-W �rQ� Ow O3 t 00 w zwa ° w w3 mz�a �vNiw L xQ< O JNJ ZwOO dmm l p~>tz moz Z w N80 WW i x w- � Nvi�rn 3¢ W —a vxi0a o <" o °W t J >p,Q M� Q3N <Zz Q wm3 ri o(n w o MW20 O w °UJO dJ �JU NmCC Z O Z_ o?ow ¢ o� zQa� mz° 2 a� >vi 10 amo <Q0 3�¢ _ C� ri a vi u �U Y H Z LLL1» � O Q O i � Z W WZ U O j �Z i1Z Z r O vai�00 <OW � WO z j I DO O W C 2 I O ' J w � O 3� O 6 rc M U U S V m m 3 U Z mvv�.K o< C?J UZZ U Z U0- d. x 9p6i W y��j > � a a j > N a Np � 0 3 = ms �Z N OU - W n � 6 O O O U J O W N J_ ¢ J x ° O w Q O x 3 � CL z J -x < = N W d t N�o wW oa xa 90 Q < w O x Z Q v N ~ W wmw Z zU O m �W N�> �a Z O w w V O�� O V O a3a z O° i 3 W w wa g }w zd> m w> daW 3Z i N O a J ° W� Q 3� w w o • ov» Q u'zz '_o QQO i xoN Q WC, 30m � O. p �3w w ug Qm m << °?a S o a Z 3x .-9 WO2W OU' K U-0 ZQ L N Q °~ Z m .00 >m3 mom ZZO O °`—'G OW U J Z M O Q W W W Q N m L N�O o-W �rQ� Ow O3 t 00 w zwa ° w w3 mz�a �vNiw L xQ< O JNJ ZwOO dmm l p~>tz moz Z w N80 WW i x w- � Nvi�rn 3¢ W —a vxi0a o <" o °W t J >p,Q M� Q3N <Zz Q wm3 ri o(n w o MW20 O w °UJO dJ �JU NmCC Z O Z_ o?ow ¢ o� zQa� mz° 2 a� >vi 10 amo <Q0 3�¢ _ C� ri a vi u �U Y H Z LLL1» � O Q O i � Z W WZ U O j �Z i1Z Z r O vai�00 <OW � WO z j I DO O W C 2 I O ' J w � O 3� O 6 rc M U U S V m m 3 U Z mvv�.K o< C?J UZZ U Z U0- d. x 9p6i W y��j > � a a j > N a Np � 0 3 = ms �Z N OU - W n � 6 O O O U J O � a 6wz3oz J � <�� Q = N Q �y J � U>rN w"� w F- Ci J c G y J C - F B� A z' W IRII1 ;1 3 � 2 G U � zS j C7a 1Sd j 06 OAS J m 67H7 a 6wz3oz � <�� �o4a��W Z � I W w l �3 U>rN w"� w F- Ci W d' �1 J rr W 8a3 [y6Za�j� <,3 O U ? W � Z U Q yI Y1� .or ^z > J6 N 691 s � I 3 �o rU oa �a ra 4Iz T Tm r geg 9@ w� H y9i Q§ �j�8 w �y N 3 �> cn` a M: o 3� O W Z w mQ z J N Q O � 2 Z u z Q 3 ui cr C� w U Z Q� Z z Q o N N wI \ 0 L 110-1 -V 0 z wo mw� ra- Ln <o O _ � o 0000 O FUO >m w U- Z Z> O O �1 �a a a 0 0 � N W N W z 0� R pg S I:i W o W 1 j k w z w r W 0. z F m IL 3" o �Z N a w M€ r� N R o: C t i z 3 C7d ®118111 �o v aam 8�� Nil �9c9 z 0� R pg S I:i W o W 1 j k w z w r W 0. z F m IL 3" o �Z N a w M€ r� N R o: C t i z 3 C7d ®118111 �o v aam 8�� 118 PROJECT: EXHIBIT J TECHNICAL SPECIFICATIONS LASIP - NAPLES MANOR OUTFALL 3 & 4 ABB PROJECT NUMBER 7599 -6 Iri aW.11;��7��77i COLLIER COUNTY TRANSPORTATION ENGINEERING DEPARTMENT, ROADWAY, STORMWATER, AND BRIDGE SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 ENGINEER: AGNOLI, BARBER & BRUNDAGE, INC. 7400 TANIIANB TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597 -3111 Fax (239) 566 -2203 DATE: July 2012 116 TABLE OF CONTENTS EXHIBIT J TECHNICAL SPECIFICATIONS Page SECTION 1 SPECIAL CONDITIONS .................................................... ............................... 1 1. GENERAL ......................................................................... ............................... 1 SECTION2 SITE WORK ........................................................................ ............................... 3 I. CLEARING AND GRUBBING ........................................ ............................... 3 II. EARTHWORK .................................................................. ............................... 3 IIl. SEEDING / MULCHING / SODDING .................................. ..............................4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS ...................... 5 SECTION3 PAVING ............................................................................... .............................11 I. STABILIZED SUB- GRADE/LIMEROCK BASE ......... .........................:..... 11 LI. CONCRETE CURBS /GUTTERS /SIDEWALKS ............. .............................12 III. PAVEMENT MARKINGS ............................................. ............................... 14 SECTION 4 DRAINAGE ......................................................................... .............................16 I. STORM SEWERS /STRUCTURES .................................. .............................16 II. SWALE EXCAVATION ................................................. ............................... 19 SECTION5 CONCRETE ......................................................................... .............................21 I. GENERAL ....................................................................... ............................... 21 SECTION 6 PLANTINGS ............................... ............................... ...............22 ....................... 1. GENERAL ....................................................................... ............................... 22 II. PRODUCTS ....................................................................... .............................26 Exhibit J Table of Contents - Specifications Index.doc 1 11B SECTION 7 MEASUREMENT AND PAYMENT .............................. ............................... 29 GENERAL....................................................................... ............................... 29 Exhibit J Table of Contents - Specifications Index.doc 11B EXHIBIT J TECHNICAL SPECIFICATIONS SECTION 1 SPECIAL CONDITIONS I. GENERAL A. Beginning Work The Contractor shall notify the Engineer, the Utility Department and any and all utility companies of his intention to begin work, not less than 5 days in advance of the date on which he proposes to begin construction. B. Suspension of Work The Contractor shall not suspend operations or remove equipment or materials necessary for the completion of the work without the permission of the Engineer. The Engineer shall have the authority to suspend the work, wholly or in part, for such period or periods as may be deemed necessary, due to the failure on the part of the Contractor to carry out orders given or to comply with any or all provisions of the contract. Such suspension shall be ordered in writing, giving in detail the reasons for the suspension. If for any reason it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily, not become damaged in any way, and he shall take every reasonable precaution to . prevent damage to or deterioration of the work performed, shall provide suitable drainage of the roadway by opening ditches, shoulder drains, etc., and shall provide any temporary structures necessary for public travel or convenience. C. Night Work In general, all work shall be performed during daylight hours. For special operations, night work may be done if so authorized in writing and appropriate governmental approvals are obtained. No night work shall be performed unless adequate artificial lighting has been provided and has been approved. D. Sequence of Operation The Contractor shall not open up work to the prejudice of work already started, and the Engineer may require the Contractor to fmish a section on which work is in progress before work is started on any additional section. E. Drainage The Contractor shall so conduct his operations and maintain the work in such condition that adequate drainage will be in effect at all times. Existing functioning storm sewers, gutters, Exhibit J Section 1 Special Conditions.doc I 118 1 ditches, and other run -off facilities shall not be obstructed. F. Hydrants Fire hydrants on or adjacent to the roadway shall be kept accessible to fire apparatus at all times and no material or obstruction shall be placed within 15 -feet of any such hydrant. G. Barricades and Protection of Work The Contractor shall protect his work throughout its length by the erection of suitable barricades where required. He shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across thoroughfares. Wherever it is necessary to cross a public walk, he shall provide a suitable safe walkway. He shall also comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants and letter boxes shall be kept accessible at all times. H. Use of Explosives No blasting shall be done except upon approval by the Owner and the governmental agency or political subdivision having jurisdiction. When the use of explosives is approved by the Owner as necessary for the execution of the work, the Contractor shall use the utmost care so as not to endanger life or property, and assume responsibility for any such damage resulting from his blasting operations, and whenever directed, the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES" and shall be in care of competent watchmen. All permits required for the use of explosives shall be obtained by the Contractor at his expense. All requirements of the governmental agency issuing permit shall be observed. Collier County Utilities Standards Manual Water utilities, sewer utilities, and reclaimed water utilities shall be in accordance with the Collier County Utilities Standards Manual, latest edition. A copy of the manual is available on the Collier County Utilities website. SEC 1 Exhibit J Section 1 Special Conditions.doc 2 SECTION 2 SITE WORK I. CLEARING AND GRUBBING A. Scope The scope of this section consists of clearing and grubbing within areas designated by the Engineer. The work of clearing and grubbing shall include the disposal of the resultant products and debris. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Clearing and Grubbing, and Selective Clearing The work shall include the complete removal and disposal of all buildings, timber, brush, stumps, roots, grass, weeds, sawdust, rubbish and all other obstructions resting on or protruding through the surface of existing ground and the surface of excavated areas. All stumps, roots and other debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of not less than six inches and all stumps, roots, etc., exposed shall be removed to a depth of at least one foot. Where so directed by the Engineer, desirable trees within the work area shall be trimmed, protected and left standing. Selective clearing shall be performed in some areas by retaining trees selected by the Owner for saving which shall be protected from construction equipment by the Contractor in a manner approved by the Engineer. Any loose boulders or rocks lying on the surface of the ground shall be removed. Timber, stumps, brush, roots, rubbish, and any objectionable material resulting from clearing and grubbing shall be disposed of off site. The Contractor shall obtain all necessary permits and approvals. As an alternate proposal, burning of debris will be allowed subject to the Contractor obtaining all required permits and subject to applicable laws, ordinances and regulations. 1 :: . A I:. A. Scope The work of this section consists of furnishing all necessary labor, equipment, material and transportation necessary to bring the site to the lines and grades shown on the drawings. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and /or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid on existing conditions. Exhibit J Section 2 Clearing & Grubbing.doc 3 I I B B. Excavation Existing surfaces to be excavated from, or filled over, shall be stripped to a depth of six inches, unless otherwise directed by the Engineer, to remove grass and roots. This stripped material will be classified as unsuitable material and shall be used as top soil. All suitable materials removed from the excavation shall be used as far as practicable in the formation of the embankments, sub - grades, shoulders and other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A -8 in accordance with AASHTO Designation M145 -73 is considered to be highly organic soil (peat or muck) and unsuitable material. This unsuitable material existing in detention areas may remain, unless otherwise as directed by the Engineer. The unsuitable material shall be stockpiled in surplus excavated material areas as shown in the Drawings or as otherwise directed by the En- gineer. All excavated material shall be considered property of the Owner and disposed of on the Project. C. Grading Excavated material from lakes, swales and/or ditches may be used to make required fill provided the material is of suitable nature. Grading shall be accomplished to meet the proposed elevations as shown on the plans. Any suitable excess excavated material shall remain the property of the Owner and shall be disposed of on site as directed by the Engineer. All suitable excavated material shall be considered property of the Owner and disposed of on the project. D. Road, Parking Lot and Maintenance Road Road, parking lot, travel -way and cart path embankment material and placement shall be in conformance with Florida D.O.T. Standard Specifications, Section 120. III. SEEDING/MULCBING /SODDING A. Scope The scope of this section consists of seeding, sodding, fertilizing and mulching all unpaved areas within road and/or completed drainage swale rights -of -way. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials and Placement of Seed and Mulch The Contractor shall furnish all labor, material and equipment to prepare shoulders and backslopes from the edge of the pavement or back of the concrete gutter to the right -of -way line, and such other areas as designated on the plans. All work shall be in accordance with Section Exhibit J Section 2 Clearing & Grubbing.doc 4 11B 570 of the latest edition of the "Florida D.O.T." standard specifications. C. Final Cleanup The Contractor shall keep the works free from accumulations of waste materials, rubbish and other debris resulting from the work. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the works and adjacent property, all surplus . and discarded materials, rubbish and temporary structures; restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work; and shall leave the site and vicinity unobstructed and in a neat and presentable condition throughout the entire area or length of the work under contract. The placing of materials of every character, rubbish, or equipment on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. If the works are of such character as may be done by blocks or sections, the Contractor may be required to remove promptly and dispose of accumulated rubbish, debris or surplus materials from blocks or sections as completed or partially completed. In the event of delay exceeding four days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials, or to restore displaced or damaged property, the Owner may employ such labor and equipment as he may deem necessary for the purpose and the cost of such work, together with the cost of supervision, shall be charged to the Contractor, and shall be deducted from any money due him. No Contract shall be considered as having been completed until all rubbish and surplus materials have been removed and properly disposed of. IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS A. Scope The work included under this Section consists of clearing, excavating, grading and backfilling as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. B. Clearing General The Contractor shall perform all clearing necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Plantings, shrubbery, trees, utility poles or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored, or otherwise protected and preserved unless otherwise directed by the Engineer. 2. Tree Protection The Contractor shall exercise care to protect the roots of trees which are to remain. When excavating within 5 -feet of the trunk of such trees, the Contractor shall use chain Exhibit J Section 2 Clearing & Grubbing.doc 5 118 saws, pruning shears and/or clippers to prune injured roots. The backfill shall be placed as soon as possible. C. Excavation The Contractor shall perform all excavation of every description and of whatever substances encountered, to the dimensions and depth shown on the Drawings, or as directed. All - excavations shall be made by open cut (see Section V of the Special Conditions Section for information on blasting). One exception will be the Dual 58" HDPE crossing under U.S. 41. This work shall be accomplished by Jack & Bore per Section 556 of the FDOT Standard Specifications For Road and Bridge Construction, current edition. The other exception is the 10" HDPE Directional Drill for the 4" forcemain relocation. All existing utilities such as pipes, poles and structures shall be carefully supported and protected from injury and, in case of damage they shall be restored at no cost to the Owner. In areas where trench widths are not limited by right -of -way, and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. A substantially and safely constructed movable shield, "box" or "mule" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. Pipe trenches for utility lines shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, or sheeting if used, of 8- inches minimum and where the pipe size exceeds 12- inches to 18- inches minimum. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12- inches. Manhole excavations shall be carried to sufficient depth to permit their construction on the undisturbed bottom of the excavation. If overcut, bedding material shall be furnished at no cost to the Owner. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to stockpile areas designated by the Engineer. All materials suitable for use as backfill shall be hauled to and used in areas where not enough suitable material is available from the excavation. Suitable material in excess of backfill requirements shall become the property of the Owner and shall be placed on site in an area and manner designated by the Engineer, at the Contractor's expense. All unsuitable material shall become the property of Contractor and shall be removed from the site by Contractor. Exhibit J Section 2 Clearing & Grubbing - Add #2.doc 6 116 " D. Removal of Water It is a basic requirement of these specifications that excavations shall be free from water before pipe or structures are installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and the Contractor may elect to use the Alternate Method of Construction (see paragraph I). The Contractor shall provide all necessary pumps, underdrains, well -point systems, and other means for removing water from trenches and other parts of the work. The Contractor shall continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent floatation or movement of the pipe in the trench and until backfill is above the natural water table. Water from the trenches and excavation shall be disposed of per South Florida Water Management District permit restrictions in such a manner as will not cause injury to public health, to public or private property, to the work completed or in progress, to the surface of the streets, or cause any interference with the use of the same by the public. E. Pipe Bedding Excavation shall be backfilled with approved pipe bedding material, up to the level of the lower one -third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material for piping shall be pea rock, drainfield limerock, or similar materials as approved by the Engineer. Limerock screenings, sand or other fine inorganic material from the excavation may be used for bedding material when pipe is installed above the natural water table. Any excavation below the levels required for installation of the pipe bedding, except for "Additional Excavation ", as hereinafter specified, shall be backfilled with approved bedding material, tamped, compacted and shaped in 12" lifts to provide proper support for the proposed pipe, at no cost to the Owner. F. Trench Stabilization No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms that are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. G. Backfill Backfill material shall be noncohesive, nonplastic and free of all debris, lumps and clods. Backfill material placed within 1 -foot of piping and appurtenances shall not contain any stones Exhibit J Section 2 Clearing & Grubbing.doc 7 118 or rocks larger than 2- inches in diameter (1 -inch for PVC) and no stones or rocks larger than 6- inches in diameter will be permitted in any backfill. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, the Engineer will order the Contractor to provide additional material suitable for this purpose. The additional material shall be installed as specified herein. Selected backfill material containing no stone or rocks larger than 2- inches shall be placed in 12 -inch layers and thoroughly tamped to a depth of 12- inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. After the backfill has been placed to a level 12- inches over the pipe, the remainder of the backfill shall be placed in layers, not to exceed 12- inches, and compacted with mechanical vibrators or other suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined. No more than 250 feet of trench shall be opened, without backfilling, at any time. At the end of the work day, all trench shall be completely backfilled except the pipe end, which shall be protected against damage and accident. Backfilling of a trench through an existing paved area shall proceed per plan details, if applicable. H. Additional Excavation. and Backfill Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the Engineer and wasted. Sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in 6 -inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of 95% of AASHTO T -180. Construction shall then proceed in accordance with the provisions of Subsection E, Pipe Bedding. Additional excavation shall be performed where organic or other unsuitable material is encountered in the excavation. The Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. Where such additional excavation is ordered by the Engineer, the cost of such excavation and backfill shall be included in the unit price bid for excavation of unsuitable material. Unsuitable material will become property of Contractor and removed from the site. Exhibit J Section 2 Clearing & Grubbing.doc 8 11B Alternate Method of Construction A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence of the Engineer, may elect to employ the following alternate method of construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the alternate method of construction to such specific portions of the work as the Engineer shall determine. The construction specifications contained in the preceding parts of this section shall establish the required standards of construction quality for this work. Use of the alternate method of construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payment will be made to the Contractor for excavation, backfill, sheeting or any costs in use of this alternate method of construction. The unit prices established in the Proposal shall be full payment for the various items of work. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of Subsection A through Subsection I, including this Section, shall apply to this construction unless otherwise specifically modified herein. Removal of Water The installation of pipe, manholes and appurtenances under water will be permitted and the requirements of Article D, "Removal of Water ", will be waived. 2. Excavation Excavation for manholes to be installed under water shall be continued to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12- inches in rock, or 24- inches in sand, for the placement of drainfield limerock as hereinafter specified. The excavation of pipe trenches at their junction with excavations for manholes shall be modified in the following manner: A longitudinally sloping, plane bottom surface, for the placement of pipe bedding material, shall be provided from the bottom of the manhole excavation, at its extremity, to a line of intersection with the bottom of the typical excavation of 10 -feet measured horizontally, from the vertical plane of the manhole excavation. Pipe and Manhole Bedding The pipe trench or manhole excavation shall be backfilled to receive the pipe or manhole with drainfield limerock as the same is commonly referred to in this area, up to the level of the lower one -third of the proposed pipe barrel, or to the outside bottom of the Exhibit J Section 2 Clearing & Grubbing.doc 9 SEC 2 11B proposed manhole, as applicable. This backfill shall be tamped and compacted to provide proper bedding for the pipe or manhole, as also specified herein. Under no cir- cumstances will material other than drainfield limerock be considered satisfactory for use as bedding material for underwater construction. 4. Backfill After the pipe is installed, backfilling shall proceed in accordance with the provisions of Subsection G, "Backfill ". Exhibit J Section 2 Clearing & Grubbing.doc 10 11B SECTION 3 PAVING I. STABILIZED SUB- GRADE/LIMEROCK BASE A. Scope The scope of this section consists of furnishing labor, equipment, and materials for the construction of a crushed limerock base and of a stabilized subgrade. The stabilized subgrade and the base course shall be constructed in accordance with the plans and specifications. Standard specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction ". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and those shown on the plans or called for in the specifications. B. Material and Construction The limerock base and subgrade material shall conform to Section 911 of the "Florida D.O.T. Standard Specifications ". Stabilization of the subgrade and shoulders shall be in accordance with Section 160 of the "Florida D.O.T. Standard Specifications ". Construction of limerock base shall be in accordance with Section 200 of the Florida D.O.T. Standard Specifications ". The subgrade and shoulders shall be stabilized to the depth and width as shown on the plans and shall have a minimum Florida Bearing Value (FBV) of 75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall be compacted to at least 98% of maximum density as determined by the AASHTO T180, (modified proctor test). The limerock base shall have a compacted thickness and width as shown in the drawings. All limerock shall have a minimum LBR of 100. Compaction of the base course shall be at least to 98% of the maximum density as determined by the AASHTO T180, (modified proctor test). C. Testing and Inspection The Contractor shall be responsible for the cost of and the furnishing of samples of the materials to a testing laboratory approved by the Engineers. Test report and samples shall be required from every limerock supplier furnishing the material. The source of material designated shall not change without written consent of the Engineer. During the construction, the Engineer may require additional tests if any visible variation occurs. One Florida Bearing Value (FBV) Test or Limerock Bearing Ratio (LBR) test for each 0 -1000 square yards of subgrade and one FBV (or LBR) test for each additional 1000 square yards (AASHO T180). One in place density test for each 0 -1000 square yards of base course and one test for each additional 1000 square yards ( AASHTO T180) shall be provided by the Contractor. During construction a field inspection of each phase shall be made by the Engineer. It is the Contractor's responsibility to notify the Engineer when a phase of construction is ready for Exhibit J Section 3 Pavine.doc 11 11H inspection. The Contractor shall notify the Owner prior to conducting any test, so that the Owner may have his Representative present. H. CONCRETE CURBS /GUTTERS /SIDEWALKS A. Scope The work covered in this Section of the Specifications consists of furnishing all plant, labor equipment, materials and the performing of all operations necessary for the construction of concrete curbs and/or gutters. B. Construction Methods All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted in conformance with Section 3A. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. All work shall be performed to the length and cross- sections shown on the plans. Forms shall be of sufficient strength to resist the pressure of the concrete without springing. Bottom forms shall not be removed within twenty -four hours after initial concrete placement. Side or top forms shall not be removed within twelve hours after concrete placement. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. Curbs and gutters shall be finished until a smooth surface is attained. Final finish shall be a light broom finish. When completed the concrete shall be cured as outlined herein. C. Placing of Concrete Concrete shall be deposited in clean, wet forms and as nearly as practicable in its final position to avoid segregation. Concrete placing shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. Concreting shall be a continuous operation- until the panel or section is completed. All structural concrete shall be vibrated. No concrete shall be allowed a free fall of more than four feet (4') or allowed to strike against a vertical or inclined surface or reinforcement above the point of deposit. Placing by Exhibit J Section 3 Paving.doc 12 11B means of pumping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. Placing of concrete shall be so regulated that the pressure caused by the wet concrete shall not exceed that used in the design of the forms. After the concrete has taken its initial set, care shall be exercised to avoid jarring the forms or placing any strain on the ends of projecting reinforcement. D. Machine - Laving Machine laying of work will be permitted, providing all quality conditions of conventional construction are met. As a specific requirement for machine -laid curb and gutter, contraction joints shall be sawed unless an alternate method of constructing them is approved in writing by the Engineer. Joints shall be sawed at times designated by the Engineer, and at intervals of ten feet except where shorter intervals are required for closures, but no joints shall be sawed or constructed at intervals of less than four feet. E. Curing As soon as practicable after finishing, all concrete shall be covered with burlap and kept moist for a period of seven (7) days or, an approved membrane curing compounds such as Res -x, Aqua Resin Cure, Spartan -Cote and Clear Bond or suitable equivalents may be applied at the Contractor's option. Where membrane curing compound is used, no walking or other traffic will be allowed over the work for seventy -two hours after application unless the surface is protected by burlap or heavy building paper. F. Joints Construction Joints Joints not shown or specified shall be located as to least impair the strength and appearance of the work. The placement of concrete shall be carried on at such a rate that the surfaces of concrete which have not been carried to joint levels will not have attained initial set before additional concrete placement. Contraction Joints Curbs, curb - and - gutters, and valley gutters shall be constructed with contraction joints at intervals of ten feet (10) except where shorter intervals are required for closures, but no joint shall be constructed at intervals of less than four feet (4'). Contraction joints may be of the open type or sawed. Construction, and construction procedures of contraction joints shall conform to the Specifications set forth in the "Florida State Road Department Standard Specifications for Road and Bridge Construction ". Exhibit J Section 3 Pavine.doc 13 lid 3. Expansion Joints Curbs, curb - and - gutters, and valley gutters shall be constructed, with expansion joints at all inlets, all radius points, all points where operations cease for any considerable time and at intervals of not more than one hundred feet (100'). Expansion joints shall be constructed with PVC slips encasing the reinforcing bars. Expansion joint material shall be one -half inch bituminous impregnated expansion joint material. Other Where the Plans call for sealed joints between walks or concrete medians, and curbs, such joints shall be constructed as specified in the Standard Specifications. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. He shall reject all delivered concrete and finishes not meeting these specifications. The Contractor shall also be responsible for securing laboratory tests or reports if such tests or reports are requested by the Engineer. The Engineer will not require the testing of more than one set of three compression test cylinders per 50 cubic yards, (or part thereof). All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and/or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. III. SIGNING/PAVEMENT MARIUNGS A. Scope The work covered in this Section of the Specifications consists of furnishing all labor equipment, materials and the performance of all operations necessary for the installation/application of roadway signs, and pavement markings. Exhibit J Section 3 Pavine.doc 14 11B B. Si in All roadway signs indicated on the plans shall be constructed as specified in Sections 700 and 996 of the Standard Specifications. C. Pavement Markings The thermoplastic markings used shall comply with and be installed per Section 711 of the Standard Specifications. The Contractor shall install modified Type 5 Class A reflective pavement markers in the center of the outermost travel lane adjacent to all fire hydrants. These markers shall have blue bi- directional reflective faces and shall conform to Section 706 of the Standard Specifications, and shall be installed by one of the methods described therein. D. Raised Retro- Reflective Pavement Markers and Bituminous Adhesive All raised Retro- Reflective Pavement Markers (RPMs) and adhesive shall be placed as specified in Sections 706 and 970 of the Standard Specifications. SEC 3 Exhibit J Section 3 Pavin_g.doc 1s lid SECTION 4 DRAINAGE I. STORM SEWERS /STRUCTURES A. Scope The scope of this section consists of furnishing labor, equipment and materials and the construction of the gravity storm sewer system shown on the plans and/or herein described or specified. Standard Specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction ". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and/or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials Aluminum spiral rib pipe shall comply with the provisions ofAASHTO M -196 Type 1R and ASTM B -745 Type 1R. The pipe material shall be formed from aluminum alclad coil and conform to the current AASHTO M -197 (and ASTM B -744) material specification. The pipe shall have an external helical corrugation of 1/3" X 3/4" X 7 -1/2" O.C. resulting in a Manning "n" of 0.012 or less. The helical lock seam shall contain external seam staking. Minimum pipe metal thickness (gauge) shall be in accordance with the plans. Reinforced concrete pipe shall comply with the provisions of ASTM designation C76 "Standard Specifications for Reinforced Concrete Pipe" and shall be Class III, Wall B. Pipe joints shall be sealed using rubber gasket joints and the pipe joint shall be manufactured to meet the requirements of the approved type of gasket to be used. Joints on oval pipe where provision has not been made for gasketing in the casting, shall be wrapped with geotextile filter fabric approved by Engineer. Lifting holes will not be permitted unless the Contractor submits a shop drawing for the Engineer's approval, indicating the method to used in sealing the holes. Mortar used for constructing and plastering manholes, catch basins, drop inlets and junction boxes shall be in accordance with A.S.T.M. Specifications Serial Designation C 270. The Contractor will have the option of using either a Portland cement - hydrated lime mixture or a Portland cement mixture with masonry cement added for improved workability. The mortar materials shall be proportioned by volume and shall be as follows: One (1) part Type I Portland cement - A.S.T.M. C -150 Three (3) parts aggregate (sand) - A.S.T.M. C -144 Exhibit J Section 4 Drainage. doc 16 118 The addition of masonry cement A.S.T.M. C -91 will be permitted to improve workability of mortar. Brick used in the construction of manholes, catch basins, drop inlets and junction boxes shall be Portland cement concrete conforming to A.S.T.M. Serial Designation C -55, Grade U II. They shall be sampled in accordance with A.S.T.M. Serial Designation C -140. All concrete and concrete work shall conform to the specifications contained herein unless otherwise noted on the Plans. All concrete specified in this Section shall attain a minimum compressive strength of 3000 psi in 28 days. Reinforcing bars shall be intermediate grade, new billet - steel, deformed bars free of loose rust, scale, dirt or oil, and shall conform to A.S.T.M. A15 latest revision, "Specifications for Steel Bars for Concrete Reinforcement ". Rebar deformations shall conform to A.S.T.M. A305 latest revision. Welded wire fabric for concrete reinforcement shall conform to A.S.T.M. 185, "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement ". All reinforcement steel shall be placed, spliced, lapped, etc., in accordance with the A.C.I. Standard 318 latest edition, Building Code Requirements For Reinforced Concrete. C. Handling Material Reinforced concrete pipe and accessories shall be loaded and unloaded by lifting with hoists or skidding in a manner that will avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. In distributing material at the site of the work, each piece shall be unloaded near the place where it is to be laid in the trench. D. 1 Laying Concrete Pipe Trench and backfilling shall be completed as specified in Section 2 -D of these Specifications. Gravity storm sewers shall be laid to the exact line and grade shown on the plans. Sewers will be inspected when the line is completed and backfill has been placed to a depth of one foot (P) over the pipe. Backfill may be completed only after the Engineers approval of each section has been given for line and grade. Faulty sections of line, rejected by the Engineer, shall be removed and relaid by the Contractor. The laying of pipe in finished trenches shall be commenced at the lowest point, with the spigot ends pointing in the direction of the flow. D.2 Laving Aluminum Spiral Rib Pipe Installation shall be in accordance with the pipe manufacturer's "Recommended Installation Procedures" unless otherwise specifically modified herein. Trenching and backfilling shall be completed as specified in Section 2, Article IV of these specifications unless other wise specifically modified herein. The pipe shall be installed on select bedding material to the dimensions given on Exhibit J Section 4 Drainage.doc 17 118 sheet 1 of 4 of FDOT Standard Index 205. Backfill materials in the pipe envelope shall be limited to clean, non plastic materials that require little or no compaction effort (GP, SP) or to well graded granular materials classified as GW, SW, GM, SM, GC or SC with a maximum plastic index (PI) of 10. Maximum loose lift thickness shall be twelve inches (12 ") with each lift compacted to a minimum of 90% standard density per ASTM D698 (AASHTO T99). Compaction in excess of ninety -five percent (95 %) is not recommended. Special attention to moisture content to limit compaction effort shall be required. Soil cement or cement slurries may be used in lieu of the selected granular materials. When the aluminum spiral rib pipe invert is to be installed below the natural water table, #57 stone shall be utilized for the select bedding material and clean sand for backfilling in accordance with the detail shown on the Plans. The stone and sand shall be placed in lifts and compacted/tamped as specified above. Contractor shall exercise extreme caution during backfilling and compaction until the minimum cover requirement is obtained in accordance with the pipe manufacturer's Fill Height or Height of Cover Tables for HS -20 vehicles and construction vehicles. Upon completion of backfilling and compaction of each pipe run, the pipe shall meet the requirements of FDOT Standard Specification Section 430 -8.2. E.I Jointing Reinforced Concrete Pipe All pipe shall be joined by rubber gaskets installed in strict accordance with the recommendations of the pipe manufacturer. The joint shall be sealed so that the joint will remain watertight under all conditions of service, including movement due to expansion, contraction and normal settlement. Pipe joints and rubber gaskets shall conform to the requirements of Sections 941 and 942 of the Standard Specifications. E.2 Jointing Aluminium Spiral Rib Pipe Coupling bands shall be made of the same material as the pipe and shall be a minimum of 16 gauge. Bolts, nuts, and other hardware used shall meet the requirements of either ASTM A307 or ASTM A325. Each end of each pipe section shall have a minimum of two annular corrugations and shall fully engage, over the entire periphery, one corrugation on each pipe end. In addition, two neoprene "O- ring" type gaskets shall be used in conjunction with the connecting band. The neoprene "0- ring" gaskets shall meet the requirement of ASTM C -361. An acceptable connecting band is the H- 12 Hugger Band with double "O- ring" gaskets. Field cut pipe shall only be installed with the plain end (no annular corrugations) in a storm sewer structure. A filter fabric jacket in accordance with FDOT Standard Index 280 shall be installed around all joints. F. Catch Basins, Storm Sewer Manholes and Concrete Headwalls Catch basins, storm sewer manholes and concrete headwalls shall be constructed at the location and to the depth indicated on the drawings and in accordance with the details shown thereon. Excavations and backfill shall be made in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgoing pipes shall be sealed with Portland Exhibit J Section 4 Drainage.doc 18 118 cement mortar to form a watertight joint. All pipes within catch basins, storm sewer manholes, and concrete headwalls shall be cut off flush with the face of the structure and the broken ends of these pipes shall be grouted with Portland cement mortar to a smooth uniform covering with no steel exposed. All precast reinforced concrete structures shall conform to A.S.T.M. Specification C -478. The Contractor shall submit three (3) sets of shop drawings of the proposed precast structures for approval. Construction of grated inlets and catch basins shall be to the elevations and dimensions shown on the Plans. Construction shall include any reasonable adjustment and realignment of the grate necessary, or the installation of the inlet grates. Frames shall be secured in mortar and the mortar struck smooth inside and out. G. Manhole Frame and Cover Material used in the manufacture of the casting shall conform to A.S.T.M. Specification A 48 -76 Table I, Class 30B iron or of the U.S. Government Specification QQI -652, latest revision for gray iron casting. See details for specific information. H. Form Work All work shall be performed to the dimensions shown on the plans. Forms shall be of sufficient strength to resist springing. Bottom forms shall not be removed within twenty -four hours after placing the concrete. Side or top forms shall not be removed within twelve hours after placing the concrete. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. When completed the concrete shall be cured as outlined herein. H. SWALE EXCAVATION A. Scope Swale excavation shall conform to the limits indicated on the plans or specified herein. This work shall include excavation, shaping and sloping and other work necessary in bringing the swale excavation to the required grade, alignment and cross section. B. Excavation All suitable materials removed from the swale excavation shall be used as far as practicable in the formation of subgrades, shoulders or other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A -8 in accordance with AASHTO Designation M 145 is highly organic soil and is considered unsuitable and is to be removed to the required depth and replaced, to the satisfaction of the Engineer, with suitable material. Unsuitable material existing in open areas may remain and these open areas may be used for disposal areas for the unsuitable material as directed by the Engineer. Open areas are defined as those areas that do not include building sites, paving or street rights -of -way. All excess unsuitable excavated material shall be considered Exhibit J Section 4 Drainage.doc 19 lid property of Contractor and shall be removed from the site. Final elevations shall be within 0.1 foot of the required elevation and surfaces shall be sloped to drain as shown on the Drawings. SEC 4 Exhibit J Section 4 Drainage.doc 20 118 I' SECTION 5 CONCRETE I. GENERAL A. Scope The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work, or as herein specified. B. Composition Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. C. Materials Cement Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM C 150, latest revision. Type II cement shall be used in the construction of sanitary sewer manholes, wet wells and pump stations. 2. Aagreaate Aggregates shall conform to ASTM C 33, latest revision. 3. Water Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. D. Classification and Strength of Concrete 1. Class and strength requirements for concrete shall be as tabulated below. Unless otherwise specified, Class B concrete shall be used. 2. Strength Requirements Concrete class and strength shall meet the minimum compressive strength requirements. The compressive strengths shall be as determined by standard laboratory cylinders tests in accordance with the procedure set forth in ASTM C 3.1 and C 39, latest revisions. Exhibit J Section 5 Concrete.doc 21 118 Compressive Strength In Pounds Per Square -Inch Class Design A 4000 B 3000 C 2500 E. Field Control and Testing 1. General The quality of the concrete as to conformance to the specifications is the entire responsibility of the Contractor until it is accepted in place in the structure and verified by the final cylinder tests made by the laboratory as selected by the Owner. These cylinders shall be in accordance with the procedure set forth in ASTM C 172, latest revision. 2. Reports Proper reports of all tests performed by the laboratory will be prepared by the laboratory and submitted promptly to the Engineer. Such reports shall be properly labeled so as to identify the portions of the project into which the materials have been placed. F. Concrete Placement The concrete shall be ready -mixed and shall conform to the applicable requirements of ASTM C 94. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. The Contractor shall abide by the Statement of Responsibilities as set out by The National Ready Mix Concrete Association and the Associated General Contractors of America. SEC 5 Exhibit J Section 5 Concrete.doc 22 11B SECTION 6 PLANTINGS I. GENERAL A. Scope The required plantings consist of ground cover species, four inch liner minimum size installed three feet on center, in two planting zones. The species that are to be installed by zone are listed in Table 1. Table 1. Species to be Planted by Zone Botanical Name Common: Name Above SHWT _ Below SFIWT Andro 0 on s . Broomsed e X Eragrostis elliottii Love grass X Gaillardia ulchella* Blanketflower X Helianthus debilis* Beach sunflower X Mulenber is cappillaris Muhl ass X Pas alum monostachyum Seashore paspalum X S artina bakeri Sand cord ass X * Species to be installed in upper portion of planting zone The Contractor, by completing the Bid Form, acknowledges that they have inspected the site and have read, understand and will abide by all conditions of the contract documents. B. Description 1. Work Included a. The work consists of the delivery and installation of specific plant species of the quantity, quality, and size specified in the construction documents. b. The Contractor shall be responsible for all materials and work called for in these documents. It is the intent of these specifications to provide quality plants vigorous in growth. Any item not specifically shown in these specifications, but normally required to conform to such intent, is to be considered as part of the work. C. Completion of work shall mean the full and exact compliance and conformity with the provisions expressed or implied in these specifications. d. The Contractor shall provide a report to the Owner's Representative with a summary of the size and number of plant species delivered to and installed Exhibit J Section 6 Plantings.doc 23 11B e. The Contractor shall provide all labor, equipment, tools, and incidentals necessary to deliver and hand plant ground cover species within the designated planting areas. 2. Substitutions and Changes in the Work Substitutions and changes are not anticipated concerning plant species, minimum sizes, and numbers. However, the Owner reserves the right to make adjustments to the species composition and quantities and shall provide the Contractor at least 30 days notice prior to specified delivery dates. Changes made to the number of plants required will result in a modification in the contract amount based on the per plant costs provided on the attached Bid Form. Any and all requests for substitutions or changes in the work .by the Contractor must be requested in writing by the Contractor, and approved in writing by the Owner's Representative before work may start on the substitution or change. C. Quality Assurance Materials Plant material nomenclature shall conform to the botanical (scientific) names. Names of varieties not included therein shall conform generally with names accepted in the nursery trade. 2. Inspections- a. Plants may be inspected and approved prior to installation. Contractor shall be responsible for replacement of plants that do not meet specification and have not been approved prior to installation with no additional cost to Owner. b. Installation - The installation shall be subject to inspection at any time by the Owner, Owner's Representative, or local, state, and federal regulatory agencies. On -site observations shall continue throughout the contract period. 3. Varietal Characteristics All plant materials shall be the species and variety specified in the documents, typical of the varietal characteristics. The growth habitat, leaf arrangement, texture, and plant structure shall show the standard characteristics of the plant's specific species. If there are any questions as to certainty, it will be the Exhibit J Section 6 Plantings-doe 24 11B responsibility of the Contractor to verify the species. Product Handling PA 3. Growing Conditions a. All plants shall be grown in accordance with sound nursery practice to assure a fully developed, healthy plant. All plants shall be grown under climatic conditions similar to those of the project. Container grown stock shall be planted in sturdy containers. Plants must have been previously root pruned and /or contain sufficient roots for continued growth without resulting shock. b. Plants shall be grown in a soil mixture suited to each species and which will promote optimum secondary root development and plant establishment. The Contractor shall be responsible for preventing root - bound stock by increasing the size of the container if necessary. Plants shall be adequately rooted to hold the soil mass together until planting. Plants shall not be root - bound. Protection a. Individual plant species shall be grown in conditions most advantageous to growth for that particular species in respect to sun, shade, and other climatic conditions. The delivered specimen shall be true to color and characteristic of the plant form. All plants shall be free of frost, insect, diseases, mechanical damage, and weed and exotic free. b. Plants grown initially under shade conditions shall be hardened in direct sunlight for a minimum of the last one month immediately prior to delivery. Storage Plants being stored and those being prepared for shipping shall be cared for in such a manner that damage will not be caused. Plants being prepared for shipment shall receive proper care, including proper water and protection from injurious climatic conditions. Plants shall be shipped in such a manner as to prevent damage to stems and root systems during delivery and handling. Plants shall not be stored in a body of transport truck, but shall be delivered to the site promptly, and unloaded as soon as delivered. Containerized material shall not be stacked prior to shipment. Exhibit J Section 6 Plantings.doc 25 11B H. PRODUCTS A. Plant Materials 1. General Plants shall be well formed and shaped, true to type as specified. 2. Nomenclature Selected stock shall be true to botanical and common name and variety. Botanical name shall have precedence over common name. 3. Containerized Plants All container grown plants shall meet the specifications called for in this document. They shall be well rooted and established in the container in which they are delivered to the site, and shall have been in that container sufficiently long for the fibrous roots to hold together when removed from the container. The container shall be sturdy and of the design, size, (unless otherwise specified) and quality usually accepted in the nursery industry for the growing of nursery stock of the listed variety. The container shall be sufficiently rigid to hold the soil protecting the root mass during shipping. 4. Planting Soil All planting soil used for containerized growing shall be soil that is generally accepted for the growing of the particular plant species. All soils shall be weed, exotic, pest, and insect free. 5. Replacement If the plant stock does not meet the specifications, the Contractor shall replace the plant stock at their own expense. B. Delivery 1. The Contractor shall deliver the plant materials to a designated staging site in a vehicle outfitted specifically for the transportation of such nursery stock. All plant material shall be delivered in a manner to prevent damage, including wind damage. There shall be no evidence of wind or sun damage and materials shown have no evidence of drying. The Contractor shall be responsible for unloading all plant materials at the planting areas. Exhibit J Section 6 Plantings.doc 26 11B I C. Installation 1. The contractor shall observe the following planting instructions: a. All plant materials will be planted in a manner consistent with the planting plans. b. Care will be taken that plant roots will not be allowed to dry out during delivery, handling, and planting. C. The Contractor shall plant all plant materials by hand. d. The Contractor shall water all planted materials immediately following planting. e. The Owner reserves the right to make adjustments to the above spacing, species composition, site layout, and plant numbers and will provide the Contractor with thirty (30) days notice prior to installation. D. Maintenance Once planting is completed, the planted materials shall be maintained by the Contractor, including but not limited to watering as needed, throughout the contract time until Final Release for the Contract by the Owner and their representatives. E. Acceptance Upon completion of installation of the required plants in the planting areas, the Owner's Representative shall inspect the plant material at the site for general conformance with the Technical Specifications. Plant materials and plant installation conforming to the specifications will be accepted by the Owner's Representative. The Owner's Representative shall review reports from the Contractor summarizing the number, size, type, and location of the planting material. The acceptance will be based on visual observation and review of reports submitted by the Contractor. The Contractor shall be responsible for replacing plant material which does not conform with the Technical Specifications or is unacceptable to the Owner or their Representatives at no additional cost to the Owner. F. Guarantee The Contractor shall guarantee that the plant materials are installed according to the plans and specifications given in these documents and the permits issued by the regulatory agencies. Contractor shall be responsible for 100 percent survival of installed plants until determination of substantial completion. Maintaining 100 percent survival of plants may Exhibit J Section 6 Plantings.doc 27 SEC 6 11B 1, include watering and replacement of dead plants. A minimum 80 percent survivorship for one year will be required for all planted herbaceous material. It is the Contractor's responsibility to coordinate chemicals used, schedule used and application techniques, because the Contractor, not the Owner will be held responsible for plant mortality. The Contractor will be required to bond or irrevocable letter of credit equal to ten percent (10 %) of the sum to be paid by Owner for all of the work to be provide under the terms of the contract between the Owner and Contractor. Said bond or irrevocable letter of credit shall secure the cost of replacement and maintenance of the plantings, and shall be in such form, substance and from such issuer as shall be acceptable to Owner in its sole discretion. Survival of the Plantings, and all determinations as to the percentage of Plantings that have survived, shall be determined by the Owner's Representative, no less often than semi - annually and at the expiration or termination of all of the Contractor's work. Contractor to be responsible for complying with all issued permits and securing any additional permits required to complete the work. The above guarantee ensures that the Contractor shall replace all plant materials, which have not been accepted by the Owner's Representative or die within the period at no additional expense to the Owner. However, the Contractor is not responsible for plants, which die within the one -year warranty period after final release of the Contract due to circumstances beyond the Contractor's control. Exhibit J Section 6 Plantings.doc 28 116 1 2. Provide/Maintain As -Built Plans Measurement for payment of the above item will be by lump sum. Payment for as built plans will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to provide the as -built plans. 3. Provide Construction Surveying and nd Layout Measurement for payment of the above item will be by lump sum. Payment for construction survey layout will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to perform construction layout. Maintenance of Traffic Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, mobilization, signs, barricades, and all other work and incidental items required to maintain traffic flow through the construction zones in accordance with the FDOT and Collier County right -of -way permit requirements. 5. Floating Turbidity Barrier Measurement for payment for the above item will be the linear feet, measured along the top of the floating turbidity barrier, completed and accepted. Payment for floating turbidity barrier will be made at the contract unit price per linear feet, which price and payment shall be full compensation for all material, labor, mobilization, erosion and turbidity controls, and all other work and incidental items necessary to maintain the floating turbidity barrier in accordance with the plans. Exhibit J Section 7 Measurement and Payment.doc 30 116 6. Staked Silt Fence (Type III) Measurement for payment for the above item will be the linear feet, measured along the silt fence completed and accepted. Payment for Type III Stake Silt Fence will be made at the contract unit price per linear feet which price and payment shall be full compensation for all material, to construct and maintain the silt fence in accordance with the plans. 7. Staked Hay Bales Measurement for payment of the above item will be the number of each Bail installed and accepted. Payment for bailed hay or straw will be made at the Contract unit price per each, which price and payment shall be full compensation for all staking, bedding, grade preparation, labor, and all other work required or specified for the satisfactory installation of each bail. 8. Clearing and Grubbing Measurement and payment of the above item will be by lump sum. Payment for clearing and grubbing will be made at the lump sum contract unit price which price and payment shall be full compensation for all material, labor, hauling and disposing and all other work and incidental items required to properly remove existing culverts, pavement, driveways, structures, rip -rap, debris and vegetation from the area of proposed construction. lassified Excavation Measurement and payment of the above item will be based upon the number of cubic yard of material excavated. The quantity for payment shall be field measured in its original position as determined by the Engineer and agreed upon by the Owner's representative and the Contractor. Payment for this shall be full compensation for all materials and labor necessary to complete the excavation, accepted and approved by the Engineer, including temporary berms for de- watering. The soil borings do not indicate the presence of Exhibit J Section 7 Measurement and Payment.doc 31 11B 1 rock in the excavation on this project. It is common in lowering canal bottoms to encounter rock excavation. Rock excavation should be anticipated and, if encountered, will not be considered a changed condition. The cost of performing rock excavation, where needed, shall be included in the Un- Classified Excavation pay item. 10. Embankment Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, compacted, in place. Payment for the above item will be made at the contract unit price per cubic yard, which price shall be field compensation for all materials and labor necessary to furnish the embankment in place and accepted as approved by the Engineer. 11. Maint. Travel -Way (6" Limerock) 12. Maint. Travel -Way (6" Concrete 13. Boat Ramps (Armorflex) Measurement and payment of the above items will be the actual area of each item placed and accepted. Payment for these items will be made at the Contract unit price bid per square yard for the respective thickness of each item, respectively. The Contract unit price shall be full compensation for all necessary preparation, tack coat, placement and compaction, furnishing of all materials, and labor, equipment, transportation and all other necessary items to complete each item described above as specified. 14. Manholes (J -7) ( <10') 15. Inlets (Ditch Bottom Type C) ( <10') 16. Inlets (Ditch Bottom Type E) ( <10') Measurement for payment of the above items will be the number of each items constructed and accepted. Payment for items will be made at the Contract unit price per each, which price and payment shall be full compensation for furnishing all materials and completing all work described or shown in the plans, including all clearing and grubbing, all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and Exhibit J Section 7 Measurement and Payment.doc 32 118 all other work required or specified for the satisfactory installation/construction of each respective item. 17. 18" Class III RCP (Storm Sewer) (Round Shape) 18. 24" Class III RCP (Storm Sewer) (Round Shape) 19. 48" Class III RCP (Storm Sewer) (Round Shape) 20. 54" Class III RCP (Storm Sewer) (Round Shape) 21. 60" Class III RCP (Storm Sewer) (Round Shape) 22. 72" Class III RCP (Storm Sewer) (Round Shape) 23. 48" HDPE DR 32.5 (Storm Sewer) (Round Shape) 24. 12" ADS Pipe The quantity for payment for the respective sizes and respective items shall be the horizontal distance, measured along the centerline of pipe or box culvert in the following manner: a. Between headwalls: Pipe shall be measured from the outside wall of one headwall to the outside wall of the consecutive headwall; b. Between Mitered Ends: Pipe shall be measured as indicated in FDOT Standard Index No. 272 /273, therefore not including the length of the mitered end (dimension F); Between Inlets and Manholes: Pipe shall be measured from inside wall to inside wall of the upstream and downstream structures. Payment for these items will be made at the contract unit price per linear foot for the respective item, which price and payment shall be full compensation for all material, labor, excavation, pipe, gaskets, pipe bedding, pipe laying, dewatering, compaction around the pipe as specified, sheeting, shoring, box, restoration to preconstruction condition of irrigation and landscaping excluding sod, and all other work and incidental items required for a complete installation as specified. 25. Jack and Bore (52" I.D. 1/2" Thick Steel Casing) The method of measurement will be the actual length of the installation, measured in place along the surface of the ground, complete and accepted. No additions or deductions will be made for sweeps in either the vertical or horizontal direction to complete the installation. Payment will be full compensation for all work and materials required to Exhibit J Section 7 Measurement and Payment.doc 33 116 { complete the work specified in FDOT Section 556, including furnishing and installing casings, from plan point of beginning to plan point of ending at plan depths, removal of excavated materials and spoils, removal and disposal of drilling fluids, backfilling, and complete restoration of the site. The installation of tracking vectors (wire or tape) will be included in the cost of the bore and will not be paid for separately. No payment will be made for failed bore paths, injection of excavatable flowable fill, products taken out of service or incomplete installations. No payment will be made for jack and bore until a Bore Path Report has been delivered to the Engineer. After the Engineer's acceptance of the Bore Path Report, payment will be made in the amount of 70% of the unit price bid, for Jack and Bore (52" I.D. 1/2" Thick Steel Casing). The remaining 30% of the unit price bid will be made after submittal of as- built plans. 26. 12" ADS Yard Drain 27. 18" Mitered End Section (Cross Drain) 28. 24" Mitered End Section (Cross Drain) Measurement for payment of the above items will be the number of each drain or mitered end constructed and accepted. Payment for drains or mitered ends will be made at the Contract unit price per each, which price and payment shall be full compensation for all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and all other work required or specified for the satisfactory installation/construction of each respective item. 29. Class I Concrete (Endwalls) 30. Class II Concrete (Endwalls) The quantity for payment for Concrete Class I and II shall be the number of cubic yards placed and accepted. Payment for this item will be made at the contract unit price per cubic yard for the respective item, which price and payment shall be full compensation for all material, labor, excavation, dewatering, sheeting, Exhibit J Section 7 Measurement and Payment.doc 34 I I B shoring, form work, placement of concrete, backfill, and all other work and incidental items required for a complete installation as specified. 31. Reinforcing Steel (Endwalls) The quantity for payment for Reinforcing Steel (Endwalls) shall be the number of pounds of steel placed and accepted. Payment for this item will be made at the contract unit price per pound, which price and payment shall be full compensation for all material, labor, placement, supports, tying, welding, clips, spacers, couplers, and all other work and incidental items required for a complete installation as specified. 32. Rip Rap (Rubble) (Includes Bedding Stone) Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, in place. Payment for Rip Rap will be made at the contract unit price per cubic yard, which price and payment shall be full compensation for all riprap, labor, placement, compaction, and all other work and incidental items required for complete installation as specified. 33. 6' Chain -link Fence 34. Iron Mesh Fence (Hog Wire) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the fence. Payment for fences will be made at the Contract unit price per linear foot, which price and payment shall be full compensation for all clearing, grading, preparation of post holes, posts, incidental materials, concrete, and all other work required or specified for the satisfactory construction of the fence. 35. 6' Chain Link Single Leaf Gate (16' Wide) Measurement for payment of the above item will be the number of each gate installed and accepted. Payment for gates will be made at the Contract unit price per each, which price and payment shall be full compensation for all fence and gate. Exhibit J Section 7 Measurement and Payment.doc 35 11B 36. Sodding (Bahia)(Includes Water, Fertilizing & Mowing) The quantity for payment shall be per square yard as determined by field measurement of disturbed areas. The type of sod placed shall be as specified. Installation of sod shall be properly coordinated to avoid damage to newly placed sod areas. No payment will be made for sod that is not green and healthy at the time of project completion. Payment for sod will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, sod, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand of grass. 37. Plantings (Above Seasonal High Water Table) 38. Plantings (Below Seasonal High Water Table) The quantity for payment shall be per square yard as determined by field measurement of planted areas. The type of plantings placed shall be as specified. No payment will be made for plantings that are not green and healthy at the time of project completion. Payment for plantings will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, plants, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand plantings. 39. 10" HDPE Directional Drill (Carrier Pipe) Payment for furnishing and installing Directional Drill crossings will be made at the Contract unit price per lineal foot of casing installed including all labor, material, equipment and incidentals necessary to install one linear foot of casing, regardless of depth of cover in accordance with the Collier County Utilities Standards Manual. Include price for casing material, including spacers and identification tape, clearing and grubbing, removal of pavement, driveways, sidewalks, trenching, rock excavation, disposal of non - useable excavated material, bedding, laying, backfilling, grassing, sodding, replacement of pavement, driveways, sidewalks, cleanup and all appurtenances. Measurement for payment will be made horizontally along the centerline of the installed casing. Exhibit J Section 7 Measurement and Payment - Add #2.doc 36 11B 40. 4" DR 14 Force Main Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per linear foot for PVC pipe sewer service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and all other work for a complete installation. Measurement for payment will be made horizontally along the centerline of the installed pipe. 41. 4" Air Release Valve Payment for furnishing and installing air release valves will be made at the appropriate Contract unit price per air release valve acceptably installed. This item includes the valve, valve box, concrete work, operators, stems, incidentals, and all necessary labor, materials and equipment for installation including valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 42. 4" Plug Valve Payment for furnishing and installing valves will be made at the appropriate Contract unit price per valve acceptably installed. This item includes the valve, valve box, vault or housing, concrete work, operators, incidentals, and all necessary labor, materials and equipment for installation including valve stem, valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 43. Sanitary Sewer Manhole Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or Exhibit J Section 7 Measurement and Payment.doc 37 11B crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all manholes to Collier County Standard Details. This items does not include outside drop manholes or standard precast shallow manholes. Measure cuts from proposed grade to the invert elevation of the sewer. 44. Remove 4" Force Main 45. Remove 24" Force Main 46. Remove 8" Sanitary Sewer Measurement for payment for the above items will be the linear feet, measured along the top of the pipe removed. This item includes a removing and properly disposing of any liquids or solids contained within the sanitary sewer pipe, removing and properly disposing of the pipe and any fittings or materials associated with the pipe including, but not limited to, thrust blocks, supports, fittings, and connections. Once the pipe is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per linear foot and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the sewer mains. 47. Remove Sanitary Sewer Manhole Measurement for payment for the above item will be the number of each Sanitary Sewer Manhole removed. This item includes a removing and properly disposing of any liquids or solids contained within the manhole, removing and properly disposing of the manhole and any other materials associated with the manhole. Once the manhole is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per each and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the manhole. Exhibit J Section 7 Measurement and Payment.doc 38 11B 48. 12" Watermain Deflection (Contingent Item) 49. 24" Forcemain Deflection (Contingent Item) SEC 7 Measurement for payment of the above items will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all clearing, grubbing, excavation, dewatering, backfill, directional boring equipment, casing and carrier pipe and other materials, thrust blocks, supports, fittings, connections to existing mains, valves including air release valves, valve vaults, valve boxes, adjustment of existing valves and valve boxes, warning signs, testing, fittings, and for all equipment and all other work necessary to complete the installation as specified. These items are contingent items and are to only be used at the direction of the Engineer. Exhibit J Section 7 Measurement and Payment.doc 39 Anli I B g o ,Barber & 8rundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Cost Total Cost 1 MOBILIZATION LS 1 $0.00 2 PROVIDE/IvIAINTAIN AS -BUILT PLANS LS 1 I $0.00 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $0.00 4 MAINTENANCE OF TRAFFIC LS 1 $0.00 5 FLOATING TURBIDITY BARRIER LF 140 $0.00 6 STAKED SILT FENCE (TYPE III) LF 15,881 $0.00 7 STAKED HAY BALES EA 120 $0.00 8 CLEARING AND GRUBBING (10.1 Ac.) I LS 1 $0.00 9 UN- CLASSIFIED EXCAVATION CY 10.400 $0.00 10 EMBANKMENT CY 2,136 $0.00 11 MAINT. TRAVEL -WAY (6" LIIvIEROCK) SY 8.031 $0.00 12 MAINT. TRAVEL -WAY (6" CONCRETE) SY 116 $0.00 13 BOAT RAMPS (ARMORFLEX) SY 184 $0.00 14 MANHOLES (J- 7)( <10') EA 4 $0.00 15 INLETS (DITCH BOTTOM TYPE C)(<10') EA 2 $0.00 16 INLETS (DITCH BOTTOM TYPE E)( <10') EA 1 $0.00 17 18" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 87 $0.00 18 24" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 27 $0.00 19 48" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 22 $0.00 20 54" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 80 $0.00 21 60" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 505 $0.00 22 72" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 52 $0.00 23 48" HDPE DR 32.5 PIPE (STORM SEWER)(ROUND SHAPE) LF 390 I $0.00 24 12" ADS PIPE LF 700 $0.00 25 JACK AND BORE (52" I.D. 112" THICK STEEL CASING) LF 390 $0.00 26 12" YARD DRAINS EA 20 $0.00 27 1 18" MITERED END SECTION (CROSS DRAIN) EA 2 $0.00 28 24" MITERED END SECTION (CROSS DRAIN) EA 1 $0.00 29 CLASS I CONCRETE (ENDWALLS) CY 37.0 $0.00 Agnoii, Barber & Brundage, Inc Table A - Bid Proposal 1 B Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Cost Total Cost 30 CLASS II CONCRETE (ENDWALLS) CY 14.4 $0.00 31 REINFORCING STEEL (ENDWALLS) LB 1,249 $0.00 32 RIP RAP (RUBBLE)(INCLUDES BEDDING STONE) CY 868 $0.00 33 6' CHAIN LINK FENCE LF 1,696 $0.00 34 IRON MESH FENCE (HOG WIRE) LF 99 $0.00 35 6' CHAIN LINK SINGLE LEAF GATE (16' WIDE) EA 2 $0.00 36 SODDING (BAHIA)(INCLUDES WATER FERTILIZER & MOWING) SY 18,227 $0.00 37 PLANTINGS (ABOVE SEASONAL HIGH WATER TABLE) SY 129 $0.00 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) SY 242 $0.00 39 10" HDPE DIRECTIONAL DRILL (CARRIER PIPE) LF 100 $0.00 40 4" DR 14 FORCE MAIN LF 308 $0.00 41 4" AIR RELEASE VAVLE EA 1 $0.00 42 4" PLUG VALVE EA 1 $0.00 43 SANITARY SEWER MANHOLE EA 1 $0.00 44 REMOVE 4" FORCE MAIN LF 204 $0.00 45 REMOVE 24" FORCEMAIN LF 60 $0.00 46 REMOVE 8" SANITARY SEWER LF 28 $0.00 47 REMOVE SANITARY SEWER MANHOLE EA 1 $0.00 48 12" WATERMAIN DEFLECTION (CONTINGENT ITEM) LS 1 $0.00 49 24" FORCEMAIN DEFLECTION (CONTINGENT ITEM) LS 1 $0.00 PROJECT TOTAL $0.00 r � Memorandum Date: July 20, 2012 11 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 -5946 LASIP Outfalls 3 and 4 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: Add slots to upload bid schedule and other documents. c: Shane Cox, Senior Project Manager 1 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 ............................................. .............................19 TRENCH SAFETY ACT .............................................................................. .............................20 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS .............. .............................21 IMMIGRATION LAW AFFIDAVIT CERTIFICATION .................................... .............................22 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 ........................ .............................23 BIDBOND ................................................................................................... .............................27 BIDDERS CHECK LIST .............................................................................. .............................29 CONSTRUCTION AGREEMENT ................................................................ .............................30 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................... .............................37 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ......................................... .............................40 EXHIBIT B: INSURANCE REQUIREMENTS .............................................. .............................43 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ......................................... .............................47 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ........ .............................48 EXHIBIT E: CHANGE ORDER .................................................................... .............................51 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................. .............................53 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................... .............................55 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................. .............................57 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS ........................ .............................89 EXHIBIT J: TECHNICAL SPECIFICATIONS .............................................. .............................90 EXHIBIT K: PERMITS ................................................................................. .............................91 EXHIBIT L: STANDARD DETAILS ............................................................. .............................92 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................. .............................93 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............94 2 Construction Services Agreement: Revised 3/1/2012 116 mom PUBLIC NOTICE INVITATION TO BID LASIP Outfalls 3 and 4 COUNTY BID NO. 12 -5946 Separate sealed bids for the construction of LASIP Outfalls 3 and 4, 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 17th, day of August, 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 25th day of July, 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, LASIP Outfalls 3 and 4 Bid No. 12 -5946 and Bid Date of August 17, 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 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 3 Construction Services Agreement: Revised 3/1/2012 116 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 Hundred and Forty (240) calendar days specified in the Notice to Proceed. to finally complete all Work within Two from and after the Commencement Date 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 17th day of July, 2012. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director 4 Construction Services Agreement: Revised 3/1/2012 116 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 1 - 53 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 Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be 5 Construction Services Agreement: Revised 3/1/2012 11B { enclosed in another sealed envelope addressed as above. Bids received at the 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 3/1/2012 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 and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and 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 via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior Construction Services Agreement: Revised 3/1/2012 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. 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. s Construction Services Agreement: Revised 3/1/2012 11B 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 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 Purchasing professional 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 s Construction Services Agreement: Revised 3/1/2012 118 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 http: / /www.colIiergov.net/Index.aspx ?page =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 (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.html). 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 10 Construction Services Agreement: Revised 3/1/2012 118 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 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 11 Construction Services Agreement: Revised 3/1/2012 116 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." 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 12 Construction Services Agreement: Revised 3/112012 118 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. 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." 13 Construction Services Agreement: Revised 3/1/2012 oo ? �Nfl s m z -O m r m p' n v `v E m V � O P gi o � m a5� E o � a E E a � 3 3 5 R w o > °> a° 0 o E q q m E E °a s ? �Nfl '--- 89 rv° 'o rvrv�N $ °" Rd $ N� 2f 8 �8���m N��^ 6 Q�""a^ min �8rv8M o " °`° °� $omedN��mrv�8�m M. q ry" � vi ,'mN8,m., e m $g8Sg8g8888g88888888 $888$88888888888888$888858$$80 c1 El R „v1�Nm :T ^YA.rv° A� ..."�- N o Sg88 8 888 ° 8 S 8 8 Sg88g8g8888gm8gog6g88888$$° °n $ 88gS88S888$88 888 ° °88� l ^ ^^9t � o � � V4 � Sgg8g88$88$88 $7525 �7"n $.".lH °mg$goo88$888 V^.$3 `rv” M.°n''a 'a rvg�O1p g $g$g$58�58�88$8Q8Q88588g8g8g088 Snob •2525 ,n n35'6q$M".i °888 ,m .'^.�$g� H N 88888888 °h88888888$888$8gg88888 Rig g °p�88888888888 g, „ � a r ° ;A -aN - N T, N�� 2525g�r'7gm6p $tqN�n^X� ° °��g8 N� °0$'�'� ^n•N� gg`�$"v%oS25'wy_n ” ^Tn^rv"^9n g „� „^ 0g888�888m�8$$g° 805$$�$h$g����$$n8°rv�$8 $ °8gm888 � � N e Npn tier igii R o u0$$ m$wom�a;�$ °N���88��g8 °"��g�8�0m ° g88S8g88888 8§ �� 8888888888 °, � 5 $8888 8 88g8888��88$88888858$ $ryaSn5nS0 � ��g� _i °8^ -'MO , a$PN"2L"ltiRr5- I i8A8��N�mN^ Nm 3 $ 9 g 9 K g° 9 m °$ g N "a 8 0$$$ u a' S 0 �R"XX 5 2$ g 8 8 8 8 5 a"n 8 n 88 , 8 5 2 8 Q o° $g , g 8 S °� v v i$ nmmX^ •'"n'a`a ,n166n gg� 6 inSG ..der .'�go.mi$v q���IX &48iory K O ° °n��&nn°.- lags.. t AISIA - o J"J"J"J-t a5"J ri b Z5 �-Jnu,nl u; Z5 �ww u3ug 5 x < Mm w' "J z O zzzzz °z 7 as 0 0 3 0 °° i z z E z E w z, o °> w m u o z z o�oazt3Q �xi Q waF�'�b ==== _== =ga$oW�ioi¢�iz amWo z a �e °f1 �g w gaq ?o °o° °4bo<nzzziirve vw> > pup ttu�ifSit3gsd�dz zi.m,ry �uei$nv."i�.”. nuz¢io mgia u ❑ u « O ,"y C y o d jg d 8 o � m a5� E o � a E E a � 3 3 5 R w o > °> a° 0 o E q q m E E °a s 11B CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA LASIP Outfall 3 and 4 BID NO. 12 -5946 Full Name of Bidder Bonness Inc. Main Business Address 1990 Seward Avenue Place of Business Napies, FL 34109 Telephone No. 239 -597 -6221 Fax No. 239 -597 -7416 State Contractor's License # CBC059904• CUC 1224797 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 3/1/2012 118 Agnoli, Barber & Brundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Cost Total Cost 1 MOBILIZATION LS 1 $8,128.49 $8,128.49 2 PROVIDE/MAINTAIN AS -BUILT PLANS LS 1 $3,084.25 $3,084.25 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $15,415.93 $15,415.93 4 MAINTENANCE OF TRAFFIC LS 1 $11,530.05 $11,530.05 5 FLOATING TURBIDITY BARRIER LF 140 $7.43 $1,040.20 6 STAKED SILT FENCE (TYPE III) LF 15,881 $1.39 $22,074.59 7 STAKED HAY BALES EA 120 $10.62 $1,274.40 8 CLEARING AND GRUBBING (10.1 Ac.) LS 1 $67,313.93 $67,313.93 9 UN- CLASSIFIED EXCAVATION CY 10,400 $11.39 $118,456.00 10 EMBANKMENT CY 2,136 $17.28 $36,910.08 11 MAINT. TRAVEL -WAY (6" LIMEROCK) SY 8,031 $10.42 $83,683.02 12 MAINT. TRAVEL -WAY (6" CONCRETE) SY 116 $34.62 $4,015.92 13 BOAT RAMPS (ARMORFLEX) SY 184 $119.95 $22,070.80 14 MANHOLES (J- 7)(<101) EA 4 $7,935.22 $31,740.88 15 INLETS (DITCH BOTTOM TYPE C)( <10') EA 2 $1,434.90 $2,869.80 16 INLETS (DITCH BOTTOM TYPE E)( <10') EA 1 $2,352.50 $2,352.50 17 18" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 87 $29.62 $2,576.94 18 24" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 27 $42.70 $1,152.90 19 48" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 22 $146.26 $3,217.72 20 54" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 80 $144.10 $11,528.00 21 60" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 505 $203.22 $102,626.10 22 72" CLASS III RCP (STORM SEWER)(ROUND SHAPE) LF 52 $308.82 $16,058.64 23 48" HDPE DR 32.5 PIPE (STORM SEWER)(ROUND SHAPE) LF 390 169.43 $66,077.70 24 12" ADS PIPE LF 700 $16.04 $11,228.00 25 JACK AND BORE (52" I.D. 1/2" THICK STEEL CASING) LF 390 923.96 $360,344.40 26 12" YARD DRAINS EA 20 $941.10 $18,822.00 27 18" MITERED END SECTION (CROSS DRAIN) EA 2 $891.08 $1,782.16 28 24" MITERED END SECTION (CROSS DRAIN) EA 1 $955.42 $955.42 29 CLASS I CONCRETE (ENDWALLS) CY 37.0 $1,062.69 $39,319.53 118 Agnoli, Barber & Brundage, Inc Table A - Bid Proposal Addendum #2 - July 26, 2012 LASIP - NAPLES MANOR OUTFALL 3 & 4 Item No. Description Unit Quantity Unit Cost Total Cost 30 CLASS II CONCRETE (ENDWALLS) CY 14.4 $1,052.24 $15,152.26 31 REINFORCING STEEL (ENDWALLS) LB 1,249 $0.91 $1,136.59 32 RIP RAP (RUBBLE)(INCLUDES BEDDING STONE) CY 868 $61.56 $53,434.08 33 6' CHAIN LINK FENCE LF 1,696 $14.39 $24,405.44 34 IRON MESH FENCE (HOG WIRE) LF 99 $6.92 $685.08 35 6' CHAIN LINK SINGLE LEAF GATE (16' WIDE) EA 2 $424.68 $849.36 36 SODDING (BAHIA)(INCLUDES WATER, FERTILIZER & MOWING) SY 18,227 $1.74 $31,714.98 37 PLANTINGS (ABOVE SEASONAL HIGH WATER TABLE) SY 129 $19.90 $2,567.10 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) SY 242 $11.81 $2,858.02 39 10" HDPE DIRECTIONAL DRILL (CARRIER PIPE) LF 100 $81.19 $8,119.00 40 4" DR 14 FORCE MAIN LF 308 $41.65 $12,828.20 41 4" AIR RELEASE VAVLE EA 1 $6,177.62 $6,177.62 42 4" PLUG VALVE EA 1 $816.87 $816.87 43 SANITARY SEWER MANHOLE EA 1 $4,05632 $4,056.32 44 REMOVE 4" FORCE MAIN LF 204 $10.94 $2,231.76 45 REMOVE 24" FORCEMAIN LF 60 87.56 $5,253.60 46 REMOVE 8" SANITARY SEWER LF 28 $27.00 $756.00 47 REMOVE SANITARY SEWER MANHOLE EA 1 $621.39 $621.39 48 12" WATERMAIN DEFLECTION (CONTINGENT ITEM) LS 1 4646.81 $4,646.81 49 24" FORCEMAIN DEFLECTION (CONTINGENT ITEM) LS 1 23279.03 $23,279.03 PROJECT TOTALI $1,269,239.86 116 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NOW 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. Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. 16 construction Services Agreement: Revised 3/1/2012 11B 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. 1. Electrical 2. Mechanical 3. Plumbing 4. Site Work 5. identify other Grady Minor & Assocuites, PA subcontractors that 3800 Via Del Rey represent more than 10% of price or that Bonita Springs, FL 34134 affect the critical path of the schedule 6. Identify other Erosion Control - Kate's Enviro Fencing subcontractors that 3435 Quail Dr, Bonita Springs, FL 34134 represent more than 10% of price or that affect the critical path of the schedule 7. Identify other Clearing/Grubbing - Ecosystems Technologies Inc. subcontractors that 2221 McGregor Blvd, Fort Myers, FL 33901 represent more than 10% of price or that affect the critical path of the schedule 17 Construction Services Agreement Revised 31112012 11B 8. Identify other Jack and Bore - Cabana Construction subcontractors that PO Box 61646, Fort Myers, FL 33906 represent more than 10% of price or that affect the critical path of the schedule 9. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 10, Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 18 Construction Services Agreement: Revised 3/1/2012 11B 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 {Description) LF SY 1. Trench Box 2. 3. 4. 5. LF 773 $2.00 TOTAL $ 1.546.00 Failure to complete the above may result in the Bid being declared non - responsive. $1,546.00 20 Construction Services Agreement: Revised 1/1/2012 11B cots city .Atli,- �rns�ve servrc2s i�nrision I� AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS SOLICITATION # 12 -5946 (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business Q 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 ❑x Collier County or ❑ Lee County: 1981 Number of Employees (Including Owners) or Corporate Officers): 85 Number of Employees Living in ® 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. Date: 8/17/2012 Collier or Lee County Address: 1990 Seward Avenue, Naples, FL 34109 Signature:_ Title: Secretary/Treasurer STATE OF FLORIDA: Q COLLIER COUNTY I ❑ LEE COUNTY i Sw rn to and Subscribed Bef Me, a Notary Public, for the above State and County, on this Day of Miii 20 1 �L_ Notary Public �QS, C E CARNES My Com ssion Expires: , ' MYCOWISSIONIDDIIN24 EXPIRES: August 4,2013 (AFFIX OFFICIAL SEAL) ��''FnFFto� °< liadediftueudgeltlo�ys, 21 Constniction Services Agreement: Revised 1/112012 116 Immigration Law Affidavit Certification Solicitation: 12 -5946 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 / 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.G. 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 Bonness Inc. Print Name .lane Baratta Title Secretary/Treasurer Signature 8/17/2012 state of Florida County of Collier The foregoing instrument wp�p__signed and acknowledged before me this I I day of (,b 20 0,, by Ta ke. f-(La_. (print or type name) who has produced S4 i ►�- (type of identification and number) as identification. Ngt*y Public Signature �` jJ �Sxav A�4�ti JEANNE CARNES MY COMMIS ° 4824 Printed Name of Not 4c EXPIRES: August 4, 2013 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. 22 Construction Services Agreement: Revised 1/1!2012 ME m M r d a K n < -i < < < D m- d d fD m N X ." m z c7 rc m s� m f n A, 6 T CD m CD w b m m •C D (A j CD q d c m o � a x w m oa�v�m s.._ a c,N�,�aa o m .0 7 = �Z► O NZ i0 3 8i N 3 _rt O O :� 1-4 _; a ' v �} 19 0 H C 3 � •w � fp O � � 3 oZi c 3 1° m O cn N C7 w -n z m co o m ° m CD co a cn Ez m° N CD n CD CD a o m o N_ .• : CL co a, K w Z -0 m C y O N tD x (D ME m M r d a 0 n 11B .............. l m Gl d � a 6 X $22$$ 2 INS: .... . ... ......... .. ........ ... �JJ CD 3 j P* c o sn � 9 � W co � d cn CD () IDC OD n 1 ;�.. rn n f: D r Z O �a s i N - ia Q' g. a 0 n 11B 1 cipt"r cm 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) Taxpayer Name Bonness Inc. - Corporation (as shown on income tax return) _Tax Exempt (Federal income tax - exempt entity Business Name under Internal Revenue Service guidelines IRC (tf different from taxpayer name) 501 (c) 3) Address 1990 Seward Avenue City Naples State Florida Zip 34109 Telephone 239 -597 -6221 FAX 239 - 597 -7416 Email j .acorn sahnnnessinc.com Order Information Remit / Payment Information Address Address city State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual / Sole Proprietor - 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 Enfity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Idenlifcation 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 Certification: Under penalties of perjury, 1 certify that the information shown on this form is correct to my knowledge. Signature - Date 8/17/2012 Title Secretary/Treasurer Phone Number 239 -597 -6221 23 Construction Services Agreement: Revised 1/1/2012 11B 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 Two Hundred Ten (210) 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. Respectfully Submitted: State of _ County of , 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. , 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. 24 Construction Services Agreement: Revised 1/112012 Huf (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of as follows: President Secretary. Treasurer, Manager_ which operates under the legal name of , and the full names of its officers are The contracts for the company last sentence if not applicable). is authorized to sign construction bids and by action of its Board of Directors taken a certified copy of which is hereto attached (strike out this (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 ,and if 25 Construction services Agreement: Revised 1/1/2012 11B Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) Individual from previous page. DATED M Witness Witness 60-MMMiIM COUNTY OF legal entity Name of Bidder (Typed) Signature Title 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: NAME: (Signature of Notary) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: 26 Construction Services Agreement: Revised 1/1/2012 116 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Bonness Inc. (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 Maryland with its principal offices in the city of Schanmhurg�: and authorized to do business in the State of Florida are held and firmly bound unto the The BQ:ird of County Commissioners of Collier County FL (hereinafter called the Owner), in the full and just sum of 1 i� �I'ersent�f Ametnt Bid dollars ($ Sa nf qmt hr, ? 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 Worts on the Project known as LASIP Outfalls 3 and 4 Bid No, 12 -5946 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 into 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 $ o 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 -— day of Aug—+ , 2012 Bonness Inc. M Principal (Seat) ia"- I Surety (Seal) Countersigned Eileen C. Heard, Attorney -in -fact and Florida Licensed Resident Agent EXPERIENCE the POWER of PARTNERSHIP 27 Construction Services Agreement: Revised 1/112012 GL* es. Insurance 116 Local Resident Producing Agent for Fidelity and Deposit Company of Maryland 28 Conslruelion Services Agreement: Revised 111120/2 EXPERIENCE the POWER of PARTNERSHIP Insurance 116 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 S�atemfr aryland, by FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary, "rsuari tai rty granted by Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on h r rr ze stle�no d'vRe hereby certified to be in full force and effect on the date hereof, does hereby omi ` RUSSO, JR Tanya L. RUSSO Eileen C. HE y e d a t -ep t , ��MSON, Richard P. y 9��$�Leerrc ARCHERD, all of Tampa, Florida, EACH its true and lawful a t ttorf e it Facts " , eal and deliver, for, and on its behalf as sure and as its act and deP tr •' ' r > surety, b ds.piitl` sktngs, and the execution of such bonds or undertakings in pursuance of these 'tai 11 z a �hindirZi tots ss dompanies, as fully and amply, to all intents and purposes, as if they had been dulydcgy the regularly elected officers of the Company at its office in Baltimore, Md., in their own pr Ire p(Zr1s.liipower of attorney revokes that issued on behalf of Richard P. RUSSO, JR., Tanya L. RUSSO, Peter A.�1, Eileen C. HEARD, Megan MANNING, dated April 2.1, 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: vf° ; $BAL uw. .,...7 W State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY F; 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 first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA -F 031 -3055A Local Resident Producing Agent for 116 28 Construction Services Agreement: Revised 1/1/2012 11-8 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 checkoff 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 and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 10. Any addenda have been signed and included. 11. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tarrniami Trail E Naples FL 34112 12. The mailing envelope must be sealed and marked with: c*Bid Number; <*Project Name; t::>Opening Date. 13. 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. ' der Name L J Secretary/Treasurer Signature & Title Date: 8/17/2012 2s Construction services Agreement: Revised 1/1/2012 116 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 LASIP- Outfalls 3 and 4, Bid No. 12 -5946 ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Agnoli, Barber and Brundage, 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 Three Hundred Eighty One Thousand Nine Hundred and Ninety Dollars and Thirty Six Cents ($1,381,990.36). 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 30 Construction Services Agreement: Revised 111/2012 11B 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 Liauidated Damaaes. 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 Two Hundred Ten (210) 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 Two Hundred Eighty Eight Dollars ($1,288) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 31 Construction Services Agreement: Revised 1/1/2012 116 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. 32 Construction Services Agreement: Revised 1/1/2012 118 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 I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Agnoli Barber and Brundage, Inc., and identified as follows: LASIP Outfalls 3 and 4 as shown on Plan Sheets 1 through 53. Exhibit N: Contractor's List of Key Personnel ITB 12 -5946 LASIP Outfalls 3 and 4 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: Shane Cox, PE, Senior Project Manager Growth Management Division 2885 South Horseshoe Drive Naples, FL 34104 (239) 252 -5792 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: 33 Construction Services Agreement: Revised 1/112012 11B Bonness, Inc. 1990 Seward Avenue, Naples, FL 34109 (239) 597 -6221 Telephone, (239) 597 -7416 Fax Jeanne Carnes, Project Administrator 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 waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. 34 Construction Services Agreement: Revised 1/112012 i1B " 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 15. 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. 35 Construction Services Agreement: Revised 1/1/2012 11B IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: d� L�l By: ST WITNESS A I Qe, )4Q* +i r.o iType;/Print, N e OND WITNESS Teal e- CQ,�-h eo Type /Print Name Date: C11, 5 l l a ATTEST: Dwiq' ,, t °mock, Clerk BY r !�f A M OTM pp 01 a Legal Sraffl iegpy: Print Name: Assistant County Atto OWNER: CONTRACTOR: Bonne ss, Inc. /a Sect er Type /Print Name and Title BOARD, OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY Fred W. Coyle, Chairman 36 Construction Services Agreement: Revised 1/1/2012 11B ERojWPAGE OE PTIBGIC C0XS7RZJCTI0N P, .'YW E9V 'BO9V?1. THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05, FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2), Florida Statutes BOND NO. 9081342 CONTRACTOR: Bonness Inc. 1990 Seward Ave Naples, FL 34109 239 -597 -6221 SURETY: Fidelity and Deposit Company of Maryland 1400 American Ln, Tower I Schaumburg IL 60196 847 -605 -6000 AGENT: Lykes Insurance, Inc. Construction Services Division 400 North Tampa Street, Suite 2200 Tampa FL 33602 (813) 223 -3911 OBLIGEE: The Board of County Commissioners of Collier County FL 3327 Tamiami Trail East Naples FL 34112 239 - 252 -8941 CONTRACT BOND AMOUNT: $1,381,990.36 CONTRACT DATE: September 25 , 2012 PROJECT: Contract 12 -5946 LASIP Outfalls 3 & 4 stormwater improvements Naples Manor Outfalls Collier Project No. 51101 LEGAL: Sections 29 & 32, Township 505; Range 26L EXPERIENCE the POWER of PARTNERSHIP (Kyk S e Insurance THE PROVISIONS AND LIMITATIONS OF SECTION 255.05 FLORIDA STATUTES, INCLUDING BUT NOT LIMITED TO THE NOTICE AND TIME LIMITATIONS IN SECTIONS 255.05(2) AND 255.05(l 0), ARE INCORPORATED IN THIS BOND BY REFERENCE EXHIBIT A 1: PUBLIC PAYMENT BOND 11B LASIP Outfalls 3 and 4 Bond No. 9081342 Contract No. 12-5946 KNOW ALL MEN BY THESE PRESENTS: That —13onness Inc. 1910 Seward Ave, Naples FL 34109 --- as Principal, and Eidelit-Y and Deposit Company of Maryland as Surety, located at 400 American T.nl Tower ], Schaumburg IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier Count, as Obligee in the sum of one Million Three � , Hundred Ei glty-one Thousand Nine Hundred Ninety &36/10( ($1,381,990.36 - - - -) for the payment whereof we bindourselves, our heirs, executors, Dollars personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 25th day of September 12 with Obligee for � 1 �--5 946 LASIP Outfalls 3 & 4 in Collier County FL, 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(l), 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 12th day of Ff-hnjarg 20 13 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. EXPERIENCE the POWER of PARTNERSHIP 37 Construction Services Agreement a- Insurance Bond NO. 9081342 LASIP outfalls 3&4 STATE OF FI(),j&, COUNTY OF Collier Bonness Inc. BY: NAM�77_7 ITS: 11B The foregoing instrument was acknowledged before me this 12th day of __ -hr .r 20_j3 , by —jale as S of BonnesS Tn(-. a F_1C_Wid2 corpork , on-, on behalf of the corporation. He/q�heis �ersonall t known to me- 0---R---has-- produced as identification and did (did not) take an oath. My Commission Expires'. DEBRA A. MANSFIELD {Signature ature of Notary) W MY COMMISSION # EE 034284 EXPIRES: November 9,2014 Bonded Thru Notary Public Underwriters NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No..' EE 0_3Sq ATTEST: SURETY: 0101 Witnesses to Surety EXPERIENCE the POWER of PARTNERSHIP Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln Tower I Schaumburg IL 60196 N/A (Authorized Signature) Namsu= 38 Construction Services Agreement: 1*1112 Insurance Bond NO. 9081342 813223-3911 (Telephone Number) STATE OF Q. •. COUNTY OF Hjlj,-�borQUgb__ 1� IN WWII MW LMGLE1 14. MY COMMISSION # EE 069972 de EXPIRES: March 20, 2015 Bonded Thru Not" Public Undenwftm EXPERIENCE the POWER of PARTNERSHIP zmmm Notary Public, State of: V-Q� Commission No.: I& j%Qq 7.,2 39 Construction Services Agreemen 'eL 2 t 1 1 n Su LASIP Ouffalls 3 and 4 i1B Bond No. 9081342 Contract No. 12-5946 KNOW ALL MEN BY THESE PRESENTS. That Bonness Inc. as Principal, and Fidelitv and Dej)osit Camnnny of Mqrv] nd as Surety, located at 1400 American Ln, Tower I Schaumbur2 IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County FL as Obligee in the sum of One Million Three Hundred Eighty -one Thousand Nine Hundred Ninetv and 36/100 Dollars ($ 1 - Isj - 99o36---- 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 25th day of September .1 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: 1. 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. 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. EXPERIENCE the POWER of PARTNERSHIP 40 Construction Services Agreement: *1/1/2 Insurance IN WITNESS WHEREOF, the above parties have executed this instrument this ]2tb day Of February 1 20 13 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. STATE OF Floricia COUNTY OF all ] Bonness Inc. S BY: 6 NAME: 1-ane- ITS: urea" My Commission Expires., ----------------- ------ - DEBRA A. MAN"" # 2&4 310 EE EXPIRMNovem r 9, 2014 A MY commis, La. Bonded Thru Notary Public Underwriters EXPERIENCE the POWER of PARTNERSHIP (Signature) Name: e—k lk. (Legibly Printed) Notary Public, State of: FCC) Ck Ack, Commission No.: CC L134 Q 9q 41 Construction Services AgreementG. L Insurance Bond NO. 9081342 LASIP Outfalls 3 &4 N/A Witnesses as to Surety 9 D VA Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln Tower I N/A (Authorized Signature) (Printed N OR As Attorney in Factand Florida Licensed Resident Agent (Attach Power of Attorney) Eileen C. Heard (Printed Name) —we M-ret9m. . e no (Busin�is�jdress) 813-223-3911 (Telephone Number) STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me this 12th day of EXPERIENCE the POWER of PARTNERSHIP 42 Construction Services Agreement 1/1/2 Insurance My COMMISSION # EE 089972 EXPIRES: March 20 2015 Bonded Rn Notary pu* Underwriters (AFFIX OFFICIAL SEAL) EXPERIENCE the POWER of PARTNERSHIP 42 Construction Services Agreement 1/1/2 Insurance 11B " ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Peter A. THOMSON, Richard P. RUSSO, JR., Tanya L. RUSSO, Eileen C. HEARD and Frederic ARCHERD, all of Tampa, Florida, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of September, A.D. 2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND { r ?" &IONr� s �3 SEAL ` e o io: Bir Assistant Secretary Vice President Gerald F. Haley Geoffrey Delisio State of Maryland City of Baltimore On this 19th day of September, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer 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 first above written. a� "`irirn'r +� C / € Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 031 -3055A 11B 4 ' EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attornevs -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written .instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I STI EREOF, I have here nto subscribed my name and affixed the corporate seals of the said Companies, this da of 20 2 ti i� :zs i 04woolr) 6; 1998 .fir a ......... %.. *.. James M. Carroll, Vice President 11B EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 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. Should 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 43 Construction Services Agreement: Revised 1/1/2012 :j 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. 44 Construction Services Agreement: Revised 1/1/2012 11B Collier County Florida Insurance and Bonding Requirements Insurance / Band Type Required Limits I. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence Bodily Injury and Property Damage $1,000,000 per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 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 attomeys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /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 claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 45 Construction Services Agreement Revised 111/2012 11B ❑ Valuable Papers Insurance $ Per Occurrence 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 bome by the Proposer receiving an award. The Performance and Payment Bonds shalt 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. ® 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 Jane Baratta Insurance Agency Agent Name Marsh USA Kim Arvanitis Date 8/17/2012 Telephone Number 813- 207 -5174 4s Construction Services Agreement: Revised 1/1/2012 118 ,�►c vK° CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) `../� 06/0612012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh USA, Inc. CONTACT NAME: PHONE FAX A/ No Ex AIC No: Rocky 3031 N. Rock Point Drive West, Suite 700 Tampa, FL 33607 Attn: Kim. L.Arvanitis @Marsh.com; Ph: (813) 207 -5174 E -MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # 101266 - Bonn- Cas -12 -13 INSURERA: Illinois National Ins Co 23817 INSURED Bonness, Inc. INSURER B : New Hampshire Insurance Company 23841 INSURER C: N/A N/A 1990 Seward Avenue Naples, FL 34109 INSURER D : Insurance Company Of The State Of PA 19429 INSURER E: PREM SES Ea occurrence) $ 500,000 INSURER F: $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY GL9612842 06/0112012 06/01/2013 EACH OCCURRENCE $ 1,750,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FTI OCCUR PREM SES Ea occurrence) $ 500,000 MED EXP (Any one person) $ X SIR: $250,000 PERSONAL s ADV INJURY $ 1,750,000 GENERAL AGGREGATE $ 3,750,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 3,750,000 POLICY X PRO- LOC $ B AUTOMOBILE LIABILITY CA1707569 06/01/2012 06/01/2013 COMBINED SINGLE LIMIT Ea accident $ 2,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident ( ) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident $ $ !ICI, UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DELI I I RETENTION $ $ D WORKERS COMPENSATION WC035896327 06/01/2012 06101/2013 X I WC STATU- OTH- AND EMPLOYERS' LIABILITY YIN ANY PROPRIEfOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NIA T E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below !� - E.L. DISEASE - POLICY LIMIT $ 1,000,000 i DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Project: For any and all jobs performed for Collier County. Collier County is included as Additional Insured where required by written contract or agreement with respect to General Liability. UtK I It-IUA I t HL)LUtK CANCELLATION Collier County Board of County Commissioners 3327 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Kim Arvanitis ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 118 { 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 , 20 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 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: NAME: (AFFIX OFFICIAL SEAL) (Signature of Notary) (Legibly Printed) Notary Public, State of Commissioner No.: 47 Construction Services Agreement: Revised 1/1/2012 11B EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) 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: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _% after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ 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) 48 Construction Services Agreement: Revised 1/1/2012 B o, § : E § ƒ } $ \ / E 2§] ) §/ ©$ \) £_. e2 fF- a< ) \ E ƒ I %0 ¥ 2D \) §§ @ j\ N3 2/ -i �2 M a/ z / \� £2 \2 )k 0 �ƒ LU= ��§ 2o k }( §o �) C.) � \ m =- \LU �0 ©< Ee , 6 \\ \� 2§ ? ®I /!) i2 2 L §\ �\ U 0 ■ Ec 9A w 0 <N °A -j ° oz $° cm w ) �(n ,@ _ � �R k# / 2! §\ �} \ IL cu e o § k� L __ �f §/ \)a 7£m CM ®\ $ 6§£ § �E& L E B m §\/ co § \(\ a) � ® f2\ }2§ :E OCL c ; 7 LU k2j limo § � B o, § : E § ƒ } $ \ / 0 m R d m L 0 W 7 O U_ D x W o W = W � = I R m I O Oi 'L o;aa fA N N 'a U CL 'a O > d m "ma � N 2, ¢ c 'd > v m d aL d � v � O E Z (D CL U) C O 'L V N O O ca 0 11B LO i aci E m rn Q N U c 0 U 7 N C O U f� EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No.: Change Order No.: Date: Change Order Description 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: Project Manager Date: Recommended by: Date: Design Professional Accepted by: Contractor Approved by: Department Director Approved by: Division Administrator Approved by: Purchasing Department Authorized by Date: Date: Date: Date: Date: 51 Construction Services Agreement: Revised 1/1/2012 11 Director (For use by Owner: Fund Cost Center: Object Code: Project Number: 1 52 Construction Services Agreement: Revised 1/1/2012 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date Design Professional's Project No. I I B 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 COMPLETION 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: 53 Construction Services Agreement: Revised 1/1/2012 11B 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 By: Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 By: CONTRACTOR Type Name and Title 20 OWNER accepts this Certificate of Substantial Completion on 120 By: OWNER Type Name and Title 54 Construction Services Agreement: Revised 1/1/2012 Bid No.: _ 20 Contractor: 118 EXHIBIT G: FINAL PAYMENT CHECKLIST roject No.: The following items have been secured by the for the Project known as Date: and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Commencement Date: Final Contract Amount: Substantial Completion Time as set forth in the Agreement: Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Actual Final Completion Date: YES NO Calendar Days. Calendar Days. 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) 55 Construction Services Agreement: Revised 1/112012 By Design Professional: By Owner: 11B 1 (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 56 Construction Services Agreement: Revised 1/1/2012 118 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. ��hhl��iC _ • . _ . � Iwiirl =h� 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, 57 Construction Services Agreement: Revised 1/1/2012 11B 1 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 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. 58 Construction Services Agreement: Revised 1/112012 3. SCHEDULE. 11B 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 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. 59 Construction Services Agreement: Revised 1/1/2012 11B 1 4.3 Contractor shall submit all Applications for Payment to Ted Tryka, PE, Agnoli Barber and Brundage, Inc., located at 7400 Tamiami Trail North, Suite 200, Naples, FL 34108. 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 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 60 Construction Services Agreement: Revised 111/2012 11B I 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 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. 4.12 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. 5. PAYMENTS WITHHELD. 61 Construction Services Agreement: Revised 1/1/2012 11B � 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. 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 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 62 Construction Services Agreement: Revised 1/1/2012 116 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. 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. 63 Construction Services Agreement: Revised 1/112012 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 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; 64 Construction Services Agreement: Revised 1/112012 118 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 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 65 Construction Services Agreement: Revised 1/1/2012 11B I 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 government, 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. 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 ss Construction Services Agreement: Revised 1/112012 11B 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 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 67 Construction Services Agreement: Revised 1/112012 11B 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 proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 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 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. ss Construction Services Agreement: Revised 1/1/2012 11B 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. 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 69 Construction Services Agreement: Revised 1/1/2012 116 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 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: http: / /www.dhs.gov /E- Verify. It shall be the 70 Construction Services Agreement: Revised 1/1/2012 11B 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 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 license 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. 71 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 72 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 days 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. 73 Construction Services Agreement: Revised 1/112012 11B 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: (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. 74 Construction Services Agreement: Revised 1/1/2012 11B 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 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 75 Construction Services Agreement: Revised 1/112012 118 1 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. 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 76 Construction Services Agreement: Revised 1/1/2012 118 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 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 77 Construction Services Agreement: Revised 1/112012 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. 78 Construction Services Agreement: Revised 1/112012 11B 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; 79 Construction Services Agreement: Revised 1/112012 11B 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; 80 Construction Services Agreement: Revised 111/2012 11B 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. 81 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 /or Purchasing Departments, and is available on -line at coiliergov.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, 82 Construction Services Agreement: Revised 1/1/2012 11B 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 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 sale 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 83 Construction Services Agreement: Revised 1/1/2012 118 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 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. 84 Construction Services Agreement: Revised 111/2012 11B 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. 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 85 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 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. 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 86 Construction Services Agreement: Revised 1/1/2012 11B 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. 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 87 Construction Services Agreement: Revised 1/112012 11B 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. sa Construction Services Agreement: Revised 1/112012 11B EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Not Applicable 89 Construction Services Agreement: Revised 1/1/2012 EXHIBIT J: TECHNICAL SPECIFICATIONS See Attached 11B 90 Construction Services Agreement: Revised 1/112012 11B PROJECT: EXHIBIT J TECHNICAL SPECIFICATIONS LASIP - NAPLES MANOR OUT FALL 3 & 4 ABB PROJECT NUMBER 7599 -6 PREPARED FOR: COLLIER COUNTY TRANSPORTATION ENGINEERING DEPARTMENT, ROADWAY, STORMWATER, AND BRIDGE SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 ENGINEER: AGNOLI, BARBER & BRUNDAGE, INC. 7400 TAMIAMI TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597 -3111 Fax (239) 566 -2203 DATE: July 20 12 11B TABLE OF CONTENTS EXHIBIT J TECHNICAL SPECIFICATIONS Page SECTION 1 SPECIAL CONDITIONS .................................................... ............................... I I. GENERAL ......................................................................... ............................... 1 SECTION2 SITE WORK ........................................................................ ............................... 3 I. CLEARING AND GRUBBING ........................................ ............................... 3 II. EARTHWORIL ............. 3 III. SEEDING /MULCHING/ SODDING .................................. ..............................4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS ...................... 5 SECTION3 PAVING ............................................................................. ............................... I 1 1. STABILIZED SUB- GRADE /LIMEROCK BASE ......... ............................... 11 I1. CONCRETE CUP-BS/ GUTTERS /SIDEWALKS ........... ............................... 12 III. PAVEMENT MARKINGS ............................................... ............................. 14 SECTION4 DRAINAGE ....................................................................... ......................... . . . ... 16 I. STORM SEWERS /STRUCTURES ................................ ............................... 16 II. SWALE EXCAVATION ................................................. ............................... 19 SECTION 5 CONCRETE .................................... ............................... 1. GENERAL .................................... ............................... SECTION 6 PLANTINGS. 1. GENERAL .................................... II. PRODUCTS .................................. ............................... Exhibit J Table of Contents - Specifications Index.doc i ................ 21 ................ 21 . ............................... 22 . ............................... 22 .......................... 26 11 B SECTION 7 MEASUREMENT AND PAYMENT .............................................................. 29 I. GENERAL ......................................................................... .............................29 Exhibit J Table of Contents - Specifications Index.cloc ii 11 EXHIBIT J TECHNICAL SPECIFICATIONS SECTION I SPECIAL CONDITIONS I. GENERAL A. Beginning Work The Contractor shall notify the Engineer, the Utility Department and any and all utility companies of his intention to begin work, not less than 5 days in advance of the date on which lie proposes to begin construction. B. Suspension of Work The Contractor shall not suspend operations or remove equipment or materials necessary for the completion of the work without the permission of the Engineer. The Engineer shall have the authority to suspend the work, wholly or in part, for such period or periods as may be deemed necessary, due to the failure on the part of the Contractor to carry out orders given or to comply with any or all provisions of the contract. Such suspension shall be ordered in writing, giving in detail the reasons for the suspension. If for any reason it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily, not become damaged in any way, and he shall take every reasonable precaution to prevent damage to or deterioration of the work performed, shall provide suitable drainage of the roadway by opening ditches, shoulder drains, etc., and shall provide any temporary structures necessary for public travel or convenience. C. Night Work In general, all work shall be performed during daylight hours. For special operations, night work may be done if so authorized in writing and appropriate governmental approvals are obtained. No night work shall be performed unless adequate artificial lighting has been provided and has been approved. D. Sequence of Operation The Contractor shall not open up work to the prejudice of work already started, and the Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional section. E. Drainage The Contractor shall so conduct his operations and maintain the work in such condition that adequate drainage will be in effect at all times. Existing functioning storm sewers, gutters, Exhibit J Section I Special Conditions.doc I 11B ditches, and other run -off facilities shall not be obstructed. F. Hydrants Fire hydrants on or adjacent to the roadway shall be kept accessible to fire apparatus at all times and no material or obstruction shall be placed within 15 -feet of any such hydrant. G. Barricades and Protection of Work The Contractor shall protect his work throughout its length by the erection of suitable barricades where required. He shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across thoroughfares. Wherever it is necessary to cross a public walk, he shall provide a suitable safe walkway. He shall also comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants and letter boxes shall be kept accessible at all times. H. Use of Explosives No blasting shall be done except upon approval by the Owner and the governmental agency or political subdivision having jurisdiction. When the use of explosives is approved by the Owner as necessary for the execution of the work, the Contractor shall use the utmost care so as not to endanger life or property, and assume responsibility for any such damage resulting from his blasting operations, and whenever directed, the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES" and shall be in care of competent watchmen. All permits required for the use of explosives shall be obtained by the Contractor at his expense. All requirements of the governmental agency issuing permit shall be observed. Collier County Utilities Standards Manual Water utilities, sewer utilities, and reclaimed water utilities shall be in accordance with the Collier County Utilities Standards Manual, latest edition. A copy of the manual is available on the Collier County Utilities website. SEC 1 Exhibit J Section t Special Conditions.doc 2 11B SECTION 2 SITE WORD 1. CLEARING AND GRUBBING A. Scope, The scope of this section consists of clearing and grubbing within areas designated by the Engineer. The work of clearing and grubbing shall include the disposal of the resultant products and debris. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and /or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Clearing and Grubbing and Selective Clearing The work shall include the complete removal and disposal of all buildings, timber, brush, stumps, roots, grass, weeds, sawdust, rubbish and all other obstructions resting on or protruding through the surface of existing ground and the surface of excavated areas. All stumps, roots and other- debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of not less than six inches and all stumps, roots, etc., exposed shall be removed to a depth of at least one foot. Where so directed by the Engineer, desirable trees within the work area shall be trimmed, protected and left standing. Selective clearing shall be performed in some areas by retaining trees selected by the Owner for saving which shall be protected from construction equipment by the Contractor in a manner approved by the Engineer. Any loose boulders or rocks lying on the surface of the ground shall be removed. Timber, stumps, brush, roots, rubbish, and any objectionable material resulting from clearing and grubbing shall be disposed of off site. The Contractor shall obtain all necessary permits and approvals. As an alternate proposal, burning of debris will be allowed subject to the Contractor obtaining all required permits and subject to applicable laws, ordinances and regulations. II. EARTHWORK A. Scope The work of this section consists of furnishing all necessary labor, equipment, material and transportation necessary to bring the site to the lines and grades shown on the drawings. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and /or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid on existing conditions. Exhibit J Section 2 Clearing & Grubbing.doc 3 116 B. Excavation Existing surfaces to be excavated from, or filled over, shall be stripped to a depth of six inches, unless otherwise directed by the Engineer, to remove grass and roots. This stripped material will be classified as unsuitable material and shall be used as top soil. All suitable materials removed from the excavation shall be used as far as practicable in the formation of the embankments, sub - grades, shoulders and other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A -8 in accordance with AASHTO Designation M145 -73 is considered to be highly organic soil (peat or muck) and unsuitable material. This unsuitable material existing in detention areas may remain, unless otherwise as directed by the Engineer. The unsuitable material shall be stockpiled in surplus excavated material areas as shown in the Drawings or as otherwise directed by the En- gineer. All excavated material shall be considered property of the Owner and disposed of on the Project. C. Grading Excavated material from lakes, swales and /or ditches may be used to make required fill provided the material is of suitable nature. Grading shall be accomplished to meet the proposed elevations as shown on the plans. Any suitable excess excavated material shall remain the property of the Owner and shall be disposed of on site as directed by the Engineer. All suitable excavated material shall be considered property of the Owner and disposed of on the project. D. Road, Parking Lot and Maintenance Road Road, parking lot, travel -way and cart path embankment material and placement shall be in conformance with Florida D.O.T. Standard Specifications, Section 120. III. SEEDING /MULCHING /SODDING A. Scope The scope of this section consists of seeding, sodding, fertilizing and mulching all unpaved areas within road and /or completed drainage swale rights -of -way. The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and /or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials and Placement of Seed and Mulch The Contractor shall furnish all labor, material and equipment to prepare shoulders and backslopes from the edge of the pavement or back of the concrete gutter to the right -of -way line, and such other areas as designated on the plans. All work shall be in accordance with Section Exhibit J Section 2 Clearing & Grubbing.doc 4 11B 570 of the latest edition of the "Florida D.O.T." standard specifications C. Final Cleanup The Contractor shall keep the works free from accumulations of waste materials, rubbish and other debris resulting from the work. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the works and adjacent property, all surplus and discarded materials, rubbish and temporary structures; restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work; and shall leave the site and vicinity unobstructed and in a neat and presentable condition throughout the entire area or length of the work under contract. The placing of materials of every character, rubbish, or equipment on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. If the works are of such character as may be done by blocks or sections, the Contractor may be required to remove promptly and dispose of accumulated rubbish, debris or surplus materials fi-om blocks or sections as completed or partially completed. In the event of delay exceeding four days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials, or to restore displaced or damaged property, the Owner may employ such labor and equipment as he may deem necessary for the purpose and the cost of such work, together with the cost of supervision, shall be charged to the Contractor, and shall be deducted from any money due him. No Contract shall be considered as having been completed until all rubbish and surplus materials have been removed and properly disposed of. IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS A. Scope The wort: included under this Section consists of clearing, excavating, grading and backfilling as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. B. Clearinjz General The Contractor shall perform all clearing necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Plantings, shrubbery, trees, utility poles or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored, or otherwise protected and preserved unless otherwise directed by the Engineer. 2. Tree Protection The Contractor shall exercise care to protect the roots of trees which are to remain. When excavating within 5 -feet of the trunk of such trees, the Contractor shall use chain Exhibit ) Section 2 Clearing & Grubbing.doc 5 11B saws, pruning shears and /or clippers to prune injured roots. The backfill shall be placed as soon as possible. C. Excavation The Contractor shall perform all excavation of every description and of whatever substances encountered, to the dimensions and depth shown on the Drawings, or as directed. All excavations shall be made by open cut (see Section V of the Special Conditions Section for information on blasting). One exception will be the Dual 58" HDPE crossing under U.S. 41. This work shall be accomplished by Jack & Bore per Section 556 of the FDOT Standard Specifications For Road and Bridge Construction, current edition. The other exception is the 12" HDPE Directional Drill for the 4" forcemain relocation. All existing utilities such as pipes, poles and structures shall be carefully supported and protected from injury and, in case of damage they shall be restored at no cost to the Owner. In areas where trench widths are not limited by right -of -way, and /or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. A substantially and safely constructed movable shield, "box" or "mule" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. Pipe trenches for utility lines shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, or sheeting if used, of 8- inches minimum and where the pipe size exceeds 12- inches to 18- inches minimum. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12- inches. Manhole excavations shall be carried to sufficient depth to permit their construction on the undisturbed bottom of the excavation. If overcut, bedding material shall be furnished at no cost to the Owner. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to stockpile areas designated by the Engineer. All materials suitable for use as backfill shall be hauled to and used in areas where not enough suitable material is available from the excavation. Suitable material in excess of backfill requirements shall become the property of the Owner and shall be placed on site in an area and manner designated by the Engineer, at the Contractor's expense. All unsuitable material shall become the property of Contractor and shall be removed from the site by Contractor. Exhibit J Section 2 Clearing & GrUbbing.doc 6 11B D. Removal of Water It is a basic requirement of these specifications that excavations shall be free from water before pipe or structures are installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and the Contractor may elect to use the Alternate Method of Construction (see paragraph I). The Contractor shall provide all necessary pumps, underdrains, well- point systems, and other means for removing water from trenches and other parts of the work. The Contractor shall continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent floatation or movement of the pipe in the trench and until backfill is above the natural water table. Water from the trenches and excavation shall be disposed of per South Florida Water Management District permit restrictions in such a manner as will not cause injury to public health, to public or private property, to the work completed or in progress, to the surface of the streets, or cause any interference with the use of the same by the public. E. Pipe Bedclin;iz Excavation shall be backfilled with approved pipe bedding material, up to the level of the lower one -third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material for piping shall be pea rock, drainfield limerock, or similar materials as approved by the Engineer. Limerock screenings, sand or other fine inorganic material from the excavation may be used for bedding material when pipe is installed above the natural water table. Any excavation below the levels required for installation of the pipe bedding, except for "Additional Excavation ", as hereinafter specified, shall be backfilled with approved bedding material, tamped, compacted and shaped in 12" lifts to provide proper support for the proposed pipe, at no cost to the Owner. F. Trench Stabilization No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms that are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shat; pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. G. Bacicfill Bacicfill material shall be noncohesive, nonplastic and free of all debris, lumps and clods. Backfill material placed within I -foot of piping and appurtenances shall not contain any stones Exhibit J Section 2 Clearing & Grubbing.doc 7 11B or rocks larger than 2- inches in diameter (1 -inch for PVC) and no stones or rocks larger than 6- inches in diameter will be permitted in any backfill. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, the Engineer will order the Contractor to provide additional material suitable for this purpose. The additional material shall be installed as specified herein. Selected backfill material containing no stone or rocks larger than 2- inches shall be placed in 12 -inch layers and thoroughly tamped to a depth of 12- inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. After the backfill has been placed to a level 1 2- inches over the pipe, the remainder of the backfill shall be placed in layers, not to exceed 12- inches, and compacted with mechanical vibrators or other, suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined. No more than 250 feet of trench shall be opened, without backfilling, at any time. At the end of the work day, all trench shall be completely backfilled except the pipe end, which shall be protected against damage and accident. Backfilling of a trench through an existing paved area shall proceed per plan details, if applicable. H. Additional 13xcavation and Backfill Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the Engineer and wasted. Sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in 6 -inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of 95% of AASHTO T -180. Construction shall then proceed in accordance with the provisions of Subsection E, Pipe Bedding. Additional excavation shall be performed where organic or other unsuitable material is encountered in the excavation. The Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. Where such additional excavation is ordered by the Engineer, the cost of such excavation and backfill shall be included in the unit price bid for excavation of unsuitable material. Unsuitable material will become property of Contractor and removed from the site. Exhibit J Section 2 Clearing & Grubbing.doc 8 11B Alternate Method of Construction A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after.all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence of the Engineer, may elect to employ the following alternate method of construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the alternate method of construction to such specific portions of the work as the Engineer shall determine. The construction specifications contained in the preceding parts of this section shall establish the required standards of construction quality for this work. Use of the alternate method of construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payment will be made to the Contractor for excavation, backfill, sheeting or any costs in use of this alternate method of construction. The unit prices established in the Proposal shall be full payment for the various items of work. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of Subsection A through Subsection I, including this Section, shall apply to this construction unless otherwise specifically modified herein. Removal of Water The installation of pipe, manholes and appurtenances under water will be permitted and the requirements of Article D, "Removal of Water ", will be waived. FXCAVRri(111 Excavation for manholes to be installed under water shall be continued to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12- inches in rock, or 24- inches in sand, for the placement of drainfield limerock as hereinafter specified. The excavation of pipe trenches at their junction with excavations for manholes shall be modified in the following manner: A longitudinally sloping, plane bottom surface, for the placement of pipe bedding material, shall be provided from the bottom of the manhole excavation, at its extremity, to a line of intersection with the bottom of the typical excavation of 10 -feet measured horizontally, from the vertical plane of the manhole excavation. Pipe and Manhole Beddint; The pipe trench or manhole excavation shall be backfilled to receive the pipe or manhole with drainfield limerock as the same is commonly referred to in this area, up to the level of the lower one -third of the proposed pipe barrel, or to the outside bottom of the Exhibit J Section 2 Clearing & Grubbing.doc 9 SEC 2 11B proposed manhole, as applicable. This backfill shall be tamped and compacted to provide propel- bedding for the pipe or manhole, as also specified herein. Under no cir- cumstances will material other than drainfield limerock be considered satisfactory for use as bedding material for underwater construction. 4. Backfill After the pipe is installed, backfilling shall proceed in accordance with the provisions of Subsection G, "Backfill ". Exhibit 7 Section 2 Clearing & Grubbing.doc 10 11B SECTION 3 PAVING I. STABILIZED SUB - GRADE /LIMEROCK BASE A. Scope The scope of this section consists of furnishing labor, equipment, and materials for the construction of a crushed limerock base and of a stabilized subgrade. The stabilized subgrade and the base course shall be constructed in accordance with the plans and specifications. Standard specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction ". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and those shown on the plans or called for in the specifications. B. Material and Construction The limerock base and subgrade material shall conform to Section 911 of the "Florida D.O.T. Standard Specifications ". Stabilization of the subgrade and shoulders shall be in accordance with Section 160 of the "Florida D.O.T. Standard Specifications ". Construction of limerock base shall be in accordance with Section 200 of the Florida D.O.T. Standard Specifications ". The subgrade and shoulders shall be stabilized to the depth and width as shown on the plans and shall have a minimum Florida Bearing Value (FBV) of 75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall be compacted to at least 98% of maximum density as determined by the AASHTO T180, (modified proctor test). The limerock base shall have a compacted thickness and width as shown in the drawings. All limerock shall have a minimum LBR of 100. Compaction of the base course shall be at least to 98% of the maximum density as determined by the AASHTO TI 80, (modified proctor test). C. Testing and Inspection The Contractor shall be responsible for the cost of and the furnishing of samples of the materials to a testing laboratory approved by the Engineers. Test report and samples shall be required from every limerock supplier furnishing the material. The source of material designated shall not change without written consent of the Engineer. During the construction, the Engineer may require additional tests if any visible variation occurs. One Florida Bearing Value (FBV) Test or Limerock Bearing Ratio (LBR) test for each 0 -1000 square yards of subgrade and one FBV (or LBR) test for each additional 1000 square yards (AASHO T180). One in place density test for each 0 -1000 square yards of base course and one test for each additional 1000 square yards ( AASHTO T180) shall be provided by the Contractor. During construction a field inspection of each phase shall be made by the Engineer. It is the Contractor's responsibility to notify the Engineer when a phase of construction is ready for G;�thihii 15ectiun � P�iving.di�i; 11 11B inspection. The Contractor shall notify the Owner prior to conducting any test, so that the Owner may have his Representative present. II. CONCRETE CURBS /GUTTERS /SIDEWALKS A. Scope The work covered in this Section of the Specifications consists of furnishing all plant, labor equipment, materials and the performing of all operations necessary for the construction of concrete curbs and /or gutters. B. Construction Methods All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted in conformance with Section 3A. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and /or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backfilled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. All work shall be performed to the length and cross - sections shown on the plans. Forms shall be Of sufficient strength to resist the pressure of the concrete without springing. Bottom forms shall not be removed within twenty -four hours after initial concrete placement. Side or top forms shall not be removed within twelve hours after concrete placement. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. Curbs and gutters shall be finished until a smooth surface is attained. Final finish shall be a light broom finish. When completed the concrete shall be cured as outlined herein. C. Placiniz of Concrete Concrete shall be deposited in clean, wet forms and as nearly as practicable in its final position to avoid segregation. Concrete placing shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. Concreting shall be a continuous operation until the panel or section is completed. All structural concrete shall be vibrated. No concrete shall be allowed a free fall of more than four feet (4') or allowed to strike against a vertical or inclined surface or reinforcement above the point of deposit. Placing by I? hihil J section ; Pavin:l.doc 12 118 means of pumping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. Placing of concrete shall be so regulated that the pressure caused by the wet concrete shall not exceed that used in the design of the forms. After the concrete has taken its initial set, care shall be exercised to avoid jarring the forms or placing any strain on the ends of projecting reinforcement. D. Machine -La in,; Machine laying of work will be permitted, providing all quality conditions of conventional construction are met. As a specific requirement for machine -laid curb and gutter, contraction joints shall be sawed unless an alternate method of constructing them is approved in writing by the Engineer. joints shall be sawed at times designated by the Engineer, and at intervals of ten feet except where shorter intervals are required for closures, but no joints shall be sawed or constructed at intervals of less than four feet. E. CurinIz As soon as practicable after finishing, all concrete shall be covered with burlap and kept moist for a period of seven (7) days or, an approved membrane curing compounds such as Res -x, Aqua Resin Cure, Spartan -Cote and Clear Bond or suitable equivalents may be applied at the Contractor's option. Where membrane curing compound is used, no walking or other traffic will be allowed over the work for seventy -two hours after application unless the surface is protected by burlap or heavy building paper. F. Joints Construction Joints Joints not shown or specified shall be located as to least impair the strength and appearance of the work. The placement of concrete shall be carried on at such a rate that the surfaces of concrete which have not been carried to joint levels will not have attained initial set before additional concrete placement. 2. Contraction Joints Curbs, curb - and - gutters, and valley gutters shall be constructed with contraction joints at intervals of ten feet (10') except where shorter intervals are required for closures, but no joint shall be constructed at intervals of less than four feet (4'). Contraction joints may be of the open type or sawed. Construction and construction procedures of contraction joints shall conform to the Specifications set forth in the "Florida State Road Department Standard Specifications for Road and Bridge Construction ". Exhibit .I Section PzIviIIL, oc. 13 Expansion .Joints 11B Curbs, curb- and - gutters, and valley gutters shall be constructed, with expansion joints at all inlets, all radius points, all points where operations cease for any considerable time and at intervals of not more than one hundred feet (100'). Expansion joints shall be constructed with PVC slips encasing the reinforcing bars. Expansion joint material shall be one -half inch bituminous impregnated expansion joint material. 4. Other Where the Plans call for sealed joints between wallas or concrete medians, and curbs, such joints shall be constructed as specified in the Standard Specifications. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete wort: and finishes. He shall reject all delivered concrete and finishes not meeting these specifications. The Contractor shall also be responsible for securing laboratory tests or reports if such tests or reports are requested by the Engineer. The Engineer will not. require the testing of more than one set of three compression test cylinders per 50 cubic yards, (or part thereof). All curbs, gutters, etc., shall be constructed in accordance with these Specifications and in conformity with the lines, grades, dimensions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, base, or subgrade shall be compacted. Subgrades for walks and concrete medians shall be compacted to a firm, even surface, by means of rolling, watering and /or tamping. After the concrete has set sufficiently, but not later than three days after placing, the spaces in front and back shall be backFiiled with suitable material and compacted. When street bases are to be constructed adjacent to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfilled and shall cure for a period of not less than (3) days before any base material is placed against it. III. SIGNING/PAVEMENT MARKINGS A. Scone The work covered in this Section of the Specifications consists of furnishing all labor equipment, materials and the performance of all operations necessary for the installation /application of roadway signs, and pavement markings. 1.'Alihii .I Section a Ptvina.doc 14 11B B. Signiniz All roadway signs indicated on the plans shall be constructed as specified in Sections 700 and 996 of the Standard Specifications. C. Pavement Markings The thermoplastic markings used shall comply with and be installed per Section 711 of the Standard Specifications. The Contractor shall install modified Type 5 Class A reflective pavement markers in the center of the outermost travel lane adjacent to all fire hydrants. These markers shall have blue bi- directional reflective faces and shall conform to Section 706 of the Standard Specifications, and shall be installed by one of the methods described therein. D. Raised Retro - Reflective Pavement Markers and Bituminous Adhesive All raised Retro- Reflective Pavement Markers (RPMs) and adhesive shall be placed as specified in Sections 706 and 970 of the Standard Specifications. SEC 3 I'- khihii J `-sCCUUII ; 1' itVingdno is 116 SECTION 4 DRAINAGE I. STORIVI SEWERS /STRUCTURES A. Scope The scope of this section consists of furnishing labor, equipment and materials and the construction of the gravity storm sewer system shown on the plans and /or herein described or specified. Standard Specifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction ". The Contractor shall examine the entire site of the proposed work prior to submitting his bid in order to verify existing conditions and /or variances between existing conditions and those shown on the plans or called for in the specifications. In the event existing conditions vary from the plans and specifications, he shall base his bid upon existing conditions. B. Materials Aluminum spiral rib pipe shall comply with the provisions of AASHTO M -196 Type 1 R and ASTM B -745 Type 1R. The pipe material shall be formed from aluminum alclad coil and conform to the current AASHTO M -197 (and ASTM B -744) material specification. The pipe shall have an external helical corrugation of 1/3" X 3/4" X 7 -1/2" O.C. resulting in a Manning "n" of 0.012 or less. The helical lock seam shall contain external seam staking. Minimum pipe metal thickness (gauge) shall be in accordance with the plans. Reinforced concrete pipe shall comply with the provisions of ASTM designation C76 "Standard Specifications for Reinforced Concrete Pipe" and shall be Class III, Wall B. Pipe joints shall be sealed using rubber gasket joints and the pipe joint shall be manufactured to meet the requirements of the approved type of gasket to be used. Joints on oval pipe where provision has not been made for gasketing in the casting, shall be wrapped with geotextile filter fabric approved by Engineer. Lifting holes will not be permitted unless the Contractor subunits a shop drawing for the Engineer's approval, indicating the method to used in sealing the holes. Mortar used for constructing and plastering manholes, catch basins, drop inlets and junction boxes shall be in accordance with A.S.T.M. Specifications Serial Designation C 270. The Contractor will have the option of using either a Portland cement - hydrated lime mixture or a Portland cement mixture with masonry cement added for improved workability. The mortar materials shall be proportioned by volume and shall be as follows: One (1) part Type I Portland cement - A.S.T.M. C -150 Three (3) parts aggregate (sand) - A.S.T.M. C -144 Exhibit J Section 4 Drainage.doc 16 11B The addition ofmasonry cementA.S.T.M. C -91 will be permitted to improve workability of mortar. Brick used in the construction of manholes, catch basins, drop inlets and junction boxes shall be Portland cement concrete conforming to A.S.T.M. Serial Designation C -55, Grade U It. They shall be sampled in accordance with A.S.T.M. Serial Designation C -140. All concrete and concrete work shall conform to the specifications contained herein unless otherwise noted on the Plans. All concrete specified in this Section shall attain a minimum compressive strength of 3000 psi in 28 days. Reinforcing bars shall be intermediate grade, new billet - steel, deformed bars free of loose rust, scale, dirt or oil, and shall conform to A.S.T.M. A15 latest revision, "Specifications for Steel Bars for Concrete Reinforcement ". Rebar deformations shall conform to A.S.T.M. A305 latest revision. Welded wire fabric for concrete reinforcement shall conform to A.S.T.M. 185, "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement ". All reinforcement steel shall be placed, spliced, lapped, etc., in accordance with the A.C.I. Standard 318 latest edition, Building Code Requirements For Reinforced Concrete. C. Handling: Material Reinforced concrete pipe and accessories shall be loaded and unloaded by lifting with hoists or skidding in a manner that will avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. In distributing material at the site of the work, each piece shall be unloaded near the place where it is to be laid in the trench. D. 1 Laying Concrete Pie Trench and backfilling shall be completed as specified in Section 2 -D of these Specifications. Gravity storm sewers shall be laid to the exact line and grade shown on the plans. Sewers will be inspected when the line is completed and backfill has been placed to a depth of one foot (I) over the pipe. Back-fill may be completed only after the Engineers approval of each section has been given for line and grade. Faulty sections of line, rejected by the Engineer, shall be removed and relaid by the Contractor. The laying of pipe in finished trenches shall be commenced at the lowest point, with the spigot ends pointing in the direction of the flow. D.2 Lavine Aluminum Spiral Rib Pipe Installation shall be in accordance with the pipe manufacturer's "Recommended Installation Procedures" unless otherwise specifically modified herein. Trenching and backfilling shall be completed as specified in Section 2, Article IV of these specifications unless other wise specifically modified herein. The pipe shall be installed on select bedding material to the dimensions given on Exhibit J Section 4 Drainage.doe 17 11B sheet 1 of 4 of FDOT Standard Index 205. Backfill materials in the pipe envelope shall be limited to clean, non plastic materials that require little or no compaction effort (GP, SP) or to well graded granular materials classified as GW, SW, GM, SM, GC or SC with a maximum plastic index (PI) of 10. Maximum loose lift thickness shall be twelve inches (12 ") with each lift compacted to a minimum of 90% standard density per ASTM D698 (AASHTO T99). Compaction in excess of ninety -five percent (95 %) is not recommended. Special attention to moisture content to limit compaction effort shall be required. Soil cement or cement slurries may be used in lieu of the selected granular materials. When the aluminum spiral rib pipe invert is to be installed below the natural water table, #57 stone shall be utilized for the select bedding material and clean sand for backfilling in accordance with the detail shown on the Plans. The stone and sand shall be placed in lifts and compacted /tamped as specified above. Contractor shall exercise extreme caution during backfilling and compaction until the minimum cover requirement is obtained in accordance with the pipe manufacturer's Fill Height or Height of Cover Tables for HS -20 vehicles and construction vehicles. Upon completion of backfilling and compaction of each pipe run, the pipe shall meet the requirements of FDOT Standard Specification Section 430 -8.2. E.I Jointing Reinforced Concrete Pipe All pipe shall be joined by rubber gaskets installed in strict accordance with the recommendations of the pipe manufacturer. The joint shall be sealed so that the joint will remain watertight under all conditions of service, including movement due to expansion, contraction and normal settlement. Pipe joints and rubber gaskets shall conform to the requirements of Sections 941 and 942 of the Standard Specifications. E.2 Jointing Aluminium Spiral Rib Pipe Coupling bands shall be made ofthe same material as the pipe and shall be a minimum of 16 gauge. Bolts, nuts, and other hardware used shall meet the requirements of either ASTM A307 or ASTM A325. Each end of each pipe section shall have a minimum of two annular corrugations and shall fully engage, over the entire periphery, one corrugation on each pipe end. In addition, two neoprene "O- ring" type gaskets shall be used in conjunction with the connecting band. The neoprene "O- ring" gaskets shall meet the requirement of ASTM C -361. An acceptable connecting band is the H- 12 Hugger Band with double "O- ring" gaskets. Field cut pipe shall only be installed with the plain end (no annular corrugations) in a storm sewer structure. A filter fabric jacket in accordance with MOT Standard Index 280 shall be installed around all joints. F. Catch Basins Storm Sewer Manholes and Concrete Headwalls Catch basins, storm sewer manholes and concrete headwalls shall be constructed at the location and to the depth indicated on the drawings and in accordance with the details shown thereon. Excavations and backfill shall be made in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgoing pipes shall be sealed with Portland Exhibit J Section 4 Drainage.doc 18 11B, cement mortar to form a watertight joint. All pipes within catch basins, storm sewer manholes, and concrete headwalls shall be cut off flush with the face of the structure and the broken ends of these pipes shall be grouted with Portland cement mortar to a smooth uniform covering with no steel exposed. All precast reinforced concrete structures shall conform to A.S.T.M. Specification C -478. The Contractor shall submit three (3) sets of shop drawings of the proposed precast structures for approval. Construction of grated inlets and catch basins shall be to the elevations and dimensions shown on the Plans. Construction shall include any reasonable adjustment and realignment of the grate necessary, or the installation of the inlet grates. Frames shall be secured in mortar- and the mortar struck smooth inside and out. G. Manhole Frame and Cover Material used in the manufacture of the casting shall conform to A.S.T.M. Specification A 48 -76 Table I, Class 30B iron or of the U.S. Government Specification QQI -652, latest revision for gray iron casting. See details for specific information. H. Form Work All work shall be performed to the dimensions shown on the plans. Forms shall be of sufficient strength to resist springing. Bottom forms shall not be removed within twenty -four hours after placing the concrete. Side or top forms shall not be removed within twelve hours after placing the concrete. Upon the removal of the forms, minor defects shall be corrected with a rich mix of cement mortar. When completed the concrete shall be cured as outlined herein. II. S WALE EXCAVATION A. Scope Swale excavation shall conform to the limits indicated on the plans or specified herein. This work shall include excavation, shaping and sloping and other work necessary in bringing the swale excavation to the required grade, alignment and cross section. B. Excavation All suitable materials removed from the swale excavation shall be used as far as practicable in the formation of subgrades, shoulders or other places as directed. No excavated material shall be wasted without permission, and where necessary to waste such material it shall be disposed of as directed by the Engineer. Material classified as A -8 in accordance with AASHTO Designation M 145 is highly organic soil and is considered unsuitable and is to be removed to the required depth and replaced, to the satisfaction of the Engineer, with suitable material. Unsuitable material existing in open areas may remain and these open areas may be used for disposal areas for the unsuitable material as directed by the Engineer. Open areas are defined as those areas that do not include building sites, paving or street rights -of -way. All excess unsuitable excavated material shall be considered Exhibit .I Section 4 Drainage.doe 19 11B property of Contractor and shall be removed from the site. Final elevations shall be within 0.1 foot of the required elevation and surfaces shall be sloped to drain as shown on the Drawings. SEC 4 Exhibit J Section 4 Drainage.doc 20 �M SECTION 5 CONCR1ETE GENERAL A. Scope The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work, or as herein specified. B. Composition Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. C. Materials Cement Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM C 154, latest revision. Type 11 cement shall be used in the construction of sanitary sewer manholes, wet wells and pump stations. Aggregate Aggregates shall conform to ASTM C 33, latest revision. Water Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, allcali or organic matter. D. Classification and Strength of Concrete 1. Class and strength requirements for concrete shall be as tabulated below. Unless otherwise specified, Class B concrete shall be used. 2. Strength Requirements Concrete class and strength shall meet the minimum compressive strength requirements. The compressive strengths shall be as determined by standard laboratory cylinders tests in accordance with the procedure set forth in ASTM C 31 and C 39, latest revisions. Exhibit J Section 5 Concrete.doc 21 %Una Compressive Strength In Pounds Per Square Inch Class Design A 4000 B 3000 C 2500 E. Field Control and Testing General The quality of the concrete as to conformance to the specifications is the entire responsibility of the Contractor until it is accepted in place in the structure and verified by the final cylinder tests made by the laboratory as selected by the Owner. These cylinders shall be in accordance with the procedure set forth in ASTM C 172, latest revision. 2. Reports Proper reports of all tests performed by the laboratory will be prepared by the laboratory and submitted promptly to the Engineer. Such reports shall be properly labeled so as to identify the portions of the project into which the materials have been placed. F. Concrete Placement The concrete shall be ready -mixed and shall conform to the applicable requirements of ASTM C 94. G. Contractor's Responsibilities The Contractor is fully responsible for all concrete and concrete work and finishes. The Contractor shall abide by the Statement of Responsibilities as set out by The National Ready Mix Concrete Association and the Associated General Contractors of America. SEC 5 Exhibit J Section 5 Conerete.doc 22 11B SECTION 6 PLANTINGS I. GENERAL A. Scope The required plantings consist of ground cover species, four inch liner minimum size installed three feet on center, in two planting zones. The species that are to be installed by zone are listed in Table 1. Table 1. SneCieS to be Planted by Zone Botanical Name Common Name - Above SHWT Below 'SHVt T A ndropojZon s . Broomsed e X Era rostis elliottii Love grass X Gaillardia ulchella* Blanketflower X Helianthus debilis* Beach sunflower X Mulenber ria cappillaris Muhlygrass X Pas alum monostachvum Seashore paspalum X S artina bakeri Sand cord grass X * Species to be installed in upper portion of planting zone The Contractor, by completing the Bid Form, acknowledges that they have inspected the site and have read, understand and will abide by all conditions of the contract documents. B. Description 1. Work Included a. The work consists of the delivery and installation of specific plant species of the quantity, quality, and size specified in the construction documents. b. The Contractor shall be responsible for all materials and work called for in these documents. It is the intent of these specifications to provide quality plants vigorous in growth. Any item not specifically shown in these specifications, but normally required to conform to such intent, is to be considered as part of the work. C. Completion of work shall mean the full and exact compliance and conformity with the provisions expressed or implied in these specifications. d. The Contractor shall provide a report to the Owner's Representative with a summary of the size and number of plant species delivered to and installed Exhibit J Section 6 Plantinss.doc 23 11B e. The Contractor shall provide all labor, equipment, tools, and incidentals necessary to deliver and hand plant ground cover species within the designated planting areas. 2. Substitutions and Changes in the Work Substitutions and changes are not anticipated concerning plant species, minimum sizes, and numbers. However, the Owner reserves the right to make adjustments to the species composition and quantities and shall provide the Contractor at least 30 days notice prior to specified delivery dates. Changes made to the number of plants required will result in a modification in the contract amount based on the per plant costs provided on the attached Bid Form. Any and all requests for substitutions or changes in the work by the Contractor must be requested in writing by the Contractor, and approved in writing by the Owner's Representative before work may start on the substitution or change. C. Quality Assurance Materials Plant material nomenclature shall conform to the botanical (scientific) names. Names of varieties not included therein shall conform generally with names accepted in the nursery trade. 2. Inspections a. Plants may be inspected and approved prior to installation. Contractor shall be responsible for replacement of plants that do not meet specification and have not been approved prior to installation with no additional cost to Owner. b. installation - The installation shall be subject to inspection at any time by the Owner, Owner's Representative, or local, state, and federal regulatory agencies. On -site observations shall continue throughout the contract period. 3. Varietal. Characteristics All plant materials shall be the species and variety specified in the documents, typical of the varietal characteristics. The growth habitat, leaf arrangement, texture, and plant structure shall show the standard characteristics of the plant's specific species. If there are any questions as to certainty, it will be the Exhibit J Section 6 Plantings.doc 24 11B responsibility of the Contractor to verify the species. D. Product ldandling Growing Conditions a. All plants shall be grown in accordance with sound nursery practice to assure a fully developed, healthy plant. All plants shall be grown under climatic conditions similar to those of the project. Container grown stock shall be planted in sturdy containers. Plants must have been previously root pruned and /or contain sufficient roots for continued growth without resulting shock. b. Plants shall be grown in a soil mixture suited to each species and which will promote optimum secondary root development and plant establishment. The Contractor shall be responsible for preventing root - bound stock by increasing the size of the container if necessary. Plants shall be adequately rooted to hold the soil mass together until planting. Plants shall not be root- bound. 2. Protection a. Individual plant species shall be grown in conditions most advantageous to growth for that particular species in respect to sun, shade, and other climatic conditions. The delivered specimen shall be true to color and characteristic of the plant form. All plants shall be free of frost, insect, diseases, mechanical damage, and weed and exotic free. b. Plants grown initially under shade conditions shall be hardened in direct sunlight for a minimum of the last one month immediately prior to delivery. 3. Storage Plants being stored and those being prepared for shipping shall be cared for in such a manner that damage will not be caused. Plants being prepared for shipment shall receive proper care, including proper water and protection from injurious climatic conditions. Plants shall be shipped in such a manner as to prevent damage to sterns and root systems during delivery and handling. Plants shall not be stored in a body of transport truck, but shall be delivered to the site promptly, and unloaded as soon as delivered. Containerized material shall not be stacked prior to shipment. Exhibit J Section 6 Plantings.doc 25 11B II. PRODUCTS A. Plant Materials 1. General Plants shall be well formed and shaped, true to type as specified. 2. Nomenclature Selected stock shall be true to botanical and common name and variety. Botanical name shall have precedence over common name. 3. Containerized Plants All container grown plants shall meet the specifications called for in this document. They shall be well rooted and established in the container in which they are delivered to the site, and shall have been in that container sufficiently long for the fibrous roots to hold together when removed from the container. The container shall be sturdy and of the design, size, (unless otherwise specified) and quality usually accepted in the nursery industry for the growing of nursery stock of the listed variety. The container shall be sufficiently rigid to hold the soil protecting the root mass during shipping. 4. Planting Soil All planting soil used for containerized growing shall be soil that is generally accepted for the growing of the particular plant species. All soils shall be weed, exotic, pest, and insect free. 5. Replacement If the plant stock does not meet the specifications, the Contractor shall replace the plant stock at their own expense. B. Delivery The Contractor shall deliver the plant materials to a designated staging site in a vehicle outfitted specifically for the transportation of such nursery stock. All plant material shall be delivered in a manner to prevent damage, including wind damage. There shall be, no evidence of wind or sun damage and materials shown have no evidence of drying. The Contractor shall be responsible for unloading all plant materials at the planting areas. Exhibit J Section 6 Plantings.doc 26 11B C. Installation The contractor shall observe the following planting instructions: a. All plant materials will be planted in a manner consistent with the planting plans. b. Care will be taken that plant roots will not be allowed to dry out during delivery, handling, and planting. C. The Contractor shall plant all plant materials by hand. d. The Contractor shall water all planted materials immediately following planting. e. The Owner reserves the right to make adjustments to the above spacing, species composition, site layout, and plant numbers and will provide the Contractor with thirty (30) days notice prior to installation. D. Maintenance Once planting is completed, the planted materials shall be maintained by the Contractor, including but not limited to watering as needed, throughout the contract time until Final Release for the Contract by the Owner and their representatives. E. Acceptance Upon completion of installation of the required plants in the planting areas, the Owner's Representative shall inspect the plant material at the site for general conformance with the Technical Specifications. Plant materials and plant installation conforming to the specifications will be accepted by the Owner's Representative. The Owner's Representative shall review reports from the Contractor summarizing the number, size, type, and location of the planting material. The acceptance will be based on visual observation and review of reports submitted by the Contractor. The Contractor shall be responsible for replacing plant material which does not conform with the Technical Specifications or is unacceptable to the Owner or their Representatives at no additional cost to the Owner. F. Guarantee The Contractor shall guarantee that the plant materials are installed according to the plans and specifications given in these documents and the permits issued by the regulatory agencies. Contractor shall be responsible for 100 percent survival of installed plants until determination of substantial completion. Maintaining 100 percent survival of plants may Exhibit J Section 6 Plantings.doc 27 SEC 6 11B include watering and replacement of dead plants. A minimum 80 percent survivorship for one year will be required for all planted herbaceous material. It is the Contractor's responsibility to coordinate chemicals used, schedule used and application techniques, because the Contractor, not the Owner will be held responsible for plant mortality. The Contractor will be required to bond or irrevocable letter of credit equal to ten percent (10 %) of the sum to be paid by Owner for all of the work to be provide under the terms of the contract between the Owner and Contractor. Said bond or irrevocable letter of credit shall secure the cost of replacement and maintenance of the plantings, and shall be in such form, substance and from such issuer as shall be acceptable to Owner in its sole discretion. Survival of the Plantings, and all determinations as to the percentage of Plantings that have survived, shall be determined by the Owner's Representative, no less often than semi - annually and at the expiration or termination of all of the Contractor's work. Contractor to be responsible for complying with all issued permits and securing any additional permits required to complete the work. The above guarantee ensures that the Contractor shall replace all plant materials, which have not been accepted by the Owner's Representative or die within the period at no additional expense to the Owner. However, the Contractor is not responsible for plants, which die within the one -year warranty period after final release of the Contract due to circumstances beyond the Contractor's control. Exhibit I Section 6 Plantings.doc 28 11B SECTION 7 MEASUREMENT AND PAYMENT 1. GENERAL A. Scope The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all materials, labor, tools and equipment, for performing all operations necessary to complete the work under the Contract, and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or from the action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the wort: until the final acceptance by the Owner. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the plans and specified herein. The basis of payment for an item at the unit price shown in the proposal shall be in accordance with the description of that item in this Section. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Form or Basis of Payment, lie shall include the cost for that work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety. B. TY12)es The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of measurement contained herein. A representative of the Contractor shall witness all field measurements. C. Bid Schedule Items Corresponding to Bid Proposal 1. Mobilization Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the contract unit price bid per lump Stan. Exhibit 7 Section 7 Measurement and Payment.doc 29 11B 2. Provide /Maintain As- Built: Plans Measurement for payment of the above item will be by lump sum. Payment for as built plans will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other work and incidental items required to provide the as -built plans. 3. Provide Construction Surveying and La} Out Measurement for payment of the above item will be by lump sum. Payment for construction survey layout will be made at the lump SUM contract unit price, which price and payment shall be full compensation for all materials, labor, professional surveyor's fees, and all other wort: and incidental items required to perform construction layout. 4. Maintenance of Traffic Measurement for payment of the above item will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all materials, labor, mobilization, signs, barricades, and all other work and incidental items required to maintain traffic flow through the construction zones in accordance with the FDOT and Collier County right -of -way permit requirements. 5. Floating Turbidity Barrier Measurement for payment for the above item will be the linear feet, measured along the top of the floating turbidity barrier, completed and accepted. Payment for floating turbidity barrier will be made at the contract unit price per linear feet, which price and payment shall be full compensation for all material, labor, mobilization, erosion and turbidity controls, and all other work and incidental items necessary to maintain the floating turbidity barrier in accordance with the plans. Exhibit J Section 7 Measurement and Payment.doc 30 11B 6. Staked Silt Fence (Type 1II) Measurement for payment for the above item will be the linear feet, measured along the silt fence completed and accepted. Payment for Type III Stake Silt Fence will be made at the contract unit price per linear feet which price and payment shall be full compensation for all material, to construct and maintain the silt fence in accordance with the plans. 7. Staked Hay Bales Measurement for payment of the above item will be the number of each Bail installed and accepted. Payment for bailed hay or straw will be made at the Contract unit price per each, which price and payment shall be full compensation for all staking, bedding, grade preparation, labor, and all other work required or specified for the satisfactory installation of each bail. 8. Clearing and Grubbing Measurement and payment of the above item will be by lump sum. Payment for clearing and grubbing will be made at the hump sum contract unit price which price and payment shall be full compensation for all material, labor, hauling and disposing and all other work and incidental items required to properly remove existing culverts, pavement, driveways, structures, rip -rap, debris and vegetation from the area of proposed construction. 9. Un- Classified Excavation Measurement and payment of the above item will be based upon the number of cubic yard of material excavated. The quantity for payment shall be field measured in its original position as determined by the Engineer and agreed upon by the Owner's representative and the Contractor. Payment for this shall be full compensation for all materials and labor necessary to complete the excavation, accepted and approved by the Engineer, including temporary berms for de- watering. The soil borings do not indicate the presence of Exhibit J Section 7 Measurement and Payment.doc 31 11B rock in the excavation on this project. It is common in lowering canal bottoms to encounter rock excavation. Rock excavation should be anticipated and, if encountered, will not be considered a changed condition. The cost of performing rock excavation, where needed, shall be included in the Un- Classified Excavation pay item. 10. Embankment Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, compacted, in place. Payment for the above item will be made at the contract unit price per cubic yard, which price shall be field compensation for all materials and labor necessary to furnish the embankment in place and accepted as approved by the Engineer. 11. Maint. Travel -Way (6" Limerock) 12. Maint. Travel -Way (6" Concrete 13. Boat Ramps (Armorflex) Measurement and payment of the above items will be the actual area of each item placed and accepted. Payment for these items will be made at the Contract unit price bid per square yard for the respective thickness of each item, respectively. The Contract unit price shall be full compensation for all necessary preparation, tack coat, placement and compaction, furnishing of all materials, and labor, equipment, transportation and all other necessary items to complete each item described above as specified. 14. Manholes (.I -7) ( <10') 15. Inlets (Ditch Bottom Type C) ( <10') 16. Inlets Ditch Bottom Type E) ( <10') Measurement for payment of the above items will be the number of each items constructed and accepted. Payment for items will be made at the Contract unit price per each, which price and payment shall be full compensation for furnishing all materials and completing all work described or shown in the plans, including all clearing and grubbing, all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and EXhibit J Section 7 Measurement and Payment.doc 32 all other work required or specified for the satisfactory installation /construction of each respective item. 17. 18" Class III RCP (Storm Sewer) Round Shape) 18. 24" Class III RCP (Storm Sewer) (Round Shape) 19. 48" Class III RCP (Storm Sewer) (Round Shape) 20. 54" Class III RCP (Storm Sewer) (Round shape) 21. 60" Class III RCP (Storm Sewer) (Roland Shape) 22. 72" Class III RCP (Storm Sewer) (Round Shape) 23. 48" HDPE DR 32.5 (Storm Sewer) (Round Shape) 24. 12" ADS Pipe The quantity for payment for the respective sizes and respective items shall be the horizontal distance, measured along the centerline of pipe or box culvert in the following manner: a. Between headwalls: Pipe shall be measured from the outside wall of one headwall to the outside wall of the consecutive headwall; b. Between Mitered Ends: Pipe shall be measured as indicated in FDOT Standard Index No. 272/273, therefore not including the length of the mitered end (dimension F); C, Between Inlets and Manholes: Pipe shall be measured from inside wall to inside wall of the upstream and downstream structures. Payment for these items will be made at the contract unit price per linear foot for the respective item, which price and payment shall be full compensation for all material, labor, excavation, pipe, gaskets, pipe bedding, pipe laying, dewatering, compaction around the pipe as specified, sheeting, shoring, box, restoration to preconstruction condition of irrigation and landscaping excluding sod, and all other work and incidental items required for a complete installation as specified. 25. Jack and Bore (52" I.D. 1/2" Thick Steel Casing,) The method of measurement will be the actual length of the installation, measured in place along the surface of the ground, complete and accepted. No additions or deductions will be made for sweeps in either the vertical or horizontal direction to complete the installation. Payment will be frill compensation for all work and materials required to Exhibit J Section 7 Measurement and Payment.doc 33 118 complete the work specified in MOT Section 556, including furnishing and installing casings, from plan point of beginning to plan point of ending at plan depths, removal of excavated ,materials and spoils, removal and disposal of drilling fluids, backfilling, and complete restoration of the site. The installation of tracking vectors (wire or tape) will be included in the cost of the bore and will not be paid for separately. No payment will be made for failed bore paths, injection of excavatable Plowable fill, products taken out of service or incomplete installations. No payment will be made for jack and bore until a Bore Path Report has been delivered to the Engineer. After the Engineer's acceptance of the Bore Path Report, payment will be made in the amount of 70% of the unit price bid, for Jack and Bore (52" I.D. 1/2" Thick Steel Casing). The remaining 30% of the unit price bid will be made after submittal of as- built plans. 26. 12" ADS Yard Drain 27. 18" Mitered End Section (Cross Drain,) 28. 24" Mitered End Section (Cross Drain) Measurement for payment of the above items will be the number of each drain or mitered end constructed and accepted. Payment for drains or mitered ends will be made at the Contract unit price per each, which price and payment shall be full compensation for all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, labor, masonry, backfill, and all other work required or specified for the satisfactory installation /construction of each respective item. 29. Class I Concrete (Endwalls) 30. Class 11 Concrete (Endwalls) The quantity for payment for Concrete Class I and II shall be the number of cubic yards placed and accepted. Payment for this item will be made at the contract unit price per cubic yard for the respective item, which price and payment shall be full compensation for all material, labor, excavation, dewatering, sheeting, Exhibit J Section 7 Measurement and Payment.doc 34 : shoring, form work, placement of concrete, backfill, and all other work and incidental items required for a complete installation as specified. 31. Reinforcing Steel (Endwallss) The quantity for payment for Reinforcing Steel (Endwalls) shall be the number of pounds of steel placed and accepted. Payment for this item will be made at the contract unit price per pound, which price and payment shall be full compensation for all material, labor, placement, supports, tying, welding, clips, spacers, couplers, and all other work and incidental items required for a complete installation as specified. 32. Rip Rap (Rubble) (Includes Bedding Stone Measurement and payment of the above item will be based upon the number of cubic yards of material, field measured, in place. Payment for Rip Rap will be made at the contract unit price per cubic yard, which price and payment shall be full compensation for all riprap, labor, placement, compaction, and all other work and incidental items required for complete installation as specified. 33. 6' Chain -link Fence 34. Iron Mesh Fence (Flog Wire) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the fence. Payment for fences will be made at the Contract unit price per linear foot, which price and payment shall be full compensation for all clearing, grading, preparation of post holes, posts, incidental materials, concrete, and all other work required or specified for the satisfactory construction of the fence. 35. 6' Chain Link Single Leaf Gate (II 6' Widt) Measurement for payment of the above item will be the number of each gate installed and accepted. Payment for gates will be made at the Contract unit price per each, which price and payment shall be full compensation for all fence and gate. Exhibit J Section 7 Measurement and Paymem.doc 35 11 B 36. Sodding (Bahia)(Includes Water Fertilizing & Mowing) The quantity for payment shall be per square yard as determined by field measurement of disturbed areas. The type of sod placed shall be as specified. Installation of sod shall be properly coordinated to avoid damage to newly placed sod areas. No payment will be made for sod that is not green and healthy at the time of project completion. Payment for sod will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, sod, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand of grass. 37. Plantings (Above Seasonal High Water Table) 38. Plantings (Below Seasonal High Water Table) The quantity for payment shall be per square yard as determined by field measurement of planted areas. The type of plantings placed shall be as specified. No payment will be made for plantings that are not green and healthy at the time of project completion. Payment for plantings will be made at the contract unit price per square yard, which price and payment shall be full compensation for all material, labor, mobilization, plants, placement, watering, fertilizer, and all other work and incidental items necessary to establish a healthy stand plantings. 39. 12" HDPC Directional Drill (Carrier Pie) Payment for furnishing and installing Directional Drill crossings will be made at the Contract unit price per lineal foot of casing installed including all labor, material, equipment and incidentals necessary to install one linear foot of casing, regardless of depth of cover in accordance with the Collier County Utilities Standards Manual. Include price for casing material, including spacers and identification tape, clearing and grubbing, removal of pavement, driveways, sidewalks, trenching, rock excavation, disposal of non- useable excavated material, bedding, laying, baclfilling, grassing, sodding, replacement of pavement, driveways, sidewalks, cleanup and all appurtenances. Measurement for payment will be made horizontally along the centerline of the installed casing. Exhibit J Section 7 Measurement and Payment.doc 36 11B 40. 4" DR 14 Force Main Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per linear foot for PVC pipe sewer service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and all other work for a complete installation. Measurement for payment will be made horizontally along the centerline of the installed pipe. 41. 4" Air Release Valve Payment for furnishing and installing air release valves will be made at the appropriate Contract unit price per air release valve acceptably installed. This item includes the valve, valve box, concrete work, operators, stems, incidentals, and all necessary labor, materials and equipment for installation including valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 42. 4" Plug Valve Payment for furnishing and installing valves will be made at the appropriate Contract unit price per valve acceptably installed. This item includes the valve, valve box, vault or housing, concrete work, operators, incidentals, and all necessary labor, materials and equipment for installation including valve stem, valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 43. Sanitary Sewer Manhole Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or Exhibit J Section 7 Measurement and Payment.doc 37 11B crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all manholes to Collier County Standard Details. This items does not include outside drop manholes or standard precast shallow manholes. Measure cuts from proposed grade to the invert elevation of the sewer. 44. Remove 4" Force Main 45. Remove 24" Force Main 46. Remove 8" Sanitary Sewer Measurement for payment for the above items will be the linear feet, measured along the top of the pipe removed. This item includes a removing and properly disposing of any liquids or solids contained within the sanitary sewer pipe, removing and properly disposing of the pipe and any fittings or materials associated with the pipe including, but not limited to, thrust blocks, supports, fittings, and connections. Once the pipe is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per linear foot and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the sewer mains. 47. Remove Sanitary Sewer Manhole Measurement for payment for the above item will be the number of each Sanitary Sewer Manhole removed. This item includes a removing and properly disposing of any liquids or solids contained within the manhole, removing and properly disposing of the manhole and any other materials associated with the manhole. Once I he manhole is removed, the trench shall be backfilled, compacted and restored to the previous or proposed plan grade. Payment for this item will be made at the Contract unit price per each and includes all excavation, dewatering, labor, backfill, and all other work required or specified for the satisfactory removal of the manhole. Exhibit. J Section 7 Measurement and Payment.doc 38 48. 12" Watermain Deflection (Contingent I je 49. 24" Forcemain Deflection (Contingent Item) SEC 7 Measurement for payment of the above items will be by lump sum. Payment for this item will be made at the lump sum contract unit price, which price and payment shall be full compensation for all clearing, grubbing, excavation, dewatering, backfill, directional boring equipment, casing and carrier pipe and other materials, thrust blocks, supports, fittings, connections to existing mains, valves including air release valves, valve vaults, valve boxes, adjustment of existing valves and valve boxes, warning signs, testing, fittings, and for all equipment and all other work necessary to complete the installation as specified. These items are contingent items and are to only be used at the direction of the Engineer. Exhibit J Section 7 Measurement and Pad rnent.doc 39 EXHIBIT K: PERMITS See Attached: Exhibit K - FDOT Permit 11a197- 007(OutfaII3), 11D197 -003 Exhibit K - FDOT Permit 11a197- 0008(OutfaII4) Exhibit K - SFWMD Dewatering Permit 11- 03200 -W 4 -19 -11 Exhibit K - SFWMD ERP Permit 11- 01140 -S 5 -11 -11 Exhibit K - USACOE Permit Mod 1 -4 -11 91 Construction Services Agreement: Revised 111/2012 116 � Ceo"Itty Growth Management Division Construction & Maintenance Road Maintenance Right -of -Way Permit & Inspection May 15, 2012 Mr. Jay Ahmad, P.E. Director TECM 2885 South Horseshoe Drive Naples, Florida 34104 RE: FDOT Permit # 11 -A- 197 -0007 FDOT Permit # 11 -A- 197 -0008 FDOT Permit # 11 -D- 197 -0003 SR 29 / Section 03080 / MP 27.208 r Dear Mr. Ahmad: jEnclosed please find one copy of each Access Permit and 2 copies of the Drainage Permit all approved. Should you have any questions or need additional information, please do not hesitate to contact me at (239) 252 -5165. Very truly yours, M k Burtchin Project Manager Cc: File Right -of -Way Permit & Inspection. 2885 S. Horseshoe Dr. Naples, Florida 34104. 239 - 252 -8192. Fax 239- 252 -5828. www.colliergov.net Rule 1196, F.AC. ` STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAY /CONNECTION PERMIT FOR ALL CATEGORIES 11B 850 -040-18 SYSTEMS PLANNING 06M Page 1 of 4 I PART 1: PERMIT INFORMATION I Application Number: `Z-6 i/ o/rj` -/`" 7-0 00 Permit Category: 6Q;rej W Al Iii, / Access Classification: Project: LASIP - Naples Manor Outfall 3 BCs (Outfall #3 Driveway Connection) Permittee: Collier County Rnarri of C:nmmiecinnore Section /Mile Post: 0 -70/ 0 Section /Mile Post: State Road: 92> (U.S. 41) State Road: I PART 2: PERMITTEE INFORMATION Permittee Name: Jay Ahmad. P.E.. Director. Collier County Transportation Engineering Department (TED ) Permittee Mailing Address: 2885 South Horseshoe Drive City, State, Zip: Naples, FL 34104 Telephone: (239) 252 -8192 Engineer /Consultant/or Project Manager: Daniel W. Brundage P.E. # 18915 - Agnoli Barber & Brundage Inc Engineer responsible for construction inspection: Shane Cox. P.E. # 49988 (until CEI consultant is selected) NAME — P.E. # Mailing Address: 7400 Tamiami Trail North Suite 200 City, State, Zip: Naples, FL 34108 Telephone: (239) 597 -3111 Mobile Phone: (239) 825 -7192 I PART 3: PERMIT APPROVAL I The above application has been reviewed and is hereby approved subject to all Provisions as attached. Permit Number. Z011 -A - 11-7 - o-7 artme t of Transportation Signature: / Title: f �`Q/%J i i n( /kA ✓AG�� Department Representative's Name: l ai Temporary Permit: ❑ YES P( NO (If temporary, this permit is only valid for 6 months) Special provisions attached: ❑ YES ❑ NO If this is a normal Date of Issuance: S/9 /loll/ it authorizes construction for one year from the date of issuance. This can Rule 14-96, F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAY /CONNECTION PERMIT FOR ALL CATEGORIES 11B 850-040 -18 SYSTEMS PLANNING 06108 Page 2 d 4 be extended by the Department as specific in 14- 96.007(6). 1 See following pages for General and Special Provisions 7 • Rule 1496, FAC. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAY /CONNECTION PERMIT FOR ALL CATEGORIES 116 850-040.18 SYSTEMS PLANNING 06/08 Page 3 of 4 PART 4: GENERAL PROVISIONS I 1. Notify the Department of Transportation Maintenance Office at least 48 hours in advance of starting proposed work. Phone: X39 - Z52- - 4;-1,155' Attention: i 2. A copy of the approved permit must be displayed in a prominent location in the immediate vicinity of the connection of construction. 3. Comply with Rule 14- 96.008(1), F.A.C., Disruption of Traffic. 4. Comply with Rule 14- 96.008(7), F.A.C., on Utility Notification Requirements. 5. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. 6. The permittee shall not commence use of the connection prior to a final inspection and acceptance by the Department. 7. Comply with Rule 14- 96.003(3)(a), F.A.C., Cost of Construction. 8. If a Significant Change of the permittee's land use, as defined in Section 335.182, Florida Statutes, occurs, the Permittee must contact the Department. 9. Medians may be added and median openings may be changed by the Department as part of a Construction Project or Safety Project. The provision for a median might change the operation of the connection to be for right turns only. 10. All conditions in NOTICE OF INTENT WILL APPLY unless specifically changed by the Department. 11. All approved connection(s) and turning movements are subject to the Department's continuing authority to modify such connection(s) or turning movements in order to protect safety and traffic operations on the state highway or State Highway System. 12. Transportation Control Features and Devices in the State Right of Way. Transportation control features and devices in the Department's right of way, including, but not limited to, traffic signals, medians, median openings, or any other transportation control features or devices in the state right of way, are operational and safety characteristics of the State Highway and are not means of access. The Department may install, remove or modify any present or future transportation control feature or device in the state right of way to make changes to promote safety in the right of way or efficient traffic operations on the highway. 13. The Permittee for him /herself, his/her heirs, his/her assigns and successors in interest, binds and is bound and obligated to save and hold the State of Florida, and the Department, its agents and employees harmless from any and all damages, claims, expense, or injuries arising out of any act, neglect, or omission by the applicant, his /her heirs, assigns and successors in interest that may occur by reason of this facility design, construction, maintenance, or continuing existence of the connection facility, except that the applicant shall not be liable under this provision for damages arising from the sole negligence of the Department. 14. The Permittee shall be responsible for determining and notify all other users of the right of way. 15. Starting work on the State Right of Way means that I am accepting all conditions on the Permit. Rule 1496, F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAYICONNECTION PERMIT FOR ALL CATEGORIES PARTS: SPECIAL PROVISIONS NON - CONFORMING CONNECTIONS: ❑ YES ® NO 11B 850 -040.18 SYSTEMS PLANNING 06/06 Page 4 or 4 If this is a non - conforming connection permit, as defined in Rule Chapters 14 -96 and 14 -97, then the following shall be a part of this permit. 1. The non - conforming connection(s) described in this permit is (are) not permitted for traffic volumes exceeding the Permit Category on page 1 of this permit, or as specified in "Other Special Provisions" below. 2. All non - conforming connections will be subject to closure or relocation when reasonable access becomes available in the future. OTHER SPECIAL PROVISIONS: PART 6: APPEAL PROCEDURES You may petition for an administrative hearing pursuant to sections 120.569 and 120.57, Florida Statutes. If you dispute the facts stated in the foregoing Notice of Intended Department Action (hereinafter Notice), you may petition for a formal administrative hearing pursuant to section 120.57(1), Florida Statutes. If you agree with the facts stated in the Notice, you may petition for an informal administrative hearing pursuant to section 120.57(2), Florida Statutes. You must file the petition with: Clerk of Agency Proceedings Department of Transportation Haydon Bums Building 605 Suwannee Street, M.S. 58 Tallahassee, Florida 32399 -0458 The petition for an administrative hearing must conform to the requirements of Rule 28- 106.201(2) or Rule 28- 106.301(2), Florida Administrative Code, and be filed with the Clerk of Agency Proceedings by 5:00 p.m. no later than 21 days after you received the Notice. The petition must include a copy of the Notes, be legible, on 8 112 by 11 inch white paper, and contain: 1. Your name, address, telephone number, any Department of Transportation identifying number on the Notice, if known, the name and Identification number of each agency affected, if known, and the name, address, and telephone number of your representative, if any, which shall be the address for service purposes during the course of the proceeding. 2. An explanation of how your substantial interests will be affected by the action described in the Notice; 3. A statement of when and how you received the Notice; 4. A statement of all disputed issues of material fad. If there are none, you must so indicate; 5. A concise statement of the ultimate facts alleged, including the specific facts you contend warrant reversal or modification of the agency's proposed action, as well as an explanation of how the alleged facts relate to the specific rules and statutes you contend require reversal or modification of the agency's proposed action; 6. A statement of the relief sought, stating precisely the desired action you wish the agency to take in respect to the agency's proposed action. If there are disputed issues of material fact a formal hearing will be held, where you may present evidence and argument on all issues involved and conduct cross- examination. If there are no disputed issues of material fact an informal hearing will be held, where you may present evidence or a written statement for consideration by the Department. Mediation, pursuant to section 120.573, Florida Statutes, may be available if agreed to by all parties, and on such terms as may be agreed upon by all parties. The right to an administrative hearing is not affected when mediation does not result in a settlement. Your petition for an administrative hearing shall be dismissed if it is not in substantial compliance with the above requirements of Rule 28- 106.201(2) or Rule 28- 106.301(2), Florida Administrative Code. If you fail to timely file your petition in accordance with the above requirements, you will have waived your right to have the intended action reviewed pursuant to chapter 120, Florida Statutes, and the action set forth in the Notice shall be conclusive and A�-9'L � 'a`✓ (9 �� i P� ry0 i S S� °<,b, do ado o� ° �o 6' F E� C C O = c \ w m m� D n O n2 Z D O,0 4 � Z \ rn n _ O � rn F \ SS � X F m S S� °<,b, do ado o� ° �o 6' F C C O = c \ w m m� D n O n2 Z D \ 4 � Z C rn n _ O � rn 116 RULE 74-85 Cis F A C STATE OF FLGR,0A CEPARTMEW CF TFWISFORTA TION M-040 -8 DRAINAGE CONNECTION PERMIT ROADWAY cESicr: +ace paw + CIO To be completed by DOT Drainage Connection Permit No. O DO Date b " Received By O/1� .-ice �2 i Maintenance Unit State Road No. C/o ( U_ 5, �{t' +� Wcrk Program Project No. Section No. 0/0 Construction Project No. Milepost S )1a Station Instructions for Drainage Connection Permit r Pursuant to 14- 86.004(6), F.A.C. "The Drainage Connection Permit form serves as the application. Once approved by the Department, the form and supporting documents become the Drainage Connection Permit." The applicant shall submit four completed permit packages with original signatures. Each package shall include all required attachments. All required signed and sealed plans and supporting documentation shall be submitted on no larger than (11" X 17 ") multipurpose paper, unless larger plan sheets are requested by the reviewer. The package will include the following items. If an item does not apply to your project, indicate "Not Applicable" or "N /A." Included Part Title Completed by Special Instructions X 1 Permit Information Sheet Applicant X 2 Certification by a Licensed Licensed Signed and Sealed Professional Professional X 3 Certification Applicant Signature X 4 Owner's Authorization of a Owner Signature Representative 5 Affidavit of Ownership or Owner Signature X Control and Statement of Contiguous Interest 6 Permit General Conditions FDOT 7 Permit Special Conditions FDOT 8 As -Built Certification Licensed Signed and Sealed - Submit within 15 Professional working days of completion of construction X Attachment Legal Description X Attachment Photographs of Existing Conditions X Attachment Location Ma X Attachment Grading Plan Licensed Professional Signed and Sealed X Attachment Soil Borings s� —.-.% Attachment Water Table 1 Percolation X Attachment I Calculations X Attachment CD with Electronic Files of all Scanned Images in pdf format Submittal Items Note: Different Licensed Professionals may complete parts of the permit package. For example the Licensed Professional signing and sealing the as -built certification may be different from the Licensed Professional who signed and sealed the calculations for the permit package. EXCEPTIONS: Activities that qualify for an Exception are listed in Rule 14 -86, F.A.C. A permit application to the Department is NOT required. However, if you desire verification whether the work qualifies for an exception, send a completed copy of this permit package with its requested information to the applicable FDOT District Office. RULE 14 -%004 F A C STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION DRAINAGE CONNECTION PERMIT 118 9S7-CAC -t6 ROADWAY DESIGN Page 2 of 6 PART 1 - Permit Information Sheet Select one: ❑X Permit ❑ Exception Pursuant to 14- 86.002(2). F.A.C. "Applicant means the owner of the adjacent property or the owner's authorized representative." Applicant Select one: ® Property Owner ❑ Owner's Representative (Complete Part 4) Name: Jay Ahmad, P.E. Title and Company: Director - Collier County Transportation Engineering Department (TED) Address: 2885 South Horseshoe Drive City: Naples Stale: Florida Zip: 34104 Telephone: (239)252 -8192 FAX: (239) 252 -5885 Email: JayAhamdgD_colliergov.net Property Owner (If not applicant) Name: Title and Company: Address: City: Telephone: FAX: State: Email: Zip: Applicant's Licensed Professional Name: Daniel W. Brundage, P.E. Florida License Number: 18915 Title and Company: President - Agnoli. Barber & Brundage. Inc. Address: 7400 Tamiami Trail North Suite 200 City: Naples State: Florida Zip: 34108 Telephone: (239) 597 -3111 FAX: (239) 566 -2203 Email brundagegg?abbinc.com Project Information: Project Name: LASIP - Naples Manor Outfall 3 & 4 Location: Tamiami Trail 92 41 Naples STREET SR. NO. US HWY NO. CITY Collier 29 50S 26 E COUNTY SECTION(S) TOWNSHIP(S) RANGE(S) 'Geographic Coordinates: Latitude (DMS.SSS): 26- 04- 54.246 Longitude (OMS.SSS): 81-43- 30.113 Horizontal Datum: (NAD 831 90 Adj.) State Plane Coordinates: Northing 636059.91 Easting: 418191.07 Projection Zone: ❑ Florida North ® Florida East ❑ Florida West Coordinate shall be the center of the driveway intersection with FDOT RNV, or. if there is no driveway connection. near the center of the property line nearest the state highway. 'Check with the FOOT Office for requirement. RULE 14-a: 004 F A C STATE OF FLORIDA DEPARTMENT OF IRANSPORrATION DRAINAGE CONNECTION PERMIT 116 80-06 ROADWAY DESIGN 101" Pap ]d8 Brief description of facility and proposed connection: The proposed connection is comprised of dual 48" HDPE storm Pines in a 52" I.D. steel casing crossing under US 41. The culverts will provide a connection from the existing ditch along the northeast side of US 41 to the southwest side of US 41 and will conduct flow to the Lely Area Stomtwater Improvement Project (LASIP) Naples Manor Outfall #4. The purpose of the culverts is to provide an important additional outfall for excess stormwater in the Naples Manor area and norheastern Portions of US 41. i Briefly describe why this activity requires a Drainage Connection Permit (Include where the stormwater will discharge to FDOT right of way). This connection requires a permit because it will be located under US 41 within FDOT right -of -way. Stormwater will not discharge into FDOT right -of -way. This drainage crossing will provide additional outfall capacity for Naples Manor and northeastern portions of US 41._ Stormwater will flow out of the existing ditch on the norhteastem side of US 41, into the the crossing under US 41 and eventually west_ via Naoles Manor Outfall #4. 11B RULE 14.26 004, F A STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BSO.0404S DRAINAGE CONNECTION PERMIT ROADWAY DESIGN Pape 4 of 8 PART 2 — Certification by a Licensed Professional In accordance with Rule 14-86, Florida Administrative Code (F.A.C.), I hereby certify that the following requirements are and/or will be met. This project has been designed in compliance with all applicable water quality design standards as required by state governmental agencies. 14- 86.004(3)(f) (F.A.C.): Certification by a Licensed Professional that the complete set of plans and computations complies with one of the following Rules Sections: ® 14- 86.003(2)(a) (F.A.C.), or ❑ 14- 86.003(2)(b) (F.A.C). (check one) i further certify that a National Pollutant Discharge, Elimination System (NPDES) permit for stormwater discharges associated with industrial activity from construction sites ® is required ❑ is not required. (check one) I am aware that there are significant penalties for submitting false information, including the possibility of fines and imprisonment. This certification shall remain valid for any subsequent revision or submittal of plans, computation or other project documents by me. Name of Licensed Professional: Daniel W. Brundage, P.E. Florida License Number: 18915 Company Name (if applicable): Agnoli. Barber & Brundage, Inc. Certificate of Authorization Number (if applicable): 3664 Address: 7400 Tamiami Trail North Suite 200 City: Naples State: Florida Zip: 34108 Telephone: (239) 597 -3111 Fax: (239) 566 -2203 Email: brundagefrDabbinc.com (Affix Sea#) RULE 14-PA OW, F A C PART 3 — Certification by Applicant STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRAINAGE CONNECTION PERMIT 11B 850.0=003 ROADNJAY DESIGN 111 *6 Pape 5 W a I hereby certify that the information in this submittal is complete and accurate to the best of my knowledge. Applicant's Signature: Date: Name (Printed): Jay Ahmad, P.E. Title and Company: Director - Collier County Transportation and Engineering Department (TED) Address: 2885 South Horseshoe Drive Naples Florida 34104 Phone Number. (239) 252 -8192 E -mail address: JayAhmad(5colliergov.net PART 4 — Owner's Authorization of a Representative I (we), the owner, Jay Ahmad. P.E. - Director - Collier County T E D do hereby authorize the following person, or entity, as my representative: Name (Printed): Daniel W. Brundage, P.E. Title and Company: President - Agnoh Barber & Brundage Inc Address: 7400 Tamiami Trail North, Suite 200 Naples Florida 34108 Phone Number: (239) 597 -3111 E -mail address: brundageO- abbinc.com Part 5 - Affidavit of Property Ownership or Control and Statement of Contiguous interest 1, Jay Ahmad. P.E. - Director - Collier County T.E.D. certify that I own or lawfully control the following. described property: A 50' wide proposed drainage and utility easement described as parcel 208DUE This easement was reserved per PUD Ordinance 08 -09 The County is currently in the Process of obtaining this easement and will not begin construction on this Property until the easement is acquired Pleas see attached legal sketch and description Does the property owner own or have any interests in any adjacent property? ® No ❑ Yes If yes, please describe. Owner's Signature required for Parts 4 and/or 5 We will not begin on the drainage connection until I receive the Permit and I understand all the conditions of the Permit. When work begins on the connection, I am accepting all conditions listed in the Permit. Name (Printed): Jay Ahmad, P. E. Address: 2885 South Horseshoe Drive Naples Florida 34104 Phone Number: (2391252-8192 Signature: Date: 11B RULE 14.66004, F AC STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850-040 -CS DRAINAGE CONNECTION PERMIT ROADWAY DESIGN P.1w 6 el 6 PART 6 — Permit General Conditions 1. This permit is a license for permissive use only and does not convey any property rights either in real estate or material, or any exclusive privilege and it does not authorize any injury to private property or invasion of private rights, or any infringement of Federal, State or local laws, rules or regulations; nor does it obviate the necessity of obtaining any required state or local approvals. 2. The drainage connection as authorized herein shall be constructed and thereafter maintained in accordance with the documents attached hereto and incorporated by reference herein. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. Such construction shall be subject to the inspection and approval of the Department, and the Department may at any time make such inspections as it deems necessary to assure that the drainage connection is in compliance with this permit. 3. The entire expense of construction within the Department right of way, including replacement of existing pavement or other existing features, shall be bome by the permittee. 4. The permittee shall maintain that portion of the drainage connection authorized herein located on permittee's property in good condition. The Department shall maintain that portion of the drainage connection authorized herein located within its right of way. 5. If the drainage connection is not constructed, operated or maintained in accordance with this permit, the permit may be suspended or revoked_ in this event modification or removal of any portion of the drainage connection from the Department's right of way shall be at the permittee's expense. 6. The Department reserves the right to modify or remove the drainage connection to prevent damage or in conjunction with road improvements. 7. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the Department's right, title, and interest in the land to be entered upon and used by the permittee, and the permittee wilt, at all times, assume all risk of and indemnify, defend and save harmless the Department from and against any and all loss, damage, cost or expense arising in any manner on account of the exercise or attempted exercises by said permittee of these rights and privileges, regardless of the respective degrees of fault of the parties. S. Utilities, including gas lines, may exist within the right of way. Prior to beginning work the permittee shall contact Sunshine State One Call of Florida, Inc at 811 or 800- 432 -4770, who will notify all utility owners near the scheduled project. The utility owners have two (2) full business days to provide locations of their respective facilities. The permittee shall be solely responsible for any damage to or conflicts with gas tines, utilities and/or third persons. S. The permittee shall notify the Department of Transportation Maintenance Office located at Phone 48 hours in advance of starting any work on the drainage connection authorized by this permit and also 24 hours prior to any work within the Department's right of way. Construction of any work on the right of way shall be completed within days after such notification, If such construction is not . completed within days after such notification, the permittee shall notify the Department of the anticipated completion date. 10. This permit shall expire if construction on the drainage connection is not begun within one year from the date of approval and if construction on the drainage connection is not completed by (Date) 11. A permittee may request an extension of the Drainage Connection Permit expiration date by filing a written request for a permit time extension. All requests for time extensions must be received by the Department 15 working days prior to the expiration date. 12. All the provisions of this permit shall be binding on any assignee or successor in interest of the permittee . 11B RULE 14-36 Wa_ F AC STATE OF FLORIDA DEPARYUENT OF TRANSPORTATION ew-04C-06 DRAINAGE CONNECTION PERMIT ROADWAY DESIGN _A Page 7 & a PART 7 — Permit Special Conditions — To be completed by FDOT The above request has been reviewed and has been found to meet the regulations as prescribed in Rule 14 -86, F.A.C_, and is hereby approved, subject to the following special conditions: Department of Transport tion: Signature v Title f/h iT( /f'tAr�(� Da e S 6 Zo /Z/ RULE 14-M OD3 F A C STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRAINAGE CONNECTION PERMIT PART 8 — As -Built Certification Within 15 working days of completion of construction, you must send this certification to the Department office in which you Fled your DOT Drainage Permit. Permit No.: Source (Project) Name: Source Location: Street City: Source Owner: Owner Address: 1. STORM WATER FACILITY INFORMATION County: 2. AS -BUILT CERTIFICATION I hereby certify that this storm water facility has been built substantially in accordance.with the certified design plans, and that any substantial deviations (noted below) will not prevent the facility from functioning in compliance with the requirements of Chapter 14 -86 F.A.C. when properly maintained and operated. These determinations have been based upon on -site observation of construction, scheduled and conducted by me or by a project representative under my direct supervision. Name of Licensed Professional: Florida License Number. Company Name (if applicable): Certificate of Authorization Number (if applicable): Address: City: State: Zip: Telephone: Fax: Email: Signature of Licensed Professional Date (Affix Seal) Substantial deviations from the approved plans and specifications (attach additional sheets if required). 1 1B 256-0�G06 ROADWAY DESIGN t6t'8 , Pnpe act a PART 8 — As -Built Certification Within 15 working days of completion of construction, you must send this certification to the Department office in which you Fled your DOT Drainage Permit. Permit No.: Source (Project) Name: Source Location: Street City: Source Owner: Owner Address: 1. STORM WATER FACILITY INFORMATION County: 2. AS -BUILT CERTIFICATION I hereby certify that this storm water facility has been built substantially in accordance.with the certified design plans, and that any substantial deviations (noted below) will not prevent the facility from functioning in compliance with the requirements of Chapter 14 -86 F.A.C. when properly maintained and operated. These determinations have been based upon on -site observation of construction, scheduled and conducted by me or by a project representative under my direct supervision. Name of Licensed Professional: Florida License Number. Company Name (if applicable): Certificate of Authorization Number (if applicable): Address: City: State: Zip: Telephone: Fax: Email: Signature of Licensed Professional Date (Affix Seal) Substantial deviations from the approved plans and specifications (attach additional sheets if required). 118, G L f S - mz t- J U C 5 f t 118 - J an m NSmSNNYbMM mNmSNMMh CSSNtNIO V C NNmQ �m°mODm �jroNf NeN-S O Z (OYeStO 9 <NOOGO� 0 0 0 O O O O O ANN O O O O OCOGCOOO O O O O O ............ �M�NOaOO�mOOgln O O g O R t7 l'l O O OGf�I N N IV N N tV 14 O O i6 O O O O )I+IO O O PI O O t7CCOJ O O O O tai C�'^G 0 O C OCV N ^C" G GCl ['iQNOCO CCCfV COGS- Rggocq6 ' -0CCmN O �� �M� �G�C OMt70N000�.:GGCMGQ^ �- QQOCQGOt!i +- �G�GOG(C SV G a �p�• N Y 0° C e Y -�NMMM 0 G O Y N 0 0 O O N N 0 0 O O N N 0 O O N Y G O Y Y O O e Y G O Y Q G O Y N C C N N n m^ ° C O C N N 0 O O Y Y 0 0 O O Y N 0 0 O O N A=== M no C g q O O 0 0 O O Y f 0 0 O O e Y 0 0 66 Y e 0 E;13 G G m N M�MMe 0 O C Y N 0 0 G O 0 q O G q 0 O O -�M� 0 0 O O 0 0 O O O 55 a i00000Y°I SOSSgq 0-q. q R q R5SSONOOSHI[°SSOSSSbY°IOOSOY QpO opO 1 5R IfIS o Y°S, O�°[I,NOOI°OOSi[l0 O C OeYYMNN NOm� viq �iggroro�eq ni ggmroq ggrd ®tGYeNH Y 171A �gNOm qm rGggroYq. =m G 5 m 0 0 0 gj m N S N N 0 0 0 0 m O 0 0 S N N O W O N m m m m N m e w m my S O W Y m n^ m N m w m -1 N m m N m N w Y O N n 0 n N w m n +- W W N p e m Y N M O n m n m m N M N N�y N N m m n N N W n m m N O n Ow 3 m �" NfOnt°O��HA <HI(S RRbAO°J�R ;M�t N�_NNNtYV Ni NfN0 t7SNNNNNNNNNN��NTn 3 Sm'mmmwmoOONwwNO`^^^ mm.77=7 -nnvY ^ST�S.m om2om7cia��nw ��n°i �°o�c� NAVaaan�e�nm�v °o w NNWNUi vi uiggqeqqYaqYYqqvq�riYYY�iq vi �ciq I II I.uiI . I I I II ui vi YiN Ui �i ai vi ¢imgd y mYm� �SOO V V'tl Ar V AQYCpAAmm°m mn �O�OS��inY NOSNN CNl�N l7 t0 <V 0 V YI ai YIm c.! �viai rti �i r- NeYYgegqqqqqYqqqqui q qvi m 4M 6166 ui rti-6.. I I I I NUi Ld ui vivi vi vi I icinco m p o M r ^OO NYN §922 oM O ° 4a 2 °° o� N° No S° Ne -NSNNm O �o O °OOO� S° O^ 0 0 �MQNNmNm ° °° N•-O °o.- pp O 000�o O O 6 N O� ¢mmmmdQ ONNmNmNp °° $000p Q N9NN N 0op (aa Rl my NNOO Sc QQN oo° V3 O m A ° M YNOO rr. U -�UUU U U.�U�tNy UMN UMeY Yy.MN qq Ne�AA�UUUUhS S O o o o O S UW 0 0 UUU 5 0 0(]N(� UiyNNNgN< M Y N z 2 Z z 2ZZZZZZ E i w E Z2ZZZZ2Z2ZZZZ22ZZ m g g g z z z z zm 2z 2 21 2Q `L `1 2QQZ''Q2QQ22222ZZ22ZZZZ m m m i 7 z z z z z y S �Z tD S m U W N S U^ M N O U o NY< �jS NNm�.- ° 0 0 5 g S m p Nmh 0 5 S S" o.- M ^NmM4m O N °° O N C O N U 9M�Ops1[SYSjw N O O °° � `- O ° O V 0 0 0 0 0 0 mm.m 0 0 0 0op U I�419O O o O O O O p O O O n OO ^ 5 N N z Y Y N 'L U U U$ Y U y U y ER�� U° U � m M U N V$ U U U U m Y H n A^ OO SJ OO gq U U OO U UM A pp pp Um W U U NtV M N U N N BO�OO vwq N Y 2 `�° Z ZZ2Z= ��� i M� ZZZZZ�ZZZZZ M aS. 22Z2Z2ZZ rG `G g ^ ZZZ2222Z2ZZ yZ ZZ Z 2 ZwZ ZZ 2 Z 3 - N M N N N N N N N N T - N 9 m 0 N a 9 ��� W N m @ N--- V N - O 9 N N N L a W N >> � to N N - � � N � N 9 V 'pp-'- N O 2_ O O N U N - - 'O - � O�__� RISK p p O_ SS OUCH. f'j. ZS �C (0 @ X22000 mUC�G ()CiU La m !n ymmmmyyy(� i0 O 0 �pUU LoUU �U C� r�rtrW rrM �rr r r L N N m N N N N N N M N N N ;:$2 Q000 qp O N 00 op04°0 N oN N °0 r- M 0 00 °00000°gqSSSoo$ 0 0^ ^ O ^00 S O^ N O O O 00000� O O m moos N w O N O N °o O O m w °°Soo°00000pp000a000So M N N N m 0 0 N 0 Y S m N O N w 0 no°�� O N 0 O N 0 0 O ° tS S U U Sus V �mMMMMMMYY.op U 4 R y y y y U U U U U y y U U y NoNmNnnnnnnnrm f� y ww m U d y M sty m m m m N m —1 O c 4 O ar O �i O �1 lik- O F O U W a 0 v �w z� o� Uz 0 a NM o � r-T. N ,n O N N c w z FIX F your z N z O m h U. ° Ld, O a M J O �i O �1 lik- O F O U W a 0 v �w z� o� Uz 0 a a d w w x E� 6 z C7 a o 0 ui 6 &i J ¢ a d a A° B2 CP M b Opt B Gj ¢ ¢ p o i 0 D NK zZ H IL ao �U p LL O '�I Z o S L6 W 0. M U O p a W N Ll w0000a W=V' OIOMic �y NC2W ¢¢ Qi W¢toOw 0.��WOON 4 W W Q S w N Q Z W N U1 ¢ °oNaN d��NO Zarn ri U} O N Qw � zo ° a V <¢ c j �x o I W W a a ' Qo wQ va =2 ANYN r'. 0 q= z o 3 a x 0.ao a °w v. G4 d i S` m �cNa z - w�.3 r7 dS Chu °! G 6uet zm ��1nYI me wvuu■ ouuo■ l ouuu■ a & QZ J CL W_ O X W Z Z J S i. ^.L= �zZ.�JNZ w5= Z OO:J J zz' z;n4..Z? G i XO 2 zC _ pC aSW N} a Y G U G 4 O` ? °N mg ym �i-G3U 2az O m3} O W CJ-�0O CQC U W hC 02 mN QONmQCh % � 2 .. Jz 21/2f Op WQ 2"WCmCW UNW O Z ° W U m3 KUUW�WC z�W N � m � �WS SOtC.W t-0 or<��OV Ur-O Z IW(1 d 2y, WmJ N� QiOKd�h FQ phut IWiI K W W �m o°U Ixi1¢ OtnOGrJO QC e5 off" v¢U a°w�nw mee WSW Ohz Q2o��2K Ca.W w p J 4:4 W U m O Qa ��Q �O CU��3SW tiW =� W W �q U2Q t7iW Om� °~�z Z�N0 Q o Nz Q ¢�a °c¢iF Qw�N''�O ZIZ"m J'2^iS.,W �$az °4 NQCN Z W Q p0 Z W p O�jUW NW`Q � zQO tr W W OW C. em0 CO U' F=0.WQ WQti NhhZ C_y CZ,? 2a O ZO � mW m.aW WQWO ? 0 00 m WSfWiI 0-M Uw NJ' < W2 `*W �zUzOW C WWO �2 O 2ZC QOON �~ �hWWUC4J �£ZQIWi�Udi Z SN NU Q �U� �V-oZo e_ mW ¢CpmjjWCCONC ZU �??QN N zmN CQ°a.U4 Q Ot 02ijQZ OHO W CO �2 N2� - ,+Q¢.W NW W?�QUG�F OZC6 ` UQ Oy; 2tu �o G Oha -C U O <2U W. w.�CC NO 'gg�.Q WU~Jp i W O O� Z> cL tQhil� Q aWm 2 Z.�wm � COQ 22¢Q mW'-,Y GO WC N�W20 2 W O 3Q ~C Qm� �� iF U NZ O WU Vih3 h° CZOZ O U C NC M2 N'} -�¢4i 2`U4 QC �` OWW� N1 ¢U OJT 2 ZpW�WZ yQ WW - Q° NFL- W zN OO�.W zz o oZ�W aw � z< zz °m�a Q�92 ¢ z W am Pamw oz NN -J m O -SO S OWN 6621" Ur ° G C o° $ oWO� �2 Nc :z-0IC" vi : N C ¢ Y+.Q c: ~ m C? a U o W F Uz2r WW OQ 2C W+ W z W8e-} hw° y N ¢ W i NW U °�bz oo om zo -�W WNU VO WNE W C p wOw �C �O magaC K2Wp v1NU O 2C�m4�i H�' �C U1u�?¢ i Q C4 W�ZF � -Q ��:3 m WGQ ?W pC W< ZWWdO �Jy} t2W 2'h H- �+.C.Nm 20 �¢ �V j.4f� NyI O2N2 �W ��WQ 2.Q � °W CO2CZZ 3p WOW U2' a�QWOa Wp NN �O 22 ¢p Cm 02 WO N (W�juQWU �2 C ryl z�2 a2 C'. IFS VIV W o-�y¢ �Z qU �C�u2WU Om pp zC 2WNW UV `i'O i>CCW O-Q% WL Q ' CO2W Ca SIN ON WhOOU X W ¢¢1, 2� o 2pOsl C(� 2y0d m�cNYN �1`�. W j aW�W �02g WC �C�,11 "� U iC.W ZI- OW >Z mWU¢2 Y0 WZO a0 U2h�WWm 42 4p magWWU2 NU NW OW CW¢ =� sNa C..� O� N6 UQ 4 C�-WUN 20Q UI-' 03 G N 2`04 m1= OaW 2 N �¢ }2¢p CS <UQ <az� Z. WQ yCU `-1 °1��W C2 aW �C h_O 2U QSWS WU ZO�U UUI 1 z .gym O'CCo QVWi _YW� 12/12.IJI141W yF a/1 hZ QN 252 UZ} mm Nm� Q Wp ICS m02 Q.O �mO ti.�N >W Wz�s 2H WUw�_2 G W WN 'p a:COC $'W p }W S3Y -^'h CU y UO C -QN UWCUO U Uy2j CCKmW UC QyCS aNQ� tNt��= UO W< -< ON Zt`J RCN uWi¢ qtr 3j W RQ Cwa �NN�U O�. Oh NFW ?�� 32W CWW 02pd Ucz5�3�� -.W y° WQ U.3W mz F.�O Q O�OOQ Op OWE 92 °¢C aCOSCW X Q Cm W_ a2m C ¢ba OF O} N wN OWU �-'m OV1p 2 W� }W= W} Wg0 WN�W� �'Z OWi W22 pJaw WhQ�.� =C W� Q4fU O4iW j= 6UN CK }�mV CJ W�O O ��2SC 2 OW 520-- 032 +0 ' O Jam%- U OOha ZLQ GUC �WU� =U UO¢GU <�U 4Um aa.0 �n°C UO U <O U_� C <maC NW Ca 2W NWD W Qhp n N y� r p N U m Uh Wm WWpW O N�h W 2 Z 2 �20p x.Np U- i, 1 1 1 zNQe W N °CC O O� KU�'W >W G4 OWG amp ¢V v o o �G G oz N amam WC U �32 °Wa N 00[ C �O� ¢a< W i G-_' -i 00 mm Amor v� n N r m m N 2ZZ W COQ a. C a W OtrQ U� O 3 �i W �_ ¢ IY�U41 2W_ °I a O�p m2 $l - Wes¢ Wm 4.v O FQ °¢W ao'^a Gz� °¢ z� � ¢ 4 > WC uxj2 IN 2 `IZ�vxi 'Y 2 O 4 Q� ) � NCO LS WWII tCCW UWfUF h�� W=¢2 �N CQ QQ W mN 2Um4 WC �F UC W fOmW2 CW z.VS 2 Qa0 UmC QW� m= mC Vz CO2C ¢U W> 22 2W Uf mQ Wm�4 404 I =lxilm CO 2� m �2 7 yp� ,0 W C-W W OW W a W W yW Wm C O QZ 2N m.W 2 N_ mW N NN 2 2 d y4jU V jmU W� -j yW � U � W 5 U m2>z dd OQ CC G� � W JC W WZOU }Zp of ¢p�0 S�d> pG CU QW OCS Q QQ �OU CC W0W YO O W U U NU F� ZZ 00 2.W O gn z} N ¢2 >N� 2 Np O�KO� UAL` Nq I"0QC C . UQp` 2QW ,. W C 'W K 6 < 3 U U 00 _QQ yaj2K 4C OC NN 2N ¢m m =N.r C2 0l2 WUU.J yW2q pN20 Ny QO. H? O O <mo zN4 ya QC w U Z i C ~ N z W WHO$ °d4 WW Va < ``.E >4 U Q0p �gaN N�fC.Q U N 22 %OWO UC a °tea x F¢ Z Q 0� 'K N OdW QC mm Q Ug �S �lY. WW Q Q h � 4 �W� 03'h OQ °2 2 �`O j O mw �J WQW1` CW _ r r w O w CW CW C2 I .�W zppF �¢O 3U UW �3W 4 O O N Usti =� 3V C4 a Q. 32 33a W W '2N2OU2 � -9 U?�' ¢CO Wr�WO Q20 2200 WW. QO m2W2 ¢W O.0 a_i0 pj�l p0 d I d U U w O r K pp2 Wliluu a0 za CW C K ?2CW �aWG2 �OU Q q N`U< 3.0 U.-�z.W Om¢G K�ZZ-O W UUZ NO U OU UU OO CS WpOp W° 3 =N i �=Nlf �WhXW Z }a UhW �aCU aW¢W¢ NSW =zz WV'O WWOF O?02 NW UV1JiWN WWWZ� �pC as maw-i �.Q�4w W88 2CW cC�N E¢NQ WCO _ of •i HIM r Q� ur W� m <a n QQ Q ai a Q�54 ° � -W�'O� _ �UU `_" i?OU� ^ ti3 ._� ., OUW P a y a ,°Z a �u C Z GIz t �N# o w U �3m 11B J U Q U z W N 5 {y 3 a Z U "� �U z WI Om3i <ww ¢ c N -zI W Iwwww z=a < =F�tt, a< cam vii W c c p p w N >» o a m> LL ' m W U N :'] W W m m m C 00 0 < W w w w w w o c c c c c c c o z w w W w w w w w w z N N N N N o O 0 o w aaa a, No N N N N N N O O o 0 0 0 0 Z asaaaa a. 0 w00 O 00 Z O 000000 ¢R'of Kd' W w �m =.m ce R: W n i a� aaao.EU aaaaa W I N ¢ W j w W < a ��apmm z' W Z 0 m�� z (1% 0 e I QI 4 a 20 ti 0 a ¢¢ t`�¢C�0,6 ,: z O 3;5 Xj oY - w m m 11pp z J Q w Z r 8 w Z Z J � yyr3iw ia! S K a p [ y W O W d W '� U W Z Q¢ W fW/1 C M Q m�apV VN C W N3�mm0mm1O U m W 0 0 O 0 0 0 0 0 U U 0 Z Z Z Z Z Z Z Z z Z Z S U U U O U' 0 0 0 0 0 U'. Z Z Z Z Z Z Z Z Z Z w0 a£ w z F F F F c 0 F F 0 m F N N N N N N N N N N N F F F F F F F F N N N N N N N N N N N W IL Us i U IW x X X z JC x x X X Z 0 X X X X x X 'X X JC X X O O 6.s' Q W W W W W W W W W W N W W W W W W Iz- 1 LLI U i LLJ Z t- Q w¢ ¢ N U z 0 w ~ ¢. U ¢ ¢ N W V- m i W¢ zU¢ o W �, I Za w Y RI W.O 3 Z W 0 0 0 c7 z j '� L r'z C H 7¢ X O w w O c 0 0 0¢¢ �I i ( I CL w m z w m m z z I I r z i O h j a m U n 4 Q m �y37 a I 1 } Zoo z G < H omm moo ti�mU IIII7�� W w I z M0 w ¢ w J W J . c G z D> N U' Z 0 N ¢ Y a a X O AA W m x x O S W a a z o w o i w` i U (N Z H W 5I Z Q J 0 w C W V U m W O O C S Y m Z > K K m `� �" W ¢ u O 2 W Z w N d V in K N ~ Z w S w N w K > Z O d O¢ Z i m X i W �¢ F W N g J p w N W W 9 W. ¢ N N U Z C G Z 1w- z W m Q ¢ K 3 W H F¢ Y x J 0000 W m m. U U U V K O U U' x 0 0 0 0 Z U S m> Q ¢ U O C O CW.'1 J m ¢¢ Q 2 2 's K J K N 2 Z U U U U U Z ���++.. x 2 2 2 _O w w C S < `� l� m Z= 2? N f U to N W W N w !w- J H Z Z Z O U F¢ Z W N ti N N Z t~lI J Z m Z O x X 0¢ p O Q J w }� J J 0 5 J J O ly ¢. O X O W W w W ¢+�tl `( ¢ 4¢¢¢ ¢¢ J w Vi in w Uww�zm UUwwwwwcyJaw arm ... 333SNN J¢¢ m�OmU o •S so®; Oca A =E Ejr I rT ,(, Ci G�� ii':] 0`_ i r; "(D-) C I -E 0 Cx- a C it yo I W CL 0 7 w— --------- CL is F O N 0 '0 Lo ¢ W = bt uj + uj 0 fL 0 z 0 0 uj -t eLl o x Ld UN db QZ QD + uj 0 fL 0 z 0 0 uj -t eLl � 1 . O 6wilk il I cn MW `� o # z pf imp. C4 CG CK x Ld QZ O � 1 . O 6wilk il I cn MW `� o # z pf imp. C4 CG CK 11B X38 NU2-cooz la a 39+00 ... .... ...... . .. . . ............. . AQ� 71a ----- 12. P12 C ol .... . . ....... . ...... . . . . ...... . ..... . ..... ..... ...... . It it is 11B X38 +00 a 39+00 12. P12 C on nA a S': IT I g Id w I MA TCLEME S TA. 316+00 MATU M STA. 316+00 i J-0 r -T " pp m o I 'i i uaNet tv 1,4 ! � W I ! �yCmO I A- I W m r ( la � =iR O n t u� D = a =RR C = I Pa9 v I I II G Eb i. ....._ .�._.._ (-i o... ��Z Oki J=C A�p 'z iI �+ fr 2 � gg n ° I N P'✓ �xa 7' y n °z� 1 I N� i a R p II ti � r MATU M STA. 316+00 O pp uaNet A- I m I j ( I Icy N a t D = a =RR C = I It II v I II G ! (-i i ��Z Oki J=C A�p iI 2 � gg pO P'✓ �xa I i 3 II ti � r �mi I N m I I ! t I IT i a I o gg f pmigwi MAMEINE STA. 322+00 ter. sc aDy as - td IEEE oz z z xM, Aft TCMBSE STA. 3274-00 EMS.. SWALE Z13 R Ei M + IP 0;.j as oa 91 I R I? It tF, I Ali I A H, 20' PUE & DE 20' PUE & DE Ada i IN 18 T;R 7 ap ....... ...... ----------- ---------------- ----- -- Fn Az- TAAHAM MAIL -.S. 411SA 90 001 02+ 09+ of wnmaz I H RK KK ... _ . _._ .......... . __r . __ _ m a m a m a o a m a ... __ —.. ....... _. o ._ y — - ._ h - -- ,C O - - - - - -- -- ---- ........ _ F ......._... .-- -..... - o .— _...__ ._..Tsa... ..._.. _._. .... —r- -- -- ...... - —._....- -- - - -- - �+ NLl J Yl� .- �Utq�AW yRLZ�� Z� Q2 F0411 ._ .o.a._._ _ . NLL04 __... _ �..r..c: m ... ^� I� — — d Z I i a/1UUC9 x.....15 :: _�:.a. _ 4 _ ._. _ _. «.. _ -- F Vi .„r p rf Nye R b Z r H: E -. Z n W NWO GCZ i : i n0 x_.. e6XX ^Y __ — _pzSri_ns NUW H 1 �...� 1i 1 ._._. —. ... .......« NU1.. -- —__ — - �� . r a - .... ........... ..�:_.+:._ � '. .... ._�._— _.. .. .. . ........ _— ------- � a 9 m ZU f x Z C 14 ........... .... . _ ;.. ....__ as 3 p �O�p R3m 0 .. - - - 0 'i I I --- - - = = -- - - — -- _ I I 1� i : k 1 g of �; I a �8 �h � O I� ry Ia: z C Z' 0 0 0 0 0 0 0 0 0 0 A ro rn o° o N a N N Ca N N 10 cp N N N N ki. ° 1 N ' ol of �; I a �8 �h � O I� ry Ia: z C Z' 0 0 0 0 0 0 0 0 0 0 A a I ki. ° 1 ' ' i I ♦ ' _ —n .19 iz C . ...... .... . .... . ........ i t Z M rZoll l ♦ I W W W i I 3 1 . I C a. 2 W � � N N P OIL '16 -B N N N y M ro y0y q 4n z o e a A S K N_ z.. 0 0 0 0 0 0 0 + In N + N 4- N + + _+ y I� to m r o a r o m Y o ,........., .°o m r o m r o « r*� m I � .o o �:o I � Y n:�o (; : ♦ a;o --! °r +:k Its I ' $ r °n zn +` I j: <. M� .... �... _ 1- _.. ... N._. Z r� .. ... Y ♦ i 1 � gill i . .. O 1 m -' I r O I - m O Y 1 ..._._._.t..._..... . ...... m Y m O I ..___�:..._w_ m r I A S ko to Of CO (b N N 7 � dl 3 n N N Ol cps pC � N kzOy w„ c; WN O a ®m O O O O 00 wl _ I 7-Fa _ ^ o it 3 c GI I W C {I k N6z � Y Zp � S �iii`F W W Cl U _ W: �_ U..___ W: W O 1 H 1 1 a m a o 1 m a o I m • 0 1 m a o I :.___. _....: m m r a I I I O 0 CD M, Ul C) 0 Lo + LO + n + o yOm + 0 CD 0 C) 0 + LO + n + o yOm + .......... . . . ... . ........... . . . .......... z fill . . . ........ . 77 ry ... . .... .. . ... . .... ...... Zv . ...... . .. ........ ........ ... . ........ $ .. . ....... . .............. ... . . .. ............ ----------- W 0 D X uj z (Aj O L) L- F- En 11B�� 0 Q� D lit i '6 oy o 14 O cEI -N O pO rz 0 CL N N fL q- Q: Ro k-4 N- Q3 11B�� 0 Ud D lit oy 11B�� x uj D III C7 U CO- Ln UI) LU 2 aw 0 oy o 14 O 0 CL fL if Q3 64 + Ln x uj D III C7 U CO- Ln UI) LU 2 aw W Q D. U A Q — a jm O N Q v < N � to O U _ � o qy N W H W U O p C n N �A Wm� tie v wad 23� K� USN =2 I Zry dAQ N 2 + WU WN 2 ®4 �N mW2 in Q:W I Da I pW VW I � I N W I W A h i W i n Z �o ew 0� O G 4 F E ro 1 ti o ti O WAA mN O W ca �vccN I, O � O W om z Z000A 0 � C t]� QWW ONmA t�` WN CO�vC 200 ®4 °z °z w I O EL $ e m N� p O Y. Q J N k 'I N 2 2 oK� O i Ems m 1 V N rn d' LW , V� 0 t o$ mW Q o � i AI A � N g0 2 � \ U� W jll \ 1 W H LA X w W C � � N N Q � , W 4 O C m O K a Q2R i O m 1 2 j OOW ' UAW I NON j Wyk W A W Q D. U A Q — a jm O N Q v < N � to O U _ � o qy N W H W U O p C n N �A Wm� tie v wad 23� K� USN =2 I Zry dAQ N 2 + WU WN 2 ®4 �N mW2 in Q:W I Da I pW VW I � I N W I W A h i W i n Z �o ew 0� O G 4 F E ro 1 ti C p V �kh i o r�3 U � l ca I, O � O � SIkiY ,11viu 0 � C C p V �kh i o r�3 U � l O 84 maA O !Xprj ara AVON Ay 0) to ,6 LASIPPHASE IB SOUTHCANAL Z; 00 27+—W 28+00 ... ................. b3 I. wl Mal -00002 A. li .... .. ..... .. ....... I. ..... zi . . ..... ........ 116 Urg REJAIMI—A LASIPPHASE IB SOUTHCANAL Z; 00 27+—W 28+00 b3 A. zi Ij X tl + it + Ig i Ri + SMITH. REWO y 5240 MYRTLE LN Urg REJAIMI—A limp N g I jai v y ab 11B i AM&A TCMESE STA. 415+50 IT I is li - - - - ---- - ------ - - ---- - -- nwV Mw 7 7- —4-4-10 AI u 11B i AM&A TCMESE STA. 415+50 r g riI' lily is, 10 Mal O� a tv H rn�b� n x� oa� O FgZ c O �Y ti y ry Qn a� a xo � a C � N MATCHLINESTA. 426 +50 — -7 fi A �a a so \ nH oa i i inN �v I mb I Nn � mom' 1 1 i� �O� 4mA mG1 m o m � a c `^ Sa is sr�uc r• - �v 1 fi ui �a a �".m f�1G 0 sr�uc r• - �v 1 q I hir'no �".m f�1G 1 1 I I myyi I r A AMTCYLLINE STA. 432+04 sr�uc r• - �v Alan YyZ fl pd JIM TCIILBNE S TA. 432+00 . . . ................. . ...... . . . . ....... .......... . . ..... CO ii 52- o.......... ... ...... . .. . .... . ........ 53 �6 � .. .. .............. Yi Al PQ JIM TCIILBNE S TA. 432+00 52- 53 �6 � PQ zo , h, pal 2q rM MATCM,DVESTA. 437+50 )2k� hi O a g C� O O � O zm� x� R i o � m I� H N rI ti Lv �� ab 0� � a C � CN7t o i 3 m x A IA I n a: 'o __..- ... _ ......... _ w .... a u 0 _ oya m S �m n —o I B MA.TUMNE I I STA. 441 +70 I � I IA I a: I \a w t aOb w -- 0 _ oya m �m n —o I B MA.TUMNE I I STA. 441 +70 I � I IA I I t I I � Nm2o iv I ITV }p 4�j I � UCi� ZpF (06 YS) i!b 'E'll R >> / f mnma2 w > ge ge <^c I�'wMH iK2V�ma# +a x�3ox� o�q�iyN t .m A W • v ui O I n �-n i0 oaa'� i O < --- •-.___ a�u pp _..._._- �__- � -N.�.a I - - - -_ � _tea � ._.O1b.. - ry � e s Z y Ot _ zp- c?i a 1 1 ✓K O p Q I � I DK p I ? o o a I i —r- I I 4 i I: I I �I I i i N1 n I i Z 1= > L` v M c>OwZt.O� =Vl�U 3Cti 3 Z c c c 7D O C � O Q Q U= WO O F O 2 W- iti ww¢Ixil Q I.-W.NZZ`1C) � Uk0 3 C) Q �.� Z W T zz —I cZi U COI -W Vii. "oZ U.1 wc"i°oa�o�aW in TQ WOUw¢O tv v L _- < P HW z p2 - ......... �N r20 OVi :q� r] (( $'n .o F f � bIN c r M U - - e........ C ._ - i v or W`.. ., F ti ✓ C" °z .. j .._ ... ¢ Q It It a. tlm z C Qo �C C u ..' O � � ill ¢ - " —_:_ «_.._ .tlaj_..__.... �V -a O w yg w CI ¢ _ Di cn w _ U W twi) - + ZT n. Q ti O C W r W 3 1 O! .. ` 11 C ¢ m 4. 12 Z O za to w a c� Z W u' y M '., `ctr : _ ... .._ ..... _. ....... 9 ZmaV ` xc �z� o _ ~ i �iti Cc W W U, H. I } - U .I ,.. a m I,_ c' LIE ._. - _ _ _....___ ....... W O O w2C ' Qg Or < m m W Cif W U ii C O Z W �-j ti - - 'i -' -- --- i I 2 1 Ln y O 3' om rc c -7 NNW IIBtl . UlU WC1�WW .. . . ........ ......................... -- ..___.. . ..... _ ............... .. m r O Y N � Y e .n �v y� yyyyo �O OF �y �z o v� x 3 Z � Z U� 4:Yagi .mow. s'is 8a3� N CO N N y°f Na c M O N � Y e .n �v y� yyyyo �O OF �y �z o v� x 3 Z � Z U� 4:Yagi .mow. s'is 8a3� W) Obi � - N W � � tp h to N CO m N a � Z _ O N N h U) q � ggggO hp � N OggF �Y C p Z � 0 m 0 0 0 Ul) CN CV N CN ....... . ...... C*4 m "T to 00 00 LYNN s �z; tae 0 0 0 Ul) CN CV N CN ....... . ...... "T . .. . ........ id ... .... ..... ...... ya 1 W W --------- — O gkd ... . ....... . . .. . . ......... LYNN s �z; tae ® . C) a 2 ~ ° % & z - k \ k ? §i■ \2 q §! � &k �§ �§ 2e 2 !� ■ /f \ /} § k§ 4:1 4 ! . § ©�! ;§¥! �)) 2 \§§ � ] V4 i2� 0 C) Ch U . ..... .... . . . ....... ........ . .. 7,0 7-Ir 10 to ....... ........ 0 .�n n (D to CN �o 0 C) U . ..... .... . . . ....... ........ . .. 7,0 7-Ir ....... ........ . ... ...... .. ........ . . .... ........... me U i R -8- 0. a -t IG L. at O . � § *) �2 $ ■§ tm ;- §} # \ 2ƒ §_ \� _ § \)! ■. / ( } %! ) ƒi ��. � R =A� ! )(§ §E §2 \ \ \§ k� ` w )� \ N . m . � § *) �2 $ ■§ tm ;- §} # \ 2ƒ §_ \� _ § \)! ■. / ( } %! ) ƒi ��. � R =A� ! )(§ §E §2 \ \ \§ k� MWAM TRAIL FAST Win L O Ix i z papa Ch M Fn z z z, U) U) -4 I m C --1 0 DC C> > l c c;o : 4 u) M ;o m --A :l: - - > --, o 0 . m > M mo z m C, r C- M --I >Z= m 0 z E: F 4 Z --q > --i m -n 0 Y, , m z > M* 00 A I C: > Z r- M M > > r- Z C) 0 Lp Z > C/) < z 0 0 0 z -e -- — --- is -Z Z- ........... . wo 4) gZ c m MWAM TRAIL FAST Win L O Ix i z papa Ch M Fn z z z, U) U) -4 I m C --1 0 DC C> > l c c;o : 4 u) M ;o m --A :l: - - > --, o 0 . m > M mo z m C, r C- M --I >Z= m 0 z E: F 4 Z --q > --i m -n 0 Y, , m z > M* 00 A I C: > Z r- M M > > r- Z C) 0 Lp Z > C/) < z 0 0 0 z C> is ........... . m ro-O CD MAMMM STATION 437 +50 m z Ny >0 z F ------ - - ----- + n F mx L 57 --j ul/ M CO lo om rn -00 m Ln F F5 + U$41i 1071 v - ------- MWAM TRAIL FAST Win L O Ix i z papa Ch M Fn z z z, U) U) -4 I m C --1 0 DC C> > l c c;o : 4 u) M ;o m --A :l: - - > --, o 0 . m > M mo z m C, r C- M --I >Z= m 0 z E: F 4 Z --q > --i m -n 0 Y, , m z > M* 00 A I C: > Z r- M M > > r- Z C) 0 Lp Z > C/) < z 0 0 0 z C> ........... . m ro-O CD MAMMM STATION 437 +50 C> m ro-O C) m z Ny >0 z F ------ - - ----- c m 0' n F mx L Z C --j ul/ M CO rrn MZ -00 m Ln F zg, 0 II -------- - - ----- C> ro-O mx L ul/ 0 mx ul/ ---- tn' mg 7 4 W gg • t--�r s F all LL A . Z r1. A' LL LL t Y3 s ' ram 7g x& xu 4E8 Gy ` Wd $o °la m WA �� -4 S�JI2f4 v pNW i J Z�w �y j S' YOB• � w "� F d. m w m ii 2 8% `g Ux 4jl W e " s r t 3 a� "s s s zg 1�a �' W xqm Q� s _ tiaW 35a m ti 8 : LL o LL W9 oil 2 stn i .r m tja W c � L C` o l0 m C N� u! a� L'O U C N W = W W 3aa L N � Na m 0 a � 2 � p a E O�m' °c2 E:2: c c N a m E � o ` o a W N 0. oo� M a y E o -o � c o m� N ° c° .W Ol W E H � � .�.�. � N O ~ O Z O m c a U £ o y ° v d £ o o m� W- y m X � L '� m C WE ° .o �rnm W m C � � a mm E .QOa �o O Fz� O. O E m a, m m E E� O U m W c m W c W ° d° c `o 16 y a N0 O d C m�`O ... O.W Cm �.�8 o.�n m on ai c @ � o c m m° � E m� � N %� y� � m = a O @ c � W oa3 mo=o :. m N :� a N r y"Oj � W O o c s c � C8 Y `� n O m nt O m � E v c c� m oN •a�e� � � .m oo d C ^° E- °- y3 m N E aQ m m o ° c 3 v z Eoo� m ooy c o 2�a t E E • ° m o m m y m � w p 0 C L � m� � ?� NO h N C� ,nay -> y W N m .� O m y "" ? O W a m U_ W O m� N O mo Y m Ti c > t ° a O �yc a3 ;mm m � W� ° N c o 'y�- v a> w a Wm !a (L c w3o N � 3 � O °` � ? � U UJ O = m m s nc= c o Q ¢a a � � � Ha Cl o c 01 �rnma .,§ � N 'mE'm a g � i � •m0 � °° � ♦ ♦ ♦ • • ♦ ♦ W m • ♦ • � O C (Yp @'D 'N N N ry O � O m'v �m m W W 3 U o m «� d o m W �� +. W N O d w m 0 = w- O"L-' f6 G O y C O� Q m t � aomm ti ti�� d ¢gym m o U m Ea =w E =o E W E E m- a `mom n... x •D W > W U c c aEa N•, m e ¢ o ¢ m m m a mm F- L ¢� .cam t- W a w e m = N° ai a' N L C p m C 4 i � E C �° O N m � ♦m.. O W t ° m � n N d Y OC U L N U °c z; U N � C m� w y � � p cI s yw °.. U� m E a U� m ° m �wzz: � O O l6 m T N � m C C C N = m R> U m ZCw�3 CL m C W C N T U > > 'U 4 C m O U E� D U m O C C w m W L .L.+ O E U > W � W N N m J `1 m U emnees e; N E Z. •7 6 W O W" a�v_dU�2U -° m M 1-, wz �' m N o° 0 W E W: c O 3a� L C ° ° � V O N . -'W ° L U W ... -LLI' m Z c m � �0 N y� � n �� nEc uyi ° m 3 a' m O W O O � N l`0 {`p p y g �g� � � m �'Q O O U O E my X J y Y tp _ � .0 c o °i� cmi c >, W m a s c m° c W E 70 w c N p m � N m � U •�. � -N O L° W R° N a c ¢� c 0 c W 01- E oW o an 3m Eca•Di o z f = m LL m o m W m O) W C.O j 0 n a � E •Z, U W w C a w m. C rn (J .`. C m d7 C m m m W �0 � y � o N �' .3 m 5 o� '� d a c� c m 3 � � cmi c a°i � 3 E a m W m m .o E o >. c m c m W o @ "6 � M � c w � no vL a�Oi m = m m N @ 2 m m a � 3 uJ w ami m w w E � 1.0 m ca 3� W NmW c w o m � 1.- m cv d o C m .N a m O � M kI .r m W c � L C` l0 m C N� u! a� L'O U C N W = W W 3aa L N � Na m 0 a � a E O�m' °c2 n m c c N a m E � o ` o a W W oo� M a y E o -o � c o m� N ° c° .W Ol W E H � � .�.�. � N J m N O m c a U £ o y ° v d £ o o m� W- y m X � L '� m C WE ° .o �rnm W m C � � mm E .QOa �o O. O E m a, m m E E� O U m W c m W c W ° d° c `o 16 y a N0 O d m�`O ... O.W Cm �.�8 o.�n m on ai c @ � o c m m° � E m� � N %� y� � m = a O @ c � W oa3 mo=o :. m N :� a N r y"Oj � W O o � s c � •° Y `� n O m nt O m � E v c� m oN •a�e� � � .m oo d E- °- y3 m N E aQ m m o ° c 3 v a°i n Eoo� m ooy c o 2�a t E E • ° m o m m y m � w p 0 C L � m� � ?� NO h N C� ,nay -> y W N m .� O m y "" ? O W a m U_ W O m� N O mo Y m Ti c > ° a O �yc a3 ;mm m � W� ° N c o 'y�- v a> w a Wm !a (L c w3o N � 3 � O °` � ? � U UJ O = m m nc= c o Q ¢a a � � � Ha o c 01 �rnma .,§ � N 'mE'm � i � •m0 � °° � ♦ ♦ ♦ • • ♦ ♦ W m • ♦ • � O C (Yp @'D 'N N N ry O � O m'v �m m W W awi U o m «� d o m W �� +. W N O d w m 0 = w- O"L-' f6 G O y C O� Q m a. � aomm ti ti�� d ¢gym jn W C U W �� +. W N O d w m 0 = w- O"L-' f6 G O y C O� Q m m o U m Ea =w E =o E W E E m- a `mom n... x •D W > W U c c W a o m m w EUOa¢ N•, m e ¢ o ¢ m m m a mm F- L ¢� .cam t- W a w e m = N° - m 0 3 aim m J L mm � m � C o C .0 m j fC O1 m U N.N O �� L Ca � � m EL aL d Q 75 y.p � > Q V h m z U 'M L � �a n- a 0. .� Q a c`om �m u Q E. o y CLm "0.0 Sz c �a and moi mm� m� n ommN m� o 3c m'Eno� m oy morn m m =? o moo- m'po mom c >oo o °-) Nm-gi U3 p Emm Uw una co E m p O m � mn m >•� mmJ 4>) �_ID LL cz� 0.. W. p O o � m m mrn � m N m� m p N� N c y � L y O m O � o �� N a 3 NL o m m OE c ZL]: Cc m H�o m- �o m m 0.- w o= E m n° °�NZ C z <` 'd0 VL>, d dN ma..� mac }. U E O .��._� c' E H E M U o o E� w mt 'QO mo c � . gy �m -c, g 3u�m,c dim ��6am � �m �Z: a � m »o mmoH o�ys E -° Z OQ � Z NmEm =o wo o m �E- C O U mrJn�w I'm J c m � J� m O m m N� y D N ='= m y n0 m J d m O rn N N m J m " a E O E O0 d o mai N U N E e R � G E N c U � 0 A D m m ocu Z O m�`mm mac m�v c >'m�E C?�dm°1 �aai m� '~ U s E C U -J: mv� Z � 'o0 3 -p mmE mo°� c of vodi oc o'c-md cmE n ar mU1°m ism mU� -o UNmU �U2`Q caaJa Nmm 3 �� 3 d o g � m a m d a a ph N = �oa pmi =cp aon �o��� Jm d`? A' Nm SUS `m. m ° =0 US ,=a>i 'nrn row r=cmi�m o� �E Ewa E4 1-a �2 Fpm Hun,2mdG a m m w c }y z, I L zJ o= �F 4 4 d aii Ow7'a5 z�xs �OaEx �.� I ilS''� _ , �..a C U �zm h �< III te ! - m 0 3 aim m J L mm � m � o m - 3 0 NN a m mu' c = m E m EL aL d 75 y.p � > m m z U 'M n- m d y u W o y m c �a and moi o a o n ommN m� o 3c m'Eno� m oy morn m m =? -Lm'o. moo- n� Eu; o N oo�aNi m m p O m � mn 4>) p 'om3o m mrn � m m aon ° L ° �� 3 NL o m m H�o m- �o m m 0.- "W. C mN 'd0 VL>, d dN COIm X73 ~ ~N }. U E O c' LLJ mt o mo � E -° � E� N C y >� m C I'm C m � J� m O m m y m m C N V J d m O Y m E O E m m- L d o mai O y n"m > m N m C m� m m� E N c m O U`o ocu Z pJ fA s E C U -J: mv� vodi oc dy cmE n m� oo .om �mm ponLN °'o ug Nmm - m 0 3 aim m J L mm � m � o m - 3 0 NN a m mu' c = m E m EL aL d 75 y.p � > m m z U 'M n- m d y u W o y m c �a and moi o a o n ommN m� o 3c m'Eno� m oy morn m m =? -Lm'o. moo- n� Eu; o N oo�aNi m m p O m � mn 4>) p 'om3o m mrn � m m aon ° L ° �� 3 NL o m m H�o m- �o m m 0.- "W. C mN 'd0 VL>, d dN COIm X73 ~ ~N }. U E O c' LLJ mt o mo � E -° � E� N C y >� m C I'm C m � J� m O m m y m m C N V J d m O Y m E O E m m- L d o mai O y n"m > m N m C m� m m� E N c oom mho ocu E- -E s E �vco-m cmo mv� vodi oc dy cmE n m� oo .om �mm ponLN °'o ug Nmm aca,m - �.N dm c> m- N = m =cp mm Jm d`? 'a Nm ND Nom Uc._ >o ,=a>i 'nrn row r=cmi�m o� �E Ewa < 1-a �2 Fpm Hun,2mdG a m m w c r Ail z .l 4— 3 e 11uu�m�m o Lte�o �a >O OS Z W YN z 4..0 N,�< °ZTWO W.yz Z,' w.w wiE °W pr°rD W x QC 20 W Y� z- LS Z W 2 z - -'- w� WW s qY < �51r2 U F< -z m Y T 4 -<+w J <�� '_ � � W az D W. oJmSao o a a W O w -¢ U N Q J YQw z UJN a: �i< Jw°¢.prc z to Z O O g�- ZiE o v< Jrti uN °z� `z zVaw < x zW z = WOO Z u �j 26J< ZF KpWF N �. ° ¢ O V H Q G.�Nw Z 7'. JAw < JF 22 D vxi5�¢a oo�Un ai53^ mVVazp� p< WW Ja o pOF {3 U_2 UL U.p �NKn VU ° WHyN~ < _ # Qr ¢ p ¢C4KwC Un vCOCrY- OJ 42 W� y< U4 wN ¢ i G^y�� NN¢D= l V.¢ i r¢z G <_ Nca carry goNJ D Pd a1 ¢V aJ �Y�W N n. g a vai w on ¢VOiS n m Z �NW 0Dz °lt N << Ut Sp ��-'- yW w�I O °U Z- 1.. <2 n Or nOap- LL 3 x ��3U� Npp Qr wa2 -?a Y�Cm�^ ".z Fzz 2WW <ZOQ�� Vim ZOwW ZQ O wU3 w.W ¢Q dYNQ U~ NN N6 N 6N� •J i Lu ¢C n F2�a Bpo o Dc�am Sn� NaW3 �3a 3 valoo mSWN <? �� i<o 3LL�5 N °Dw i� 2¢ 02Owa 1y �Z.pua.00N COaWD� wNK� 4 xONi irv_° 4 $_ ¢D ONO InN pr. rg rt o6W2¢< NJ6Z 3 Z Wa ¢N$ NnF2 a <'.n < N NWU� '6 qv 6D<R D VUzz N Z� O O iLL <w NZ.Z Y KI-ajH aZ2i U<� a<Z 2.¢O WaW p 6wZ Z hppj�( 4GQQ p�US'p <�I- F-DOaS N`_N WJ¢7af/i -S <a IA N NCO 8 $gg ��3L x 6U_�U -_ d 2p'`l# d �n0 N!-�U 4 ww N.J Nr Z_< c6 I °s€ J c¢n LIB Z g Cl) O ZL'l u0i w W rz LL W W O z If ZOU U MI dic -m a c Q W m E n �KjK. 7. m�4J t-O y w w 3 x a XX xY�DCUO z Sgwm� 0 00 '9�6 bmamm • ac n =.F mLL E mOm c m� c Q LL EL a 10. c °•v cod ��t " c c o m Q F- SSw�•��d'. >¢� m- mc�a mm rm - 8 E ££L Cl) wm!-4 W44LL m m E 8 a e m 3 m a m o Q 4a x w o U= E m U w tl ° �l C t W d O m m aD L m tl a U` W 2'4. W D �- W N U C N O 4 'L N J m Q ui me� cv m vw v mg m mvm i y J o m�V, Z u�oN D W j0 W ty Z } Q °wp Q1 '011 t m m m Q 8�c� m Y- O.w =,Ii 2= m Sao °aHam ��ay�NO z mwaOa a�a ii c Ec cv a�`o= ulmU n? .✓ m m < E v =roc io `° ,�°- m c E ¢ WWZ z r $ r- U a^ o�2tlr d�G m c�mm Q WOW 4�0� 'o _ZS C j Q � mE � a E a O t m m �� 0 . 2 W � W S �'�aS Z _ ��XXCC� � E Q wxC w4.e¢ � V �H W N W> �vmm = ^m; Ey _ -too n�3c.9 mU�ulma.0 —IX 0 tm- i $ m z ° U W° a w E -co m d m a° o w W o` m Sam a'_$°` 1ESm_ O oa�ou �pO� coamm W Q _ _ Im O m d O a v 0 m a= 4 C^ G tl T m~ U�.O tla m O Q = ism U m m E co m c y m u d m a Q W A E J M. tl - S m J 0-3 O a aam o •� w W m. Z' Q •o�_ _ o -m cvv'ga acm:?c Z F-W I- 0= >U m Z W> m •� =mac y?��m'^ mammc a0 Eaca Q i C7 "2 �> dam' WOO ` i m 2`a� vv cmEtwa �a °8m m I 2LL OQ }W P, ehW- N u�$ �L miia m3ov m°.m�t Z.i �p Z�_ �¢ �N. W3d. rm? wawa t - -. 111. 1`mEmc � � J� Qra�. O= Zm WS W c�2 a UQ JOS ¢ OOf�UOIM c`~ mmm uy `omg -E° w8 'OE _ D1 ZQF- >�11QtJ)U, W .O 7 m L O tl m U m O b �. m m L 0 Z tl r Q c S m S '1SUt. -`o5 d U °''r �' - W v m d E m 3 imn p a tl m 3 Z m m e a t m m < c W-0 m m E ¢ m° i.m m `m L w m m m J a v = Q 2 _ �umi mrve ro� Ea ootl.Mg_, L tl nm UC tl mmW mam�crnm avYC Q'� LLJ U' a ��mm< -Um myt=- Emn °?r �a?'c°i >2 J a! s 0L! 1I FY i O W I �� Q ii of 0/ �I CO FFj j o U D < !✓ N y0 Z ¢ m LL a x O ox r _d �a z0 ?� $o Oa-LL, Um Zw \ m m �j �to a "s W wy Z mm 6 2 O � o O 'WOZp a0 i w m i2 m0Ln >.PN os0w�P 1 D j 4W o�Z En 0 W ?tnZ��?< o LL °� mr I f tiqQO 2rz< o�<Z�z'rWw<1'2r m2z4o' LL 0�29� -a m E = g3 s m2 y W C a"a + iS . 2 mgZ o¢worwo w z o a�w w °< = n z v 2 m m 0 < w W ] s) <— — — — C _ A 0._ \\5 �m z }; z moo od LL O z cy o m..a aNw� UWi < gg r" Z Z to W > Y OU < ?. LLI v =. < �O LSD.@ ^mc m Q _m_ < Y o Emoyw Sumo s sm..c s s Im U. p a'nOa �SaSa m.m.c_ a$ IL O H °tom °rm mn <r= O »i-c Cm�a.E = -m.- o �_ W N ao c z \ w w xwwn <� 21w Z" jr W �zm Z Da 6 � Q 4 O J a 0w F-I Z w ui m m wi a > �� Q; z Ui v Z UD \ zn _ a o- w� iw �m X m�°Oj ?� W �.. ~Za z 5 3 0 rn O u� F, Flu N Q W Ctrs J F dy N o tea' a � ami w oG O tc D W si _J W WI FQc ¢z� ��ffi 3eo 020 m ^Vt 0' rl Oa a m. tG x. W I K< W J �JJ JI < o¢ �' aaa Rule 14 -96, F:A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAY /CONNECTION PERMIT FOR ALL CATEGORIES 11 660 -040.78 SYSTEMS PLANNING D6106 Page 1 of 4 I PART 1: PERMIT INFORMATION I Application Number: ' -- -- Permit Category: &.t°yt g±e ut Access Classification: Project: LASIP - Naples Manor Outfall J.X4 (Outfall #4 Driveway Connection) Permittee: Collier County Board of Commissioners Section /Mile Post: C/o ,�1 Lit ,� State Road: 90(U. S. 41) Section /Mile Post State Road`- PART 2: PERMITTEE INFORMATION Permittee Name: Jay Ahmad, P.E., Director, Collier County Transportation Engineering Department (T.E.D.) Permittee Mailing Address: 2885 South Horseshoe Drive City, State, Zip: Naples, FL 34104 Telephone: (239) 252 - 8192 Engineer /Consultantlor Project Manager: Daniel W. Brundage, P.E. # 18915 - Agnoli, Barber & Brundage, Inc. Engineer responsible for construction inspection: Shane Cox, P.E. # 49988 (until CE] consultant is selected) NAME P.E. # Mailing Address: 7400 Tamiami Trail North Suite 200 City, State, Zip: Naples, FL 34108 Telephone: (239) 597 -3111 Mobile Phone: (239) 825 -7192 I PART 3: PERMIT APPROVAL I The above application has been reviewed and is hereby approved subject to all Provisions as attached. Permit Number: 1/ — ! 7 ` op Department of Transportation Signature: Title: Ti;r41* !'f7" 1*44AU 1-6-&- Department Representative's Name: 'r�,J Df_5 ura Temporary Permit: ❑ YES lnf NO (If temporary, this permit is only valid for 6 months) Special provisions attached: ❑ YES ❑ NO If this is a normal Date of Issuance it authorizes construction for one year from the date of issuance. This can Rule 14-96, F.A.C. be extended by the STATE. OF FLORIDA DEPARTMENT OF TRANSPORTATION DRIVEWAYICONNECTION PERMIT FOR ALL CATEGORIES` t as specific in 14- 96.007(6). See following pages for General and Special Provisions 11B 850-040.18 SYSTEMS PLANNING 08!08 Page 2.af 4 Rule 14 -96, F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION WO- 040-18 DRIVEWAY /CONNECTION PERMIT SYSTEMS PLANNING FOR ALL CATEGORIES Page 3 of 4 I PART 4: GENERAL PROVISIONS I 1. Notify the Department of Transportation Maintenance Office at least 48 hours in advance of starting proposed work. Phone:, —�� Attention:r��F 2. A copy of the approved permit must be displayed in a prominent location in the immediate vicinity of the connection of construction. 3. Comply with Rule 14- 96.008(1), F.A.C., Disruption of Traffic. 4. Comply with Rule 14- 96.008(7), F.A.C., on Utility Notification Requirements. 5. All work performed in the Department's right of way shall be done in accordance with the most current Department standards, specifications and the permit provisions. 6. The permittee shall not commence use of the connection prior to a final inspection and acceptance by the Department. 7. Comply with Rule 14- 96.003(3)(a), F.A.C., Cost of Construction. 8. If a Significant Change of the permittee's land use, as defined in Section 335.182, Florida Statutes, occurs, the Permittee must contact the Department. 9. Medians may be added and median openings may be changed by the Department as part of a Construction Project or Safety Project. The provision for a median might change the operation of the connection to be for right turns only. 10. All conditions in NOTICE OF INTENT WILL APPLY unless specifically changed by the Department. 11. All approved connection(s) and turning movements are subject to the Department's continuing authority to modify such connection(s) or turning movements in order to protect safety and traffic operations on the state highway or State Highway System. 12. Transportation Control Features and Devices in the State Right of Way. Transportation control features and devices in the Department's right of way, including, but not limited to, traffic signals, medians, median openings, or any other transportation control features or devices in the state right of way, are operational and safety characteristics of the State Highway and are not means of access. The Department may install; remove or modify any present or future transportation control feature or device in the state right of way to make changes to promote safety in the right of way or efficient traffic operations on the highway. 13. The Permittee for him /herself, his /her heirs, his /her assigns and successors in interest, binds and is bound and obligated to save and hold the State of Florida, and the Department, its agents and employees harmless from any and all damages, claims, expense, or injuries arising out of any act, neglect, or omission by the applicant, his /her heirs, assigns and successors in interest that may occur by reason of this facility design, construction, maintenance, or continuing existence of the connection facility, except that the applicant shall not be liable under this provision for damages arising from the sole negligence of the Department. 14. The Permittee shall be responsible for determining and notify all other users of the right of way. 15. Starting work on the State Right of Way means that I am accepting all conditions on the Permit. 116 Rule 1498, F.A.C. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 850 - 040.18 DRIVEWAY/CONNECTION PERMIT SYSTEMS PLANNING 06M6 FOR ALL CATEGORIES Page 4of4 I PARTS: SPECIAL PROVISIONS NON - CONFORMING CONNECTIONS: ❑ YES Z NO If this is a non- conforming connection permit, as defined in Rule Chapters 14 -96 and 14 -97, then the following shall be a part of this permit. 1. The non - conforming connection(s) described in this permit is (are) not permitted for traffic volumes exceeding the Permit Category on page 1 of this permit, or as specified in "Other Special Provisions" below. 2. All non - conforming connections will be subject to closure or relocation when reasonable access becomes available in the future. OTHER SPECIAL PROVISIONS: I PART 6: APPEAL PROCEDURES You may petition for an administrative hearing pursuant to sections 120.569 and 120.57, Florida Statutes. If you dispute the facts stated in the foregoing Notice of Intended Department Action (hereinafter Notice), you may petition for a formal administrative hearing pursuant to section 120.57(1), Florida Statutes. If you agree with the facts stated in the Notice, you may petition for an informal administrative hearing pursuant to section 120.57(2), Florida Statutes. You must file the petition with: Clerk of Agency Proceedings Department of Transportation Haydon Burns Building 605 Suwannee Street, M.S. 58 Tallahassee, Florida 32399 -0458 The petition for an administrative hearing must conform to the requirements of Rule 28- 106.201(2) or Rule 28- 106.301(2), Florida Administrative Code, and be filed with the Clerk of Agency Proceedings by 5:00 p.m. no later than 21 days after you received the Notice. The petition must include a copy of the Notice, be legible, on 8 1l2 by 11 inch white paper, and. contain: 1. Your name, address, telephone number, any Department of Transportation identifying number on the Notice, if known, the name and identification number of each agency affected, if known, and the name, address, and telephone_ number of your representative, if any, which shall be the address for service purposes during the course of the proceeding. 2_ An explanation of how your substantial interests will be affected by the action described in the Notice; 3. A statement of when and how you received the Notice; 4. A statement of all disputed issues of material fact. If there are none, you must so indicate; 5. A concise statement of the ultimate facts alleged, including the specific facts you contend warrant reversal or modification of the agency's proposed action, as well as an explanation of how the alleged facts relate to the specific rules and statutes you contend require reversal or modification of the agency's proposed action; 6. A statement of the relief sought, stating precisely the desired action you wish the agency totake in respect to the agency's proposed action. If there are disputed issues of material fact a formal hearing will be held, where you may present evidence and argument on all issues involved and conduct cross- examination. If there are no disputed issues of material fact an informal hearing will be held, where you may present evidence or a written statement for consideration by the Department. Mediation, pursuant to section 120.573, Florida Statutes, may be available if agreed to by all parties, and on such terms as may be agreed upon by all parties. The rightto an administrative hearing is not affected when mediation does not result in a settlement. Your petition for an administrative hearing shall be dismissed if it is not in substantial compliance with the above requirements of Rule 28-106.201(2) or Rule 28- 106.301(2), Florida Administrative Code. If you fail to timely file your petition in accordance with the above requirements, you will have waived your right to have the intended action reviewed pursuant to chapter 120, Florida Statutes, and the action set forth in the Notice shall be conclusive and final. �o C+ Ilk _ r � X Y O 10 mr D O O m � Z y D a zm m p m Am Z m -mi n � �D' p D � r O� z Np C o� ;D n no .'iOf A D r SP rD � �CD MI x�o N wy Lb 'i. OS - ZS TISO Z DO_ MM CVa mmm.m -'m m.p -� _mom zz -v on m�.z �On V C).0 r y -Mm [� S ly O A,4 V z'O M, <O._y0 Omg mOro D DC.cZi =�z Z�-Di AAA O D p m z S N io. Vi O Z S N O O [0 L7 D_ O a m G7 S O o n �DAO CnZm rOrO A Z rO O V) J A. z Z O m 0 >- E o D ? 2: z z�'o�O `5z ���_ O. y�x x O m .�� -�° -O SD mCD m.zr a f.m- z C mDm.�O>Dm N r A G> L7 �7 A p y Y S. to �.N D r a mfn r z A O._ i m mmm _ Awo .p'. a z O >O.lZpT" - r m m L m lnz > > Z, n f. O m..n N O. s D O m O.D Z v - N p a D �,m �pN m rn*i to r O z 'o m, D p X C x m �N D co Cn < m L'' cw L, Z! IU O . La _co , uwi_ m p vfp N m D to p v A ° Z D D p O O BCD y. > �� a = u � w z z° ? - ° \� ° n n m V A 'on m m 0 - Z p w O O m n m A S o y zm v CD w 0 O D a OE w m mm Z Ai E,> 9 / Ln m m x a m � , o z v O m y / 2 O z w z -/ / N IRZ'u n�0 N w N Ol gIg to ! �IO y N V) a LZ ! O v cwn_ b � A � © D rn N' �T m w U OD aro -oo- my b ! p to ! a L`� e 4i 49 2^ J 15 rn N ` �o C+ Ilk _ r � X Y O 10 mr D O O m � Z y D a zm m p m Am Z m -mi n � �D' p D � r O� z Np C o� ;D n no .'iOf A D r SP rD � �CD MI x�o N wy Lb 'i. OS - ZS TISO Z DO_ MM CVa mmm.m -'m m.p -� _mom zz -v on m�.z �On V C).0 r y -Mm [� S ly O A,4 V z'O M, <O._y0 Omg mOro D DC.cZi =�z Z�-Di AAA O D p m z S N io. Vi O Z S N O O [0 L7 D_ O a m G7 S O o n �DAO CnZm rOrO A Z rO O V) J A. z Z O m 0 >- E o D ? 2: z z�'o�O `5z ���_ O. y�x x O m .�� -�° -O SD mCD m.zr a f.m- z C mDm.�O>Dm N r A G> L7 �7 A p y Y S. to �.N D r a mfn r z A O._ i m mmm _ Awo .p'. a z O >O.lZpT" - r m m L m lnz > > Z, n f. O m..n N O. s D O m O.D Z v - N p a D �,m �pN m rn*i to r O z 'o m, D p X C x m �N D co Cn < m L'' cw L, Z! IU O . La _co , uwi_ m p vfp N m D to p v A ° Z D D p O O BCD y. > �� a = u � w z z° ? - ° \� ° n n m V A 'on m m 0 - Z p w O O m n m A S o y zm v CD w 0 O D a OE w m mm Z Ai E,> 9 / Ln m m x a m � , o z v O m y / 2 O z w z -/ / N DRAINAGE CONNECTION PERMIT To be completed by DOT Drainage Connection Permit No: d �/ —ODD Date b Received By Any. r7`- r� ' r f, iv intenance Unit State Road No. CIO � 4( INcrk Program Project No. Sec tion No Construction Project No. Milepost � / Station instructions for Drainage Connection Permit Pursuant to 14- 86_00+4(6), F.A.C. "The Drainage Connection Permit form serves as the application. Once approved by the Department, the form and supporting documents become the Drainage Connection Permit." The applicant shall submit four completed pemit packages with original signatures. Each package shall include all required attachments_ All required sinned and sealed plans and supporting documentation shall be submitted an no larger than (11° X 17") multipurpose paper, unless larger plan sheets are requested by the reviewer. The package will include the foil-owing items, if an item does not apply to your project, indicate "Not Applicable" or 'N/A.' Included i Part Title - - -_� j Campl by: - -- (special Instructions X 1 Permit Information Sheet i Applicant l X l 2 Certification by a Licensed l Licensed Signed and Sealed Professional Professional X 13 I Certification Applicant Signature X 4 iOwner's Authorisation of a Owner Signature Representative � 5 I " {fidavit of Ownership or Owner Signature X' Control and Statement of Contiguous Interest S Permit General Conditions FDOT + 7 Permit special Conditions FDOT , a As -Built Certification Licensed Signed and Sealed- Submit within 15 l Professional working days of completion of X I Attachment Legal Description construction Attachment Photographs of Existing Conditions X ! Attachment ; Location Mao � X Attachment Grading Plan Licensed Professional - --� Signed and Sealed X Attachment Soil Borings _ -- '. Attachment Water Table! Percolation X 1 Attachment Calculations �X ;Attachment CD with Electronic Files of all j Submittal - —.___ _.. -__. Scanned Images in pdf format Items j 'J Note. Different Licensed Professionals may complete parts cf the permit package. For example the Licensed •Professional signing and sealing the as- built certification may be different from the Licensed Professional % rho signed. and seated the calculations for the permit package. EXCEPTIONS; Activities that qualify for an Exception are listed in Rule 14 -86, F,A,C. A permit application to the Department is NOT required. However, if you desire verification whether the %vork qualifies for an exception, send a completed copy of this permit package with its requested information to the applicable FDOT District Office. 116 5l-,41` OF HAMIEV, DEPARIVEW 0,' DRAINAGE CONNECTION PERMIT ROA , 4. ;AY 0. PC;, PART I - Permit Information Sheet Select one: Z Permit ❑ Exception Pursuant to 14-86.002(2), F.A.C. "Applicant means the owner of the adjacent property or the owner's authorized representative." Applicant Select one- Ex] Property Owner 7 Owner's Representative (Complete Part 4) Name: Jay Ahmad. P. E Title and Company- Director- Collier County Transportation Enoinearing Denarlment (TED) Address.: 2885 South Horseshoe Drive City: Naples State: Florida Zip; 34104 Telephone (239) 252-8192 FAX* (239) 252-5885 Emait JavAhamdra-.1collieroov. net Property Owner (If not applicant) Name: Title and Company: Address: cilw State: Telephone, FAk Email: Zip: Applicant's Licensed Professional Name: Daniel W. Brundage, P.E. Florida License Number, 18915 Title and Company: President - Aandi. Barber u Brundage. Inc, Address- 7400 Tamiami Trail North, Suite 200 City, Naoles Stale: Florida 7 1) ?AJ08 Telephone. (239) 597-3111 FAX (239),566-7-203 Email brundage,5-abbinc-corn Project Information: Project Name: LASIP - Naples Manor Ourfall 3 8.4 Location: Tarniami Trail 92 41 Naples STREET SR. NO. US •WY NO CITY ,Collier 29 50S 26 E COUNTY SECTION(S) TOWNSHIP(S) RANGES) 'Geographic Coordinates: Lalllude(DMS.SSS): 26-04-54-248 — Lonqdude(QN1S,SSSy 81-43-30.113 Horizontal Datum. (NAD 837 90 Adj.) State Plane Coordinates: Northing 636059.91 Ensfing: 418191.07 Projection Zone: ❑ Florida North [D Florida East ❑ Florida West Coordinate shall be the center of the driveway intersection with FDOT RMI. or. if there is no driveway connection, near the center of the property line nearest the state highway. 'Check with the FDO T Office for requimment. ,;ArE OF FLORIDA DEPARTMEUT OF MkN'41 ORtATIO.-I DRAINAGE CONNECTION PERMIT Brief description of facility and proposed connection: The proposed connection is comprised of dual 48" HQPE storm niges in a 52" I.D. steel casing crossing US 4 1, The culverts will provide a connection from the existing ditch along the northeast side of US 41 to the southwest side of US 41 and will conduct flow to the Lely Area SlorTnviater Improvement Project (LASIP) Naples Manor Outfall #4, The purpose of the culverts is to provide an important additional oulfall for excess stormwater in the Naples Manor area and norheastern portions of US 41 Briefly describe why this activity requires a Drainage Connection Permit (include where the slormwater will discharge to FDOT fight of way): This connection reouires a permit because it mill be located under US 41 within FDOT right-of-way. Stormwater will not disatlaroe into FDOT right-of-way. This drainage crossing will provide additional outfa H capacity for Naples Manor, and northeastern 130niOns of US 41 Slormwater will flow out of the existing ditch on the norliteastern side of US 41, into the the crossing under US 41 and eventually west via Naoles planar Outfall #4 .................... ... �.ULE ' :-.5 004 = :.:G S*.ATE OF FLORIDA DEPART„ENT Of TRANS ?ORrATION DRAINAGE CONNECTION PERMIT ROAUVVAY DESIGN ,u PANT 2 — Certification by a Licensed Professional In accordance with Rule 14 -86, Florida Administrative Code (F.A.C.), I hereby certify that the following requirements are and/or will be met. This project has been designed in compliance with all applicable water quality design standards as required by state governmental agencies. 14- 86.004(3)(f) (F.A.C.): Certification by a Licensed Professional that the complete set of plans and computations complies with one of the following Rules Sections: 14- 86,003(2)(a) (F.A.C.), or ❑ 14- 86.003(2)(b) (F.A,C). (check one) I further certify that a National Pollutant Discharge Elimination System (NPDES) permit for stormwater discharges associated with industrial activity from construction sites 9 is required ❑ is not required. (check one) I am aware that there are significant penalties for submitting false information, including the possibility of fines and' imprisonment. This certification shall remain valid for any subsequent revision or submittal of plans, computation or other project documents by me. Name of Licensed Professional: Daniel W. Brundage., P.E. Florida License Number: 18915 Company Name (if applicable): Aonoii. Barber& Brundage, Inc. Certificate of Authorization Number (if applicable): 3664 Address: 7400 Tamiami Trail North, Suite 200 City: Navies State: Florida Zip_ 34108 Telephone: (239) 597 -3111 Fax: (239) 566 -2203 Email: brundage(a)abbinc_com (Affix Seal) RULE .0 SlA E OF FIORIDADEPARTMENr OF TRANSFO'R i ATION as Roau..;.v uEslcN DRAINAGE CONNECTION PERMIT i PART 3 — Certification by Applicant ! I hereby certify that the information in this submittal is complete and accurate to the best of my knowledge, Applicant's Signature: Date- Name (Printed): Jay Ahmad. P.E. ! I Title and Company: Director - Collier County Transportation and Engineering DeDartrnent fTED1 i Address: 2885 South Horseshoe Drive. Naales Florida 34104 i Phone Number: (239) 252 -8192 E -mail address. JavAhmad(ftollieroov net PART 4 — Owner's Authorization of a Representative i I (eve). the owner, Jay Ahmad. P.E. - Director - Collier County T E D do hereby authorize the following person, or j entity, as my representative: Name (:Printed): Daniel W. Brundage: P.E. i Title and Company: President - Agnoli. Barber & Brundage Inc j Address: 7400 Tamiami Trail North Suite 200 Naples, Florida 34108 — - I Phone Number: (239) 597 -3111 E -mail address: brundage(d)abbinc.com i Part 5 — Affidavit of Property Ownership or Control and Statement of Contiguous Interest 1, Jay Ahmad. P.E. - Director- Collier County T E D certify that 1 own or lawfully control the following described property: A 50' wide pr000sed drainage and utility easement described as Darcel 208DUE This easement was reserved Der PUD Ordinance 08 -09. The County is currently in the process of obtaining this easement and will not begin construction on this property until the easement is acquired Pleas see attached legal sketch and description Does the property owner own or have any interests in any adjacent property? No ❑ Yes If yes, please describe. i i Owner's Signature required for Parts 4 and/or 5 We will not begin on the drainage connection until I receive the Permit and I understand all the conditions of the Permit. When work begins on the connection, I am accepting all conditions listed in the Permit. Name (Printed): Jay Ahmad.. P.E. Address: 2885 South Horseshoe Drive Naoles. Florida 34104 j I Phone Number: (239 ) 252 -8192 f . Signature: Date: j 1/r 6J ! i I RuLr te- :%:a'KS:. ri.'rr STATE OF FLORID,DEPARTMENT OF iiiAr45PO'RTAIION DRAINAGE CONNECTION PERMIT ROADWAY DESI N PART 6 — Permit General Conditions i 1 This permit is a license For permissive use only and does not convey any property rights either in real estate or material, or any exclusive privilege and it does not authorize any injury to private property or invasion of private rights, or any infringement of Federal, State or local laws, rules or regulations; nor does it obviate the necessity of obtaining any required state or local approvals. 2. The drainage connection as authorized herein shall be constructed and thereafter maintained in accordance with the documents attached hereto and incorporated by reference herein. All work performed in the Department's right of way shall be done in accordance with the most current Department_ standards, specifications and the permit provisions. Such construction shall be subject to the inspection and approval of the Department, and the Department may at any time make such inspections as it deems necessary to assure that the drainage connection is in compliance with this permit. 3. The entire expense of construction within the Department right of way, including replacement of existing pavement or other existing features, shall be borne by the permittee. 4. The permittee shall maintain that portion of the drainage connection authorized herein located on permittee-'s property in good condition. The Department shall maintain that portion of the drainage connection authorized herein located within its right of way. 5. If the drainage connection is not constructed, operated or maintained in accordance with this permit, the permit may be suspended or,revoked. In this event modification or removal of any portion of the drainage connection from the Department's right of way shall be at the permittee!s expense. 6. The Department reserves the right to modify or remove the drainage connection to prevent damage or in conjunction with road improvements. 7. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the Department's right, title, and interest in the land to be entered upon and used by the permittee, and the permittee will, at all times, assume all risk of and indemnify, defend and save harmless the Department from and against any and all loss, damage, cost or expense arising in any manner on account of the exercise or attempted exercises by said permittee of these rights and privileges, regardless of the respective degrees of fault of the parties_ 8. Utilities, including gas lines, may exist within the right of way. Prior to beginning work the permittee shall contact Sunshine State One Call of Florida, Inc at 811 or 800- 432 -4770, who will notify all utility owners near the scheduled project. The utility owners have two (2) full business days to provide locations of their respective facilities. The permittee shall be solely responsible for any damage to or conflicts with gas lines, utilities and/or third persons. 9. The permittee shall notify the Department of Transportation Maintenance Office located at Phone 48 hours in advance of starting any work on the drainage connection authorized by this permit and also 24 hours prior to any work within the Department's right of way. Construction of any work on the right of way shall be completed within days after such notification. If such construction is not completed within days after such notification, the permittee shall notify the Department of the anticipated completion date_ 10. This permit shall expire if construction on the drainage connection is not begun within one year from the date of approval and if construction on the drainage connection is not completed by (Date) i 11. A permittee may request an extension of the Drainage Connection Permit expiration date by filing a written request for a permit time extension. All requests for time extensions must be received by the Department 15 working days prior to the expiration date_ 12. All the provisions of this permit shall be binding on any assignee or successor in interest of the permittee 11B A7 E OF i-o - r;RfD;, 0 .F DRAINAGE CONNECTION PERMIT yesr PART 7 — Permit Special Conditions — To be completed by FDOT The above request has been reviewed and has been found to meet the regulations as prescribed in Rule 14-86, F,A,C.,, and is hereby approved, subject to the following special conditions: Department of Trans p rt ti .p a ion: Signature Tile. :t4A,,1T AA^1,444r.W_1 Date 5 --7 ;;VLL Ljw - V STATE OF FLORIDA DEPAR71.1EW OF TRAt4SPOR 7ATION DRAINAGE CONNECTION PERMIT :j ROAL1.,Ay OESIGH C�uriY.w _tA PART 8 — As -Built Certification Within 15 working days of completion of construction, you must send this certification to the Department office in which you fitted your DOT Drainage Permit. Permit No_: Source (Project) Name: Source Location: Street City: Source Owner: Owner Address: 1• STORM WATER FACILITY INFORMATION County: 2: AS- BUILT CERTIFICATION I hereby certify that this storm water facility has been built substantially in accordance with the certified design plans, and that any substantial deviations (noted below) will not prevent the facility from functioning in compliance with the requirements of Chapter 14 -86 F.A.C. when properly maintained and operated. These determinations have been based i upon on-site observation of construction. scheduled and conducted by me or by a project representative under my direct supervision. Name of Licensed Professional Florida License Number: Company Name (if applicable): Certificate of Authorization Number (if applicable): Address: City: State: Telephone: Fax: Email: Zip: Signature of Licensed Professional Date (Affix Seat) Substantial deviations from the approved plans and specifications (attach additional sheets if required). 116 o C� e �SYr ON °S{ vmNl[f °y mo�N mmNNYbmMrm t°�lm °O °MOl m �NNmp°jACSSfON Am Nm�YY�' °Of SNSNOI°n NNm<A 1°n mf0 °m OBS� N s — J Z Y rmN 300000000000000000000000000000000OOOOmY CIROC Gtn t+f NtV Oe�00000CCOMi t7 n cIOGOOi RIOG <P1 M thOOtV lmb000000000000000.0 H lV tV CCOO�npl Otp�tG90p0o�t+)OrG O C �SSSS W OSIn ?I��OSS�N��? ^OY�1�S�m00000$OOS SS�ONp? r.��S000000Y°f, r000fC 1°n �°[i,SN O Der r rfNr �O ^ CCMtOQNOpC��pOONOQOr r .= QOOpOE2pr �OOOOY'IOOb�bN00��`IG -sOSI°[1 u?0000000$SOOb�:mti b�N(OOOSSSI�SI<)bbSti rOrOGGmN O O - rNre -O CGMRIQN OOQeCGOCICO rOQOOGGOI; e-r 15 Y 'S« V e r0S<Or0OmN0�NO Y m M0�b N b m60OoYbIm60Se6m b b m 0pOvi 0Om b f rG0SOO e Y r0OO r Y Y.e 0pp 0rOb - 0a YN0b b 0 0m b Y Y 0<6.066666 e 0e S 0Gm � 0 0b � rY0C � 0ln Y 0G e 0ON S 0C m 01G ,) � 0f bO0G S O0'G �0Ce' S 000om 0C0f � 0O ^ 0pC m 0OOr' om 0 O Y O O 6r0S6 C Cm0SN O0pp O Gr O 70< 004.mM0 bm °ei OS0tc CD CGY C� O0e C C OY IYn S S-MypOOp 8 °°sepp e SSS V I'O IM,G N pp SQ 0 m 0 G p <p eri m iC fD L�m000S�QjN IWONN0000mO00NNN�OmO�bmmmbb�mmAAAnmmmmOOmOOmmOOmSp O e W m m S O of mnr Ypp m m b V lV ON1��bVY W mmOg<Yml �f0� b�mrm abDmmmSwmi IAA,OMSuA'iS�ma°IOSYi t°D,���Nmp a 4' N. N I`Y NNQQ� MSI[f °i eY- �� ^m�eb NN NNmtOm�tO �fOmmNmMmNNNNNNNNNNN� s 11 yy m_m.i666 F �HIri rmm IM I[f NN'OYef eC °a,<AA YYe -vZ.1 V <Y < <vae I�Am6 bef Alm�]SO46OOAD6N0 YbeYIN<IA In W bIn 00. uN Yi NStWDNNma fC fG lG Ip fGNm�hI{'1b v V Y Iii 4f - IA Ylbttlbme .S6fNp.46 pp G IV mf rerf blff m NWf MmNOONm r I��m'f W Oee of «A Y V W W A f Yf b W rAfeml� f OrA V'!OY W AbS$m nm <YQ In0 n�000m��mYCyPmNNIN�I�fm�{� V bm0 MP�I IAH Vim b10 fG 00 iGmmmmQ 1�1e YlbbmbbY)'G ydeNlpNmOM1b�YO lnbn00 N OpOI�M °OSOOOSOONO$ NY m �a ° a Qb O�,dm,ONmbN $$ °o oo °° °or m�ma OO SOOQ O�OOOO bbmbS^ °o °o S p�ymj b00000000 00 Slm[l� OOOOOOSS$O Iafi Nlti Nla[I bSOONb 0 °$OVN{�I o$mA °VV 4bN LAUnprUUmUUU Qrmr N� rrr ���ECiUUyC.1�U - 'L`G`L O° °U `2 U_UU ��.E M�'L UU Nm��g�b�YU =`s UVVV UUUU Um rd 2, nUUUti�A rL �Nmm1U+b10U1� (J TL z`2Z zNNNmNY Z 2 ZZZZZZZ ZZZZ ZZZZ ZZZZZZZZZZZ ZZZZZZZZZZZZZZZZ z zzzzz°GzClr m p S MmNy ^ Men 0 a bbm m NbrCbbOb a m�N °$0O'(�]00$r$O m � mrmbmMa"' OrObOmO amm,�,aQQ''aammmmmmaaa,�m OmOrmIA Nr 0[) bbbbl[f mfo °SOSU00000�0"0 0C bmOOrO Op r r O L m U NS b U U U U U U rOO v U U G V m m U V U U N (y U V Y O O m000US$O Y U IT bb�AAnAAAA U U CJ fi U Boo U O gmAmW�i D U U U N c�iN N N Y m N O - °�ZE��g'ni�g�� Z ZZZZ ZZZZZ�ZZZZZ " i���rs 2ZZ2ZZZ2 22ZZ Z22 Z22ZyZZZZ ZZZ Z e -NrrmN •' e'mr rNNNNN NNN m v ,. •.aaa 1aOV m _ �...mm q� �`m m`o_vv aoAaaAq` mm �d0(S o ooa��13 �mmN .5 N m� -mmaoQ 19a d to t``o �a -5 �VNY)m m�mmmmmmbU m A A �O �JU L6U C-S �O �J Ci L6000C f- ri N W -�rr�- N (0 }_OZZU r m N 00 Q N b N y b m m N b r m M b O O O N r O m O S b N 0 S m O b O O r m W m M W O m m O N 0 pp m W m g fp O N [Qi O N O .b- 0 0 pp 8 0 0 0 r r O O r 0 O 0 O O O O O O O O O S O O S 0 0 'u. r r 0 0 0 0 0 0 0 0 0 0 0 0 •' 0 0 ° 0 O O O UYmmm�NUmmUUUUmmmmUUmUUfgm S O 0 0 O O 0 0 O O 0 O 0 O 0 0 r r 0 0 r r 0 0 0 0 0 0 0 0 0 0 0 0 cmo O 3r y'� VU UUUVUUddmmmmmmU,�mmmU 00000mmmm U�3 �G ���� m7`L r N e f b J J J J J J J J J J J W O O a O a 4 y N 0 N N 0 N N a v,) Z W� N 4d O 1 46 r Q 0 a O V W a 0 V W z 0 d L) s a Q z� d c Uz 0 W W �i E- E- 94 z u M H r G O a < J J a a H tOO "1 ao m 41WF � tL�U I O Cawg 0 N A Qc�mc�N Q V I,W Z W Q Q zQ c-FL W �wOOJm C, 'c z Qo O0. RN ',z ! N Z < r Q r VI Up }m N p+ WCL U emo K O � W w UU � wm Q:R D d W C�i 9 W e�e C ° G. z o4�a a � zas 0 Los ■■■■■■ ec4] loommummom ■■■■■■■■■ E 7 M Z a J a U- 0 x O Z r Z P, � NCB yCFCJC.g J� r aw, v,OU�'iC°'04�Ly Gp�ut djl:W C ZC,J�z, -11 O O yC W U n.d ca U' <ZCC WZ O �O aONN� Y u: 0 o c i.� 0 F U z Q 6N azz a JC � C Q 2 OOl .C- 4, li -t W z V Q � w Qw* �Nyy J _ZW . U_ rG 2 (]w O Q'. (.7200 N U z' ¢ .0 O z O:2w C Q m N z l l l l w � rrrrr a V V N N N w 00000 W Q HOOD a d O W J S jq oJWi 6M1C zIW 4 � W � 00- CC � (� Ilk o 8OC 4. g�~/a CW WW Zia �y12�ti y�u2x �� �4,i�F5I 4hr� oo ! �� + � y a U iwil, If ..p.�g I■� 4 �� I i. Y•V� urn W W �i E- E- 94 z u M H r G O a < J J a a H tOO "1 ao m 41WF � tL�U I O Cawg 0 N A Qc�mc�N Q V I,W Z W Q Q zQ c-FL W �wOOJm C, 'c z Qo O0. RN ',z ! N Z < r Q r VI Up }m N p+ WCL U emo K O � W w UU � wm Q:R D d W C�i 9 W e�e C ° G. z o4�a a � zas 0 Los ■■■■■■ ec4] loommummom ■■■■■■■■■ E 7 M Z a J a U- 0 x O Z r Z P, � NCB yCFCJC.g J� r aw, v,OU�'iC°'04�Ly Gp�ut djl:W C ZC,J�z, -11 O O yC W U n.d ca U' <ZCC WZ O �O aONN� Y u: 0 o c i.� 0 F U z Q 6N azz a JC � C Q 2 OOl .C- 4, li -t W z V Q � w Qw* �Nyy J _ZW . U_ rG 2 (]w O Q'. (.7200 N U z' ¢ .0 O z O:2w C Q m N z l l l l w � rrrrr a V V N N N w 00000 W Q HOOD a d O W J S jq oJWi 6M1C zIW 4 � W � 00- CC � (� Ilk o 8OC 4. g�~/a CW WW Zia �y12�ti y�u2x �� �4,i�F5I Wa my � >t FZ¢Z< j i �zzZ C Z� 24a IoW Z pl°- ON CR `^m��Z33� y2j�2 oz 0 ? jp2 2V21 o0 W3 2.V tiW�W WY 2 <W �CW>U ¢ °Fr 4 C W Fm OpTU �F �1%rr1m�NjyO O<GK w < U p �a Oem rj O.IN_- W °�F�¢i 4tiW2 O 2 � W mW �a2 O2 <�OUy2j?O I°" <mW � W N a W 2WQ ¢�2 p0 �C� °NNW W((JW c� 2°2 tiWgW `s aWmW F QWF Nm W2Wa0�$ 2Q�C N z a -rc Vi o � Na �� 2�nz as o�a� a3z yN�a < o p� C �W� 2aj <V W »�WFUF jSUO OO �� �WQ WQ NFI-2 W Q 2V2 2. ti 2W eW ag V <W W Ca. ¢ CO e.0 2 2pW TiiC 1n0 WO �<COrW 2NaW Oa2y - Z �Z Zj m gV0 Y 2F mW FWD >. ZO_N V��� n h 3�. U ZpH ��V4 RK UF021Wi1y2� OO ut �O 2 y2� -iQQW W= Q(lQ� hP O Qii QV Q %C°i� ¢a43i ��' F�iT4 -WR "s es SF.,m ° ti r O W2 YWO 2 O N <V 2 O ti�W OW >a^ 2 W is O. Ia��. Ci �W )- 02L jWd >U st p�3N�ti V Z ° STN Wm.Wm �°-� WW 0 2eZZ °¢ eZi3 C', z'W aW zW �'�cywiWei a w � o� � Qau °� �rT C a- < yy GCW daf Cy i2pp Q� Z 0 W� 2��a z2 �CZK Zy aV z<a?z2 C U C WWSW <W Uw�W0 �W t� �m� pv >>1 >Z Z j l- ZO.C: U , i_ O F WT rn a oO> tl W2 ZC¢�YI Olt°14< Z VWpN �� No �NW� R W.3:�� % Q,L ?.Cp< O"Qy2j •C �,¢ W�g2� N~ O 2 wl` « O V e oa¢C z\ �`' W &��j 'o2a iiz ZZu ° <w �S os Fo�mcF a WIZZ oa z° Zpa TcN3 zQWpW �p< �< OWWWO °J2 <ZZ �OW C!2 %QW WO PU NN= N?1^l°i �2p `.O �C 2Wma iaZ 5^O.O U NU <K2 ~G )•G �OpNi WFN3F Oj� �W N °�< Wp 5$ U�Fa� uQ �j a Al as Cam. WZU2W ._W��O yNm Ca 20 <p �U CO Op %yN �� SW 2u~Wi au¢g Z ?..ia o°u x F y a F' mcwi.u¢¢a Y�WU� zoo°" u° N2N5 �z a� �p —5 zw i ° ze e W who <�z6 < a u?� o� Wvlarc� icW W wp °pcF °u� �� z <J gS5 N2y1N 4 =12 NU1�ysj N <w`Q '��aV W °3 �z wa.� °< �� v=im V~O<Gtail �2 CVI 32 p°92 m0 NWmW 2WWi _ ° �Q ZON � z OWE t2��2Y 1- LWi w i/i O �V ZWZ aU_ � ZW uZZpl j VO a tvl p pp4Z� OZ U.20 UF4LL�.a �sVO Zp�pj U 41 NW NFU CW C.Wim V1 U.Fa U 031-4 jWp Np �.Fe. mU-<+C mo ZOl to Z W a 2 �?oW O. Wp W2s W�2W2 2Wo W� Q �o�iTa a �c°>� %c°>�c°� c°�Ing ' <£�u c°i �noc 2y <y,, O �U� ZWZ Q.p dZ n P P H m O n a b O Q44°11m N U z Op O Un ONdWm HOaO O Na WCW Q W NVIO 02 �a0 UH 1°OV � 1 C m I N N I 2N <W w N Z � C�.W W O� OWC <O Qae F" m ma m y°j 2�4 T�..lo U U >CWQ ZaWu nW OC W�?V �K j Z 2F �c.Q < yW, g.�0a1y3 eOZZ <�°p�F. wZ 4z3 �2 ma p.K .W.I~(�� G 2 Z2mp hW UOw It Nm °O� XW 3Z w. u2iW0 <ImW £..N h CWU C2 CIF �� mU6 Z W2.02 m n�d >ZZnl W Z �u GQ jUq> ¢¢ U Y HU O�^ aW pm �.W an2U Wp �C�? 4Um aC�a SOW2 °a aWa 3 hW QQ 00 O §p 2 Q1 'N.^ Z NO 'CK�� CygZ Nm NUZW O ~h2� W °^ 2q� FC �p a W 3 H Z U Y N��aOaOa <W yyw�a =a p m Z2ti ec -FyW'2' I Q �WaQ 101uu2 N4 N� � s Oaw e QW C. O WSu Oil a- aS O a F 3a �F � 04 ¢� �C a< 2� rT a0 ?m UW� Z = W m O X �QWO ??N u 42. a 3 3QC ZZa OWNO C�C$ N2UZ 3D F °. OF yW WW �° a 2201" i`UZ2 �+pO� OmyN Q��Q 20WV a a O< O = d < pZ VW4Q �pa �V R,LQI. ZO < 3 2a0= W�'fCW za�y L°�HZ U O USSWW Cx_U gyp. �d 2'WO MVVI tW� U.Wa�W �WW �. ,� yF ^ �J Q �u F Z G U� ?sa IS 0 q �a I I p `+ <! w W mw Z ¢ m J U Q U z O Z z U O U U 'r'r' pa ■077 > Q W S (L LD z ¢ w J0 pa Z Z 3 W OW W W j Z x a Q 0p j 0 0 W N N 7 7� O 0� LL h W W U N= O W W $ m m m w U cc W O O O O D j W w W w W (=j W W w W W W W W W Z. J N V) N N N X 0 0 0 0 0 W 0 0 0 0 0 0 0 0 0 a o F am a_ CL ? n.aao.aa.aaa +L O O O O O Z 0 0 0 0 0 0 0 0 O O W W LLJ m m K w w W w (r K a' K m w K K 2q CL aaaaa.c) N aaaaaaaaa -'T :2 w ry W z 11V J W z z o O i <�dI mm�fti <°$I a u 6 z {{ I 3 o R zzj ilCRU aka MI J W m Z ¢ p � U w w z O 2 U a m 1' kc to I' � jU N .} s a 33� ? 3zz13J'�wWw_Uw m a _ s r Y W lw- z z z l}- p ¢¢ w r r o to r w a Q p i O a a K J w J z w U Z J W W a im w no, o o Q W U W W W W m m W w °a W W W d U W S Z Q¢ w N 0 i N O n 0 2 3 K¢ K J ¢ m N C U U N r W a C 5 K 'M m K W N a Z r¢ p 7 ¢ » m >¢ O Nj N 3 w m m U m m li O O m ! q l U N ¢ W G O O 000000000 z . Z Z Z Z z Z Z 2 z z Z to = 00000000 U Z Z Z Z Z Z Z Z z U N N N N N VI N N N N N N N N N N N N N N V1 N W a C7'F z W Z X X X x X x X X X X X o o a Z N d W ZA o W I I i ##I z 2 E $ S I ZaU, p ' a. D w y I Nay } z zz Z I :! I ( it ❑ i ¢a I i I O W > W J w U r N C mm z_ O J W¢¢ JN Q U °wig j0¢ r z Z 2 pwQ w Z w Y F W W ¢ JC O I F- arm ZwK NZZ J I r( z a: < w w a > am o0¢m��0D m g J z m ¢ cr z LLJ wmIq W W I J J O o w w > w Z X o > N r z mX II w Q 0 O X J Z U m W Om ¢¢ z� wO w c.7 ¢ Z 2 all w W K N W N m J �i�..11 m W IwJI > Z Z r0 0 0 Q W Q' a 'o Z J W m N 0 r6 w z W> W m > 3 w W U Z a o Z _ 2 ' m N W Xp X J pp N r w 0 w w a VI } W Q w N N¢ K 3 w r O W C I (7 U' O C Z Z K r m C ¢ _U _U U W m K $+ la; Iw- O S O a 0 0 0 0 z S> O K K U O.� o o p 0 F J 4 Q a N E U d a O w w w w 0 tt Y z TO < w F¢ Z N N Z J Z Z m W WJ U W W W F �i��i11 W a r i J N �+ J J J Z Q Q Q Q Q¢ r K Q J w. ¢ Q Z U U' W W W W W d Q r¢ W J a W a H Iw- Fw- Iw- 3 3 3 x N N N N m g D U J¢ U' D d � I I; •6 1 Q€S-22 MOO � �+O�O��iIl4 ::: � ®❑ +LEI �9 @�. gi I c0 rO V - 1 ti Ci Op s +'S aQO; ¢�W X41 anm Up_j � _2h 0 W a a I 0� ° a 'n n (L O 1 \ N CK d pp ko 0 Ln ¢ Wti2be (A a —I X = 32¢0 X = Lo 0 p � W tl m m o „O,tl O ul ti V Ln j ` V ^Y h O N W WJ `\ I- O W ` Q U W z U Ii1 N ) —. —. —. _ + In O --r �r ! Q to N ix� M Z j q q !� O ro 0 C'I 1 01 i In W O �^ H r x WW o m In IV) W a o a o W 2z O O 2ES m� i O p � W F O � CA O U iOn O z ul � Q Q M C 2N2 O !y u e 61 m < Z O flnr i V C 0. g�2„ al Aa ``� P3 9O Im A R 118 PlAk — - — - — - N 38+00 39too . . ........ . i: R r4 o . . ..... . ..... .. . .. 118 MAMMINE STA. 316+00 PlAk — - — - — - 38+00 39too i: R r4 :24 0 it A 5q .D.9 F�b MAMMINE STA. 316+00 118 �r.m' 41 W MATCMRYE STA. 316 -'-00 w 3 k H$ vRF g r 1 Paz Yai m RE O t I a�A� 4FF J 1 i ��pk1 �Cm LAiO pk _. "' "...__...e_ mnA bl f Mf.imr�i vm -y . v R- ZF i 5w1 ..... ig Iq.. C 1 ..:.._ .... ' I � I y29 �> Oil o p MATCBMAE STA. 322+00 �r.m' 41 h it a .. . . ....... At 9 ca 6q ...... . ... . .. . .... . a t� OD MA Mlff-De STA. 322+00 ii 1 - 51 MA TOMNE STA. 327+00 y �o a n :y �m R,Z � C� y o y� r � y W o� w a R � J J 3. 7 e t i t 1 `I i1 t� 1 .I _ -_ -------- 1 I ti- t � t U- m li 0 i t. I I' � u W 11 ° i r 11 r i•) 1 'r W� r ! a i, • mi I � R .'I b MATCIMM ,STA. 327+00 t I � 4 am I'b ` a�r app$ T$ op HiN;N Z;K oSx�� OR ;$x A 4yCi 3. y ��N i 1 R u I N O t I t I � 4 am I'b ` a�r app$ T$ op HiN;N Z;K oSx�� OR ;$x A 4yCi mLe -LLLL2 Mi O•ZM� 'I n�- y ZO' WE d DE mm 1 a is ° aT$ gbjJ ha Al� 'WEST R b� yi 1 AY �c I x g rn L- - - --- - - - -�- —L US 41 �_= N4Y - emu - -- - - --_ ua '_r =coHC wux -- =_ rn .. l N¢b �i$ it AMR >< 2An �'p Fn c�iia" TAAffAAff TRAM q US.41/SR.90 zw OOl og+ gig+ 0-0'+ a g rn o <� —• _ - m m f O m f O m - y O +X _ - W N �z N O C wN is m o m mZni h r axn 5 C nZwm+VOa nN a NWZ m vi O ,K rzn YiO O.N R iL 1 RC y �2 .1 a ( azcU - i � } f� -- n' t N ; I ! I I 1 ' .I O b z� ! I y A. 1 C ! ! O it I I - li ! -.-_. ....__�. ..._�. —_.«- _ T IN f 1 0 C (D 0 0 0 0 O 0 Lr) to O lo In cy, n 04 W) O P, Q LO N 0 C (D 0 0 0 0 O 0 Lr) I sa g � 7 �r � y c y� O C�i V� w z py y r4 P: L. C w a z °c O a O O o + + + + + Co G N N N r to Go N m p 7 m r o m r p N N N i I N n N n g � 7 �r � y c y� O C�i V� w z py y r4 P: L. C w a z °c O O O O + + + + + G Q y O N co r CU m p m a o m r o m r p i I i id Mir a t I 0 ! 1 a \ Z8 arm .ra 1 I rT ` Crrf` i n ° .... . �....._ . .. r i �4 p W k W 1 ®p lWT I 1 3 i 1 r i o a i m i�l �b a � r "I O 1L1yp N rs �8 Wz k V N a C � N C M�I�sY c L Zga ye: a q k O�F3 U q O b O O O b LO <t M N N N N N N N N N N N L M I F I _ 4 �b a � r "I O 1L1yp N rs �8 Wz k V N a C � N C M�I�sY c L Zga ye: a q k O�F3 U q O O O O O LO <t M N N N N N N L I F I _ 4 x,__,;r tt N 5t ILII I I./ 4 � t € t t I m ♦ ° I m . D i �b a � r "I O 1L1yp N rs �8 Wz k V N a C � N C M�I�sY c L Zga ye: a q k O�F3 U q O N v Ol Q Ch n t I N 0) 00 to N 0 0 + (z) 00 CN 9 .............. ... . ........ ........... art nr7 ME-El N ... .. . ..... . ... ........ III.. O O I I M 04 h CO co n 0 C4 to LO In LO In In If) V tin g ON + LO + + + C4 X69 tl a ........ ... LW ....... ..... ....... . .. LIE ... . . ... . .. 7777 ... . .... . . I ...... . .... . ea Ag-7 Ag .... . ..... In ti O zF- cn O O U.1 x w (N -j- I a o a I� O C) ly hQ UW U7 Q O ml ell �o -AL NI � + E-44 .,61 Ln ga 0 go . Zs LU 3z Lo LU V) uj cl K O Lu m i O a. O Qt 0.1 be B O ml ell �o -AL NI � + E-44 .,61 Ln ga 0 go . Zs LU 3z Lo LU V) uj cl K O WTI 2000. uj CO 00 L-1: � P 0o i O za rim EL (,0 o ;q to Cis as N oQ N 1-4 0-i � cc O Cf) ucz w o D CC. < O WO FI 1 to a e. W. z CO 00 L-1: � P 0o i za rim Nt (,0 o ;q to Cis as N FI 1 to a e. W. z CO 00 L-1: � P rim Nt (,0 o ;q z iz > Oa 118 LA;P A�i IB SO OC 27TM 28+00 i�"4=6A iS UmLl" i i CD ..j-7 Am 1 I Ng ... ... ....... . ................. . ... . . ......... O .. ......... . - oil -0000? it li . . ..... . ... 77 ... . ... ......... . . . ..... 118 LA;P A�i IB SO OC 27TM 28+00 Am 1 cz `4 it + 12 + o + i 5240 U'MnZ LN MA TClffE\E IS TA. 41 S +SO O m�a y�z8 F Q �m '-z �n F�4_k IN Y a +� as 0 2 'tl A "dd N� R w at A a " R 11B MATOMW STA. 415 +50 L I 52M MM1IL pIL MX III I ( z o X11 I L � — II I a i I I � i I I� c I I i to I tl 9 I w I fixx. �I� I 6 I f rli O F I MATCMRO STA. 421+00 uuc so �% O N i+ LO I iI I I , I I .... _._.... _. . ; P i I I I I I I , 3 t ..._... ,I I P A 3 I! ! I I a j I i' I ( N .o s ✓ I u I � a I I v v I I • i It P 1 'I I' 11B MATOMW STA. 415 +50 L I 52M MM1IL pIL MX III I ( z o X11 I L � — II I a i I I � i I I� c I I i to I tl 9 I w I fixx. �I� I 6 I f rli O F I MATCMRO STA. 421+00 uuc so �% oa k. VIM 51 O O 6, !2 i1B M4 TCHLEVE S TA. 421 +00 II °' F' I it II.. ... .. . ........ . ......... . .. ... ........ . .. ..... ...... .. .......... . . . ..... . ..... IN .. . . ........ ..... ...... . . .... . ..... Ii. i1B M4 TCHLEVE S TA. 421 +00 ir irm t. N2 Ila is MA TCMEO STA. 426+50 ad i0l: fl 17 :1 1! A M I i oh 11B AM TUMINE STA. 426+50 2zml W ...... . ... ...... .. ........... is .. i ov . ....... OD Nn ;SETH A 2mZT� I ( 'I € I to ...... . . ....... -- -- - ------------- _._......_r.. 9 .... ... ........... . .. it... . .. ....................... MA TCHLEVE STA. 432+00 11B AM TUMINE STA. 426+50 2zml W Ll -,Llt\l 12, s v2 is i ov Nn Ll -,Llt\l 12, s v2 is ;SETH A Ll -,Llt\l 12, s v2 I._ 50 � ;SETH A 2mZT� I ( 'I € t Kr, MA TCHLEVE STA. 432+00 I._ 50 � 11B J R oa R 71 vb $A ...... ....... O �/f f� 11B 9j; oA mg - - - - - - - - - - - - - - - - - - --- - - - - - - - - 72' 7c" ...... . ...... . ......... ...... . ..... . .. - -------- -------- ...... ....... O �/f f� 11B 9j; oA - - - - - - - - - - - - - - - - - - --- - - - - - - - - . ......... ...... ....... O �/f f� 11B 9j; oA - - - - - - - - - - - - - - - - - - --- - - - - - - - - MA TCJMBS E S TA. 441 +70 ' ;aj� � -c 5 oa z� a�ro i m� :.z t 6? aI�A a y D a � N Z °a O� a 3 MATCf3Z M STA. 441+70 I lol '9 o o o S � �m I I I <1 D N g I I I + I o I I -tl'. r $ I °AK'_ NAp�C00J9A I° aR ( ' i��a$6 -- —� — RI� � 3 u 1: y mNZO y � C m °n 4�COIBB LUB_ curs .tCi m I°' o MATCf3Z M STA. 441+70 I lol '9 o o o � I I I I <1 I I I + I o I I -tl'. r $ I °AK'_ I° aR ( i i��a$6 •g goo N'tlM Hditl X _ - - YI M __`+� -X —_ — --------------- ------------ - 1:. --- -- ----- -- m d03 -X goo � (06 YS) try sNi �� T d03'X c ...� i — — � I >i b O y�" y o' �c�v z °mfimk oozy A m K C�myln z� t__________ __ _____ __ _ Q) A I ■ \� $ 7\ ru. tug Mil�k NP 1 10, � � /§/ � ƒB� tz� 116 Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 2 Date Of Issuance: April 19, 2011 Expiration Date: April 19, 2016 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Modification To Permit 11 -01 1 40 -S, Proposed Concurrently With Application No. 101122 -9. Right Of Way Permit Status: Not Applicable, Surface Water From: Water Table aquifer Permitted Allocation(s): Annual Allocation: 1,800,000,000 Gallons Maximum Daily Allocation: 9,072,000 Gallons Proposed Withdrawal Facilities - Surface Water Source: Water Table aquifer 3 - 8" X 55 HP X 2100 GPM hydraulic Pumps j Rated Capacity Source(s) Status Code GPM MGD MGM MGY Water Table aquifer P 6,300 9.07 275.8 3,311 i Totals: 6,300 9.07 275.8 3,311 11B Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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 19th day of April, 2011, ` in accordance with Section 120.60(3), Florida Statutes. Sincerely William J. oley, P.E. Section Leader Water Use Regulation Division WJF / jr Certified Mail No.: 7010 1060 0000 7593 5493 Enclosure c: Agnoii Barber And Brundage Inc 11B Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 4 Limiting Conditions 1. This permit shall expire on April 19, 2016. 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: 3 - 8" x 55 HP X 2100 GPM hydraulic Pumps 11B Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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. 11B Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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, Regulatory Support Division, MSC 2420, P.O. Box 24680, 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 if the Permittee's dewatering operation creates shoaling in adjacent water bodies. 11 Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 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: -3.75 feet National Geodetic Vertical Datum (NGVD) or approximately 8.75 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.A.C. 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: Dewtering operations will utilize three surface water pumps as described in Exhibit 4. Dewatering operations will follow the dewatering plan provided in Exhibit 5 and illustrated on Exhibit 6. Turbidity monitoring shall be implemented at the LAS IP Phase 16 South Canal any time the project is discharging to the system. 11B Application Number: 101123 -15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 8 Limiting Conditions 28. Turbidity measurements of the dewatering water shall be made daily at the point of discharge and a background location (upstream) in the receiving water body. If turbidity levels in the dewatering water exceed 29 NTU above background conditions of the receiving water body, the Permittee is required to correct the situation and cease dewatering operations until monitoring demonstrates turbidity standards are met. All data collection results shall be retained on -site for inspection by District Staff. Application Number: 101123-15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS April 19, 2011 Page 9 bc:John Randall C. Tears P. McGary Permit File S. Korf WU Compliance - T. Schwetje ADDRESSES Agnoli Barber And Brundage Inc Attn: Daniel Brundage 7400 Tamiami Trail N Ste 200 Naples, FL 34108 11B 118 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 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 1 11 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 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. 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. 07/01/2009 2 R.25 R 25 R 27 R 28 R;29 R 30 R W R 32 R 33 R 34 I +t ±t ttt; .}.. -t- --- + '1 ++ i + i + —+ T45 t t t t -t -tt "{ t t :fit '} t +-r t ft T4% i f -t -t" t t t -t t -t t -t -t -} 7. t fi -1-...1. } -t . , } ' t t t 3 } T t. -t t t -t' s -t. - -;-•1# tt } } th. ++-t#- t-tttt t t t tt .}. T48 ttt t t t t` t -t* t # t r 1 }' ' 4- ° t !} t t# -}-_}-° -}'--1 { F t _ a :^ t t t -r : -} t- ` -#- -t t-t -t -t r # -t t t °I- + .1..,..t. -r t p t t t ..t. t t .}:: _ T49 ttt� '+ --4-t t-t - t;tt ±tt_T t ,tt a t t + .t .t t t #t t+ o t t t t .;. t, t 1 y t t: fi. } t ! _ �ttt +T t{ - j+- *t•trt} rt #'t -1- t +- t= -i- t tt �tjt:_�.It # t tt_1 tttt J#'a.tit fi1tt1 ltttt,.. ttt;#.t..-t-{t++ -T &D .}. - } -t: t.: .t 4...1. -t+4- 4 4 *--41 4 44 1 t- + }.+ 1--l- ; '--t- •f- T y t ;:�_° '�- i- -h--?`°s' 7--k- -f-'f- ^i- •t""4" `i^ i^ f--t- i- f„'i^ -t- t- t- -h �` i--f-'-'-- -t--r ?-1'i- . - t k i t j,. -t t tttt r #t -t i t Y.f r -f 4-t { i4t-t I+tit T51 fi - d -- -t- t + i r + -t - -t - +-1-" +-I- F - t- � } + h 1-- t-� k } 1 t � i + -'-# 4-+ i- i t t t i # d -t +-1- -}-� -f,- . -r 4- ++ h r i t- i �++. r , t t r + , �. � }.. - 4 } t t t tt t +fit_ tint t - -t i -tt -t tt; -+t t+ttt '}--t !_ t - 4_ +.- t_.T'}'". ^- t- 1».'f-'}'".1_- -}- -}"_':-y'i'_ _f-- t-'1' --F _Y. t..- I -1-... _ T.552 tttt It ttt - t-{ 1 t Itt t i l t 4 t -t 1 i -F. + T53 t t, . I t fi -t t . .t .t- -t t + K. Project Site COLLIER COUNTY, FLORIDA N Legend WApplication OApplication Sections Map Date: 4/14/2011 Application Number: 101123 -15 Permit .N umber. 11- 03200 -W Project Name: LELY MANOR OUTFALLS 3 AND 4 2.o Exhibit =1 81SCRYNE DR Q Q RATTLESNAKE HAMMOCK D s `1" ci [ t . i S E r fi S ' -o� Se _ 1 "t7EERWOODC! F.,.° O fL� w r R _ UP LLJ m 2� 'l� 1 r s C µ < 0 /ptu II RAINTREEtNc, . s a�., y 9� LL! i '< C7�A °d MAPLELNy i. CRESS LN < Y I i 4 'y O l z GV MYRTLE LN T". 5l�reN r �Q �LL� o 0111 M, u �0) ' =OSAGE,T(L ARAPAHO TRL 9 aj p P c _ MARLRD p W FULLER LN PRICE ST �Fgcy Oil GRIFFIN RD 4a 04i( >a. MANA M E PRESTWICK DR OW f 4 O'` 1 9 m� -sfj P -1 41 CV s C µ < 0 /ptu II RAINTREEtNc, . s a�., y 9� LL! i '< C7�A °d MAPLELNy i. CRESS LN < Y I i 4 'y O l z GV MYRTLE LN T". 5l�reN r �Q �LL� o 0111 M, u �0) ' =OSAGE,T(L ARAPAHO TRL 9 aj p P c _ MARLRD p W FULLER LN PRICE ST �Fgcy Oil GRIFFIN RD 4a 04i( >a. MANA M ' 5 r RAINiREE LN ` a � �� a .F! :"�? .: ��? t ; �.. � � � � � �, �`Q�" � i• °.,F�� +�� eta � �G:�'i , i'9 � •`��.1 I � Ali ,� , � f.^� � �'�<4�i ����•. �. �° d.° R - ''.aa ' _J711 . •rMRPLE LN ' 4 eJ 5 � , I I'„ a BCYPRESSILN 'k f k" ti ;pG y b�iti� �e - _ a d , r a a a� m � LU J O Q r LO cm T M 0 T E ° z c O w a ao 118 0 a� R a. 0� Q' CD 0 cm 0 T U> uJ c �(D .0 co o M M .D CO T a s rn� a� °o o rn E E M a 0)— 3 `n j = } 7 N t N L Z Cl) a. (S) .r 4. N m N 00 L U-) d 00 � R d a) 0 W �. a L -0 N N U 0 0 M (0 .r � �' _C " �2 W L Q° a Q m °o 0) E c Co aS w rn E E -o T N� LO LU 1--(o _E ° .� _- 4) R ff OM N a d a L m Z Q' tt a. D 0 a� R a. Q' cm 0 T U> LLI 7 c8 W 4.1 - C N .D CO T a s m °o > N P E 0)— 3 to j = } T N Lo Z W =� (O _E 41 a. C R ff N 0- d a- L 00 U-) � R d a) 0 �. a > LY o m 0 0 aNi CL E a z c n. Cc Dim V= W O. J R O C W D N d a a+ O w a a CL 0 c ? E R R d !0 O N d V h R CL R R z U. X 3 w a Q 3 as O a r w a N '� U. ¢ M 3 m Exhibit No: 4 0 a� R a. 11B NAPLES MANOR OUTFALL 3 & 4 DEWATERING SCENARIO The proposed improvements to Naples Manor Outfalls 3 & 4 consist of improvements and excavation of the two existing swales and construction of a stormwater culvert. The proposed canal excavations will be accomplished by dewatering the canal lengths in two phases. The canal at Outfall 3 will be divided into two cells by placing a canal block at the west end of the project as well as in the middle and at the east end of the project. Construction will begin at the cast end of the canal. Dewatering will take place by pumping groundwater effluent from the east cell into the west cell. Excess effluent will be allowed to flow out into the LASIP Phase 1B South Canal, provided that the water is thoroughly clarified. Once the construction of the east portion of the canal is complete, dewatering of the west portion will take place by pumping groundwater effluent upstream into the newly constructed west portion of the canal. Excess effluent will also be stored in the upstream swales east of US 41. Construction phasing can be reversed if required to satisfy the contractor's means and mcthods of construction. Construction of the canal at Outfall 4 is similar to that of Outfall 3 except that the construction of a new stormwater culvert will be included in Phase 1. The canal will be divided into two cells by placing a canal block at the west end of the project as well as in the middle and at the cast end of the project. Construction will begin at the east end of the canal by constructing the stormwater culvert followed by excavation of the canal. Dewatering will take place by pumping groundwater effluent from the east cell into the west cell. Excess effluent will be allowed to flow out into the LAST Phase 113 South Canal, provided that the water is thoroughly clarified. Once the construction of the east portion of the canal is complete, dewatering of the west portion will take place by pumping groundwater effluent upstream into the newly constructed west portion of the canal. Excess effluent will also be stored in the upstream swales east of US 41. Construction phasing can be reversed if required to satisfy the contractor's means and methods of construction. K:1700017599 -6 Naples Manor Outfall 3 and 41 Corfespondences4Applicationa tDewatering PennitWaples Manor Outfall 3 & 4 dewatering scenario.doc EXHIBIT 5 Application No. 101123 -15 Page 1 of 2 11B The groundwater effluent will be clarified by use of hay bails and crushed stone sumps at each pump and storage of the effluent in upstream canals. If necessary, further clarification will be accomplished by use of Baker Corp. or similar filtration systems prior to any required discharge downstream. A saline monitoring plan is proposed and will consist of monitoring the chloride levels of the project groundwater effluent and the background level of the surface water at the LASiP Naples Manor Outfall West Spreader Lake. Chloride monitoring will be conducted on a daily basis. The results are to be recorded and maintained in an accessible location on -site at all times. Ground water effluent with chloride levels between background and 200 PPM above background shall be stored within the canal system. Groundwater effluent with chloride levels between 200 PPM and 600 PPM above background shall be diverted downstream to the southern spreader lake. Dewatering activitics will stop immediately and the SFWMD notified if chloride levels above 600 PPM above background level are encountered. The canal blocks will be removed and full canal flow restored at least 72 hours prior to a forecast weather event in which 6 inches of rainfall or greater is predicted to occur. Refer to the dewatering permit site map for a schematic representation on the system. KA7000 17599.6 Naples ManorOutfall 3 and 41Corrmpondences\ApplicationslDewatering PermitWaplea Manor Outfall3 & 4 dewatering scenado.doc EXHIBIT 5 Application No. 101123 -15 Page 2 of 2 11 EXHIBIT 6 Application No. 1-01123 -15 Page 1. of 11B ' EXHIBIT 6 Application Nm 1011239.5: Page-2.02 118 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11 -01140 -S DATE ISSUED:May 11, 2011 Form #0941 08195 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3301 TAMIAMI TRAIL EAST NAPLES, FL 34112 PROJECT DESCRIPTION: Construction and operation of a surface water management system serving a 9.46 acre project known as LASIP Naples Manor Outfall 3 and 4 with discharge to LASIP Phase 1 B South Canal. PROJECT LOCATION: PERMIT DURATION COLLIER COUNTY, SEC 29 & 32 TWP 50S 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. 101122 -9, dated November 22, 2010, 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 3 Exhibits) 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 distri ' n list) no later than 5:00 p.m. on this 11th day of May, 2011, in accordance with Section 120.60( BY: V A. V�Tera, P.E. , LWC Regulatory Division Collier County Service Center ed mail number 7009 1410 0001 8012 3866 Page 1 of 6 11B 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 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. 07/0112009 11B Initiation of an Administrative Nearing 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. 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. S. 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. 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. 0710112009 2 Application N 1011 8 PP 2Z�3 Page 2 of 6 GENERAL CONDITIONS �- 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- 1,859, 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 shall 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. 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 Application No.: 101122 -8 Rage 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. $• 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 Application No.: 1 01122 -9 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. 11B Application No.: 101122 -9 Page 5 of 6 SPECIAL CONDITIONS 1. The construction phase of this permit shall expire on May 11, 2016. 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS. 3. 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. 4. Measures shall be taken during construction to insure that sedimentation and /or turbidity violations do not occur in the receiving water. 5. 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. s• Side slopes shall be no steeper than 4:1 (horizontal: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. 7. Facilities other than those stated herein shall not be constructed without an approved modification of this permit. e• 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. �. 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. 10. 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. 11- 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, 12. 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 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. 13. The Permittee shall utilize the criteria contained in the Storm Water Pollution Prevention Plan and on the applicable approved construction drawings for the duration of the projects construction activities as SPECIAL CONDITIONS indicated in Exhibit 2.2. Application No.: 109122 -9 Page 6 of B 14. The Permittee shall utilize the criteria contained in the Urban Stormwater Management Program for post construction activities as indicated in Exhibit 2.3. 15. The following exhibits for the permit are incorporated by reference herein and are located in the permit file. in addition, these exhibits can be viewed on the District's ePermitting website under this application number. Exhibit No. 2.1 Outfall Drainage Details and Cross Sections, PVC Drain Details Exhibit No. 2.2: Storm Water Pollution Prevention Plan Exhibit No. 2.3: Urban Stormwater Management Program 16. The exhibits and special conditions in this permit apply only to this application. They do not supersede or delete any requirements for other applications covered in Permit No. 11- 01140 -S unless otherwise specified herein. 17. Endangered species, threatened species and /or species of special concern have been observed onsite and /or the project contains suitable habitat for these species. It shall be the permittee's responsibility to coordinate with the Florida Fish and Wildlife Conservation Commission and/or the U.S. Fish and Wildlife Service for appropriate guidance, recommendations and /or necessary permits to avoid impacts to listed species. 18. Prior to the commencement of construction, the permittee shall conduct a pre - construction meeting with field representatives, contractors and District staff. The purpose of the meeting will be to discuss construction methods and sequencing, including type and location of turbidity and erosion controls to be implemented during construction, mobilization and staging of contractor equipment, phasing of construction, methods of vegetation clearing, construction dewatering if required, wetland/buffer protection methods, endangered species protection with the permittee and contractors. The permittee shall contact District Environmental Resource Compliance staff from the Lower West Coast Service Center at 239- 338 -2929 to schedule the pre - construction meeting. 1s. The LASIP Manor Outfalls 3 &4 requires 0.38 functional units of mitigation. Mitigation is provided in the LASIP Mitigation Area. There are 7.66 functional units remaining at the LASIP Mitigation Area to offset future wetland impacts under the LASIP project. Upon the submittal of future construction phases, the permittee shall submit a report detailing the status of previously permitted wetland impacts, wetland mitigation areas, and excess mitigation available. In addition, the applicant shall also provide updated wetland jurisdictional determinations verifed in the field by District staff and updated listed species surveys for each area included within the project area requesting construction approval. arp_staff_report.rdf Last Date For Agency Action: May 13, 2011 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: L A S I P- !Naples Manor Outfall 3 And 4 Permit No.: 11- 01140 -S Application No.: 101122 -9 Associated File: 101123 -15 WU Concurrent Application Type: Environmental Resource (General Permit Modification) Location: Collier County, S29 & 32/T5OS /R26E Permittee : Collier County Board Of County Commissioners Operating Entity : Collier County Board Of County Commissioners Project Area: 9.46 acres Project Land Use: Government Drainage Basin: WEST COLLIER Receiving Body: LASIP Phase 1S South Canal Special Drainage District: NA Total Acres Wetland Onsite: .59 Total Acres Impacted Onsite : .59 Conservation Easement To District: No Sovereign Submerged Lands: No Sub Basin: LELY CANAL BASIN Class: CLASS ill 118 PROJECT PURPOSE: This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 9.46 acre project known as LASIP Naples Manor Outfail 3 and 4 with discharge to LASIP Phase 1B South Canal. App.no.: 101122 -9 Page 1 of 7 srp_staff repert.rdf PROJECT EVALUATION: PROJECT SITE DESCRIPTION: The proposed project includes existing canals, outfells 3 and 4, in the Myrtle Cove Acres Subdivision, Naples, Collier County, Florida. The project site is located between U.S, 41 and LASIP Phase 1B South Canal which bounds Treviso Bay (Permit No. 11- 02324 -P) on the east. A location map is attached as Exhibit 1.0. The project is located within the Left' Manor Region 5 of the Lely Area Stormwater Improvement Project (LASIP), formerly known as District No. 6 Water Management System. LASIP consists of a system of conveyances, control structures, spreader lakes and berms to provide a comprehensive outfall system for the Lely Canal and Lely Manor Canal Basin to improve hydraulics in the area. The proposed LMB -03- 00003(i) known as Outfall 3, and LMB- 01- C0025(I) known as Outfall 4, convey stormwater runoff from Naples Manor Canal into LASIP Phase 18 South Canal. The Lely Main Canal and Lely Manor Canal are the main conveyance drainage systems In Lely Canal Basin, which, ultimately discharge to the estuarine coastal zone along the intracoestal waterway adjacent to Dollar Bay and Rookery Bay. The proposed project includes 3.39 acres of existing canal with associated cleared and /or filled areas with adjacent scattered single family lots. The site includes 5.48 -acres of upland habitat consisting of palmetto prairie with greater than 75% exotics, upland pine flatwoods with greater than 50% exotics, monoculture exotic upland forest, pastureland, and disturbed land. Additionally, there are 0.59 -acres of wetland habitat within the project area consisting of mixed wetland hardwoods with greater than 50% exotics, cypress with varying levels of exotics (5 -90 %), pine - cypress with greater than 75% exotics, and hydric pine flatwoods with greater than 75% exotics. A FLUCCS habitat map is attached as Exhibit 3.0. PROJECT BACKGROUND: LASIP was permitted in October 2004 (Permit No, 11- .01140 -S, Application No. 980828 -1) including conceptual approval and construction and operation authorization of a surface water management system to improve conveyance capabilities and enhance water quality of the existing linear canals within the Lely Canal Basin. The project site was part of the conceptual authorization consisting of canals LMB -03- 00003(1) and LMB- 01- C0025(I) to convey stormwater runoff from upstream sources Into LASIP Phase 18 South Canal, PROPOSED PROJECT: The applicant proposes construction and operation of a portion of a conceptually permitted area of LASIP to improve conveyance capabilities of two existing canals known as Outfall #3 and Outfall #4. Outfall # 3, LMB- 03- C0003(1), is located between Blocks B and C of Myrtle Cove Acres Subdivision (MACS) and extends from stations 310 +80.04 to 335 +49.88; Outfall 4, LMB01- C0025(i), is located along the southerly boundary of Block A of MACS and extends from stations 410 +26.77 to 446 +21.17. These two canals convey stormwater from Naples Manor Canal into LASIP Phase 1 B South Canal. This modification involves improvements to approximately 6100 linear feet of two existing canals including canal realignment to minimize impacts to the wetlands, construction of a 12 -ft wide sodded lime rock maintenance road along the south side of each canal, construction of approximately 1100 linear feet of reinforced concrete culverts, 220 linear feet of yard drains, rip rap installation at existing swales in different locations, and two boat ramps. The boat ramps will be utilized by the County for maintenance of the canal. The plan and profile, and details are attached as Exhibit 2.0. WATER QUANTITY: Discharge Rate : App.no.: 101122 -9 Page 2 of 7 liB erp staff report.rdf No adverse discharge impacts are anticipated as a result of the proposed project. WATER QUALITY: An Urban Stormwater Management Program and Storm Water Pollution Prevention Plan specifications and guidelines are part of the proposed improvements as indicated in Special Conditions No, 13 and 14. No adverse water quality impacts are anticipated as a result of the proposed project. WETLANDS: The 0.59 acres of wetland habitat onsite is located largely along the southern edge of Outfall 4 with additional wetland habitat along the southern edge of Outfall 3. The wetland area identified in the conceptual permit was determined not to be jurisdictional wetlands based on a recent site visit and pursuant to Rule 62 -340, Florida Administrative Code (F.A.C.). The wetlands identified within the project area based on the current construction limits continue offsite to single family home lots. The majority of the wetlands consist of 0.43 acres of cypress wetlands invaded with greater than 75% exotic vegetation. Exotics include java plum, Brazilian pepper, and melaleuca. The remaining 0.05 acres of cypress habitat within the project area is higher quality, with less than 10% exotics. Native plants include bald cypress, laurel oak, dahoon holly, swamp bay, leathern fern, and swamp fem. Approximately 0.08 acres of cypress -pine wetlands with almost monoculture exotics in the canopy and mid -story occurs in pockets along both outfails. There are approximately 0.03 acres of hydric pine flatwoods with greater than 75% exotic vegetation (melaieuca and Brazilian pepper). There is a small area (approximately 102 square feet) of mixed wetland hardwood within the project area with red maple, slash pine, and cabbage palm. This habitat contains greater than 50°% exotics, including Brazilian pepper and old world climbing fem. Wetiand impacts: The proposed project results in 0.59 acres of direct wetland impacts and 0.89 acres of secondary impacts to adjacent offsite wetlands. Impacts to wetlands were minimized wherever feasible based on the alignment of the canal. Additionally, native plantings are proposed to be installed at the toe of slope between the proposed maintenance road and the offsite wetlands. The roadway is anticipated to be used by the County at a very low frequency, and runoff from the roadway will be directed toward the canal. The direct wetland impacts were not originally identified as impacts under the conceptual permit. Although the conceptual permit for LASIP did not assess secondary wetland impacts, District staff assessed partial secondary impacts to the adjacent offsite wetlands (lowering the groundcover and canopy scares) based on the 'new areas of impact' with less than a 25 -ft natural upland buffer. A wetland impact map is attached as Exhibit 3.1. Mitigation Proposal: Mitigation for wetland impacts associated with the overall iASIP project were identified up -front under application No. 980828 -1, and modified under application No. 080317 -16. Enhancement activities on the two offsite mitigation parcels per the approved mitigation plan have been underway. These parcels are located south of Davis Boulevard, west of Collier Boulevard (CR 951) and north of Rattlesnake Hammock Road in Naples. Mitigation for direct and partial secondary wetland impacts were assessed using the Wetland Rapid Assessment Procedure (WRAP) functional assessment method. It was determined that the impacts resulted in 0.38 units of functional loss. Please see the permanent permit file to see the WRAP functional App.no.: 101122 -9 Page 3 of 7 11B erp_staff report.rdf 11B assessment scores, and a copy of the LAS1P mitigation ledger indicating the 0.38 mitigation units for this project and the remaining 7.66 excess LAS1P mitigation. The excess mitigation will be available for future LASIP phases. Please see special condition No. 19 indicating that future LAStP phases are required to provide updated wetland mitigation information. Wetland Inventory: CONSTRUCTION NEW -LAS1P - Naples Manor Outfall 3 and 4 site Site 617 Mixed Wetland Hardwoods 621 Cypress 624 Id Typ Cabbage Palm Pre - Development Hydric Pine Flatwoods Post- Development Pre Fluc AA Acreage Current With Time Pres. Risk Adj. Post Adj Functional cs Type (Acres) Wo pres Project Lag (Yrs) Factor Factor Fluccs Delta Gain / LOSE W1s OFF 621 Secondary .62 .000 .000 W2s OFF 625 Secondary .10 .000 .000 Was OFF 624 Secondary .15 .000 1100 W4s OFF 617 Secondary .02 .000 .000 W1 ON 621 Direct .48 .000 .000 W2 ON 625 Direct .03 .000 .000 W3 ON 624 Direct .08 .000 .000 W4 ON 617 Direct .00 .000 .000 Total: 1.48 .00 Fluccs Code Description 617 Mixed Wetland Hardwoods 621 Cypress 624 Cypress - Pine - Cabbage Palm 625 Hydric Pine Flatwoods Wildlife Issues: The project site does 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 during a listed species survey conducted by W. Dexter Bender & Associates, Inc. on December 16, 2009, or during other site visits. 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. Pursuant to special condition No. 14 of ERP 11 -01140 -S /Application No. 980828 -1, the applicant will provide updated wildlife surveys for future areas proposed for construction. 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 cerdficabon 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 40E4.361(2), Florida Administrative Code (F.A.C.). App. no. ; 101122 -9 Page 4 of 7 erp_staff repert.rdf 11B Pursuant to Chapter 40E-4 F.A.C., this permit may not be converted from the construction phase to the 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.: 101122 -9 Page 5 of 7 era_staff repori.rdf RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation is not necessary for this project. The applicant has indicated that dewatering is required for construction of this project. Water Use Application No. 101123 -15 is being processed concurrently with this project. 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. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Potable Water Supplier: Utilities are not required for this project. Waste Water System /Supplier: Utilities are not required for this project. Right -Of -Way Permit Status: A District Right-of-Way Permit is not required for this project. DR] Status: This project is not a DRI. Historical /Archeological Resources: No information has been received that indicates the presence of archaeological or historical resources or that the proposed activities could cause adverse impacts to archaeological or historical resources. This permit does not release the permittee from compliance with any other agencies' requirements in the event that historical andlor archaeological resources are found on the site. DCA/CZM Consistency Review: The issuance of this permit constitutes a finding of consistency with the Florida Coastal Management Program. 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. STAFF REVIEW- App.no.: 101122 -9 Page 6 of 7 11 e p_staf reparLrd€ DIVISION APPROVAL: NATU RESOURCE NAGEMENT: aura Layman SWA* V+ AER MANAGEMENT: DaMei F. WatVs, P.E. App.no. ; 101122 -9 Page 7 of 7 DATE: 5110111 DATE: 5110/11 11 B ! m g q 1, m pe .fy� V `a �Ii.y i cn M� Ifl I +dC�+ :'V+ C3 o 0 1 L[ °� W C�1 �h by rn O � ►� jN ,, Itli � o l�, Sct'L r,3� 5t' J,:, ,p- ,4j J $ < o (t i1n!+ 1 1' f ;; ".xG.S as - •`�t.r Y2- <G S = p EL zz y ri a ff U t, ttll r pt is =. Z F t, � y ,III 1 tq V f!�• . lel 5 cn Nna» Q ;: f Hti♦-i- Q U U_U_U_U N D VI fI! Z a 1 0 °OOaG h u A 00000 a W : o 4 e w w 7�� O cry <¢wo, m 3 [x7 �rn3w.. -N qa� o�y"< to 8 o O o` my�a �6 �a °,'61 C'+pd �o.GGaJJ XO a k18 oo �a x z J dad "Z �° a y -`� a9�7 C - rv..,.n��rd�.?rh5mu{Q�3 f ��qp Qd Z rnl �►'�17F � uu��� IIII I cGyQ uj aauaua a dJ 11B Q) I N CN r r C r 0, Z C:) r C o +-' (U r U x CL co L!1 Q 0- Vai �n by o'p it O c� N 11B � b yen SN d b q + 4 )e "u > 9 N�<Z< 0 �I ink o+ iy 7N y� -0 D m w CD �. n ` v c N � a fy '''' w*; ,y = O = n a r• N Z Q n CO c� N 11B � b yen SN d b q + 4 )e "u > 9 N�<Z< 0 �I ink o+ iy 7N iS w hz X02 �k' �ctimCd� ID¢S� �z"da °$n� Ego rfig . g241 OZ }F�� G Z ¢x❑ ¢ N I X26 °�Q W Ku C �CfD O� ff 47�.i 1E. q/- �C`6 F W p p y zo Z 5x7 zq�iL0.y'2 0 0 n n n n n n w g� a 3w u p u } HIE 8� Mk h pW, 14 It DyK0 Inn <� C G�CN gN W ON w+ -,I 3 00 nag ag xqu °g 4 R� oo Oy U U 2� 5¢5� it.W 0�i g$ �$��n 2ppN2pp 4 ° F8 ^- �L.�i C �C 1n , �� 4 i ��++� �^i'NH T[5 '-o <d? „ A �„yyR, di SW ik°�aF 4 F 3C w� �ZC'IA4 �F X144 NiW{y���Z W ° °$ �t }oi [yn��� �;° ¢5�2y36��°� °LLLLZ�< utyoj0in� �[)W��� HIM zES �4� �'� T'a� W4N pZ y,"2p Zp�11J� jjaz Rt �y5: �y� wz <0t1GWw OcSN YY °N i� LS S'3 C4 G�1 C -1C F4iI iI HUR �? KU} Ii <g,1 1'yf O <g ��LTta o G° <2 piH ��. .� � N N M N N N N N N N n M •1 of z � « y � 4Y� Z < i2 2W uykC O y i Aq IS �yFit- F Caa gin W � } 3 i W 'aw° WWg ��3s AIN 3 C¢3 m <Z �Z 45 1Ct O8wq 2:z CIDO� 2 4 ZL� j3 -9 !< W IIc Oz W W W � W�� mj�i = z�Z2F �c p AZL° �g wW¢j Nm� <3z ,- ° azo clip Z�� Q Lie �I �N .° N i, !!Ilgf W<Ga za ;H FaC � q. L<1 o t 9r2N+ zJ SS �i� o ° 8 Gu 3 33 vIW �ir� 4��jW N'i C5 cc 4 14 m K 4 " 5 .. N K �Gto 4 5 Y M W � U w s r� a z- C 2 5 tl� qk 3 11 N N r r O r 0 Z iO O C T CN tV f" a i-+ M r � U � CL 0 z w O w J O Cm G i cn 116 ❑L E b Y W z U Al V 4 q y o 3 pnmnnn,,, N �' �Wy� Gi g C p C zW� z g�0r z W O o yyWd o .- Wz oaO W dw O LLj r� 8 fN 2 0 W 6 C' J W 3 m m m W 00 a W h v O O O C = 00 a a a 0 0 0 o c z z o 0 0 0 0 0 0 0 o — 0 0 0 0 0 m o 0 0 a x i O W am�¢�w a a a a a t aorc.aaaaQaa W =Sys N i—(( 33 O 4— 0M��� z I UV z- ^ •U X CL CU W Q IZ O • � x IL I T �! �mI7 K'C4�4 [1 O Z O I 4 w U z U U Od Q t W Z m a = S N m V W I- sJo�z zz� aF{ o a ¢ 2 31-z Z d O ¢� lwll O C¢ tY m R 2 W N a Y m VO-1 19 m m U Q a z V V 0 0 0 0 0 0 0 V U z Z Z 2 Z Z Z Z 2 z z F F C= F F F F F F N N N (I1 V p p V U V V U U V 2 z z z Z Z z z 2 W W ? F F C F F F F F F F F°° •�• W W N N N N N _N N N X JZ X X% X X X X X W W W W W W W W W W W N N N N N N N N N N_ N ? X X JZ R X X xx X xx X p Wp O W W W W W W W W I I 1 C�+ �YJ p p v w m � W �z" I I I I I I I f N I I e M w tf//7�7�� F-Z7 Z Z z� YFW W D o W 4- H tr 2 O O w a' N Z 2 J I I I 2 0 Q a@ U O Q Q m� � O o t I I • I I � II I I I I t I j I 1 i •1 a wa -H cm boo I I I I ! I I I I I wl I I I I i t 11ay ►� Z O Z a <w X < N zdlr> p W S cai Woz oX m m O m �<Z w W << Z U J Z S- DW VI d O 4 W 5 y H a V O C �3 Kt a� Z m N 0 0, 1 Z N m N 7 Z 2 pQQ {C > H ya. Q Z WZ Z WZ Z WZ Z WZ a h ) a yyJ/ I" V? O Z_ _P z W Vl N< 2 $ H Z O< W> F O z z m zx�wzR2 F W W m m U U U d zmticFi vi �d� U z a== O= 2 U S Z> p¢¢ V O p O w O V a W m, u�z= FN z 4u W W W W W N; LLXyWm�wzw Iylxa,�� �k'zzz pmo U W LZ z N [0.1 U W V J a W a •Ana + peatSiam(gI� 00E) amf0 :::xI *o 0 a l N O U 4 W 0 W uj a 1 11B LO -03 1 yp W 11 0 f a c n w N 4-1 _ ° W 4., U Isl p a-. mZ Q X W 2m-I ZE - - l�7 a Ci Y rrv�_j h � � C Ln cq Fey a N L! z in A° 0 pp ¢W f S LLJ O K l- x 2 41 �a y�pt a � e fLIT pz�a��nz Vaj yF -�W1V i CS�Or�'1 O z l N O U 4 W 0 W uj a 1 11B V U 0 o W� A� pA� Uy ?b LO -03 w N 4-1 _ ° W 4., U CO mZ Q cm r x CL cu l�7 a Ci Y V U 0 o W� A� pA� Uy ?b f a ?� R V C y 1. 1 11111 I l an � Sx } s j I f >_ v mz -v > m k (D 0 Q" c av 0 �z ¢ ...1 f16�ii O CO e v s Lint V C y 1. 1 i� I l an � Sx } j I f II I II11 1 ! I' j I t � E 11B i LriSIFPI IB 1 I aq I i I II �� I I i •; 1! �y , i Ij i! o i q, r'. j' I I • Rig I y f I I �� •, ! a 1 __- ___ - -_ -, 14IATCALW6 STA. 316+0Om — SG110y1yi , !O' � fy --� €p E Z 118 MA TCHEME STA. 316400 �• j4 Vir I 1.11 ��� ��Y R.ItS� v>m : j m Sv _0 x 1 I — 0 I o �• ET O N v O o, = n II q 0 q Q Z o I f j1 S 441 l O v } W 1 � 1 I CO '� ppa � 9 ppi C m V 118 MA TCHEME STA. 316400 �• j4 Vir I 1.11 ��� ��Y R.ItS� : j 1 I — 0 I o I v a .p I II q q f 5✓ „j I f j1 S 441 l 1 � 1 I fI I II AMMIM &T STA. 322+00 is N C1Tn^ R 5Z �r -clDrn ED 'v X -- CD cr z q O = w 5 C -�, O N =3 O O Z O O H. 118 �-z MATC uvE STA. 322+00 Ra! 1: g °cc I ' ' :F It I gL$ ii * C.4 I I ( I:i •I. II �� 1 II MA T CHE 1 i V E S TA . 327+00 �-z g h t� is z MAMBL VE S7A. 327+00 ten. ��ALr -- i � o ! ° b `i I i�i fV t I V I t I I 8 � I I. �P � j y �.• fl �lll � � s o� slit �Z =— . " iU -0 X CQ CD y �• O r•r 0 N O a, m -° n N :3 O z O� O o ,s N a O s MAMBL VE S7A. 327+00 ten. ��ALr -- i � o ! ° b `i I i�i fV t I V I t I I 8 � I I. �P � j y �.• fl �lll � � s o� slit �Z =— R W W M O r JR G K tr f it as � I g � 'r I D' ;rl r O 1 ff' 11B — ._._IV_r r 20' PUC 4 OF i t / I V I fU I k m TARffAW TRAIL (U.S 41) (SA 90) zQ a) -0 X a:) =A u CD "O — 3 LT 0:) ^o ;. O PV ET O o z a � W a � a R Lh O W W M O r JR G K tr f it as � I g � 'r I D' ;rl r O 1 ff' 11B — ._._IV_r r 20' PUC 4 OF i t / I V I fU I k m TARffAW TRAIL (U.S 41) (SA 90) � � � � � � \ e -- � r \3 � I l I I I I I !� Z I I � + — 7\ o/ 0 + 0 ) %cn . I I I I 2 if\ � !(( § � I - - - IL- - -- � j 2 ; ) . f q Q ® ~ > \ ) > Al � Ro + % max\ \ K (� , \ uj /a §� _ 7T �\ \ §/ ! \( Q � �3 I � I I I 1 I I 11 B. gym| � I I 2 ®I � $ §/ o � \eE , O ƒ � Z m \ ra 0 | g @ c o }\ ' o i }/ I LIJ < r /} . � � w I _ 1 ) On \ e -- � r \3 � I l I I I I I !� Z I I � + — 7\ o/ 0 + 0 ) %cn . I I I I 2 if\ � !(( § � I - - - IL- - -- � j 2 ; ) . f q Q ® ~ > \ ) > Al � Ro + % max\ \ K (� , \ uj /a §� _ 7T �\ \ §/ ! \( Q � �3 I � I I I 1 I I 11 B. gym| � $ §/ o � O !\ Z C:) ; 0 � �} c o }\ ' o }/ LIJ < r /} ! ! \, | d |� H t T m � m I I I 2 ° L _ k� r- w W / 1 � 8 Y7' s � m �a Z`i I mi a 6 � Y A n n " C) � I qn ��T iA n 44i2 yjt5 I or =0� �N �I I hnn 2 • W I ZN CCCC'9(( � — — — IJN 2090q IL N I I k $ W a r I V�� I CL -- �= w W IZ I I a $ z � 1 M Q t� - N a Z W � O a h O N U7 z U ro ul � ( O h H t T m � m I I I 2 ° L _ k� r- w W / 1 � 8 Y7' s � m �a Z`i I mi a 6 � Y A n f rn !!7! C) � I ti� uN qO� n 44i2 yjt5 I FMT =0� �N �I � 2 • W I CCCC'9(( � — — — 4 a — I IL N o � r O V�� I �` to � to �= w W IZ I I H t T m � m I I I 2 ° L _ k� r- w W / 1 � 8 Y7' s � m �a Z`i I mi a 6 � Y A O 6G W p �NN C) � I ti� uN qO� n 44i2 yjt5 I WN =0� �N �I q x � 2 • W I CCCC'9(( � a— CL 0. N U Z O � N ° I q rc O �` to � to �= H t T m � m I I I 2 ° L _ k� r- w W / 1 � 8 Y7' s � m �a Z`i I mi 6 � Y A O C) � r O � � L CCCC'9(( � 11 U Z O � O O �= U z CL W M Q t� - a Z 1.1S $fl O C) � r O � � L CCCC'9(( � 11 Cl) � 1.1S $fl 3M� h L 0R i v 'a X ED a 0 1 V d 0 is ►� z I C) O N) Z C t� C L t4 " vg to C o 11B 4ZL SATPPFASEIBSOUTHC��, - oa V � 1 a I` I ��� I U 1 r l t 1 a 1 1 I slim. MYRTLE 1X I II MA.TCHLINE STA. 41S+50 I` I i i li I I I U U Irl I r l t t I I �k> t•, I I I I I � j j 6 9zal f I I I i i p p slim. MYRTLE 1X I II MA.TCHLINE STA. 41S+50 -cl > m x RR, (D 3 SMtlli, KOKO V 3240 F fzr LN rj 0 0 h :3 AM TCHLINB r,j C) 0 Z C) rT gap 118 r zlA 68 if 2 p -M- L fi ii —. Eli � 7 -ft- MA TOMiM STA. 4154-50 RR, 3 SMtlli, KOKO V 3240 F fzr LN AM TCHLINB STA. 421+00 rT gap + r zlA 68 if 2 p -M- L fi ii —. Eli � 7 -ft- 3 AM TCHLINB STA. 421+00 !R R it r s 4 3 w b � 4 i 118 MATC19JNE STA. 421 +00 ` I i91 a 1 ((ppo41 Mka 4PA y <bN NQ = 1 t r yk I' I llI 8 1TI I !1io + I I( � i f � t i I j I II II I II o j j tj it ga> L N -0 X b NS CD t a C S 7 I _ 0' _ n� By T o o = o I j� j it MATCKLINE N 0 Q 426+90 C) �a N ViJ i w b � 4 i 118 MATC19JNE STA. 421 +00 ` I i91 a 1 ((ppo41 Mka 4PA y <bN NQ = 1 t r yk I' I llI 8 1TI I !1io + I I( � i f � t i I j I II II I II o j j tj it ga> L r — -- Z—r2!5-- i t a I gn I; 1 I I j� j it MATCKLINE STA. 426+90 r — -- Z—r2!5-- M e R 11B MATCHLM STA. 426+50 iz I �^ i'•. � ' l' 1� I I d Is i a r l RIP r i i f l e J ! 0 I' Rl I f a �14s i �I j 49 MATCBLINE STA. 432+00 -0 N > m 'a X CD Y z dv O O 0 N Z 0 o t C C�3 a a 11B MATCHLM STA. 426+50 iz I �^ i'•. � ' l' 1� I I d Is i a r l RIP r i i f l e J ! 0 I' Rl I f a �14s i �I j 49 MATCBLINE STA. 432+00 R i 11B MATML&E STA 432+00 Q -01Dmv ,... mz x CD =0 a� � � Rx � i IQ a at�=d1 =Q CP '-, N O O � Pj Z 00 f � i I I f I, II c e 9 ��w i 11B MATML&E STA 432+00 ,... a� � � Rx � i IQ a at�=d1 T i ��� a� f � i I I f I, II c e j yI o i MATC — rBNFSTA.437 +50 z-- !t�- R lie z '13 > m im a) (C) CD _0 x z w f I I , x 1:1h u M 0 0 C) =3 cr 9 C) Z 0 C) CD 19 a lie R I im p �s . " Nag f I I , x 1:1h u cr 9 19 a ---------- -------------- - - - - --- - - - - - - - MA TOMM STA. 441 f70 lie R I pai AH I @m . " Nag I I , x 1:1h u cr 9 19 a ---------- -------------- - - - - --- - - - - - - - MA TOMM STA. 441 f70 �N 7� R R N -0 + Z � =� • r �r� CD —� X C `cz �.a A• rh S+ :�1 hQ O }tee N 0 o a O tr m N CD a � 6 chU 0 2 0 r a E 11B MATCHLVVE STA. 441f7o 9 I i ! I I =— - '---- - - - - -- TAMIAbff TRAIL. I + !al n i $Q I m 6 I I 9 I i ! I I =— - '---- - - - - -- TAMIAbff TRAIL. ---_--_------------ n i V S 4117S.R 90) �S ss R �S� 118 WE N X LLI C•, N N r r 0 0 Z O U Q CL a CD N k-- 0 00 N O? (f3 tl. 0) i N N r r O r O C:) Z N O 0 p O O � Q � X Q m W Q CL 11B Ln 2 mm 8 @ ° x n ww °aw w A $ p ZN UaNT u?:k:CX co=U<o °w L!� W a N O <ZFFp in d o ¢ c� < x In Ix a t!1 Z }91 2Wv }iaW r Q (� ° o z 5 v Z q 0 � �zI ❑s � Q 8 733 »$g � p `c .�, I I ° ° 8 6 5 • W m C2o ���� „o al o 2 Hai a a w n !n Q O -- — — C Uafaalmri�n o > - m 5 mo c5 z °• p Ir Z i C a �w n Op= a 9g 5 Z a ,c� s n = V C— W a E Mo CLn iy .S T e A � W �g o r� s:5 � a W 'y �9xiz' J J ZZ U�a;i J EL Q q ¢ oa Gm W Lu o W c33 n u"� Y h Q Ft ?f k n. W 5a' w�J ” e z sa Lul cl X � Q i0 o Z a m O o a Si O i N N r T C) r O C:� zN O = d N O O +-+ M N Z.2 v X Q. cu LLJ Q CL 11B EXHIBIT NUMBER 2.1 Pagesl -14 outfall Drainage Details and Cross Sections, PVC Drain Details EXHIBIT NUMBER 2.2 Paged -9 Storm Water Pollution Prevention Plan EXHIBIT NUMBER 2.3 Pages 1 -4 Urban Stormwater Management Program hu :3 Sal r I �r p W 1 1g s R q � t � le -Wo I J d �1 0 Z d 2 5 J 1 s I-- -,I n U� �Y •� K 4� a P Exhibit 3.1 Application No. 1 01122 -9 1 of 1 DEPARTMENT 118 ARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 1520 ROYAL PALM SQUARE BOULEVARD, SUITE 310 FORT MYERS, FL 33919 REPLY ATTENTION N OF January 4, 2011 JAN 0 4 2011 South Permits Branch /Fort Myers Section SAJ -2002 -02436 (MOD -LAE) Permit Modification - Naples Manor Outfalls 3 -4 Collier County Transportation Engineering Department c/o Jay Ahmad, P.E., Director 2885 Horseshoe Drive South Naples, FL 34104 Attention Collier County c/o Jay Ahmad, P.E.: The U.S. Army Corps of Engineers has completed the review and evaluation of your permit modification request received on December 8, 2010, in which you asked to revise work that was previously authorized by Department of the Army permit number SAJ - 2002- 02436 for the Lely Area Stormwater Improvement Project. The proposed modification is to conduct minor deviations tc the alignment and configuration of previously - permitted storm - water improvements along 6,300 linear feet of Naples Manor Outfall 3 and Outfall 4. The project areas are located in the Naples Manor development of the Lely residential development, approximately 0.1 mile /522 feet north ( Outfall 3) and 0.1 mile /503 feet south ( Outfall 4) of Myrtle Lane and primarily west of U.S. 41/ Tamiami Trail ( Outfall 4 extends under and -76 feet beyond the U.S. 41 /Tamiami Trail roadway), in Sections 29/32, Township 50S, Range 26E, Naples, Collier County, Florida for a project area known as the Lely Area Stormwater Improvement Project (LASIP). Site coordinates (NAD -83) in linear alignment (east to west): Outfall #3: From Latitude 26.084445; Longitude - 81.727594 to Latitude 26.083613; Longitude - 81.735040 Outfall #4: From Latitude 26.081948; Longitude - 81.724526 to Latitude 26.080628; Longitude - 81.735168 The permit modification accounts for a net increase of 0.29 acre of wetland impacts and 0.09 acre of ditch /conveyance impacts (associated with changes to pipe diameters /culvert placement); these conveyances are part of the primary drainage system and are integral to the authorized project work. 11 B -2- The modification must be completed in accordance with the attached plan sheets and Special Conditions. Special Conditions: 1. Fill Material: The Permittee shall use only clean fill material for this project. The fill material shall be free from items such as trash, debris, automotive parts, asphalt, construction materials, concrete block with exposed reinforcement bars, and soils contaminated with any toxic substance, in toxic amounts in accordance with Section 307 of the Clean Water Act. 2. Construction Guidelines: The Permittee shall comply with Standard Protection Measures for the Eastern Indigo Snake (2004). The potential impacts of your proposal on the aquatic environment have been reviewed and found to be insignificant. The permit is hereby modified in accordance with your request. You should attach this letter to the permit; all other conditions of the permit remain in full force and effect. If you have any questions regarding this permit modification, please contact the project manager Linda A. Elligott at the letterhead address, by telephone at 239 -334- 1975, Ext. 32 or by email at linda .a.elligott @usace.army.mil. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duties in a friendly and timely manner while working to preserve our environment. Please complete our Customer Service Survey at: httt isUper2.nwp.usace.army.mi[/survey html . Your input is appreciated. BY AUTHORITY OF THE SECRETARY A;rfYed olonel, U. Cc:;agent /CESAJ -RD -PE District Cc i � a c, Army nder ID IMPACT AREA WETLAND 10 EXCAVATION EXCAVATION PILL PILL ,s CY AREA CY (AREA) Total Wetlands 0.59 AC — 88 019 AC 895 0 ,32 AC Total OSW 139 AC — 4089 1.79 AC 2369 1.60 AC Total Irn act Area 3.98 AC — 4177 1.88 AC 3264 2.12 AC Total Pro'ect Area 9.46 AC 11B CDC cm= cmtm ICO O U') in p t[� CD CD O O 9 N N p N T" O C N OD V d N N Q) O O r N tip r- C w r S e*3 � � O O � z C m 75' �U a) CL Y O O O N O N p tD Zt*3 C) e} •– V N K N m L17 i2 t 11� U) tf) O j ICJ M Lo Lo Lo M tD —O m LO 0 0 0 0 0 0 Lo p p f N N N Naq5r N N N il L L L L L L T O .O 0 0 C LO v O 0 LO r O p O r � N C7 C+] t7 C�7 C7 C7 U cn P7 O a O D O SEE to ,� ,6 O i 11B ! ■� ! ) � � }{ ■ i : o §. a� �■ � .., ; »& oil; I!P,� "illy TO, 14 O ."A I fail lot I- -dmg 111m PER na v! 05, LI! aka -r , " - 11; 1-7 e 'i-vxiva' l � �-. E, too, WE, HI I bit. ro NUI o. ry iii CIO 111 s yys li Lt Xr O to z mks s maw.. r6 mG qg cog O in 11B cs '7 �< A ia �—r tn: IL r6 mG qg cog O in 11B cs '7 �< A B h � tl n y �o w no jr, o T- -Y! - - -- Iw b T_ N' in '4 4Jti •. ry[ � C t hj ���''Gb m i „Zia 2l jt G 3 ,{ C r al Cif Po�. gl ti � � s V V cN i C rw i y rdj a LU m wi i k o Kg U { Ws: In 4 t* Lx1 �pp y�C�d E iNi.NdF q O`er ti�C2 x� ha i> `fin r' |� - » #/ $� \2 % �7 /� } d� \�| �■ ■.§ ^' ^^ � �� �.�.�.��� •- — — � # «\ — . /® « ■'} l : MATUMM 3T 310 �Jz� A {yam P r tti ............... LA 64 TChy, B v_;7 S TA 316- 00 i1B Si 29 LA Ila . . . . . . . . . . . . 64 TChy, B v_;7 S TA 316- 00 i1B MA TMERVE STA. 3272 +00 Si 29 LA MA TMERVE STA. 3272 +00 Si 29 jq . . . . . . . . . . . . MA TMERVE STA. 3272 +00 11 B ;i f E MA it 1EL J T,4 322-f-00 If a E c 1 Sno �ti E p NCH �.l ' al's SIN, 7 I f i o m w t ; Oppr$1 I au E 1w � u — _• iii I M1 j v ws S - MATCRLAT STA. 327+00 �a r� a (r m IA Nt P � E i✓� t n F I t i f f .a Z � w w � t i I _ r ^� til tl tL L� _ I. — 5W �1 a 9 Q Sj tr � N MA_TCRLINE STA 327+00 11B vsat t' Se• a EI I 7 o gE i M a E v E ��a 1 — 3 a � �R I s m t 1 vsat t' Se• a s a a i o h� O� �s W a R U — U O 11B .a E F' 2At „M E ell 0 .10 puz at [S A b$; t _ zi _ I � a as t g ;l = o 4 TAMIAIff YR UL (rfS. 41) (S2- 90) C n o a o s o n o a 11B 6 $ tl n R II9 h 33yyw. `' g p� O s L I :i O yr ~ 8� C O p f q a _ AIL...._..... f�.YI °_._. r -% a � ..nap h�.,. A i i - 1 t 11B 6 $ tl n R II9 h 33yyw. `' g p� O s L I :i O yr ~ 8� C O p f q O Ki a ;n N h � _n N N 4 n h in in h � a In Co N N N 1\O � 10 h t tl :n g8 0 + a o o c + 'L D M <i M ry - g7 $ it K 1� .. � e e e II ♦ O O r. a Zi A$ y�y q y y��j1�laaY��s C °�iyy' �$+ i a R1 �i ♦ 1 p I o V e 1 i 5 e e 11B + + o 0 r 1 r - tr ° ° e �3 { Ln k r �8 b� o N N co _.__... N M N h 'o N N N M h h 11B + + o 0 r 1 r - tr ° ° e �3 { Ln k r �8 b� 11B N N ro d 7 n m �n pr�,g O + O O O O f } ra + (e ' r++ N rN $ x M r? c � o— q :Y ol q t w � 1 I ry n n ( n 1 5' 8i" _ Ch h b Ch N ti 10 M O a rn 01 C13 4 —Wasi W h � t M $ 4 6� �O d� i{1^ f1 xN O CD 0 D p Q ��$ p + + I HE f7 f : o ° * a K -_ - -- - -- -- - -- i 1 : wy • ' n �f n. � N ff g G q 4 Ae W r � i e , W w f 9 i a ° { 1 f 1 11B ®R a "1 M 4 M O ru v 0 E H ru to N �e z n o + M � p � : q r �- 1 , - p ..... -� v �. IT w ♦♦ a� waas.( 4. pnc 1 � � ♦ � �. 1 JIC% n r •° e i 4 1 1 i i . y ' f p 1 � p w { No zL o iL 16, ai WoEMIR it SSt t + ! i m'd ! C14 I k\ltl (Z �'4 + x 1 z i z Ct his Ln R i CJ } 11 N� a pJ 1 o iV aM ��ro$w o o +�� I an Wt <u v£� fiT wN~ WY K Wln S0004a' r Li O LZ O W zi a K n IL b H H i CJ } 11 N� N� o + _ p rn UN � U3 L UN o° a � Ln \ i n W a N W "• ' N a i f om� cx� yY N I a W $ p• 4 � m _ y rcCre : W � 4 I £ �L0 y Y z a O Wa W �< WW£Y o o a � r <u v£� fiT wN~ WY K W Q o _ K n IL b H N� o + _ p rn UN � U3 L UN o° a � Ln \ i n W a N W "• ' N a i f om� cx� yY N I a W $ p• 4 � m _ y rcCre : W � 4 I £ �L0 y Y z 3 y n os 't O + o o a � r 3 y P 6b 4 Ma -r-'ts&,PIfA,W IB SotrM r .",4L v. ITS HIZ Volk PI Z *�4 MA TCM M S TA J 450 m 3$O 1„ N j 4` �n A a 2 col 11B MATORB E STA. 413+50 i � 4 f fl � vz if t i d; ! a� ARu yob L 1fg ^ o •! f a i t ' UP MA =EVE STA 4.214.00 mar• !• - tc 1H z m 4 118 AIA TUMME STA. 426+90 m MATMMfiVESTA. 421+tV 1f, �7 . Io: Ab jig US AIA TUMME STA. 426+90 m R, ����~ HN ! ! ! / - / � / ! @ / !� / i | - / ! ' / � ! r ! ! ! _ ! !' / i / ��- ! / ' � ! / ! ����~ HN Zc SIP ME MA TCRLB�F STA. 432+00 ����~ 118 a MA Yoff-p& STA. 432+00 16 -3 2 JIR ;J MA TCHLAT STA. 437+50 a F., tb 11 i1B I AA ,2, - - - - - - - - - - - MA MUME STA. 441470 I m MAYCRLMSTA 441470 i '� � E ti . ... .......... .. .. ... . sa ... ..... ...... . . TAMMM 7RAff, (U.& 41)?S-x 90) o -Ell m 11B, I MAYCRLMSTA 441470 i '� � E ti . ... .......... .. .. ... . sa ... ..... ...... . . TAMMM 7RAff, (U.& 41)?S-x 90) 11B, I 11B `Qj a Q O �o- O bA W� W a a (n a � { i� Q � O o � i { « t a l t .i t FOE r `�a -nw 2 ONNlO 4 v ME at �� i ;x� C i f O • :+a4 .:4 • _ .Q.. N - to n2j �j •_ _ ._...•..._ �M nm l OO + it O al w 4 `Qj a Q O �o- O bA W� W a a (n a � 11B ,o.mW 1 f co ° 1! r _ P u, CRI • '� �. r W i N n ° - - Pit --^ 04 ;° a g e ha a z ri '., _ t i ! 1 04:f 0 Na�Q3yw t11 M i tam.} � 9 n_y w .a x v to �F a. A Q W O a to W s 4 a .a � V d 2 � R f a d; �1 i Vhf �ap N � a R U N t, co C . O N � O 11B ' W U m m W b N a ro v u m N to N � O 11B ' 11B 1 F ° o r file +' n r $ O p S : �r At iz p !4 y n . u f-A HIM! n : I E 444 , m Cl) OD -F H U W V W m A a b m a N Ln m N W U ct W I 'l. Y, p� ,T M 4 N W Cn p ° r wriil P ff , .w ♦ t M tM i I Ff ll� . f a. N � R ° r 1 1 , �3 1 t ° .A ,p, N N A N CN N N + �' cn O Q O T r O O O O O CD 2 °1 a A N 0 U w w v U V CD q Ow w ta' C m o 11B I' m 1 =.rla. 9,a.r 4r 1 2-A ate. J:F IV 11B , I if Fi 11B I lT FT rA L-4 + 0 O 11B I lT 11B I �Y 4 k 3 M� �i v R (r W cn W 11B , 1 1 .p.a 4 G � G � 4 p Nii a a v L( 11 � W tl w ��f C1 fixa e u oa s � u � � w• k p n \ i • i �R. t n r � __ - -- -_ —gyp ------ = - - - -Q p + m _ m p + L4 a w t co O O O p O 11B , 1 4 G � G � 4 p a v � W C1 e u G 0 11B , 1 11B SOUTH FLORIDA WATER MANAGEMENT DISTRICT LOWER WEST COAST REGIONAL SERVICE CENTER 2301 McGregor Boulevard, Fort.Mvers, FL 33902 (239) 338 -2929 • FL WATS 1-800- 248 -1201 • Suncom 748 -2929 Fax (239) 338 -2936 www.sfwmd.govAwc/ CON 24 -06 Application No.: 101123 -15 General Permit No.. 11- 03200 -W April 19, 2011 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT:. General Water Use Permit No.: 11 03200 -W Project: LELY MANOR OUTFALLS 3 AND 4 Location: COLLIER COUNTY, S29, 32/T50S /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 40.E -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 subjectto. 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 to facilitate construction activities at Naples Manor Outfalls 3 and 4. Withdrawals are from the water table aquifer via.three proposed withdrawal facilities. This Permit has a five -year expiration date; however, the permit duration is one year from the commencement of dewatering operations. The applicant shall notify the District at least. 72 hours prior to commencement of dewatering. A copy of the permit, with 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 shall not withdraw more than 1,800 million gallons in the duration of this permit, nor more than 10 million gallons per day. 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. yil iJ W=cT HEApQtIAKTERS: 3301 Gun Club Road:P.O..Bnx 24680, West FalmBeach,:FL.33416 -4680 (561.):686- 8800.- • FL WA751- 80(3 - 432 -2QA5 EXHIBIT L: STANDARD DETAILS See Attached 11B 92 Construction Services Agreement: Revised 1/112012 11B SECTION 01010 - SUMMARY OF WORK 1.01 THE REQUIREMENT A. The WORK to be performed under this Contract consists of furnishing all materials, labor, and equipment necessary to construct the Project(s) as described and as shown in the Contract Documents. This includes, but is not limited to, all tools, supplies, manufactured articles, transportation, and services like fuel, power, water, and communications, etc. and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the COUNTY. The completed Work will provide other incidental work in connection therewith all as indicated on drawings as though originally so indicated, at no increase in cost to the COUNTY. The CONTRACTOR shall complete construction of the WORK in its entirety in good faith and properly as indicated and to the prevalent industry standards. B. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean the CONSULTANT retained by the COUNTY for design of this project. The PROGRAM MANAGER on this project will act as the COUNTY's Representative. C. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the LASIP - Naples Manor Outfall 3 &4 Improvements as shown in the approved construction documents. The WORK may include but not be limited to site preparation, earthwork, demolition, storm drainage, maintenance travel -way construction, fencing, sodding & plantings, site restoration and forcemain modifications. 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the I IB latest editions of the following publications, as adopted by the authorities having jurisdiction over the project(s): LCOLLIER COUNTY WATER -SEWER DISTRICT UTILITIES STANDARDS MANUAL 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements; 3. The Florida Department of Transportation "Roadway and Traffic Design Standards "; 4. The Florida Department of Transportation "Structures Standards" 5. Florida Building Code 6. National Electric Code and; any other 7. Local, State or Federal agency or publication setting standards for the work contracted. 1.04 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation or time. B. Soil boring information and subsurface investigation reports included in this manual are hereby being furnished to the CONTRACTOR for its general information. Such data is not warranted to be correct; the CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the CONTRACTOR because of differences between actual conditions and those shown by the boring logs. 1.05 WORK BY OTHERS A. Concurrent work by Other CONTRACTORS. The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other CONTRACTORS, and shall cooperate fully with such CONTRACTORS to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work on Utilities. The CONTRACTOR shall cooperate fully with all utility forces of the COUNTY or forces of other public or private 11B agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.06 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage piping, structures, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice (via certified mail and door hanging notification) to the COUNTY, PROGRAM MANAGER, CONSULTANT, and property occupants (private and public) of all planned disruption to roadway, driveways, and utilities 72 hours in advance of disruption. For multi - family apartments or condominium complexes, written notices of planned disruptions may be directed to Condominium Association's Management Companies, Condominium Association's Board of Directors, Apartment Property Managers or other property managing companies or individuals via certified mail; for single family residents written notices shall be directed via door hangers. In addition, all notifications for planned disruptions shall be coordinated with the COUNTY, PROGRAM MANAGER, and CONSULTANT. B. Because other projects will be connected to portions of WORK constructed as part of this project, it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and tie -ins with CONTRACTORS of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents of properties affected by the project. CONTRACTOR shall notify schools, Fire and Police Departments, and the US Post Office 14 days prior to disruption of roadways. D. If the project is to be completed with various Phased substantial completions, then the criteria to be used for phased substantial completion will be based on the completion of significant requirements. For instance, a roadway shall be considered significantly complete when all work is complete except for the last lift of asphalt. E. In addition, the following restrictions shall be maintained: 11B 1. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic plan(s), for review and approval by the COUNTY prior to the commencement of any construction activity(s). 2. The WORK shall be sequenced so that all testing procedures are performed and Certifications to Place into Operation are obtained for the proposed water distribution system and stormwater management system prior to the construction of the proposed roadway improvements. Any roadway and landscape improvements shall be sequenced so that all proposed underground utilities are complete and final written acceptance by the COUNTY or the Utility Owner is obtained. 3. No two adjacent roadways may be under construction at the same time (i.e. construction shall be on alternating roadways, and every other roadway shall remain open for use). 4. In no case shall more than ten (10 %) percent of all roadways (in street and avenues) and ten (10 %) percent of alleyways in a section be under construction at the same time. The CONTRACTOR shall make every effort to provide access to driveways at the end of each workday. If a driveway is not accessible, the homeowner must have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, a parking area for those residents shall be provided within one block of the furthest home affected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The parking area location shall be determined by the CONTRACTOR, with the COUNTY'S approval. The CONTRACTOR shall lease property from the landowner(s), if and as required, and will provide a compacted, graded parking surface in compliance with all jurisdictional authorities' requirements. 5. The CONTRACTOR shall not begin construction on subsequent roadways until the initial roadways under construction are substantially complete. A roadway shall be considered substantially complete when all work is complete except for the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considered substantially complete. 6. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and the residents are only disrupted for one time period. This excludes water service plumbing work on private property which shall be scheduled after mains are tested and accepted for connection by individual services. 7. All affected residents and property owners shall be notified in writing a minimum of two (2) weeks prior to any disruption to or construction in road right - of -ways adjacent to their homes. The notification shall also indicate any special JJB I J parking or traffic conditions that will affect residents. Notification shall be in the form of certified letters. 8. When a planned water service shutdown must be implemented during the routine course of the Work, the CONTRACTOR shall submit a written request to the Public Works Department a minimum of 72 hours prior to the shutdown. Note that only the Public Utilities Department is authorized to shut -off water service and the CONTRACTOR must receive affirmative verification (in writing) from the Public Utilities Department before proceeding with any work that requires a planned water service shutdown. Once the approval is procured, the CONTRACTOR shall coordinate its efforts to ensure that the shutdown is implemented at the time and place that the CONTRACTOR requires. In addition, the CONTRACTOR shall notify each affected Owner / Occupant of the impacted area in the form of a door hanger at each affected property, no more than 48 hours prior to commencement of the planned water shut -down. 9. Access for emergency vehicles shall be maintained at all times to all homes or businesses. Excavations must be back -filled or barricaded at the end of each work day to prevent hazardous conditions. If a trench, excavation, or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each workday or when work will be suspended for more than eight (8) hours. 10. Transportation provisions for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to their homes. 11. The CONTRACTOR shall also make provisions with local bus, school bus, garbage collection, mail delivery, and other agencies for continuation of service. A traffic maintenance plan, indicating proposed street closings, schedules, and alternate routes which have been approved by the authority having jurisdiction, must be submitted to all affected agencies for coordination of rerouting if and as necessary. 12. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non - working hours, as defined in other sections of the specifications. Pipe and material shall not protrude out along installation routes. E. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within 210 Calendar days of the Notice -to- Proceed. F. Final Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 240 Calendar days of the Notice -to- Proceed. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual pedestrian and vehicular Traffic Control Plan at the Pre - Construction Conference. This preliminary plan shall JIB I I identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of a particular phase. B. The "Maintenance of Traffic" shall be prepared in accordance with the latest adopted editions of the Florida Department of Transportation Standard Specification for Road and Bridge Construction and the Collier County Utilities Standards Manual for Design and Construction. The Maintenance of Traffic plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: 1. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. CONTRACTOR shall not block bus and /or automobile access to schools during school hours. 2. In the case that a designated crossing of any portion of the designated walk route cannot be maintained, then the CONTRACTOR shall notify the applicable "School Safety Coordinator" a minimum of ten (10) working days prior to ceasing that route so that an alternate route can be established with the School and the Enforcing agency. 3. All WORK around both the Bus Drop Off Areas and Parent Drop Off Areas, shall be fully coordinated with the School's Principal and/or representative. 4. It shall be the responsibility of the CONTRACTOR for any necessary Construction, Pavement Marking and Signage or any Pedestrian Signalization and/or Signal Modification to accommodate an alternate safe walk route. C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the WORK shall be provided for in a satisfactory manner, as determined by the COUNTY. D. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the WORK shall be kept operational and accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. E. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. The permitted amount of storage of materials in the Right -of -Way is restricted to a maximum of a two week supply of materials and the materials shall be located no further than one block away from its place of installation. 11 B suspend WORK operations for vacations or holidays, the contract time will not be suspended. During suspensions, the CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the COUNTY. In addition, the CONTRACTOR shall comply with timely notice requirements as specified in the Contract Manual. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR's use of the project site shall be limited to its construction operations. Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the PROGRAM MANAGER. Note that staging areas of the project site are limited to the COUNTY'S right -of -way and /or easement. Other areas required for both material storage and a Field Office must be arranged and paid for by the CONTRACTOR, as part of its Base Bid cost. 1.13 PRE- CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre - construction Conference will be held between the CONTRACTOR, the PROGRAM MANAGER, the CONSULTANT, the COUNTY, other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be set by the PROGRAM MANAGER. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the PROGRAM MANAGER, the COUNTY, and the CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports ". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS A. To the extent possible, all 'existing utility lines in the project area have been shown on the plans. However, the COUNTY, the PROGRAM MANAGER and /or the CONSULTANT do not guarantee that all lines are shown, or that said lines are in their true location. It shall be the CONTRACTOR's responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location(s) of utilities or damages suffered as a result thereof of lines shown on the plans. B. The CONTRACTOR shall notify each utility companies involved at least thirty (30) days prior to the start of construction to arrange for positive underground location(s), relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the 31B CONTRACTOR. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the CONTRACTOR and the utility company involved. C. The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the CONTRACTOR for any loss of time or delay. D. All overhead, surface, or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The COUNTY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction of the Utility Owner and shall be inspected by a representative of the Utility Owner and the COUNTY. E. Prior to excavation activities, The CONTRACTOR shall reasonably notify all utility owners, including in the CITY of Naples, Collier County, Florida Power and Light, CenturyLink (telephone), Comcast (cable), gas, etc as well as the required agencies such as (Florida One Call). 1. 15 LINE AND GRADE A. The CONSULTANT has provided vertical and horizontal control for layout of the WORK in the form of bench marks and reference points located adjacent to the WORK. From these controls provided, the CONTRACTOR shall develop and make all detailed surveys needed for construction and shall establish all working points, lines, and elevations necessary to perform the WORK. This surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida. B. All data must be referenced to North American Datum (NAD) 83/90 and North American Vertical Datum (NGVD) 29 Datum in U.S. Survey Feet with a list of control points used; C. As- Built/Record Drawings are to be prepared, signed and sealed by a Florida Registered Professional Surveyor and Mapper (P.S.M.). In addition, all measurements for the As- Built/Record Drawings need to be performed under the supervision of a Florida Registered P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G -17 of the Florida Administrative Code. The As- Built/Record Drawings shall include and not be limited to the following: (1) All constructed improvements; 11 B (2) Enough information to easily compare constructed features to designed features; (3) Electronic CAD (2000 or newer) file in State Plane Fl. East; (4) Shall be based on design drawing format (sheets, profiles, x- sections). (5) Elevations on the as- builts shall be referenced to the datum on which the construction plans are based (NGVD 1929). The as- builts will require a conversion to NAVD88 datum on each sheet. 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The CONTRACTOR shall carefully protect from disturbance all survey monuments, stakes and bench marks, whether or not established by it, and shall not remove or destroy any surveying point until it has been properly witnessed by a representative of the COUNTY. All major survey monuments that have been damaged by the CONTRACTOR such as section corners, 1/4 section corners; property corners or block control points shall be replaced at the CONTRACTOR'S expense with markers of a size and type approved by the CONSULTANT. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the COUNTY. 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first -class working condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish, at its expense, properly zoned areas suitable for field office, material storage and equipment service and storage as defined in other sections of the specifications including but not limited to Section 01026 — Measurement and Payment. No material may be stored in the public right of way without prior authorization by the Authority Having Jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated from the job site, whether specified in the documents or not, shall remain the property of the COUNTY until released by the PROGRAM MANAGER, at which time it shall become the property of the CONTRACTOR, who shall dispose of it at no additional cost to the County in a manner, compliant with all applicable jurisdictional requirements. 11B 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete, or other unsuitable materials, whether specified in the documents or not, shall be disposed of off -site by the CONTRACTOR at no additional costs to the COUNTY. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. Any excess material desired to be retained by the COUNTY shall be delivered by the CONTRACTOR to a designated area within a 15 mile radius of the project, at no extra cost to the COUNTY. 1.21 AUDIO- VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color DVD media shall be prepared by .a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video tape documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio -video taping i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio - video taping for on projects of a similar nature within the last 12 months. 2. Prior to beginning the WORK, the CONTRACTOR shall have a multiple color DVD recordings taken along the entire length of the project to serve as a record of preconstruction conditions. No construction shall begin prior to review and approval of the recordings covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the DVD recording not conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The CONSULTANT shall designate those areas, if any, to be omitted from or added to the audio -video coverage. B. DVD or Blue Ray Media: 1. DVD or Blue Ray media shall be new and 'Archival' grade, properly labeled with a commercial grade print -on surface. 2. The CONTRACTOR shall provide the PROGRAM MANAGER two complete sets of DVDs for each of the project areas. I IB C. Equipment: 1. All equipment, accessories, materials, and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total DVD recording system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls, or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances recording coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. Video shall comply with NTSC -M Standards for standard or high definition. D. Recorded Information — Audio: Each DVD shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information - Video All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording, and station numbers as shown on the drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. 2. All recording shall be done during times of good visibility. No recording shall be done during precipitation, mist, or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles 11B per hour. Panning, zoom -in, and zoom -out rates shall be sufficiently controlled to maintain a clear view of the object. Recording coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs, and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio -video preconstruction record shall be included in the Base Bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made to existing water meters, valves, manholes and structures encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the Contract Plans does not relieve the CONTRACTOR from making such adjustments as may be deemed necessary. Cost for such work shall be included in the CONTRACTOR's Base Bid. 1.23 CONFLICTING STRUCTURES A. The CONTRACTOR shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The CONTRACTOR shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CONSULTANT as to its findings. 2. The CONSULTANT shall have full authority to direct the placement of conflicting structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe shown in the plans to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflicting structure, the CONTRACTOR shall protect the utility from damage by whatever means the utility owner and the CONSULTANT deem necessary. 4. In no case shall there be less than 6 inches between any two (2) pipe lines within the structure or between pipe lines and the structure. 11B 1.24 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves dust, noise, solid waste management, and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such -additional measures as directed by the CONSULTANT. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lowers than the ambient turbidity of undisturbed segments of adjacent surface waters. C. All protection requirements covered by this subsection shall be in compliance with all applicable jurisdictional agency requirements. 1.25 BASIS OF PAYMENT A. The CONTRACTOR's Professional Land Surveyor will measure all "As- built" quantities for payment and shall submit it to the PROGRAM MANAGER for review and approval in accordance with and in the manner set forth in Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS. In the event of disputes as to quantity, the PROGRAM MANAGER shall make the final determination; no additional compensation will be made for surveying services. This WORK shall be supervised by a Florida Licensed Registered Professional Land Surveyor. B. The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by PROGRAM MANAGER as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule. 3. Progress Photographs and or Aerial Photos 11B 1.26 APPLICATION FOR PAYMENT FOR STORED MATERIAL A. The CONTRACTOR is hereby advised that the COUNTY will not pay for stored materials unless agreed to in writing prior to submittal of the request for payment and accompanied by the documentation set forth in Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS. 1.27 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CONSULTANT, larger vibratory compaction equipment may be allowed if operated in a static mode only. The CONTRACTOR shall be responsible for all damages /claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CONSULTANT and the PROGRAM MANAGER informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage, and/or bodily injury shall be reported to the PROGRAM MANAGER within 24 hours of receipt of notice. The CONTRACTOR will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. CONTRACTOR will advise the PROGRAM MANAGER in writing of its decision/referral to carrier. 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility, in accordance with Exhibit H, General Terms and Conditions, Article 17, PERMITS, LICENCES, AND TAXES, to secure all permits of every description required to initiate and complete the work under this Contract, except for permits that may have already been obtained by the COUNTY. B. Permits may include but not be limited to the following: 1. Collier County Building Permit(s) 2. Collier County Right -of -Way Permit 3. (N.P.D.E.S.) Construction General Permit 11B C. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. D. The CONTRACTOR shall furnish to the PROGRAM MANAGER and the CONSULTANT copies of all permits prior to commencement of work requiring permits. 1.30 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or of successfully performing the Work. The COUNTY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the COUNTY. 1.31 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the CONTRACTOR shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01026 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. In accordance with Exhibit H, General Terms and Conditions, Article 4, PROGRESS PAYMENTS, payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, taxes, commissions, transportation and handling, bonds, insurance, overhead and profit and for all labor operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with requirements of the Contract Documents including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Schedule of Prices Bid. Hence, all costs therefore shall be included in the prices named in the Schedule of Prices Bid for the various appurtenance items of the WORK. B. Payment for the various items of the Schedule of Prices Bid shall constitute full compensation for all professional and construction services to be provided by the CONTRACTOR as noted in the specifications, conceptual drawings, and any other components of this Design Criteria Package. C. No separate payment for WORK OR MATERIALS will be made unless specifically stated on the plans or directed by the COUNTY. All bid items include, but are not limited to the following tasks: 1 MOBILIZATION 2 PROVIDE/MAINTAIN AS -BUILT PLANS 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT 4 MAINTENANCE OF TRAFFIC 5 FLOATING TURBIDITY BARRIER 6 STAKED SILT FENCE (TYPE III) 7 STAKED HAY BALES 8 CLEARING AND GRUBBING (10.1 Ac.) 9 UN- CLASSIFIED EXCAVATION 10 EMBANKMENT 118 11 MAINT. TRAVEL -WAY (6" LIMEROCK) 12 MAINT. TRAVEL -WAY (6" CONCRETE) 13 BOAT RAMPS (ARIvlORFLEX) 14 MANHOLES (J- 7)( <10') 15 INLETS (DITCH BOTTOM TYPE C)( <10') 16 INLETS (DITCH BOTTOM TYPE E)( <l0') 17 18" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 18 24" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 19 48" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 20 54" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 21 60" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 22 72" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 23 48" HDPE DR 32.5 PIPE (STORM SEWER)(ROUND SHAPE) 24 12" ADS PIPE 25 JACK AND BORE (52" I.D. 1/2" THICK STEEL CASING) 26 12" YARD DRAINS 27 18" MITERED END SECTION (CROSS DRAIN) 28 24" MITERED END SECTION (CROSS DRAIN) 29 CLASS I CONCRETE (ENDWALLS) 30 CLASS U CONCRETE (ENDWALLS) 31 REINFORCING STEEL (ENDWALLS) 32 RIP RAP (RUBBLE)(INCLUDES BEDDING STONE) 33 6' CHAIN LINK FENCE 34 IRON MESH FENCE (HOG WIRE) 35 6' CHAIN LINK SINGLE LEAF GATE (16' WIDE) 36 SODDING (BAHIA)(INCLUDES WATER, FERTILIZER & MOWING) 11B 37 PLANTINGS (ABOVE SEASONAL HIGH WATER TABLE) 38 PLANTINGS (BELOW SEASONAL HIGH WATER TABLE) 39 12" HDPE DIRECTIONAL DRILL (CARRIER PIPE) 40 4" DR 14 FORCE MAIN 41 4" AIR RELEASE VAVLE 42 4" PLUG VALVE 43 SANITARY SEWER MANHOLE 44 REMOVE 4" FORCE MAIN 45 REMOVE 24" FORCEMAIN 46 REMOVE 8" SANITARY SEWER 47 REMOVE SANITARY SEWER MANHOLE 48 12" WATERMAIN DEFLECTION (CONTINGENT ITEM) 49 24" FORCEMAIN DEFLECTION (CONTINGENT ITEM) D. The CONTRACTOR`s attention is called to the fact that the quotations provided for the various items on the Schedule of Prices Bid are intended to establish a GRAND TOTAL BASE BID AMOUNT for completing the WORK in its entirety. Should the CONTRACTOR feel that the cost for any item of WORK has not been established by the Schedule of Prices Bid in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the WORK in its entirety. 2.0 End of Section I IB 01031 -1 SECTION 01031 - GENERAL PROJECT PROCEDURES PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall coordinate work of all trades and schedule elements of alterations and renovation work by procedure and methods to expedite completion of the WORK. B. in addition to demolition work specified in the section entitled "Demolition ", the CONTRACTOR shall move and /or remove items necessary to provide access or to allow alterations and new work to proceed. Included in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2.. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring, to the extent they interfere with new installations. 3. Removal of unsuitable or extraneous materials not marked for salvage, such as abandoned furnishings and equipment, and debris such as rotted wood, large rocks or boulders, rusted metals and deteriorated concrete, to the extent they interfere with new installations. 4. Cleaning of surfaces and removal of surface finished as needed to install new work and finishes. 5. Protection as required of existing trees to remain. 6. All existing underground utilities, to the extent they interfere with new installations. 7. Site storage for all existing benches, signals, light poles, fire hydrants, utilities /manhole covers and grates to be relocated. C. The CONTRACTOR shall patch, repair and refinish existing items to remain, to the specified condition for each material, with a workmanlike transition to adjacent new items of construction. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications. B. General Conditions. 1.03 ALTERATIONS, CUTTING AND PROTECTION A. The CONTRACTOR shall assign the work of moving, removal, cutting, patching and protection to trades qualified to perform the work in a manner to use least damage to each type of work, and provide means of returning surfaces to appearance of new,work. B. The CONTRACTOR shall perform cutting and removal work to remove the minimum 11B necessary, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, masonry, tiie, plaster and /or metals, by methods to terminate surfaces in a straight line at a natural point of transition. C. Perform cutting and patching as specified in the section entitled "Cutting and Patching ". D. Protect existing finishes, equipment, and adjacent work which are scheduled to remain, from damage. E. If, in the opinion of the COUNTY, patch and /or repair will not result in a like and kind - preexisting condition, full replacement by the CONTRACTOR will be required at no additional cost to the COUNTY. PART 2 — PRODUCTS 2.01 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. The CONTRACTOR shall comply with the following general requirements so that the work may be completed: 1. Provide the same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. Generally the Contract Documents will not define products or standards of workmanship present in existing construction. Hence, the CONTRACTOR shall determine products and construction types in its inspection and any necessary testing, and workmanship by use of the existing as a sample of comparison. 2. Note that the presence of a product, finish, or type of construction, requires that the CONTRACTOR patch, extend and/or match as necessary to make the work complete and consistent with existing standards of quality. PART 3 — EXECUTION 3.01 PERFORMANCE A. The CONTRACTOR shall patch and extend existing work using skilled workers capable of matching existing quality of workmanship. Quality of patched or extended work shall be not less than that specified for new work. I FIT A. The CONTRACTOR shall patch and replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, and /or shows other imperfections, with matching material. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish entire surface to the nearest intersections or the transition point/iine as approved by the COUNTY. 11B 3.03 TRANSITION FROM EXISTING TO NEW WORK A. When new work .abuts or is finished flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch at transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible, terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim to or trim finished surfaces appropriately. 3.04 CLEANING A. Perform periodic and final cleaning as specified in the Section entitled "Cleaning ". B. At completion of the work of each trade, clean area and make surfaces ready for work of successive trades. C. At completion of alterations work in each area, provide final cleaning and return space to a condition suitable for use. - END OF SECTION - 11B ' SECTION 01045 - CUTTING AND PATCHING PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutting, fitting and patching, including attendant excavation and backfiil, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill -timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to the requirements of the Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTALS A. Submit a written request to the CONSULTANT or the COUNTY well in advance of executing any cutting or alteration which affects: 1. Work of the COUNTY or any other CONTRACTOR. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather - exposed or moisture - resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of exposed to view elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of the COUNTY or any other CONTRACTOR, or on structural or weatherproof integrity of the project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, and/or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Written permission of any other CONTRACTOR or property whose work will be affected. 11B ' C. Should conditions of work or the schedule indicate a change of products from the original installation, the CONTRACTOR shall submit request for substitution as specified in the General Conditions. D. Submit written notice to the CONSULTANT or the COUNTY designating the date and time the work will be uncovered. PART 2 — PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3 — EXECUTION 3.01 INSPECTION A. The CONTRACTOR shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, and /or performance of work. C. Report unsatisfactory and /or questionable conditions affecting installation of products, and /or performance of work, in advance of installation, and /or performance of work. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value and /or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. C. Provide protection from elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather - exposed or moisture- resistant elements. 2. Exposed to view finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of the Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection or as approved by the COUNTY. 2. For an assembly, refinish entire unit. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. - END OF SECTION - 11B SECTION 01050 - FIELD ENGINEERING PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the project except as otherwise noted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications B. General Conditions. 1.03 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered Professional Land Surveyor, acceptable to the County. 1.04 SURVEY REFERENCE POINTS A. The CONSULTANT has provided reference points with horizontal and vertical control, located as shown on the plans. B. The CONTRACTOR shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to CONSULTANT. 2. Report to CONSULTANT and /or PROGRAM MANAGER when any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. 3. The CONTRACTOR's surveyor shall replace project control points which may be lost or destroyed, based on the original survey control. 1.05 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR's surveyor shall establish a minimum of two permanent bench marks on site, referenced to data established by survey control points. B. The CONTRACTOR shall establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Stakes for grading and fill placement. 2. Controlling lines and levels as required. C. From time to time, verify layouts by same methods. 11B D. All data must be referenced to North American Datum (NAD) 83/90 and North American Vertical Datum (NGVD) 29 Datum in U.S. Survey Feet with a list of control points used; E. As- Built/Record Drawings are to be prepared, signed and sealed by a Florida Registered Professional Surveyor and Mapper (P.S.M.). In addition, all measurements for the As-Built/Record Drawings need to be performed under the supervision of a Florida Registered P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G -17 of the Florida Administrative Code. The As- Built/Record Drawings shall include and not be limited to the following: 1. All constructed improvements; 2. Enough information to easily compare constructed features to designed features; 3. Electronic CAD (2000 or newer) file in State Plane Fl. East; 4. Shall be based on design drawing format (sheets, profiles, x- sections); 5. Elevations on the as- builts shall be referenced to the datum on which the construction plans are based (NGVD 1929). The as- builts will require a conversion to NAVD88 datum on each sheet. F. Perform periodic surveying of the Contractor's work as necessary to check for conformance with the plans and specifications and prepare As -built survey of the finished work in accordance with Collier County standards. Note the Contractor is responsible for all construction stake out. 1.06 RECORDS A. The CONTRACTOR shall maintain a complete, accurate log of all control and survey work as it progresses. B. On completion of construction work, prepare a certified survey showing all dimensions, locations, and elevations of project. 1.07 SUBMITTALS A. Submit names and addresses of Professional Land Surveyor and Professional engineer retained for the project to the CONSULTANT. B. On request of CONSULTANT, submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by Registered Engineer or Professional Land Surveyor certifying that elevation and locations of work are in conformance with Contract Documents. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - liB SECTION 01060 - REGULATORY REQUIREMENTS & PERMITS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all Federal, State, and local {Collier County) building codes, laws and /or ordinances as appropriate to the project, including but not limited to the following: 1. National Electric Code. 2. Florida Building Code. 3. Chapter 556, Florida Statutes, Underground Facility Damage Prevention and Safety Act. 4. Others as noted in the Section entitled "Summary of Work ". 5. The Americans with Disabilities Act. B. The CONTRACTOR shall comply with regulations, rules, and directives of all agencies, boards, districts, and governmental authorities having jurisdiction. C. The CONTRACTOR shall obtain required permits and pay fees as well as associated costs for those permits for the project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. The CONTRACTOR shall be reimbursed for permit fees in accordance with EXHIBIT H, General Terms & Conditions, Article 17, PERMITS, LICENCES AND TAXES B. There shall be no special measurement or payment for the work under this section; it shall be included as part of Base Bid Item No. 1, under Mobilization PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11 SECTION 01090 - REFERENCE STANDARDS PART 1 —GENERAL 1.01 THE REQUIREMENT A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of codes and similar regulations governing the work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to 'Building Code" shall mean "Florida Building Code ". Reference to "Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials (ICBO). Similarly, references to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBO). "'Electric Code" or "National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. 116 C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CONSULTANT for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. D. The CONTRACTOR shall construct the work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. Applicable Standard Specifications: References in the Contract Documents to "Standard Specifications" or SSPWC shall mean the Standard Specifications for Public Works Construction, 1991 Edition. F. References herein to "OSHA Regulations for Construction" shall mean. Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. Reference the section entitled "Summary of Work" for additional requirements. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01152 - APPLICATIONS FOR PAYMENT PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall submit Applications for Payment to the PROGRAM MANAGER and CONSULTANT in accordance with schedule agreed to and as per the requirements laid out in Exhibit H, General TERMS & CONDITIONS, Article 4, PROGRESS PAYMENTS. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Conditions. B. All applicable sections of the Specifications. 1.03 FORMAT AND DATE. REQUIRED A. Submit itemized applications in a Standard AIA Form G702 and G703 as provided in Exhibit D (FORM OF CONTRACTAPPLICATION FOR PAYMENT and the continuation sheet entitled SCHEDULE OF VALUES). 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and scheduled dollar value for each item. 2. Fill in the value in each column for each scheduled line item when work has been performed. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the CONSULTANT requires substantiating data, the CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 11B 4. For stored products (if applicable): a. Item number and identification as shown on application. b. Description of specific material. 5. Other information as may be deemed necessary. B. Submit one copy of data and cover letter for each copy of application. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Exhibit H, General TERMS & CONDITIONS, Article 6, FINAL PAYMENT 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to PROGRAM MANAGER at the times stipulated in Exhibit H, General TERMS & CONDITIONS, Article 4, PROGRESS PAYMENTS and on the schedule agreed to at the Pre - Construction Meeting B. Number: Six copies of each Application C. When the CONSULTANT finds Application properly completed and correct, it will be Certified and transmitted to the County for payment to the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01200 - PROJECT MEETINGS PART 1 —GENERAL 1.01 THE REQUIREMENTS A. The CONSULTANT and /or the PROGRAM MANAGER shall schedule and administer preconstruction, bi- weekly progress and specialty meetings throughout the progress of the WORK. As a part of its duties, the PROGRAM MANAGER shall: 1. Prepare or have prepared agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record or have recorded the minutes; include significant proceedings and decisions. 5. Timely reproduce and distribute copies of minutes after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting, as deemed necessary. B. Representative of the CONTRACTOR, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shall attend all meetings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 PRE - CONSTRUCTION MEETING A. Schedule at the CONSULTANT's and /or the PROGRAM MANAGER's direction. B. Location: A central site, convenient for all parties, designated by the CONSULTANT and /or the PROGRAM MANAGER. C. Attendance: 1. The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. The CONSULTANT and /or the PROGRAM MANAGER and its professional consultants, as applicable. 3. Representatives of the County. 4. Others as requested by the CONTRACTOR, COUNTY, PROGRAM MANAGER and /or the CONSULTANT. D. Suggested Agenda: 1. Distribution and discussion of: 118 a. List of major subcontractors and suppliers (by CONTRACTOR). b. Projected Construction Schedules (by CONTRACTOR). c. Shop drawings and other submittals (by CONTRACTOR). d. Traffic maintenance plan (by CONTRACTOR). e. Community Public Relations (by COUNTY & CONSULTANT and /or PROGRAM MANAGER) 2. Critical work sequencing (by CONTRACTOR). 3. Procurement of major equipment and materials requiring a long lead time (by CONTRACTOR). 4. Project Coordination (ALL PARTIES). a. Designation of responsible personnel. 5. Procedures and processing of: (by CONSULTANT and /or PROGRAM MANAGER) a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment 6. Adequacy of distribution of Contract Documents (by CONSULTANT and /or PROGRAM MANAGER) 7. Procedures for maintaining Record Documents (by CONSULTANT and )or PROGRAM MANAGER) B. Use of premises (by CONSULTANT and /or PROGRAM MANAGER): a. Office, work and storage areas. b. County's requirements. 9. Construction facilities, controls and construction aids (by CONTRACTOR). 10. Temporary utilities (by CONSULTANT and /or PROGRAM MANAGER) 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by CONSULTANT and /or PROGRAM MANAGER) 1.03 PROGRESS MEETINGS A. Attend regular weekly meetings on a day established by the CONSULTANT and /or the PROGRAM MANAGER, as required. B. Hold called meetings as required by progress of the WORK. C. Location of the meeting: At location determined by the CONSULTANT and /or the PROGRAM MANAGER. D. Attendance: 1. The CONSULTANT and /or the PROGRAM MANAGER and its professional consultants as needed. 2. The CONTRACTOR and its subcontractors and suppliers, as required. 3. Governmental representatives as appropriate. 11B 4. Others, as requested by the CONTRACTOR, COUNTY, PROGRAM MANAGER and /or the CONSULTANT. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting (ALL PARTIES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 3. Field observations, problems, conflicts (ALL PARTIES) 4. Problems which impeded Construction Schedule (by CONTRACTOR, Resident Representative). 5. Corrective measures and procedures to regain projected schedule (by CONTRACTOR). 6, Review of off -site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL PARTIES) 8. Review submittal schedules; expedite as required (by CONSULTANT and /or PROGRAM MANAGER) 9. Pending changes and substitutions (by CONSULTANT and /or PROGRAM MANAGER, DESIGN ENGINEER) 10. Permit Status (ALL PARTIES). 11. Testing Status (by CONTRACTOR). 12. Payments to CONTRACTOR (CONSULTANT and /or PROGRAM MANAGER) 13. Other business PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - 11B SECTION 01311 - SCHEDULES AND REPORTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall plan, schedule, execute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. B. The primary objectives of the CPM scheduling requirements are: (1) to insure adequate planning and execution of the WORK by the CONTRACTOR; (2) to assist the COUNTY, CONSULTANT and /or the PROGRAM MANAGER in evaluating progress of the WORK; (3) to provide for optimum coordination by the CONTRACTOR of its trades, subcontractors and Suppliers, and of its WORK with the WORK and /or services provided by any other CONTRACTORS; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the WORK; and (5) to provide a mechanism or tool for use by the COUNTY, CONSULTANT and /or the PROGRAM MANAGER, and the CONTRACTOR in determining and monitoring any actions of the CONTRACTOR which may be required in order to comply with the requirements of the Contract Documents relating to the completion of the various portions of the WORK by the Specific Dates specified in the Contract Documents. C. The CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the means, methods, techniques and procedures to be employed. The Construction Schedule shall represent the CONTRACTOR's best judgment of how it will prosecute the WORK in compliance with the Contract requirements. The CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated_ , and revised as the Project conditions and the Contract Documents may require. D. The CONTRACTOR shall consult with its principal subcontractors and suppliers relating to the preparation of its construction plan and Construction Schedule. Principal subcontractors shall receive copies of those portions of CONTRACTOR' Construction Schedule which relate to their WORK and shall be continually advised of any updates or revisions to the Construction Schedule as the WORK progresses. When the CONTRACTOR submits its Construction Schedule to the CONSULTANT and /or the PROGRAM MANAGER or makes any proposed updates or revisions to such Schedule, it will be assumed by the COUNTY and the CONSULTANT and /or the PROGRAM MANAGER that the CONTRACTOR has consulted with and has the concurrence of its principal subcontractors and suppliers. The CONTRACTOR shall be solely responsible for ensuring that all subcontractors and suppliers comply with the requirements of the Construction Schedule for their portions of the WORK. E. The CONTRACTOR shall provide the basic data relating to activities, durations and sequences to the CONSULTANT and /or the PROGRAM MANAGER as part of the 11B CONTRACTOR's draft of the Construction Schedule. This data shall reflect the CONTRACTOR's actual construction plan for the Project, and shall fully comply with all requirements of the Contract Documents. F. When there are other CONTRACTORS working concurrently on the Project whose WORK must interface or be coordinated with the WORK of the CONTRACTOR, the CONTRACTOR shall coordinate its activities with the activities of the other CONTRACTORS and shall, prior to the submission of its Construction Schedule to the CONSULTANT and /or the PROGRAM MANAGER, obtain written approval of its Construction Schedule by the other CONTRACTOR& If the CONTRACTOR is unable to obtain such written approval by the other CONTRACTORs after its best efforts to do so, or if a conflict occurs that cannot be resolved by mutual agreement between the CONTRACTOR and any other CONTRACTOR, the CONSULTANT and /or the PROGRAM MANAGER shall make a determination of the schedule which shall be binding upon the CONTRACTOR and the other CONTRACTOR& G. It is understood and agreed that the Construction Schedule is to represent the CONTRACTOR's best plan and estimate for the WORK; however, the CONTRACTOR acknowledges that the Construction Schedule may have to be revised from time -to -time as progress proceeds. The CONTRACTOR further acknowledges and agrees that the COUNTY, the CONSULTANT and/or the PROGRAM MANAGER do not guarantee that: (1) The CONTRACTOR can start WORK activities on the "early start" or "late start" dates or complete WORK activities on the "early finish" or "late finish" dates shown in the schedule, or as same may be updated or revised; (2) The CONTRACTOR can proceed at all times in the sequence established by the utilization of only the resources and manpower it initially plans for the performance of the WORK; (3) The CONTRACTOR' Schedule will not have to be modified in order to obtain the agreement of any other CONTRACTORS to the schedule; or (4) The CONTRACTOR's Construction Schedule will not have to be modified or changed by direction of the CONSULTANT and /or PROGRAM MANAGER. Any changes, modifications or adjustments made by the CONTRACTOR to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents. H. The CONTRACTOR acknowledges and agrees that its Construction Schedule must be flexible to accommodate and allow for its coordination with the operations of the COUNTY residents and /or the WORK of other CONTRACTORs relating to the Project. The CONSULTANT and /or PROGRAM MANAGER will review the CONTRACTOR's Construction Schedule for compatibility with the CITY operations and the WORK of other contractors. The CONTRACTOR agrees to hold meetings with the COUNTY, CONSULTANT and /or PROGRAM MANAGER and other CONTRACTORs to resolve any conflicts between the CONTRACTOR's Construction Schedule and the WORK of other CONTRACTOR& The CONTRACTOR agrees to fully cooperate with the operations of the COUNTY or other contractors to resolve such conflicts and to revise its Construction Schedule as reasonably required. I. To maintain the orderly progress of the WORK performed on the Project, the CONSULTANT and /or PROGRAM MANAGER shall have the right to determine, in its sole discretion, the priority between the WORK performed by the CONTRACTOR and 11B the WORK of any other CONTRACTORS or the COUNTY's operations; this decision shall be final and binding upon the CONTRACTOR and shall not be a cause for extra compensation or an extension of time, except where an extension of time is granted because of a delay for which the CONTRACTOR is otherwise entitled to an extension under the Contract Documents. Provided, however, that this right shall not be exercised by the CONSULTANT and /or PROGRAM MANAGER unless: (1) the determination is necessary, in the opinion of the CONSULTANT and /or PROGRAM MANAGER because of Project conditions; and (2) The CONTRACTOR and any other contractors cannot otherwise agree upon such priority of schedule construed as relieving the CONTRACTOR of its obligation to cooperate with any other contractors on the Project. J. If CONTRACTOR's Construction Schedule indicates that the COUNTY or any other CONTRACTOR is to complete an activity or perform certain preceding WORK by a particular date, or within certain duration, the COUNTY and the CONSULTANT and /or PROGRAM MANAGER, or any other CONTRACTOR shall not be bound to said date or duration unless COUNTY expressly and specifically agrees in writing to same. The review and approval or acceptance by the COUNTY, CONSULTANT and /or PROGRAM MANAGER of the Construction Schedule or any other schedule or plan of construction of the CONTRACTOR, does not constitute an agreement by the COUNTY, CONSULTANT and /or PROGRAM MANAGER of any start or finish date in the schedule or specific durations or sequences for activities of the COUNTY or any other CONTRACTOR; provided, however, that nothing herein shall be construed as modifying or changing, or excusing the performance of the CONTRACTOR of required portions of the WORK by the Specific Dates as set forth in the Contract Documents. K. The Specific Dates set forth in the Contract Documents represent only the major items of the WORK and may include interface dates with the operations of the COUNTY, the WORK of other contractors or others. Specific Dates are Contract requirements and are of the essence to this Contract and to the coordination of the WORK by the CONTRACTOR. Specific Dates represent the latest allowable start or. completion time for those portions of the WORK to which each Specific Date relates. The Specific Dates are not intended to be a complete listing of all WORK under this Contract or of all interfaces with WORK performed by other contractors, the COUNTY or others. The CONTRACTOR shall determine the time requirements for all such interfaces and shall be responsible for planning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. L. Acceptance by the COUNTY of the CONTRACTOR's Construction Schedule, or any revisions or updates thereto, is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing each portion of the WORK within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Acceptance by the COUNTY in no way makes the COUNTY, CONSULTANT and /or PROGRAM MANAGER an insurer of the reliability, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that the CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by the COUNTY or CONSULTANT and /or PROGRAM MANAGER. I IB M. Should the CONTRACTOR intend or plan to complete the WORK, or any portion thereof, earlier than any applicable Specific Date or the Contract Time, the CONTRACTOR shall give timely and reasonable notice of this fact to the CONSULTANT and /or PROGRAM MANAGER. The COUNTY shall have the sole discretion to agree to or reject such early completion plan by the CONTRACTOR. The COUNTY and the CONSULTANT shall have no duty or obligation to agree to, or to cooperate with the CONTRACTOR regarding any early completion plan or proposal by the CONTRACTOR and shall not be liable for any damages of the CONTRACTOR because of the rejection by the COUNTY of said plan. N. Unless otherwise specifically provided in the Contract Documents, the CONTRACTOR acknowledges that the COUNTY, CONSULTANT and /or PROGRAM MANAGER, and the CONSULTANT have contemplated in their planning and initial scheduling of the Project, and in their budgeting for professional services, that the WORK will be performed on a 5- day WORK week basis, utilizing a single 8 -hour shift per day. The COUNTY and the CONSTRUCTION PROGRAM MANAGER shall have the sole discretion of approving or rejecting a variance in the WORK week, number of shifts, or shift length. Unless otherwise agreed by the COUNTY or the CONSTRUCTION PROGRAM MANAGER, the CONTRACTOR shall bear the cost of, and pay the COUNTY for additional staff and supervisory personnel, including but not limited to the services of the CONSULTANT and /or PROGRAM MANAGER and the CONSULTANT necessary to support any variance in the contemplated WORK week, number of shifts or shift length. 1.02 POST AWARD ACTIVITIES A. Upon receipt by CONTRACTOR of the Notice to Proceed, and until the Construction Schedule is approved by the CONSULTANT, the CONTRACTOR shall proceed with its WORK in accordance with the Preliminary schedule -which was presented at the Pre - Construction Conference. B. Pre - Construction Conference: the CONTRACTOR shall, upon notification from the CONSULTANT, attend the Pre - Construction conference. One agenda item at this meet will be an orientation session relating to the Schedules and Reports requirements for this Project. This orientation meeting is designed to review Contract milestones and construction sequence restraints to assist the CONTRACTOR in planning its WORK and in developing its Construction Schedule. The CONTRACTOR shall arrange for its project manager and superintendent, major subcontractors and suppliers, and any scheduling engineers that it may employ to attend the orientation session. Among other things, the CONSULTANT will review: the objectives of the Schedules and Reports requirements; the procedures and requirements for the preparation of the Construction Schedule and Schedule of Values by the CONTRACTOR; how the requirements of the Contact Documents will be monitored and enforced by the CONSULTANT; long -lead items and time requirements for WORK by Subcontractors will be identified. It is understood and agreed that the CONSULTANT has no authority to waive any requirements of the Contract Documents at this orientation meeting, and all requirements of the Contract Documents remain applicable to CONTRACTOR`s WORK whether or not discussed at this session. 118 C. Should the CONTRACTOR fail or refuse to attend the Pre - Construction Conference, the COUNTY shall have the right to terminate CONTRACTOR for default pursuant to the provisions of Exhibit H, General TERMS & CONDITIONS. 1.03 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (10) calendar days of the Notice of Award, (even though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the PROGRAM MANAGER, shall complete a draft of its time scaled network graphic in accordance with Exhibit H, General Terms & Conditions, Article 3, SCHEDULE. 1. Except for procurement requirements, the CONTRACTOR shall differentiate activities of the Schedule so that no single activity shown has a duration longer than fourteen (14) calendar days, unless the PROGRAM MANAGER, in its sole discretion, accepts a longer duration for certain activities. 2. The Construction Schedule shall represent the CONTRACTOR's best judgment and intended plan for completion of the WORK in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities'to be accomplished by any other contractors, and interface dates with utility owners, the COUNTY's operations and others. The Construction Schedule shall anticipate all necessary manpower and resources to accomplish the activities within the durations set forth in the Construction Schedule. B. The PROGRAM MANAGER shall have the right to require the CONTRACTOR to modify any CONTRACTOR data or any portion of the CONTRACTOR's Construction Schedule, Schedule of Values or Recovery Schedule, as herein required, with the CONTRACTOR bearing the expense thereof, which the PROGRAM MANAGER reasonably determines to be: (1) impracticable; (2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required to ensure proper coordination by the CONTRACTOR of the WORK of its Subcontractors and with the WORK or services being provided by any other Contractors; (5) necessary to avoid undue interference with the owner's operations or those of any utility owners or adjoining property owners; (6) necessary to ensure completion of the WORK by the Specific Dates set forth in the Contract Documents; (7) required for the CONTRACTOR to comply with the requirements of the Contract Documents or (8) not in accordance with the CONTRACTOR's actual operations. 1.04 CONSTRUCTION SCHEDULE A. Prior to issuance of the Notice to Proceed (NTP), the CONTRACTOR shall provide the COUNTY and the CONSULTANT with a time- scaled graphic network of activities 116 and computer listing of all activities included in the Construction Schedule (Baseline Schedule). B. The Construction Schedule shall consist of a time- scaled, detailed network graphic representation of all activities which are part of the CONTRACTOR's construction plan and an accompanying computerized mathematical analysis of these activities. The graphic network shall include, but not be limited to, the following information: 1. Project Name 2. Activities of completed WORK ready for use by next trade, the COUNTY, etc. 3. Activities relating to different areas of responsibility, such as subcontracted work which is distinctly separate from that being done by the CONTRACTOR directly; 4. Different categories of work as distinguished by craft or crew requirements; 5. Different categories of work as distinguished by equipment requirements; 6. Different categories of work as distinguished by-materials; 7. Distinct and identifiable subdivisions of work such as structural slabs, Conveyance Piping, Drainage Structures, etc; 8. Locations of work within the Project that necessitates different times or crews to perform; 9. Outage schedules for existing utility services that will be interrupted during the performance of the work; 10. Acquisition and installation of equipment and materials 11. Material to be sorted on site; and 12. Specific Dates. C. For all major equipment and materials to be fabricated or supplied for the Project, the Construction Schedule shall show a sequence of activities including: 1. Preparation of Shop Drawings and sample submissions; 2. A reasonable time for review of Shop Drawings and samples or such time as specified in the Contract Documents: 3. Shop fabrication, delivery, and storage; 4. Erection or installation; and 5. Testing of equipment and materials. D. The Construction Schedule shall include late completion dates for the WORK that is no later than the required Specific Dates. The time - scaled graphic network shall be drawn based upon the early start dates of activities shown on the graphic. E. All activity durations shall be given in calendar days. 1.05 SCHEDULE OF VALUES A. Within ten (10) days after acceptance of the Construction Schedule by the COUNTY and CONSULTANT, the CONTRACTOR shall submit a Schedule of Values, allocating a dollar value for the activities on the Construction Schedule. The dollar value for each activity shall be the cost of the WORK of the activity including labor, materials, and pro rata contribution of General Condition requirements, overhead and profit. The sum of all activity costs shall equal the total Contract Sum. The CONTRACTOR shall revise the Schedule of Values as necessary to gain the acceptance of the CONSTRUCTION 11B CONSULTANT and the COUNTY. B. The activity cost for the Schedule of Values shall be coded with a cost code corresponding to the trade, subcontractor or Supplier performing the WORK so that subtotals for each division of the WORK can be prepared. C. The Schedule of Values shall, in the best judgment of the CONTRACTOR, represent a fair, reasonable and equitable dollar (cost) allocation for each activity on the Construction Schedule. 1.06 CONTRACTOR CERTIFICATION OF SCHEDULE A. The CONTRACTOR shall include the following certification with its accepted schedule submittals: 1. 'The undersigned CONTRACTOR certifies that the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is the CONTRACTOR's Construction Schedule as required by the Contract document; and that said Schedule is a true and accurate representation of its plan of construction for the WORK and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this Schedule, subject to any change therein which are implemented in accordance with the Contract Documents; and the undersigned acknowledges that this Schedule shall be the instrument by which progress of the WORK shall be monitored, and the CONTRACTOR certifies that it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with other Contractors." 1.07 UPDATING OF CONSTRUCTION SCHEDULE /PROGRESS REPORTS A. On or about the dates specified but prior to the monthly Application for Payment, the CONTRACTOR shall arrange for its project manager and superintendent to meet at project site with the PROGRAM MANAGER to review CONTRACTOR's report of actual progress .prepared by the CONTRACTOR. Said report shall set forth up -to -date and accurate progress data, shall be based upon the CONTRACTOR's best judgment and shall be prepared by the CONTRACTOR in consultation with all principal subcontractors and suppliers. B. The progress report of the CONTRACTOR shall show the activities or portions of activities, completed during the reporting period, the actual start and finish dates for these activities, remaining durations and /or estimated completion dates for activities currently in progress. C. The CONTRACTOR shall produce a computerized update work sheet for completion as a part of this process. D. The CONTRACTOR shall submit a narrative report with the updated progress analysis which shall include, but not be limited to a description of problem areas, current and anticipated delaying factors and their impact, explanations of corrective actions taken or planned, any newly planned activities or changes in sequence, and proposed 118 logic for a Recovery Schedule, if required, as further described herein. The report shall also include: 1. A narrative describing actual WORK accomplished during the reporting period; 2. A list of major construction equipment used on the WORK during the reporting period and any construction equipment idle during the reporting period; 3. The total number of men by craft actually engaged in the WORK during the reporting period, with such total stated separately as to office, supervisory, and field personnel; 4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total number of men by craft, and separately stating such total as to office, supervisory and field personnel; 5. A list of CONTRACTOR supplied materials and equipment, indicating current availability and anticipated jobsite delivery dates; 6. Changes or additions to supervisory personnel since the preceding progress report. E. The CONTRACTOR will provide computer reports and monthly reports thereafter, in accordance with the following: 1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following minimum information for each activity: a. Activity number, description and estimated duration in days; b. Early and late finish dates; c. Percentage of each activity competed as of each report; d. Remaining float/days behind schedule; e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts. F. The CONTRACTOR shall be solely responsible for expediting the delivery of all materials and equipment to be furnished so that the progress of construction shall be maintained according to the currently accepted Construction Schedule for the WORK. The CONTRACTOR shall notify the PROGRAM MANAGER in writing, and in a timely and reasonable manner, whenever the CONTRACTOR determines or anticipates that the delivery date of any material or equipment to be fumished by the CONTRACTOR will be later than the delivery date indicated by the Construction Schedule, or required consistent with the completion requirements of this Contract, subject to schedule updates as herein provided. G. The CONTRACTOR shall ensure that the critical path runs through on -site activities and that off -site activity do not control the critical path of the Construction Schedule. 1.08 INITIAL PROGRESS PAYMENT A. The completed Construction Schedule, including the Schedule of Values, will be required for each Application for Payment. However, one initial provisional progress payment may be payable in the sole discretion of the COUNTY if it determines the CONTRACTOR is complying with these Schedules and Reports provisions during the development of the Construction Schedule and Schedule of Values as required herein. However, no more than one Application for Payment will be approved until all of the requirements of these Schedules and Reports provisions have been met. 1.09 RECOVERY SCHEDULE A. Should the updated Construction Schedule show at any time during CONTRACTOR's performance, in the sole opinion of the PROGRAM MANAGER, that the CONTRACTOR is- fourteen (14) or more days behind schedule for any Specific Date, the CONTRACTOR shall prepare a Recovery Schedule at no additional cost to the COUNTY (unless the COUNTY is solely responsible for the event or occurrence which has caused the schedule slippage) explaining and displaying how the CONTRACTOR intends to reschedule its WORK to regain compliance with the Construction Schedule during the immediate subsequent pay period. B. If the CONTRACTOR believes that all of the time can be recovered during the subsequent pay period the CONTRACTOR will be permitted to prepare a Recovery Schedule as set forth below. However, if the CONTRACTOR believes it will take more than thirty (30) days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the requirements for a Schedule Revision. 1. The CONTRACTOR shall prepare and submit to the CONSULTANT a one - month maximum duration Recovery Schedule, incorporating best available information from subcontractors and others which will permit return to the Construction Schedule at the earliest possible time. The CONTRACTOR shall prepare a Recovery Schedule to the same level of detail as the Construction Schedule for maximum duration of one month. This Recovery Schedule shall be prepared in coordination with other CONTRACTORs on the Project. 2. Within two (2) days after submission of Recovery Schedule to the PROGRAM MANAGER, the CONTRACTOR shall participate in a conference to review and evaluate the Recovery Schedule. Within two (2) days of conference, the CONTRACTOR shall resubmit the Schedule with revisions necessitated by the CONSULTANT's review for its PROGRAM MANAGER review and acceptance. The CONTRACTOR shall use the approved Recovery Schedule as its plan for returning to the Construction Schedule. 3. The CONTRACTOR shall confer continuously with the PROGAM MANAGER to assess the effectiveness of the Recovery Schedule. As a result of these conferences, the PROGAM MANAGER may require the CONTRACTOR to pertain the following: a. If the PROGAM MANAGER determines that the CONTRACTOR is still behind schedule, the PROGAM MANAGER may direct the CONTRACTOR to revise the schedule and comply with all of the requirements of a Schedule Revision as stated herein and the other requirements of the Contract Documents; however, nothing herein shall limit in any way the rights and remedies of the COUNTY and the PROGAM MANAGER as provided elsewhere in the Contract Documents. b. If the CONSTRUCTION PROGRAM MANAGER determines that the -4usa CONTRACTOR has successfully complied with provisions of the Recovery Schedule, the PROGRAM MANAGER may direct the CONTRACTOR to return to the use of the approved Construction Schedule. 1.10 SCHEDULE REVISIONS A. Should the CONTRACTOR desire to or otherwise be required under the Contract Documents to make modifications or changes in its method of operation, its sequence of WORK or the duration of the activities in the Construction Schedule, it shall do so in accordance with the requirements of the Contract Documents. Revisions to the approved Construction Schedule must be approved in writing by the PROGRAM MANAGER. B. The CONTRACTOR shall submit requests for revisions to the Construction Schedule to the CONSTRUCTION PROGRAM MANAGER, together with written rationale for revisions and description of logic for rescheduling WORK and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions as acceptable to the PROGRAM MANAGER and the COUNTY will be incorporated into the next update of the Construction Schedule. The CONTRACTOR shall pay the COUNTY for costs incurred by the PROGRAM MANAGER for the revisions. C. If there are other Contractors in the vicinity of the Project, prior to the submission by the CONTRACTOR of its proposed revisions to the Schedule, it shall meet with and gain written approval of the other Contractors to make the revisions which shall be evidenced by the signatures of said Contractors on the proposed schedule revisions. If accepted by the CONSTRUCTION PROGRAM MANAGER and the COUNTY the revisions shall be binding upon the CONTRACTOR and all other Contractors on the Project. D. In submitting any schedule revision proposal to the PROGRAM MANAGER, the CONTRACTOR shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule, which comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated, is proposal for the CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK, including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this revised schedule, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision from all other CONTRACTORs, as evidenced by their signature thereon; and the CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all other CONTRACTORs, as evidenced by their signature thereon; and the CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with other CONTRACTORs." 1.11 FLOAT TIME 11B A. Float or slack time associated with one chain of activities is defined as amount of time between the earliest start date and the latest start date, and /or between the earliest finish date and the latest finish date for such activities, as calculated as part of the Construction Schedule. Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of the COUNTY. The CONTRACTOR specifically agrees that float time is to be used .by the COUNTY and /or the CONSULTANT in conjunction with their review activities and /or to resolve for any modification of the Specific Dates and /or an extension of the Contract Time and /or a claim for additional compensation as a result of any Project related problem. B. At a minimum, the CONTRACTOR's schedule shall include a minimum of ten percent (10 %) of the Project's calendar day duration of float time, through the critical path and throughout the Project duration. 1.12 CONTRACTOR'S ORGANIZATION A. The CONTRACTOR shall maintain as part of its organization, or hire a subcontractor with, a competent staff of sufficient size who are knowledgeable in the use, application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare input information for the Construction Schedule, monitor progress, provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. 1.13 DEFAULT A. Failure of the CONTRACTOR to substantially comply with the requirements of this Section shall constitute a default by the CONTRACTOR of its obligations under this Contract and shall be sufficient cause for termination of CONTRACTOR under the General Terms & Conditions (Exhibit H, Article 18) of this Contract. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 1 I SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 — GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the OWNER, CONSULTANT, or other representatives of the OWNER, shall be directed through the PROGRAM MANAGER. A general summary of the types of submittals and the number of copies required is as follows: Copies to the CONSULTANT Type of Submittal 8. Progress Schedule 8 Schedule of Payment Items 8 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples * Unless otherwise required in the specific section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the CONSULTANT and /or PROGRAM MANAGER, clearly identifying the Project, the CONTRACTOR, the enclosed material, and other pertinent information specified in other parts of this section. Identify variations from the Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.04 PRODUCT DATA A. The CONTRACTOR shall prepare submittals as follows: 1. Identify submittal with a specific Specifications Section, where the product is 11B specified. 2. Clearly mark each copy to identify pertinent products or models; delete portions not applicable to the project. 3. Show performance characteristics and capacities. 4. Show dimensions and clearances required. 5. Show wiring or piping diagrams and controls. B. In the case where Manufacturer's standard schematic drawings and diagrams are submitted the CONTRACTOR shall: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the WORK. 1.05 SAMPLES A. Where samples are required to be submitted for review and acceptance, these shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern. 1.06 CONTRACTOR RESPONSIBILITIES A. The contractor shall inform in writing Shop Drawings, Product Data and Samples providers about submittal procedures, so that the submittal are prepared in orderly manners. B. The CONTRACTOR shall Review Shop Drawings, Product Data and Samples, and make sure that each package is identified with a specific Specifications Section, where the product is specified, prior to submission. C. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the PROGRAM MANAGER/CONSULTANT in writing, at time of submission, of any deviations in the submittals from the requirements of the Contract Documents. Failure to properly notify the PROGRAM MANAGER of the deviation, whether the submittal was approved .or not, is cause for the owner's rejection and demand for its removal and replacement in conformance the Contract Documents at no additional cost to the owner. E. Begin no fabrication or work which requires submittals until return of submittals with the CONSULTANT's acceptance. 1.07 SUBMISSION REQUIREMENTS A. The CONTRACTOR shall furnish to the CONSULTANT and /or PROGRAM MANAGER for review, eight copies of each submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple -page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the CONSULTANT and /or PROGRAM MANAGER. C. Except as may otherwise be indicated herein, the CONSULTANT and /or PROGRAM MANAGER will return prints of each submittal to the CONTRACTOR with its comments noted thereon, within thirty (21) calendar days following their receipt by the CONSULTANT and /or PROGRAM MANAGER. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the CONSULTANT and /or PROGRAM MANAGER by the second submission of a submittal item. The COUNTY reserves the right to withhold monies due the CONTRACTOR to cover additional costs of the CONSULTANT's review beyond the second submittal. The CONSULTANT's maximum review period for each submittal, as well as all resubmittals, will be 21 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 63 calendar days. D. If 3 copies of a submittal are returned to the CONTRACTOR marked NO EXCEPTION TAKEN, formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked MAKE CORRECTIONS NOTED, formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the CONTRACTOR marked "REVISE AND RESUBMIT," the CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CONSULTANT and /or PROGRAM MANAGER. G. Fabrication of an item shall be commenced only after the CONSULTANT has reviewed the pertinent submittals and the returned copies to the CONTRACTOR are marked either "NO EXCEPTION TAKEN" or "MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. If the CONTRACTOR chooses to proceed with 11B fabrication and /or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. H. All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR, prior to submission to the CONSULTANT and /or PROGRAM MANAGER. Each submittal shall be dated, signed, and certified by the CONTRACTOR, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the DESIGN ENGINEER of any CONTRACTOR submittals will be made for any items which have not been so certified by the CONTRACTOR. All non - certified submittals will be returned to the CONTRACTOR without action taken by the CONSULTANT and /or PROGRAM MANAGER, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. The DESIGN ENGINEER`s review of CONTRACTOR's shop drawing submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in CONTRACTOR's submittals. The CONTRACTOR shall be responsible for the dimensions and the design of adequate connections and details. I. Shop Drawing Distribution: Shop drawings shall be reviewed by the DESIGN ENGINEER and marked either as "NO EXCEPTION TAKEN," "MAKE CORRECTIONS NOTED," "REVISE AND RESUBMIT," or "REJECTED." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "NO EXCEPTION TAKEN" or "MAKE CORRECTIONS NOTED: a. Three (3) copies returned to CONTRACTOR b. Two (2) copies transmitted to the COUNTY c. Two (2) copies to remain with the CONSULTANT d. One (1) copy for the PROGRAM MANAGER. 2. Shop drawings marked "REVISE AND RESUBMIT ": a. Two (2) copies returned to CONTRACTOR. b. Two (2) copies remain with the CONSULTANT. c. One (1) copy for the PROGRAM MANAGER. d. Three (3) copies to be discarded. L. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number and /or drawing. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 11B 9. Identification of deviations from the Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8" x 3" blank space for CONTRACTOR and CONSULTANT's review stamps. 12. CONTRACTOR's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of the Contract Documents. 1.08 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the CONSULTANT and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings and /or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the CONSULTANT. C. Samples: Submit new samples as required for initial submittal. 1.09 DISTRIBUTION A. The CONTRACTOR shall distribute reproduction of Shop Drawings and copies of Product Data which carry the CONSULTANT's stamp of approval to: 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors 5. Supplier or Fabricator. B. The CONTRACTOR shall distribute samples which carry the CONSULTANT's stamp of approval. 1.10 CONSULTANT DUTIES A. Receive submittals from the CONSULTANT and /or PROGRAM MANAGER. B. Review submittals with reasonable promptness and in accord with schedule. C. Affix stamp and initials or signature, and indicate requirements for resubmittals, or acceptance of submittal. D. Return submittals to the CONSULTANT and /or PROGRAM MANAGER for forwarding to the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) 11 B PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01380 - CONSTRUCTION PHOTOGRAPHY PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall employ a competent photographer, as approved by the County, to take construction record aerial photographs on a monthly basis during the course of the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work. B. Project Record Documents. 1.03 PHOTOGRAPHY REQUIRED A. Provide aerial photographs taken on cutoff date for each scheduled application for Payment and digital photography as delineated hereinafter. B. Provide five prints of each view. C. Negatives. 1. Remain property of photographer. 2. Require that photographer maintain negatives for a period of two years from Date of Substantial Completion of the entire Project. 3. Photographer shall agree to furnish additional prints to the COUNTY and the CONSULTANT at commercial rates applicable at time of purchase. 1.04 COSTS OF PHOTOGRAPHY A. The CONTRACTOR shall pay costs for specified aerial photography and prints, the cost of which shall be included in the bid items of the Schedule of Price Bid. No separate payment will be made to the CONTRACTOR for construction photography. Parties requiring additional photography or prints will pay photographer directly. PART 2 - PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8 -inch x 10 -inch: B. Identify each print on back, listing: 1. Name of Project. 11B 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. PART 3 - EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness, minimum of 300 pixels -per -inch (ppi). .2. Maximum depth -of- field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Monthly digital photograph from locations that adequately illustrate condition of construction and state of progress. B. Photographs shall include aerial photograph showing the entire construction area. 3.03 DELIVERY OF PRINTS A. Delivery of prints to the CONSULTANT and /or PROGRAM MANAGER to accompany each Application for Payment. B. Distribution of prints, as soon as processed, is anticipated to be as follows: 1 COUNTY (one set). 2. PROGRAM MANAGER (one set) 3. CONTRACTOR (one set). 4. CONSULTANT (two sets). 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included in the base bid price as part of MOBILIZATION. - END OF SECTION - :j SECTION 01400 - QUALITY CONTROL PART 1 —GENERAL 1.01 THE REQUIREMENT A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term - "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.02 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by a COUNTY Representative at the place of manufacture. B. The presence of the COUNTY Representative at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the CONSULTANT. 1.03 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the COUNTY reserves the right to use any generally- accepted system of sampling and testing which, in the opinion of the CONSULTANT will insure the COUNTY that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the COUNTY of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified, testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CONSULTANT reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CONSULTANT to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.04 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this 11B requirement. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the CONSULTANT and /or PROGRAM MANAGER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense, within the scope of the Project. 1.05 OBSERVATION AND TESTING A. The_ COUNTY will employ and pay for the services of an independent testing laboratory for specified testing as specified by the CONSULTANT as noted in the Section entitled "Testing Laboratory Services ". B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of its obligations under the Contract. The laboratory testing work will include such observations and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the CONSULTANT and /or PROGRAM MANAGER and CONSULTANT ample time and opportunity for field observation and testing materials and equipment to be used in the Work. The CONTRACTOR shall advise the CONSULTANT and /or PROGRAM MANAGER promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for observation before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the COUNTY and its representatives, proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at its own expense, all samples of materials required by the CONSULTANT for testing, and shall make its own arrangements for providing water, electric power, or fuel for the various observations and tests of structures, equipment, and appurtenances. D. The COUNTY will bear the cost of all tests, observations, or investigations undertaken by order of the CONSULTANT for the purpose of determining conformance with the Contract Documents if such tests, observations, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the COUNTY as a result of such tests, observations, or investigations, the CONTRACTOR shall bear the full cost of any additional tests and investigations, which are ordered by the COUNTY to ascertain subsequent conformance with the Contract Documents. 1.06 RIGHT OF REJECTION A. The CONSULTANT and /or PROGRAM MANAGER, acting for the COUNTY, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected SiB at the point of manufacture or after completion of the Work at the site. If the COUNTY or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the COUNTY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.07 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work as specified in the Section entitled "Cutting and Patching ". B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. If requested by the CONSULTANT and /or PROGRAM MANAGER, the CONTRACTOR shall submit a preparedness plan for review and approval by the CONSULTANT and /or PROGRAM MANAGER. The CONTRACTOR shall include one day per month for weather conditions. 1. Contractor shall submit during the Pre - Construction Meeting a "Storm Preparedness Plan" to the COUNTY, CONSULTANT and /or PROGRAM MANAGER. C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguishers and hose line stations shall be provided throughout the Work area. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in the Contract Documents. - END OF SECTION - 11B SECTION 01410 - TESTING LABORATORY SERVICES PART 1 — GENERAL 1.01 THE REQUIREMENTS A. The COUNTY will employ and pay for the services of an Independent Testing laboratory to perform certain specified testing. All other required testing services under the Contract Documents shall be provided and paid for by the CONTRACTOR. B. The CONTRACTOR shall cooperate with the COUNTY hired laboratory to facilitate the execution of its required services. C. Employment of the laboratory by the COUNTY for specific testing shall in no way relieve the CONTRACTOR from its obligations to perform the work of the Contract as specified. D. The COUNTY shall pay only for initial testing. The cost of any retesting necessitated by failure of materials or methods shall be deducted from the CONTRACTOR's monthly payment request. E. The following tests may be directed by the COUNTY, as it deems necessary. In no way shall the County's independent testing relieve the CONTRACTOR of its responsibility to provide and pay for any testing required by Contract. 1. Density. 2. Proctor. 3. LBR. 4. Carbonate Content. 5. Gradation. 6. Plastic Index and Liquid Limit. 7. Organic Content. 8. Concrete Compressive Strength and Slump. 9. Asphalt Extraction. F. The CONTRACTOR shall pay for all other testing including but not limited to infiltration, bacteriological and pressure testing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independent Laboratory Qualification ", published by American Council of Independent Laboratories. B. Meet basic requirements of ASTM E -329. C. Authorized to operate in the State of Florida. D. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of Natural Bureau of Standards during the most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. E. Testing Equipment: 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 1.04 LABORATORY DUTIES A. Cooperate with the CONSULTANT and /or PROGRAM MANAGER and the CONTRACTOR; provide qualified personnel after due notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards. 2. Ascertain compliance of materials with requirements of the Contract Documents. C. Promptly notify the CONSULTANT and /or PROGRAM MANAGER and the CONTRACTOR of observed irregularities and /or deficiencies of work and /or products. D. Promptly submit written report of each test and inspection; two copies to the CONSULTANT and /or PROGRAM MANAGER, COUNTY and one copy to the CONTRACTOR. Each report shall include: 1. Date issued. 2. Project title, number and Parcel number. 3. Testing laboratory name, address and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of fill product and specification section. 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Results of tests and compliance with the Contract Documents. 12. Interpretation of test results, when requested by the CONSULTANT and /or PROGRAM MANAGER. E. Perform additional tests as required by the CONSULTANT and /or PROGRAM MANAGER. 1.05 LIMITATION OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of the Contract documents. 2. Approve or accept any portion of the work. 11B 3. Perform any duties of the CONTRACTOR. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the Testing Laboratory, D. Furnish copies of Products test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage of test samples. F. Notify laboratory sufficiently, as agreed between the CONSULTANT and /or PROGRAM MANAGER and the CONTRACTOR, in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 1. When tests or inspections cannot be performed after such notice, reimburse the COUNTY for laboratory personnel and travel expenses incurred due to CONTRACTOR's negligence. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - :j SECTION 01505 - MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of all Work necessary to move in personnel and equipment and prepare the site for construction, complete and to remove the same personnel and equipment from the site when construction is complete. B. Mobilization shall include the obtaining of all permits needed for construction; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items as may be required for prosecution of the work: 1. Moving on to the site of all CONTRACTOR's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing field office trailers or other arrangements for the CONTRACTOR, complete with all specified furnishings and utility services including telephones, telephone appurtenances, and copying machine. 5. Providing all on -site communication facilities, including telephones, facsimile, email, internet, and radio pagers. 6. Providing on -site sanitary facilities and potable water facilities. 7. Arranging for and erection of CONTRACTOR's work and storage yard. 8. Obtaining all required permits. 9. Having all OSHA required notices and establishment of safety programs. 10. Having the CONTRACTOR's superintendent at the job site full time. 11. Submitting initial submittals as indicated in the section entitled "Schedules and Reports ". 12. Audio - Visual preconstruction record as described in the section entitled "Summary of Work ". 1.02 PAYMENT FOR MOBILIZATION A. The CONTRACTOR's attention is directed to the condition that no payment for mobilization or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. PART 2 - PRODUCTS 2.01 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as specified in Section entitled "Temporary Utilities ". PART 3 - EXECUTION 3.01 LAYOUT 11B A. The CONTRACTOR shall set up construction facilities in a neat and orderly manner. It shall accomplish all required Work in accordance with applicable portions of these specifications and shall confine its operations to Work areas within the right -of -way, unless it makes provisions for otherwise, at its own expense. 3.02 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, equipment, and temporary facilities from the site in a timely manner. The CONTRACTOR shall also be responsible for transporting all unused materials belonging to the COUNTY to a place of storage on site designated by the CONSULTANT and /or PROGRAM MANAGER and for removing from the site and disposing of all other materials and debris resulting from the construction. It shall then return all areas used for its activities to, its pre - existing condition, or as otherwise agreed to in writing with the PROGRAM MANAGER. - END OF SECTION - 11B SECTION 01510 - TEMPORARY UTILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required. Work, and shall be subject to review by the COUNTY's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install, and maintain all temporary utilities during the contract period, including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking periods if the area is subject to access by the public or COUNTY personnel. Such temporary lighting shall provide suitable illumination to match pre- construction conditions. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the CONSULTANT and the power company representative, and shall be removed in like manner at the CONTRACTOR`s expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. General: Except as noted otherwise, the CONTRACTOR shall make arrangements for and pay for ail costs for all water used for construction, and testing. The CONTRACTOR shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water: All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. 11B C. Water Connections: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the COUNTY shall first furnish and install to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. All costs to provide noted installation shall be the responsibility of the CONTRACTOR. D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utility. E. Fire Protection: The construction, and all other parts of the Work shall be connected with the CONTRACTOR's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the Work, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction and all local Fire Department Requirements. 1.04 TEMPORARY SANITARY FACILITIES A. The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. Temporary holding tank with disposal service facilities and system maintenance shall be provided for the field offices furnished under this Contract in accordance with all local regulatory requirements. The CONTRACTOR shall have unit responsibility for the complete design, installation and operation of its temporary sanitary facilities and shall secure all necessary permits for same. At the completion of the project, the subject facilities shall be removed by the CONTRACTOR, subject to review and acceptance by the COUNTY. 1.05 CONFINED SPACES A. The CONTRACTOR shall provide and maintain a safe working environment in confined spaces. The CONTRACTOR shall follow the applicable requirements of the OSHA Standards for Construction and NIOSH Publications for working in confined spaces. 1.06 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases and /or vapors. PART 2 - PRODUCTS (Not Used) 01510 -3 PART 3 - EXECUTION (Not Used) - END OF SECTION - 11 B SECTION 01520 - CONSTRUCTION AIDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain required construction aids and remove them upon completion of the WORK. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General Conditions. PART PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 CONSTRUCTION AIDS A. The CONTRACTOR shall.provide construction aids and equipment required by personnel and to facilitate execution of the WORK; shorings, scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first -class condition. PART 3 - EXECUTION 3.01 PREPARATION A. The CONTRACTOR shall review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the WORK. 3.02 GENERAL A. Comply with applicable requirements at all divisions of these specifications as required. 3.03 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 11B 2. At completion of project. B. Repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. - END OF SECTION - 11B SECTION 01530 - PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal including, but not limited to, compliance with the requirements of Chapter 556, Florida Statutes (the Underground Facility Damage Prevention and Safety Act), as same may be amended from time to time, and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's WORK. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the CONSULTANT. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS -OF -WAY A. The CONTRACTOR shall not do any WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, communications, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights -of -way involved until having secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin WORK, if required by said parry, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, and /or structure and /or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that WORK of one contract may interfere with that of another, the COUNTY shall determine the sequence and order of WORK to be performed by different contractors. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the COUNTY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. 11 B All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete beams cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw, cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement is installed. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement as follows: 1. Pavement shall be restored at a minimum straight and parallel to the existing trench line along the length of the trench, at a minimum of two feet beyond the widest part of disturbed asphalt. 2. If final restored pavement falls within two feet of existing or proposed cuts, the CONTRACTOR shall pave to the curb. 3. If disturbance is deemed by the CONSULTANT to be more than 75 %, at CONSULTANT's opinion, the CONTRACTOR shall resurface the entire lane, including striping, as necessary. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks and /or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks and /or roadways promptly after backfiiling. CONTRACTOR shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration. If no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks and /or roadways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect all Underground Utilities and other improvements which may be impaired during construction operations. it shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of • unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Where the proper completion of the WORK requires the temporary or permanent removal and /or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility and /or improvement in a manner satisfactory to the CONSULTANT and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utilities and /or improvements as nearly as possible to its former locations and to as good or better condition than found prior to removal. C. COUNTY's Right of Access: The right is reserved to the COUNTY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, and /or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be. retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, at no additional cost to the COUNTY. E. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the CONSULTANT. If directed by the COUNTY, repairs shall be made'by the CONTRACTOR under the provisions for changes and extra work contained in Exhibit H, General Terms & Conditions, Article 10, Changes in The Work. F. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of the General Conditions. G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility and /or the COUNTY and the CONSULTANT before being concealed by backfill or other work. H. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the COUNTY are made with the OWNER of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the 118 backfilling. I. Existing Water Services: CONTRACTOR shall protect and provide temporary support for existing water services. Any water service damaged by the CONTRACTOR, shall be replaced at the CONTRACTOR's expense, with a new water service complete with new water main tap. 06 TREES WITHIN STREET RIGHTS -OF -WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights -of -way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or the COUNTY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and /or the COUNTY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1 -1/2 inches in diameter shall be coated with an asphaltic emulsion material C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and /or the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the COUNTY, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or the COUNTY. 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights -of -way the CONTRACTOR shall notify the Florida One Call System or equivalent, COLLIER COUNTY and any other agency having jurisdiction, and shall provide notice in accordance with Chapter 556, Florida Statutes. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain sufficient barriers to secure the work during entire construction period. 11B C. Relocate barriers as required by progress of construction. 3.02 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to the WORK areas. B. Consult with COUNTY's Representative and remove agreed -on roots and branches which interfere with the WORK. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. 'Do not store materials or products. 3. Do not dump refuse or chemically injurious materials or liquids. 4. Do not allow puddling or continuous running water. D. Carefully supervise all WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.03 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by COUNTY's Representative. B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area. - END OF SECTION - 11B SECTION 01560 - TEMPORARY CONTROLS PART 1- GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under CONTRACTOR's control. In addition, the CONTRACTOR shall remove physical evidence of temporary facilities at the completion of WORK. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 NOISE CONTROL A. The CONTRACTOR shall provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local codes having jurisdiction on the work 2. Noise levels during night time hours shall not exceed 55 db measured at the property line of a residence. 1.04 DUST CONTROL A. The CONTRACTOR shall provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air -borne dust from dispersing into the atmosphere. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement shall be continued until the CONTRACTOR is relieved of further responsibilities by the CONSULTANT and /or PROGRAM MANAGER. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the CONTRACTOR's Bid Price(s). 1.05 WATER CONTROL A. The CONTRACTOR shall provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. These may include: control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to protect surface and control water. C. Dispose of drainage water in conformance with environmental regulations and in a manner to prevent flooding, erosion, or other damage to any portion of the site or to 116 adjoining areas D. The COUNTY has obtained the SFWMD Environmental Resource Permit Modification, SFWMD De- Watering Permit, U.S. Army Corps of Engineers Permit Modification, FDEP Forcemain adjustment permit, FDOT Driveway Connection Permit for Outfall #3, FDOT Driveway Connection Permit for Outfall #4, and the FDOT Drainage Connection Permit for Outfall #4. The CONTRACTOR shall be responsible for any and all other permits associated with the work. The CONTRACTOR shall procure all other required permits and pay for those, and submit copies of receipts /permits to the CONSULTANT and /or PROGRAM MANAGER prior to commencing work in the affected area. 1.06 PEST CONTROL A. The CONTRACTOR shall provide pest control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site and /or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to the COUNTY with copies to the CONSULTANT and /or PROGRAM MANAGER. Clearly indicate: a. The area or areas to be treated. b. The pesticide to be used, with a copy of the manufacturer's printed instructions. c. The pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.07 RODENT CONTROL A. The CONTRACTOR shall provide rodent control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to the COUNTY with copies to the CONSULTANT and /or PROGRAM MANAGER. Clearly indicate: a. The area or areas to be treated. b. The rodenticide to be used, with a copy of the manufacturer's printed instructions. c. The pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.08 DEBRIS CONTROL A. The CONTRACTOR shall maintain all areas under CONTRACTOR's control free of extraneous debris. 11B B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, and along access roads and haul routes. 1. Provide containers for deposit of debris as specified in Section 01710 entitled "Cleaning." 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. a. Provide periodic inspection of traffic areas to enforce requirements. b. Provide cleaning at areas as required by the COUNTY. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.09 POLLUTION CONTROL A. The CONTRACTOR shall provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. The CONTRACTOR shall conform to all applicable Federal, State, and local laws, including to those promulgated by the Florida Department of Environmental Protection. B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils and /or liquids. 1. Excavate and dispose of any contaminated earth off -site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, and /or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as beams, dikes and drains. 3. Provide silt screens as required to prevent surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. 11B C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. 1.11 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather and to rectify them. B. The COUNTY may suspend construction operations at any time when, in its judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.12 HURRICANE AND STORM WARNINGS A. The CONTRACTOR shall take all precautions necessary to protect the job site during hurricane and storm watches and warnings. As required by the CONSULTANT and /or PROGRAM MANAGER; the CONTRACTOR shall submit a hurricane preparedness plan for review. 1.13 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which result from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as required by the CONSULTANT and /or PROGRAM MANAGER per preconstruction meeting proceedings or otherwise instructed. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when required by the CONSULTANT and /or PROGRAM MANAGER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean -up and basic restoration of the site to the CONSULTANT's and /or PROGRAM MANAGER's satisfaction, the CONSULTANT and /or PROGRAM MANAGER, may, upon five days prior written notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting there from shall be charged to the CONTRACTOR and deducted from amounts of money that may be due for payment. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01570 - TRAFFIC REGULATIONS PART 1 —GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall provide, operate and maintain equipment, services and personnel for traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on -site access roads, and parking areas. B. The CONTRACTOR shall remove temporary equipment and facilities when no longer required and restore grounds to their original or specified condition. C. There shall be no separate payment for work under this heading. All costs associated with such work shall be included in the CONTRACTOR's Bid Price(s). 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions of the Contract. C. Summary of Work. D. Temporary Environmental Controls. 1.03 TRAFFIC SIGNALS BARRIERS AND SIGNS A. The CONTRACTOR shall provide and operate traffic control and directional signals, furnish all barriers and /or signs as required to direct and maintain an orderly flow of traffic in all areas under the CONTRACTOR's control, and /or affected by CONTRACTOR's operations, as required by jurisdictional agencies. 1.04 FLAG PERSON / OFF -DUTY POLICE OFFICER OVERSIGHT A. The CONTRACTOR shall provide a "trained" flag person in accordance with FDOT Standard Specifications for Road and Bridges, Section 102 -3.2.4 or an off -duty police officer when construction operations encroach on traffic lanes unless otherwise specifically authorized by the COUNTY's Transportation Department. As a minimum, the CONTRACTOR shall assume that oversight will be required. 1.05 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility (as required): 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flag- person in directing traffic. B. The CONTRACTOR shall, provide illumination of critical traffic and parking areas (as required). 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non - designated areas. 3. During periods when the operations have impacted the existing lighting systems. 1.06 MAINTENANCE AND PROTECTION OF TRAFFIC A. The CONTRACTOR shall provide all necessary traffic control devices to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1.07 HAUL ROUTES A. Consult with jurisdictional authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement and payment for work under the section, it shall be included in the CONTRACTOR's Bid Price(s). PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B SECTION 01580 - PROJECT IDENTIFICATION SIGNS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain two (2) 4'x 8' project identification signs at both Outfall #3 and Outfall #4 for a project total of four (4) signs. B. The CONTRACTOR shall remove sign on completion of construction. C. The CONTRACTOR shall allow no other signs to be displayed, except as may otherwise by required by jurisdictional agencies. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 PROJECT IDENTIFICATION SIGN A. Two painted signs, with painted graphic content to include: 1. Title of project. 2. Name of the COUNTY. 3. Names and titles of: a. The CONSULTANT. b. Authorities and Titles. 4. General CONTRACTOR. 5. Funding sources (as may be appropriate) 6. Project logo sample as provided by the COUNTY on disk, to be added on sign by the CONTRACTOR. B. Graphic design, style of lettering, and colors: As per sample in EXHIBIT 1580 -1. C. Erect on the site at a location, as approved by the CONSULTANT and/or PROGRAM MANAGER. 1.04 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: May be new or used, of wood or metal, structurally in sound 11 condition and adequate and suitable for work and specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. C. Thickness: As required by standards to span framing members, to provide even, smooth surface without waves and /or buckles. D. Rough Hardware: Galvanized E. Paint: Exterior quality. 1. Colors for structure, framing, sign surfaces and graphics: As per sample in EXHIBIT PART 3 - EXECUTION 3.01 PROJECT IDENTIFICATION SIGN A. Paint exposed surfaces of supports, framing and surface material; one coat of primer and one coat of exterior paint. B. Paint graphics in styles, sizes and colors selected. 3.02 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing or sign immediately. 3.03 REMOVAL A. Remove signs, framing, supports and foundations at completion of project. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the base bid price. - END OF SECTION - I CL } w ❑ w eo .=1v N N N N i IL } w f.� W r SIN �1< CV r N N i r .i.d Q U � � Q 0 0 ZM o L,V L Q .ir LL cn 'I -L i O .. .�. S O C O 'aS Q C = L tw E o 0 0 y c w ic V ll ❑ r N in O a� N � •� z g d' m LU w m Y H w z Y ~ 'kv Z ¢ J +� r_ LM ¢ i O v w g fV O I 0 n U N N i IL } w f.� W r SIN �1< CV r N N i r .i.d Q U � � Q 0 0 ZM o L,V L Q .ir LL cn 'I MIV / CV N N M ih rl�{ N ❑ Z 7 N C Q Y U a m N Z W W C7 W J a y 0 0 z -L i O .. .�. S O C O 'aS Q C = L tw E o 0 0 y c w ic V ll ❑ r N in O a� MIV / CV N N M ih rl�{ N ❑ Z 7 N C Q Y U a m N Z W W C7 W J a y 0 0 z 31B SECTION 01590 - CONTRACTOR'S FIELD OFFICE PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain temporary field offices for both the CONTRACTOR and the CONSULTANT during the entire construction period at a site secured by the CONTRACTOR. All field offices shall be located within 0.5 miles of the work boundaries or the Project, unless otherwise occupied by the CONSULTANT and /or PROGRAM MANAGER. B. The CONTRACTOR shall furnish, install and maintain storage and work sheds needed for construction. C. At completion of WORK, remove field offices, sheds and contents. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General conditions. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices and sheds, contact jurisdictional agencies for permitting and installation requirements. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with requirements of applicable Federal, State, and Local codes and regulations. 1.05 REQUIREMENTS FOR FACILITIES A. Construction: 1. Structurally sound, weathertight, with floors raised above ground as required to avoid flooding. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR's option, portable or mobile buildings may be used. A. Mobile homes, when used, shall be modified for office use. B. CONTRACTOR's Office and RPR Facilities: 1. Size: As required for general use and to provide space for project meetings. 2. Lighting and temperature control. 3. Telephone, Fax and Internet Services: Separate lines, as required. 11B 4. Furnishings in meeting area. a. Conference table and chairs for at least eight persons. b. Racks and files for project Record Documents in or adjacent to the meeting area. 5. Other furnishings: CONTRACTOR's option. 6. One ten inch outdoor -type thermometer. 1.06 USE OF EXISTING FACILITIES A. Existing facilities at the site shall not be used for field offices or for storage. 1.07 USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must comply with applicable codes or regulations. PART 3 - EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. 3.02 INSTALLATION A. Construct temporary field office on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings in accordance with applicable State of Florida, City and /or County Building Department requirements. 2. Provide steps and landings at entrance doors. 3. Provide at least one entrance and other facilities handicapped accessible. B. Mount thermometer at convenient outside location, not in direct sunlight. 3.03 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. 3.04 REMOVAL 11B A. Remove temporary field offices, contents and services at a time no longer needed; in any case prior to FINAL INSPECTION of the project. B. Remove foundations and debris; grade site to required elevations and clean the areas; and otherwise restore site to pre- existing condition or as indicated in the Contract Documents. 3.05 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included under the Base Bid Item for mobilization. — END OF SECTION - 11B SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type, quantity and quality specified, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General conditions of the Contract. B. All applicable sections of the Specifications. 1.03 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, the CONTRACTOR shall obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the PROGRAM MANAGER. In addition, the CONTRACTOR shall maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with the CONSULTANT for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by the Contract Documents. 11 B 1.04 TRANSPORTATION AND HANDLING A. The CONTRACTOR shall arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on "as needed" basis. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact with legible markings. 2. Immediately upon delivery, inspect shipments to assure compliance with requirements of the Contract Documents and approved submittals, and that products are properly protected and undamaged. 3. Pipe and materials shall not be strung out along installation routes for longer than forty -eight (48) hours prior to installation. However, the CONTRACTOR is to make sure that driveways to the NEIGHBORING residential and /or commercial properties cannot be obstructed. B. Provide equipment and personnel to handle products by methods to prevent soiling and /or damage to products as well as packaging when applies. C. Coordinate deliveries to avoid conflict with Work and conditions at site: 1. Work of other contractors, and /or the COUNTY. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. COUNTY's use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate orderly assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of the Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact and labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those provided by the COUNTY, by methods to prevent soiling and /or damage to products as well as packaging when applies. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 116 1.05 STORAGE A. The CONTRACTOR shall store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. B. Exterior Storage: 1. Provide substantial platforms, blocking or skids to support fabricated products above ground, prevent soiling or staining. Cover products, subject to discoloration and/or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas, or provide plywood or sheet materials to prevent mixing with foreign matter. a. Provide surface drainage to prevent flow or ponding of rainwater. b. Prevent mixing of refuse or chemically injurious materials or liquids. C. Stored Products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the PROGRAM MANAGER on request. D. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage requirements, subject to CONSULTANT's review and acceptance. E. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually. 1.06 MAINTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any weathering of products, coatings and finishes is not acceptable under requirements of the Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on exterior of package. 1.07 PROTECTION A. The CONTRACTOR shall provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. 11B B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Protect finished floors and stairs from dirt and damage. a. Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around demolition area. E. Erect temporary protection, such as walks, fences, barriers, railings, canopies, and covered passageways, where required by AUTHORITIES HAVING JURISDICTION. F. Buildings and improvements to remain on site shall be cleaned of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing before start of demolition. G. Protect existing site improvements, appurtenances, and landscaping to remain. H. Lawns and landscaping: The CONTRACTOR shall prohibit traffic of any kind across planted lawn and landscaped areas. I. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11 B SECTION 01660 - EQUIPMENT TESTING AND STARTUP PART 1 - GENERAL 1.01 THE REQUIREMENT A. Where required, the CONTRACTOR shall perform equipment testing and startup. Note that this requirement is requisite to the satisfactory completion of the contract and, therefore, shall be completed within the contract time. 1.02 EQUIPMENT TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the manufacturer of each item of equipment requiring startup who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the CONSULTANT. B. The CONTRACTOR shall require that each manufacturer's representative furnish to the ENGINEER a written report addressed to the CONSULTANT and /or PROGRAM MANAGER certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full -load conditions. C. The CONTRACTOR shall be responsible for scheduling all Startup testing. The CONTRACTOR is advised that the CONSULTANT and the COUNTY's operating personnel will likely witness operations testing and that the manufacturer's representative shall be required to instruct the operating personnel in correct operation and maintenance procedures. Such instruction shall be scheduled at a time arranged with the CONSULTANT and /or PROGRAM MANAGER at least 2 weeks in advance and shall be provided while the respective manufacturer's equipment is fully operational. On -site instruction shall be given by qualified persons who have been made familiar in advance with the equipment. Prior to scheduling any operations testing, the CONTRACTOR shall have previously furnished the Operations Manuals specified elsewhere. D. The CONTRACTOR shall notify the CONSULTANT and /or the PROGRAM MANAGER at least three (3) days in advance of each equipment test. E. The CONTRACTOR shall furnish all personnel required to conduct the testing and startup. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - I IB SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all requirements as stated in Exhibit H, General Terms & Conditions, Article 20, Completion and any other requirements specified in the Technical or-Administrative Specification. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions 1.03 SUBSTANTIAL COMPLETION A. When the CONTRACTOR considers a portion of the work is substantially complete, it shall submit to the CONSULTANT and /or the PROGRAM MANAGER: 1. A written notice that the work or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the PROGRAM MANAGER, COUNTY and CONSULTANT will make an inspection to determine the status of completion. C. Should the CONSULTANT, with input from the PROGRAM MANAGER and or the COUNTY, determine that the work is not substantially complete: 1. The CONSULTANT, through the PROGRAM MANAGER will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. The CONTRACTOR shall remedy the deficiencies in the work and send a second written notice of substantial completion to the CONSULTANT and /or the PROGRAM MANAGER. 3. The CONSULTANT and /or the PROGRAM MANAGER and the COUNTY will reinspect the work. D. When the CONSULTANT and /or the PROGRAM MANAGER and the COUNTY concur that the work is substantially complete, the CONSULTANT will: 1. Prepare a "Certificate of Substantial Completion" for execution by the CONSULTANT and the COUNTY accompanied by a list of item_ s to be completed or corrected. 2. Submit the Certificate to the CONTRACTOR for its written acceptance of the responsibilities assigned therein. 11B ' 1.04 FINAL INSPECTION A. When the CONTRACTOR considers the work is complete, it shall submit written certification that: 1. The Contract Documents have been reviewed. 2. The Work has been inspected for compliance with the Contract Documents. 3. The Work has been completed in accordance with the Contract Documents. 4. Equipment and systems have been tested in the presence of the COUNTY Representative and are operational. 5. The Work is completed and ready for final inspection. B. The CONSULTANT and /or the PROGRAM MANAGER and the COUNTY will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should the CONSULTANT and /or the PROGRAM MANAGER and the COUNTY consider that the work is incomplete and defective: 1. The COUNTY Representative will promptly notify the CONTRACTOR, in writing, listing the incomplete or defective work. 2. The CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to COUNTY Representative that the work is complete. 3. The COUNTY Representative and the CONSULTANT will reinspect the work. D. When the CONSULTANT and /or the PROGRAM MANAGER and the COUNTY find that the work is acceptable under the Contract Documents, it shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should the COUNTY Representative perform reinspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. The COUNTY will compensate its Representative and the CONSULTANT for such additional services. 2. The COUNTY will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO COUNTY'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. I IB 1. Certificates of Inspection. a. From agencies having jurisdiction or as may be required. B. Project Record Documents: To requirements of the Section entitled "Project Record Documents ". C. Operating and Maintenance Data, Instructions to COUNTY's Personnel: To requirements of the Section entitled , "Operating and Maintenance Data." D. Guarantees and Bonds: To requirements of the section entitled , "Guarantees and Bonds." E. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. F. Certificate of Insurance for Products and Completed Operations. 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the CONSULTANT and /or the PROGRAM MANAGER. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit Prices. d. Deductions for uncorrected work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. The COUNTY /PROGRAM MANAGER will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders, to be executed by the CONSULTANT and /or the COUNTY /PROGRAM MANAGER and CONTRACTOR. 1.08 FINAL APPLICATION FOR PAYMENT A. The CONTRACTOR shall submit the Final Application for Payment in accordance with 11B procedures and requirements stated in Exhibit H, General Terms & Conditions, Article S, Final Payment. B. The CONSULTANT will prepare a "Final Certificate of Payment" to be executed by the CONSULTANT and /or the PROGRAM MANAGER and the COUNTY. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 11B, ' SECTION 01710 - CLEANING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions and these specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to comply with all applicable codes, ordinances, regulations, and anti - pollution laws. PART 2 - PRODUCTS PA 1 ■•VTV9 :I �ra I &_3 A. The CONTRACTOR shall use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. The Contractor shall execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from the Construction Work. B. The Contractor shall provide on -site containers for the collection of waste materials, debris and rubbish. C. The Contractor shall remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.02 FINAL CLEANING A. The Contractor shall employ skilled workers for final cleaning. B. The. Contractor shall remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight- exposed surfaces. C. The Contractor shall broom clean exterior paved surfaces; rake clean other surfaces of the grounds. 11B D. Prior to final completion, the CONTRACTOR shall conduct an inspection of sight exposed surfaces, and all WORK areas, to verify the entire WORK is clean. E. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. END OF SECTION - 11B SECTION 01720 — PROJECT RECORD DOCUMENTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. Unless waived in writing and in accordance with Exhibit H, General Terms & Conditions, Article 8, Daily Reports, As- builts, and Meetings - the CONTRACTOR shall at all times maintain at the site of the project a record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the COUNTY's Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the following color code designation: 1. Red — Corrections 2. Yellow — Deletions 3. Green — Comments Changes to the color code designation must be approved by the CONSULTANT and /or PROGRAM MANAGER. 11B 1.05 RECORDING A. The CONTRACTOR shall label each document, 'PROJECT RECORD" in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original Contract Drawings. 5. The Record Drawing set shall show benchmark positions and their vertical values. Benchmarks are optional for Plan views, but required for Profile Views. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.06 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size (22 "X34 ") field drawings to reflect the "record" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on full - size, reproducible material and an electronic file in .DWG format (AutoCAD, Version 2000 or newer). Electronic file of the design drawings on compact disk will be furnished to the CONTRACTOR by the CONSULTANT for this purpose. B_ At a minimum the record drawings shall be reviewed on the 20th working day of every third month, or more often, as deemed necessary by the CONSULTANT and /or the PROGRAM MANAGER, after the month in which the final Notice -to- Proceed is given as well as on completion of the WORK. Failure to maintain the record drawings up -to -date shall be grounds for withholding monthly progress payments until such time as the record drawings are brought up -to -date. C. Record drawings shall be accessible to the COUNTY at all times during construction period. D. The cost of maintaining record changes, and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the WORK, the CONTRACTOR shall furnish the CONSULTANT and /or the PROGRAM MANAGER the reproducible recent Drawings and electronic flies. Pay request quantities must match as- builts. The completed Record Drawings shall be delivered to the CONSULTANT and /or the PROGRAM MANAGER at least 48 hours prior to final inspection of the work. The Final Inspection will not be conducted unless the Record Drawings are in the possession of the CONSULTANT and /or the PROGRAM MANAGER. 11B E. The completed (or final) Record Drawings shall be certified by a Professional Land Surveyor registered in the State of Florida retained by the CONTRACTOR. This certification shall consist of the surveyor's embossed seal bearing the surveyor's registration number, signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and telephone number of the surveyor. F. As applicable, representative items of work that must be shown on the record drawings as verified, changed or added are shown below: 1. Plans: a. Structure types, location with grade of rim and flow -line elevations. b. Sewer type, length, size and elevations. c. Utility type, length, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right -of -way. e. Grade elevations. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Marking and Signing Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipe lines, structures, fittings, valves and appurtenances. a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest surface landmark (i.e., centerline of intersection, seawall corner, maintenance access structure, face of a building extended or some other similar landmark that is unlikely to "move" or be buried). b. Every maintenance access structure, valve, tee, bend, fire hydrant, beginning and ending of deflections, etc. locations shall be indicated by state plane coordinates, in the Florida East Zone /NAD 83 -90 State Plane Coordinate System. Coordinates shall be indicated to the nearest 0.1 foot. The coordinate northings /eastings may be presented in a table format, providing it is readily decipherable what each coordinate refers to. For instance, the Consultant may "number" every tee, valve, maintenance access structure, etc. in the plan view and provide a separate plan sheet for the coordinate.table. c. In addition to dimensioning and state plane coordinates for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 4. As- builts of water lines shall include the following information: a. Top of pipe elevations and horizontal location every 100 If. b. Locations and elevations of all fittings including bends, tees, gate valves, double detector check valves, fire hydrants, etc. c. All tie -ins to existing lines shall be as- built. d. The ends of all water services at the buildings or homes shall be as -built or where the water service terminates. e. Water services with meter boxes and sanitary sewer laterals with cleanouts at the property line shall be located with a dimension to the nearest landmark. Services/laterals may also be located from each other provided a minimum of five (5) services /laterals are tied together (e.g., a water service meter box is located from a maintenance access structure at the intersection of a street. The next 4 meter boxes can be dimensioned from each other, provided they are all in the same horizontal alignment). 118 f. If there are water services that do not have meter boxes and /or sanitary sewer laterals that do not have cleanouts at the property line (or are not readily visible /accessible), they shall be located by the state plane coordinate system. 5. As- builts of all gravity sanitary sewer lines shall include the following information: a. Rims, inverts and length of piping between structures as well as slopes. b. The stub ends of all sewer laterals shall be located and if there are any cleanouts installed on the sewer laterals then the invert elevation of these .cleanouts need to be obtained. 6. Profile Views - The following are minimum Record Drawing data that is to be annotated on the Profile Plans: a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest landmark (i.e., centerline of intersection, seawall corner, maintenance access structure or some other similar landmark that is unlikely to "move" or be buried). b. In addition to dimensioning for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 7. As- builts of all drainage lines shall include the following information: a. Rims, inverts and length of piping between structures and weir elevations if applicable. b. The size of the piping shall be verified by the survey crew at the time of as- built. 8. All rock as- builts for parking lot, roadways and swales areas shall consist of the following: a. Rock elevations at all high and low points, and at enough intermediate points to confirm slope consistency and every 50' for roadways. b. Rock as- builts shall be taken at all locations where there is a finish grade elevation shown on the design plans. c. All catch basin and manhole rim elevations shall be shown. d. Elevations around island areas will also be required. e. As- builts shall be taken on all paved and unpaved swales prior to placement of asphalt and /or topsoil /sod, at enough intermediate points to confirm slope consistency and conformance to the plan details. 10. If a change is made via field order or deviation to any structure, pipeline, etc., a new location shall be noted on the as- builts. The CONSULTANT and /or the PROGRAM MANAGER may request additional as -built information to verify horizontal or vertical locations. 11. Every utility (gas, telephone, power, water, forcemain, etc.) encountered and /or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be located, both horizontally and vertically. The clearance between the facilities horizontal and vertical, shall be noted. For instance, if a 2 -inch gas main crosses over the top of a 6 -inch potable water main, the bottom elevation of the gas main shall be noted and the top of the watermain shall be noted. The difference between the two utilities will be the clearance between the two utilities. Parallel mains shall note the clearance between the outside of the mains. It shall be the CONTRACTOR's responsibility to note these crossings on a daily basis and insure that this information is reflected on the Record Drawing plan set. Crossings will not require state plane coordinates. 12. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated on the Record Drawing Plans. 116 13. As -built survey drawings shall meet applicable minimum technical standards for land surveys as outlined in Section 61 G 17 of the Florida Administrative Code. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - I IB SECTION 01730 - OPERATIONS AND MAINTENANCE DATA PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall compile product data and related information appropriate for COUNTY's maintenance and operation of products furnished under this Contract, as applicable. B. The CONTRACTOR shall 'instruct COUNTY personnel in maintenance of products and in operation of equipment and systems, as applicable. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 03 QUALITY ASSURANCE A. The CONTRACTOR shall ensure that data shall be prepared by personnel (retained by the Contractor): 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman /technician competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by COUNTY's personnel. B. Format: 1. Size: 8 -1/2 in. x 11 in. 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22 -inch to 34 -inch prints a. Provide reinforced punched binder tabs, bind in with text. b. Fold larger drawings to size.of text pages. 4. Provide fly -leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identifying each volume with typed or printed title: "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of the Project. b. Identification of separate structure as applicable. c. Identification of general subject matter covered in the manual. C. Binders: :j 1. Commercial quality three -ring binders with durable and cleanable plastic covers. 2. Maximum ring size: 1 inch. 3. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. SUBCONTRACTOR or installer. b. Maintenance CONTRACTOR, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in the Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct illustration of completed installation. a. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate heading for different procedures. 2. Provide logical sequence of instructions for each procedure. E. Copy of each guarantee, bond and service contract issued. 1. Provide information sheet for COUNTY`s personnel, give: a. Proper procedures in event of failure. b. Instances which might affect validity of guarantee or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. ,Submit two copies of complete manual in final form. 118 I I B. Content, for architectural products, applied materials and finishes: 1. Manufacturers' data, giving full information on products. a. Catalog number, size and composition. b. Color and texture designations. c. Information required for re- ordering special manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendations for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. C. Content, for moisture - protection and weather- exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. 1. Description of unit and component. parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break -in, routine and normal operating instructions. b. Regulation, control, stopping, shut -down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "Trouble- shooting." c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule. a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As- installed control diagrams by controls manufacturer. 118 9. Each CONTRACTOR's coordination drawings. a. As- installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable part. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. 3. As- installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to 'Trouble- Shooting ". c. Disassembly, repair, and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of COUNTY's personnel. E. Additional requirements for operating and maintenance data: Respective section of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. 1. The CONSULTANT will review draft and return one copy with comments. B. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments.. C. Submit specified number of copies of approved data in final form 10 days after the above said copy with comments is received. 1.09 INSTRUCTION OF OWNER'S PERSONNEL 11B A. Prior to anal inspection or acceptance, fully instruct COUNTY's designated operation and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - 118 SECTION 01740 - GUARANTEES AND BONDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall: 1. Compile specified guarantees and bonds. 2. Compile specified services and maintenance contracts. 3. Review submittals to verify compliance with the Contract Documents. 4. Submit to the CONSULTANT and /or the PROGRAM MANAGER Representative for CONSULTANT review and transmittal to COUNTY. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTAL REQUIREMENTS A. Assemble guarantees, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and Subcontractors. B. Number of original signed copies required: Three each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for COUNTY personnel a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. 1.04 FORM OF SUBMITTALS A. Prepare in triplicate packets. B. Format: 1. Size 8 -1/2 in. x 11 in., punch sheets for standard 3 -ring binder. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "GUARANTEES AND BONDS ". List: 11B a. Title of Project. b. Name of CONTRACTOR. C. Binders: Commercial quality, three -ring, with durable and cleanable plastic covers. 1.05 TIME OF SUBMITTALS A. Make submittals within ten days after Date of Substantial Completion, prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of guarantee period. 1.06 SUBMITTALS REQUIRED A. Submit guarantees, bonds, service and maintenance contracts for periods other than one year as specified in respective specific sections of the Specifications, (if applicable). B. The General CONTRACTOR shall submit on the entire Project the one year guarantee in accordance with the requirements set forth in Exhibit H, Terms & Conditions, Articie21, WARRANTY, (except for certain portions of, the work, where longer periods of time are specified in the specific applicable sections of the Specifications). PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) — END OF SECTION - 11 B EXHIBIT M: PLANS AND SPECIFICATIONS See Attached: Exhibit M Geotech Report - Outfall 3 & 4 Exhibit M LASIP Outfall 3 &4 -100% Plans- 7 -5 -12 93 Construction Services Agreement: Revised 1/112012 11B FORGE ENGINEERING, INC. FORENSIC, GEOTECHNICAL, ENVIRONMENTAL, AND CONSTRUCTION CONSULTANTS October 22, 2010 Attn: Mr. Matt McLean AGNOLI BARBER & BRUNDAGE, INC. 7400 Tamiami Trail North, Suite 200 Naples, Florida 34108 Phone (239) 597 -3111 Email: mclean @abbinc.com Subject: Report of Geotechnical Exploration PROPOSED IMPROVEMENTS LASIP Naples Manor Outfall No. 3 and 4 Collier County Project Number 51101 South of Cypress and Myrtle Lane Collier County, Florida Forge Engineering Project Number 135- 020.01 Forge Engineering Inc. (FORGE) is pleased to present this report of our geotechnical exploration for the proposed project. We have completed in .general the services outlined in our proposal dated August 18, 2010 and authorized issuance of your sub- contractor agreement. This report presents the project information provided to us, the findings of our exploration, together with our geotechnical evaluation and recommendations. Purpose The purpose of this geotechnical study was to explore the general soil conditions at ten separate locations along the proposed outfall ditches and to provide recommendations for removal of the encountered soils. Environmental assessments or other studies were beyond the scope of our services. This report has been prepared for the exclusive use of Agnoli Barber & Brundage Inc., for specific application to the proposed project at the subject site. FORGE has endeavored to comply with the generally accepted geotechnical engineering practice common to the local area. FORGE makes no other warrant, express, or implied. PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES, FLORIDA 34108, (239) 514 -4100, FAX (239) 514 -4161 www.tbrgeeng.com f f: 3 I IB Report of Geotechnical Exploration FORGE Project Na. 135- 020.01 Proposed LASIP Ouffall 3 & 4 October 22, 2010 Project Information Our understanding of this project is based on the provided information, some assumptions that we have made based on our experience in the area, and a review of provided project plans. We understand this phase of the project consists of improvements to two existing storm water outfall ditches referred to as the Naples Manor Outfall 3 and 4. Outfall 3 is approximately 2600 feet long, located north of Myrtle Lane. Outfall 4 is approximately 3600 feet long, located south of Myrtle Lane. The outfalls convey water from U.S. 41 west to the Lely Manor Canal East Outfall located along the east side of Treviso Bay Development. We understand the canal bottom will be extended to depths of about 8 feet below existing grade. Site Conditions The proposed improvements are located along the existing canals north and south of Myrtle Lane. The south sides of both canals have partially cleared pathways with heavy vegetation surrounding much of the site. The ground surface consists of mostly scrub grass or sand with gravel. The appended Site Location Map and the Site Vicinity Aerial Photograph and Boring Location Plans present the site relative to its surroundings. Subsurface Conditions The subsurface conditions at the site were explored with ten soil test borings drilled to depths of 15 feet below existing grade at approximate locations selected by you. FORGE adjusted the actual boring locations based on accessibility and underground utility conflicts. The approximate locations of the borings are shown on the appended Site Vicinity Aerial Photograph & Boring Location Plans. If a more exact location of the borings are required, we recommend your firm survey the actual boring locations. An engineer from FORGE classified soil samples taken from the boring. Boring logs summarizing our findings are presented in the Appendix. The subsurface conditions encountered at the boring locations can be generalized as shown in the following table. PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES, FLORIDA 34908, (239) 514 -4100, FAX (239) 514 -4161 www.forgeeng.com I1 Nt�' 11B Report of Geotechnica/ Exploration FORGE Project No. 135 - 020.09 Proposed LASIP Outfall 3 & 4 October 22, 2010 GENERALIZED SOIL PROFILE DEPTH (FT) SOIL DESCRIPTION use FROM TO Relatively Clean to Silty Fine SAND, SP, SM 0 5.5 occasional Shell and Gravel. O anics encountered in Boring B -5 from 0 to 6 feet Hard Caprock Layer. (Encountered in Borings B -1, 4, -NA 5.5 12 5, 6, 7, and10 at varying depths) Relatively Clean SAND to Clayey /Silty Fine SAND, SP, SC, 5.5 15 variable amount of Gravel SM (1) Unified Soil Classification The groundwater level recorded at the time of drilling ranged from about 3 to 5 feet below the existing grade at the boring locations. It should be anticipated the groundwater level would fluctuate due to tidal and seasonal rainfall variations, surface water runoff patterns, construction operations, and other interrelated factors. Evaluation and Recommendations Our evaluation and recommendations are based on the project information provided to us, the findings of our field exploration program, and our experience in the area. The subsurface conditions will vary across the project site. Should new information become available during design or the conditions encountered during construction be substantially different from the information presented in this report, please contact us so we may evaluate the new information. Our experience with similar subsurface conditions in this area indicates the relatively clean sand layers encountered above the caprock layer in our borings appear suitable for use as structural fill, although the clayey and silty sand stratums encountered in a some of the borings likely contains greater than 10 percent fines. We recommend structural fill contain less than 10 percent soil fines. However, a program of blending with clean granular sand can be utilized to reduce the fines content in to less than 10 percent to provide structural fill. If large amounts of roots are encountered in any of the near surface soils, we recommend screening of these soils be completed to remove the roots prior to placement over the site. Page 3 of 4 PO Box 113040, 6200 SHIRLEY ST., SUITE 204, NAPLES, FLORIDA 34108, (239) 514- 4100, FAX (239) 514 -4161 www.forgeeng.com N41' W" 5 11g Report of Geotechnical Exploration FORGE PrEtiect No. 135- 020.31 Proposed LASIP Outiall 3 & 4 October 22, 2010 The soils below the groundwater table likely have an in -situ water content well above the optimum moisture content, and will require drying before placement as structural fill. Prior to placement, the soil should be allowed to dry to within about two percent of the optimum moisture content. A majority of the soil borings completed for this project encountered a hard limestone (caprock) layer at depths ranging from about 5.5 to 11 feet below the existing land surface_ The caprock thickness in these borings varied from 1 to 5.5 feet. Based on the Standard Penetration Resistance Values recorded in the hard limestone (caprock) layer encountered in our borings, it may not be feasible to remove this layer with conventional excavating equipment. Therefore, ifi excavations are required to these depths, we anticipate blasting may be required to facilitate removal in some areas. Closing We appreciate working with you as your geotechnical consultant and look forward to working with you on the remainder of this project. Please contact us when we may be of further assistance, or if you have any questions regarding this report. Sincerely, rge Engineering, Inc. .�26.1T s . Mcco , E. Senior Enginee Florida Registration No. 54834 14) , ftl W. Mark Span P.E. Principal Engine Appendix: Site Location Map Site Vicinity Aerial Photograph & Boring Location Plan Generalized Subsurface Profile Baring Logs Key to Boring Log Classification Distribution: 2 — Addressee, 1 - File PO Box 11304Q, 6200 SHIPLEY ST SUITE 204, NAPLES, FLORIDA 34108, (239) 514 -4100, FAX (239) 5144161 www.foryeeng:cam w 0 d I 11R a 11B SITE VICINITY AERIAL PHOTOGRAPH AND BORING LOCATION PLAN B -1 Number and Approximate Boring Location i PROPOSED IMPROVEMENTS LASIP Canal Outfall 3 & 4 Naples, Collier County, Florida FORGE Project Number 135 - 020.01 Forge Engineering, Inc. Forensic, Geatechnical, Environmental, And Construction Consultants 11B 0 n o N O z et Z 9 o m o 0 W fn (D 06 6 w N CC CL 0 6 a. 0 M Z _j Q¢ LU CL co LU 0 m CD gi U. uj O co ID O 11B O ID O 0 n o N O z et Z 9 W 0 -0 F W fn (D LL' 0 w N CC CL 0 6 a. 0 M Z _j Q¢ LU CL co LU 0 m CD gi U. O ID O fn w Z E 0 Z z pm mfn Q¢ co LU 0 m CD gi gi 0 0 uj O ID O 116 1 g z -n o (D 0 z CD {D r • 3 0 C7 O u Z m � E w a a o n = cn s m 6 aD � f) ➢ � s'n 0 3 z m GraurrArater Mm FD 3 v v — v Unftd _ _ AASHTO — — — — — * *. s s.. r a s *. * a Y• e * -s r r •• � ymbml S Symbol +D O � a z �7 Y r i d r e ° r Y Y o 2 y M Y M t + o S W O O P � � c Water Content, % tQ � m Z Flnes Conwnt, % o — M _.._.. _ ._.__. _ —_... — ........_ -.. .._.. 3 ...... Orgardc Content, % Liquid Urm % W p Plastlraly tnder, % j 1 a a j Time Rate of Drilling ° ° e (mtnutes:aeconds) O e LIY �;- Of 011 r e e 11B 0 z -n I., 0 to Fo to (d CD M 5, CD CD 0 z ZL to 0 (D to D C 0 :3 C13 i 0 0 O E! to z -a E3 z rr M Groundwater 3 ED 'D v Unified �ca AASHM cn (b Symbol p 0 0 L 2. z 44' O O iD Water Content, % to Fit= Content % orgark ComEmi, CD Liquid, Limit % M - --------- o ptasticitir Irimm, M IJ Time Rate of Drilling (mmurter.seconds) I M M M I I M", -1 I M I 11B Z < CD z z z CD Q) z. n In C) O Unmed AASKTO cn 6 6, Symbol O 0 C) r— z cia O O 03 .... . ........ Water Content % CD Fines Content % v . ......... cr 'D OfvanlccwftM % Liquid limit, % io ptasficrty Index, % NO w Time Rate of Drilling (minutes.secands) fl, rM, U I I I 0 R M A11 I I I R I I Lit I Elit, 0 m I I N I -LAA I I I 11B z -n 7 0 CD < . ..... CD 5 5* CD CD 'n I 0 F t7 co O rn cr m z c: a B z cr M to Groundwater (D 3 CD cn 0 ra 03 m Unified AASWC cn 6 '1 7 'a "I .'I* 'I T 7 7 Symbol p C Fi z 41 4S. Water Coment, % F9nes Content, % rr OrgantcCordteM % CD Liquid UmIt % Pt2sbcay froux, Thna Rate Of DrIgIng (minutes:seconds) O �w 8 I I I E I I S I I N N I I I 11B z -n CD . . •. .... .... ........... . ........... . . m p CD C3 CD (D N per} ----------- in U7 to 2! 8 r— a z al GrourAMmb5r (D CD y 0 Unified AASFrrC al rj) zu— - — — — — — — — — — * :: :: :: :: :; :: :: Symbol p 0 O C > m z CA) Z tl oWater Content, % rn Fines Contend, g CL 3 cr OTganic CcTtent, % CD Liquki Linalt, % o Plas" IrKlux, % Td ne Rate of Drilling O (minute :seconds} O I I I I I u Ll S7 I P u"I!, I I I Ed I 118 z -n = m� 0 �o �� �o a CD o S (C) CD Z Lo v o CD ;g CD m 2F CD z rr 2) Gmuno*mber (D • w a) tiRllrad yr AASKrO — — — — — — — — — — Symbol p 0 z CA) o Water Coment. % Fines Content % Organic comem % 71 Uquid Umtt % ptasucay index, % NJ a o Time Rate of Drilling C) (mfnutcs.-s=nds) O �r I'd] I E I M I E I I M Lq I N P L I M I I B z 0 1.� -n CD b . ......... ................. . .............. . (D 15 .......... ............. ......... ------ . ..... . . ...... . ......... (D CD ............ V CD . ..... . .......... O M, vt Q O -jz rn 0 cr CK Groundwater (D i3 ra M CD ca in Unified AASHM M Symbol P 0 M r — Jh- Water Content, % Fines Content, % Orgeni. Content, % 07 Liquid Limit, % O plaslidly Index, % 03 Time Rate of izj 6 Driffing 0 (mInuies:3ec:oncs) Li 11 5 W I N Ell E I I I w m .0 U-1 I m its 118 z "n w 0 70 -1 6,0 P CD M 0 r-L a3 > z > z CD 0 CD 0 In Graginumner Q to m 2 -0 Unified w AASHM > cm Symbol 0 fb CA) tl ca Water C"K % GO Firms Confer % z CL Otgaft-CardeM % CID LOAd LiMJ4 % Plaefidty Index, % CD CD Time Rate of Drilling 1'j cb 0 (mlnuwmncwws) O I I I I M I I N 0 0111 I N I M I fle, LI F1171 lb Fa I 118 Z In -50 0 (C) CD =L CL w fj) > :3 > z z CD (D E CD 0 O C— -u 0 rr M CD Z tr z Gmwndkww M G3 AASIM symbol P 0 Z • ■ Water ComeM % a- z cr 01pnic cmftnt, % Q M .1 7i A Liquw Urnit % pfasum index, a; TheFt2tocifDrilling O (mInutes:seconds) CD I 0" ul I I I bl I I M I I I M I 101 11B in- — --------- a (C) 6 " Q Jt" CD 1) 71 fl M CD z 0 (D Go o' C; M C8 Groundwater 3 z Cr CO M F M Unined 'U cp AASKTO CD Symbol .. ... .. .. .. . p 0 C.0 Z Water Content, % :3 ❑ to PIrm Content % ;1 z ---@ EL 3 organic Cement, % cr LUpW Unlit % M Plasticity Index, % iZ3 0 Time Rate of Drilling iZ3 O (minutmaeconds) i 3 �a fD zpo�s a O M n�z m {p CD a _ � 9 art �+ in w rc 3 m m a ° 3 n m 2 ma63 °a o f m � a 4° m Rr P m m a G m m GI E97 O W m _a9 c • n � a as � a K m m m e c 3 a K C [Q n v (� m a z A o c s n 0.o O N n le m D IL'tl' N in m $ W 3 m � c c m a �i to m a a b � 6 C w $jN R a c p m m m Q g g a ° v i = n n a O « « co m m a < G C< m rorororo c_o.n❑. mrororo❑ D ro ro ro ro N N D D D D N N N N O i1 ❑❑ D >❑ c M ro ro ro N m fD ro ro ro o 0 0 0 N N N N N N N N tD of Q (0 N N N N ID ro rD Q! N rfl ro ro ro m m m m m m 2 C C= 2, 0 O a aaaa2cc; GC<G <C« m ro ro ro ro m ro ro ro ro ro �+doo❑ o0o c N m M v noA����m�rn-mac� z2MQ r�r rcl n"tZ� L� -i '�71OZ m�i E? O c/� r ^ M �n'Lr t t �7D�� —• M o � M Z 1 ° 2 6 v 5 Z m C Q 5 ° Water Conlon( % M �^ Flnes Content, % Orgada Content, % Q Uquld Umlt, % _ ^MV a 0. e n°aM o f - a is 6 m •a-' 4 � d d c �a � ° - ¢ n as n v o= N V m m m n m ❑ y O O •' m m i m= m o m n m a m VL z O 7 H p 3 a m m c m o � M Z 1 ° 2 6 v 5 Z m C Q 5 ° Water Conlon( % M �^ Flnes Content, % Orgada Content, % Q Uquld Umlt, % _ ^MV a 0. e n°aM o f - a is 6 m •a-' 4 � d �a ° - ¢ n as n v o= N ' 3 11B IM 5 v � n o � II) �o Q a O� v m w 0 3 w m ° Groundwater Unified AASKrO Symbol M+ M Z ° N Q N O o Z W '�+ ° c a ° Water Conlon( % M �^ Flnes Content, % Orgada Content, % Q Uquld Umlt, % _ ^MV Plaslfdty Index, % Other L me; ou - fUl .......... Lo N F v) z i E~ O zo N. L) o LLI U a < u) bt bt be bt zo z z1K Z z z Z 411 CD < IL C <5=o L rn z- -w . 6 'Goo L) 0. T D D T E moco H0000 w cr 1-4 W 1z Lu z LLJ ua- cDw om, wad C R s il Cr z< I., o, z Vi �w c . zom:o J1 A mo u) IL " < . In m Zzaa , o z U, P-4 < z o AN Z .2. Kwuh In-. as �a �Q ,rte r [" R n F E A Ce r�r G� tr Z � a ti -'1 a ro w a � N -min Ar' A A II 11 A P In �D p u. 00 W 'A ' 2� o � n� W b U N V� o A tl p � N n� u b y ay ;yo a C 9 inn � m :gp Rr�j f s a z p ti 'i iz1 b n C� Q S� a � W 11B iC; ��Ao mAa 'A^7o zyx- �y'°^a ,$ °z avr°�`m ° x c o F m c�prnpii'+rn �~ >rnDU mAa$ OOZ 20m s_ yOZr '� ci rD �D� °n �� Amb� m <> a z coz pZ by rnmD�l`I.r Qj o� 0022 ovAi�o =2� A °iz� yag a F oz� ci° uzyig �A r�a1 Ai,2Z Sao sa�'zi <>< ' z x�'�^ 1ya �a m omc'i °a m < �� x -c �y °rn UD a: sm mm~n` °^OI rnA mom CRY mV0- a rn.. R rn '. �� ^Ap�yA� r4Z c21n r12//�� � 2�D yyppA A' "tn2 yy� n yy pQa pmm Amon Z <a zzz °m >m yc y�; ^ln rn- o2t ymz Oam a OA "5 my <�zrn z y in "� a oo mTarnc lnO 2p -�� Nrn= °c0 ;clog 2g2 � VOi L2 � K_ A.ZCO U m m0 aOm am��m� C� �rnp <a p_ �vr_ rnm A �O O my In rn iDln2 I u � I 1 i O Da0 r AC A oZ, CHI rn O rn 2 pAp° Y Uz Zpy ° rnOntrn '�A Uf m�VfO m O°i'1 cA �mm-Z( AF b °a �F gm A2 �gF 2F �'�'1022 2m2VX�im 'A"�m "IZ om i o 6-022 Z ° 5$ .� . 22m. pp 0 0Zo 20 '59 o m m No �yy��o0 ="o�px mj KO AAO p= Zm y� oDaom -z 202 zo2�� SZ Alp T�� O °Vi 2'Zp`; D °oDA OD'<> NcA - i�Km AAA ppZrn D20� '*O nC y�Cin °� rA °9 19 Oy '? gH smii aR im ggtic� >m° oo mia m� za'°" �urnss Z-rp zm g �mg '1g s- �m -- asa!- cciZ 'z $o -� mu, �� m s 3.`" nm g� Amy —A, $ymA� 3g �� Hop °zm mZ ioT'o m� zzoo a$orna x~D? mTrn o$�° c2 �o au Ay of mrnm °„1 o c m In 16 >a AnUU Tzc �8 rn H m $o rn P fox p 0a ZNOy � Ni''m -=i t7 �a mNr O�7T �a0 vmi uZi� ° vOi; m�na� gsamm�"o Ai °�i �� yy ag= o Za e' � °gym Cep Orn -I InZ ny Zo- °� �In � °,trni) O pj° Ao�� i'caio- rn om o �n alm't l+mii'I�rna OA ��a tn2 G2 ate' ➢ .-Zi urni ,ml ai_ moo `m'u� m°z° � zy z m A a �j ao �iinlnoing m�" a °= O YmAOi� �In Oaf c° N� KZ > ; ova iA�gai� Am mmm oa °o 0`2^ m ,'�� iuirn, g- oaoor°���- ona oa�m�mm mo av,o '^o �y >� m °o_ -rnzi °siiccic Ng� aZrnmo Ag 11B � ❑ ®O®zo *:rc x ®gym ®D®ao TO ®e ®g ®p 1 ®a';s�0 o Z OOa_ rmn ;o ;m In vlwrnxEEE a s x r D A D D a a a a n ry* mmm��^�rc�mmmmmnn A m O x o In n c m M_ m m m a 0 z Z Z�mmn D p x x O r A z MZ Z U1' D 2 D m F A A Z Z Z l�rl m M, (n Z p m ;; g j 2 A A A N m frrl !r*I m fr*1 0, 0 '� V{ n O n O. O m n �$ A A A n m m Z A Z Z --I D 0; m Z D D > m D 0 C m 0° 0 ° o D A O< ;y S 2 2 2 2 Z 0 O Z 0 0 0 0 0 S V m p m 0 0 0 D O m ti 00 0 0 r m O fZ*t. !Z*I m fZ*1 m m x p -Ni m v m D A m z~ Z O v D O fm*1 m G A Z x M A Z M D N M '� D n A Z m Z z Or p Z 0 (") C G < m N m Z M D m m< m > z < 0 0 to A x m m m m? _ 0; z m m m < x Z p z A 0 Z 2 m y V y > n 0 Ox m m z Z ti m m r r 1-�1--���-I W ° Z p r r r i GO O O O A m Q W n r z co C) Z N � I I 1 I c I Oy n a °o o 0Omm o -D 1tWn:yp 11 gg, . C O m m Z; .Zr_1 m Z Z y D O > DO D o C SSSS y I I p Z I I 0 n m m r Z A mmm Z A m I I A0 i I N 1 O m z m n < t o a�tle iii I dy � z Dv E�ZCZ A C m z iq�j A =a ti ti m m m m m rn m m m rn m o o x x x x x x x x x x x 'z m m m m m m m m m m m x x x x x x x x x x x N "' D m z m V1 N N In N N N N N VI N (n. 0 N N N N N IA n N z z z z z z z z m z z z z z z z z z z z z z z m Rn - �• F °d j j r 0 0 ?I m m n m m m In N Z O D CC m C C D C C O y ti - 9 In A m A% m A A A y 0 A A m y tom O O M 0 m A a E m 2 0 0 v 0 O m m> n D Z= m 0 a m ; m Z ^ m rn A 0 0 M O O m M ; a a m r m m r m ti D ZE r e oJ�mmr�+ a_a_m {-Z lm �xr��z € m m m r r z Z 0 x E m S ti< 5 m '� n i OA �rnx �mvO z Oz z M z > -< Or m am MIA ° FYR R 2m A r Z _ m n m n N n n z 0 g � m m r m ° ? a - g . ° R a O ?O �c�mymmpi_ <a D mN1-�� a� rrryry '^dry aoa_ A `ro m m �cCj; 3�m� >�Na G ~m^�in�tia AA �Z :TI C Cgnp��y;y D n�y2m� R ~Lm AO I r Z v> I Z �m9< oA m N -70 N l-7 aja �y'" r p v�vvvvvvv m A A A 0 v vvcrvvvvv v A A A A A A A A � v A A T '� 4] • Q g _ v O 00000000 Z 0 0 0 0 0 'D V v T V A 0 0 0 0 0 0 0 0 0 N 0 N M N 0 ( N f/ Z O Z O 00 Z O$ 000 O m -0 -0 M V •D -D - v 0 00,00000 0 fn w fn (A N w N f n N O O A V O 0 0 U) r M 2y�•' y m m m m m m m m m n O O O D U C O OM m m m m m m m m m m o 0 o Z o o v v v v m m v 0 IOoOmmmmf 0 < A D O C C C D N v Tmm o vcnnm n m m C O O tD m r n D r Z O S D m O O O A A m D y z D .M 00 R m O r O p m D m ; m , 3 o D_ rJi* m D V ^O z m Om z m Z 0 x m0 ca 0 znm-z mz vn �< D > o m S A x z j m m Z A Z ; n Z ~ m ° 7� A Z n to Z v w a m D r - O M _ a m m m r m I m o m R � a� ;mm w wmZ�� FF i Om OZS b 2 m m r Nw-i Z �m 0 W NN�1 ba`pw + R z � ~ O I I l I \ I 1 X yptZ��OCOC = m a m o I o 4 a ° rq Z [ 9 wm u Z ilm 7-1 a � O NJ + m° En \ m° SY O \ \ w Ci z Qn 'i m Q ®maw a m in pw D m ro N n worn m °x °Z I ox m ®n I C ° � wF� Igw Any I °z A ° z k.z� on m + zN� a ° doh V m rnmN v. W a me w w 0 0 W -4% i °o 2 C w o y � t7 c ' C a � � itl W� o� b Zy P C a T � m_ na I z 0 k € w 0 _ 38 +00 `" '• 39+00 o a ( b a i I ' o ' o I m um8i Q a . vv I NM2tCOW7 4km I �. GN �Opp ,MU A222mi v 8 ... ----------- Al, flit y MATCHLINE STA. 316+00 WyI E S°C � � 9 0 33mC O o I I I •� '. O k C D ?O= t N n w w 0 0 W -4% i °o 2 C w o y � t7 c ' C a � � itl W� o� b Zy P C a T � m_ na I z 0 #ai : m ( b a i I ' o ' o I i I I i 1 um8i Q a . vv I 4/ rl ----------- MATCHLINE STA. 316+00 ScME r' = Sy' as O oa z t1l M PIP m MA TCBLINE STA 316+00 II R ,7L II i ry O m MA TCBLINE STA 316+00 7 11 0 PO 1! I Illy M4 TCHUNE STA. 322+00 " = IV , Rn jy 118 MATCMRI E STA. 322+00 I i 7 1. LN O 118 X-1 MATCMRI E STA. 322+00 I A 0 m SZ 2A GA — — - — - — -4p I p II AA MA TCTMEVE STA. 327+00 X-1 • N MATCBLDVE STA. 327+00 _ } DUST. snue Ka k3 3�� 7^' > °a �wo$ I 1 �i log av ma jlorn H -?ac E � �9 E j mso vyp I mrov,_w [„R Na+ $60 }07 � C p W N li Iq 1 I I e 0 '9i I Ial Z m mAm c� 1 O �+taz � a 1 11 }}tt$$yg a 11 va 1 r z 4s 'g mww II. az ' 1 ;I'7 VVR1 C ��OT YWy'� yIl T� \ Oyk Y a� W Wa 0 C W ¢¢¢1ff pp a n 'G+ scald r• . SO' Y 10 11B O A gue oA o 11B :I al 1 j � � I I i __ __ _ _ --4-1-4--l' 4— .... . ....... . . .... ........ . . . .. ......... 14 P. 10, W /i / II ()VI 10 R :811 I>- In Z Lzw rrqp 6,pr. pD in 1p ssm EMIP oa o H 14 10 L4 SAJ N3 00 LI, C) 0 C� CA O O O CD 0 F7-7T7- o CD 0 O CD Ir ssm EMIP oa o 11B 14 10 L4 SAJ N3 00 LI, C) 0 C� CA O O O CD 0 CD 0 O CD 11B 14 10 Lit 0. N3 00 LI, C) C� CA 11B co m co EO CA 10 DD .52 8I: Im jq, Z 17 17 ti CY) + OD + C) C O 0 0 CD CD co m co EO CA 10 DD 118 ,e a _9 K ` Y a W m A 14 OD y � a p cn G V OD N O �D ? 11B ILLLL! Al g, Z w 0 7 f ;z p L14 L-j L4 CA L14 0 + CD + + + 0 + 0 0 0 p CD 0 , 0 CD 0 CD a YT UN RY in 116 MIR Q? 1 Pa z a a K ' �y a g3 G � S S O # m O A m O m O m O m O m W w GJ (4 w L4 W � Cf LA (A CA Lrl N (A CD + + + + + -P, rn W to N O O O O a O m OD W� oQ U� rn o o � co O a rn W to N O O p a O m W 11B moll Mill HIM. . . . ............ 1 ix ----- - -- -- - - - - - ------ ro U) 0 0 CD (D 0 116 I I � I � I I I I I x I ox I "I� m I v� I o<z I aLnn o \ma I m /— — — m X X 0 0 m m / m e M i rt� ° Aop� cn o N D > o D o Rz FZ o D a a 0m D Q N O u o � m E x ° N n ° ►� +m �43�k. �- � 7 O t+l I ➢ o d � � m a � i 9 m ® ®a z Iola v ®Z � •_ zaay �n �y aa� F po mwa m °z L w � Z~Oti 4- 20Oy O m xrom p Zy n n O VI O I I m x N a m R o � � V maa qqOq „{ O� "v Y� O aim, ,�......� REV", �axz oA= -+ b 3 " c Iff- z d O h a R I x Im I my i z mA I �o A ao ► H ti a x Ia O V m x 0 m m� oil ,rc-) _► — — o 0 z In I I Io m a a A Y \ 0 a +� 'a ti ° oN k I m w ^ DA �I ox n x 'a � o � I � I m + 01- m m Zmm � m ®y HX °m ZRM 60 b °A D wr *m a lint In opt WO ma =b^1 am D ' ° o 11B ► m Imew ~ °2 ► 1Pti0 ICOZ I ➢D° �z� I � 0 a � D % m / V N o X _ rn m m l ill O mg w� 0 7 D b CD no o� `1 DO Q O N i rcn O I I m z N o y ti �n o � � a A Tw I ^ N ~ 1 AA O O �C� N ° ir 5 o — — ► v A 0 — — — — 0 0 0 a * ++ Ni °cam m °w�a v� low 2000 -� m° I 1/i NIaVNV xmawm �'m p't I �ww °o vmi m� O A W \ I gil oa Z m 0r Rt O o 41 to 118 SOUTH CANAL 00 ADA 28+00 ...... 17 RE j5 z H + R-1 p +O i ROE SMITH, KEIKO Y 240 umnE LN M-A TUMWE STA. 415+50 g11.2 O BUSH!! z ?V ti yrO b> AM TCMLVE STA. 415+50 eI SMITH. KEWO y i of I 5240 MYRTLE LN + it ii ii IN AM TCMLVE STA. 415+50 SMITH. KEWO y i 5240 MYRTLE LN + ev .......... + T 2 . f) p u PI 22 R? r-4 + Vif , I 0 0 Z MA TCHDAE STA. 421+00 i1B I N MATC WE STA. 421 +00 I. 1 cai� m i� III v 'mn� I t F J PPP A.� -- — — Ys-- 15.E m ° —. _ r 1 it ,- �t I 7 M ✓rn i I •1 __ 1 S I S� YaC m it r � I FAX 00 it 15 A Ta � 1 � 1 t I • � I I II F \`l I I � I � it �y + nR 1 I �I I W� MATCMEvE STA. 426 +50 0 a g Y � N �--z --- Inn— s'"PE5 1;215 o H iy 11B AIA TCHLINE STA. 426+50 MIR. IV - Rut i omo A -Nil II 1 I. 11B AIA TCHLINE STA. 426+50 Rut omo -Nil 42 I as N2 E VH: 2 MATCMENE STA. 432+00 di, 1 zq * ,51 4-1 1 6, 6n f j.Z o UP no MA MMINE STA. 432+00 0 W 13 U Ca Jl MID �EQ � x 0 . li IF T 1 1 1 1 1 1 ;R 2 Q RE O no MA MMINE STA. 432+00 0 �EQ 0 . Rxm ......... ;R 2 Q O MA TCMBNE S TA. 437 +50 I ia .1 ffl2 INS z 0 11 ! ao; z Fa w 116 / , � V I ae fG om cr 14 m . 721: RCP ii 72` RCP 10 0 r ti IN A ml ml + 0 I - - - - - - - - - - DE 20' PUE & IDE ---------------- — — — — — — — — — — — — M4 TCULEVE STA. 441+70 + E 116 / , � V 0 r IN A ml ml + 0 I - - - - - - - - - - DE 20' PUE & IDE ---------------- — — — — — — — — — — — — M4 TCULEVE STA. 441+70 A a O �ZAr 9> Ii ?� C =m � az` RO F � L Bo p F,^ B^ ks CG " atv a fj t C y �b OO A � � p � N C �O Ln i A I A l I I } OO � I InI e I I o�o V I O o I o ol A i 0O ml I I I �m am a I I I I w I °o I I I N��2O I I 1 1Aan I om z EEO N n I Iq Amw m _ NAM C00354 nm � � n o � Al I 4C075B ;.ay LM9. 04 - 5 n� r �X 11B MATCFff-INE STA. 4414-70 f� �I Y _..yet - � • .: "� (06 W-s) Cry sn do d03 -X I! NA�p ogAa �a T y >�G V 2F� �A�$N�umi� yA ar �zo K�fciee _ Q` 1C1�y�� y 1ullZN O C I InI o�o V I O o I o ol ml I I I �m am cl AI I I I I I w I °o I I I N��2O I I 1 1Aan I om z EEO I Iq Amw f� �I Y _..yet - � • .: "� (06 W-s) Cry sn do d03 -X I! NA�p ogAa �a T y >�G V 2F� �A�$N�umi� yA ar �zo K�fciee _ Q` 1C1�y�� y 1ullZN O o� pp O z> �Q. pp� 13 m rz �m R — . t P.n f i' `a R m z rl� m =v t- 0 > y, b a�is a i4 Iv to M O QUO oa O � N) EO "d 116 --- - - ----- '-T-T -------------- . ... .... .... IX 44 AP4 1 1-4t, A, iz a to -7777tt� 01 pptn it NmD 177 .......... . .. .... ........ .. 177-777- ! I€ �pOti i I' 111 M OZID li mHy' . i A ZN l p pr Cai o� _off a x Ul I I n, °x€nm O� c7 OI.o Z oZy IjZ Oa r O A ~ �p �rn Z r 0 mg rO � — -i -o -Rio m a i = v, x - m =o a AQy o 0 o - -- € a. � co 3InnjZ m F, a r- O yOg h— (Zily Ln m m �o Z r'I � °r a o p, 1 : A cn zc°i1y x r p a -InZ- `n ro c� �a6 a o I°i w�. .n OO2z � 3Z + ° C) y�ZfkF� o i_3... xro r � 41..o r C IIII r r � ZP- It it 1 11 a ° -C1 C iin it '�I 1 It n., r n O 2 r 01 7 -J� f A Y In A = j r o x y I' N 2 o n y z it it 0 rn C) ova 0 o� [i o o o r a n c 4 if I; It r nl$ ! fill z O In r p : � 91 N I fit i ii Z Lo a� � m 2 ° III o C11 �' ! �� i s C D � g LO O � A Lo m Q1 Di i y � rrl n r_r-y' mo C') Ivy A r O ix Z � y p N O r ? yy m pp OIN i it . MI>tz> mZA r n #' o W Z ~ W � A � D _ � o � 11B y� r X I a � 1: a--------- - -' - -- I 1 1 f I I I I II I I /I 1 1 1 1 i WW 1 1 I[ I I I g.j w O 11 I It I o f 9 II Al Iye O \ it pj \a N \ \\ a e 114 it o it "I oA mn N O O O O p a m W 14 D N °w to a _ N V V W m N O V CC CD O to N 0 0 I I if I 1 i I 1 d 1 ° a� 11 I € 3 CD m U Q V \ V ° V W co Ib a . to co N �+ N v m m � u e�� to V OD I 1 w IM ilt '' I IM Q ° IA Q o I M-1 � i y y I I I I 11 T q 1 I 1: 1 1 ^A F I ! I I 1 I 41 N c_c Cy) J + + W O O + J H O O O O O a� CD m U V V ° V W co Ib a . to co N �+ N v m m e�� to V OD w w 5t L w Z sm RY O M c o co Ol O N u xm U N, 4 ... . ...... .. ....... ...... . LA 14 14 OD of Op ol OD OD 0 :L 41 NJ CD M c o co Ol O N 0 00 O U N, 4 N VA 14 V LA 14 14 OD of Op ol OD OD 0 an!', flL MR =nP Z -.0 P Rt 00 -77- ..... . .... ---- --------- ------- It tT 'I.—' 41 00 Pd. A. IVA IO N In LL tQ CY) r.0 (D 0 O o (D 0 0 0 0 (D CD 41 00 cn N In tQ gil- TC Z g z ao rt iy RR P-P pd 1 II N) LA 01 OU b Lh 8 41 W W L4 W L-j + 0 0 0 0 0 0 WW, -e N) LA 01 OU b Lh 8 N) WW, -e 11B �ozZ �aoo °mooA mn=a�n- m z z m In m . �M0 iC nor O F n0 Ln you nno �zm��a a boo o � O N 00 p o � a g m p O NZ ��- In I �� I Z,� E, .m � II Is�F. m ✓ /1 im. � 11 i A C :IU 'o I 6 a i y:lum € i i 5ss s 11 A� �R. �i i ra 11 4T ... p _ 1 N T A L4 0 J L4 OD zv =� o 0 0 0 0 0 a a tin H K q a� o yp b h� O o W ctiil - y m W CO V Cn W n A m n _N RZ, Oa �3 Iffiffil z 0 z MON 7—t F7 ............... 14 41 O (D O 0 14 118 ao� i as Z A Lb Q ac�p "GG�r AZ a 1 $ E i w p 1 n"!I a pill 8000 0 o A� PH !ill!!q ill W z H �> ��' m a i I _ O S it it X 1 i Qj I v v I r � N N „e V I. bIN E A I 7F5 �i I I I i p p I y ci- 41 J co 1 I+ H- I I I it a o y ro N a N � D � W p Z o � + 07 LrI O � a � � CD a a a i I _ O S it it X 1 i Qj I v v I r � N N p p I O) J co I+ I+ H- 11B >x, z 0 Z '00 y AD MA > z > Az . §igl k - iP I SAE T T $IP m > °z m 0 1) (n m . 'Z ' z L m n m m C) --q m > -< --I C) 0 c En :E ;u > m Z Co 8 K: -'o M 7- C- E5 > mz < m CE) z F= > I Z M (n m 0 m T 'Z' > U) m r1l > > z Z M C) 0 Lo Z > > Cl) < 71 G') A mCNWII -- ----------- z--------- 0 c Z ------------ ........ ---- - --- 0 ----------- - - - -------- T li Z----- ------ ------ z ---------- ii� I w ua *j I w w 80 > . ... .. R'n 0 CD > ... .. ...... CZ Q M z A3 so (-1 --............ m M 1 s ------------ Ln z MO > Z.0 0 0 0 + z ........ 1 w — --------- — --- --------- Ln � — --------- --- ZQ r --i m 6 ........ - - --- --------- tz > Ln 'q-'T ------ --- ----------- > x j Z --------------- - Q 11I Ili m l > 0 i - ------ - ------------ > > 0 0 0 Z- .. ........ > ------ w 0 9 lco: C, ' 7 Ai + . o . .. . , m z ----- -- c -- — ------- . §igl k - iP I SAE T T $IP m > °z m 0 1) (n m . 'Z ' z L m n m m C) --q m > -< --I C) 0 c En :E ;u > m Z Co 8 K: -'o M 7- C- E5 > mz < m CE) z F= > I Z M (n m 0 m T 'Z' > U) m r1l > > z Z M C) 0 Lo Z > > Cl) < 71 G') A mCNWII -- ----------- z--------- 0 c Z ------------ ........ ---- - --- 0 ----------- - - - -------- T li Z----- ------ ------ z ---------- ii� I w ua *j I w w R'n 0 LMff" T4AX EAST ------------- 0 z z so z 1 s 4b. Ln ......... . Z.0 Z §igl k - iP I SAE T T $IP m > °z m 0 1) (n m . 'Z ' z L m n m m C) --q m > -< --I C) 0 c En :E ;u > m Z Co 8 K: -'o M 7- C- E5 > mz < m CE) z F= > I Z M (n m 0 m T 'Z' > U) m r1l > > z Z M C) 0 Lo Z > > Cl) < 71 G') A mCNWII -- ----------- z--------- 0 c Z ------------ ........ ---- - --- 0 ----------- - - - -------- T li Z----- ------ ------ z ---------- ii� I w ------------ ........ ---- - --- 0 ----------- - - - -------- T li Z----- ------ ------ z ---------- ii� I w M_ dos i m _ m° m n b� I II ego " a ism u9 Nw V�mFi u+ vmrmi + ++m ovum i�g + �:C bf O m mm Nu �uuu groa+�� z= °u'si =Z m r ...0 mmuu roamo,z ro�o� ap a� — �O BOO �o 000�O orOO"oo *OO�cczi O m p i 9`� N by m� bmmm +mi + +m zo- mgm00 �� xn } � mu am mNm'm mum uuiu oOrFi c _ z 3 e �$ m z C I l\ 1 \ T 1 �V �I x y6 O � 1 F Ma z N +° O (a W ,Obi U V jy m � V I R 04 a w N rn t a ima n° mT ti° 0 z i ? 2pm i i° >a g� - > mT a 200 Ti wMpt6 i ��m�4a J aNae �''.� It NI.. T .0 tf0 0 sQ T $ 3m m o~ In my l� �e9 B rg r �p� mv`�, i Fns a Z w 36 D SeW Floe °� 8E_ 8 $ F �;D o Z g a n3 s me �i Y e 8 En ia jr \ Z o Fn Ad `G 3 I aR =s Nm °n 4 IM o � I = ,4 m j�" m y aL a yg'� y vwww " "pg Z Q 8 � �� ♦� � 2 s 3 Qua wo$ =,Sage OD �E$g as z 0 s;euluue sow -G7bn swC m O E Z J' s � a a y I�1 7 a �9 118 Fn m01c�q o-$5 °�F 3 0 3 T y g ° o F��oa J a 3 a A 0 8 3 � 3F �'pp J3 o m m O R, � °Qcv� � p°< J N N (n fD ONj O y Z y� N Om C^ N J� yN CJ N ig iIL 3 N 3 ^ 3 N J 2 fail N� H C. m° Q N N p�j C 8 N H c R O S 5j O 3 M (H (pnp CN W pt sl J'H ... 20 t=Dn�Fj ME �SRmom� �2.8 ma-B q�[�m�8.�p1n I - �am� y� m NOm' 4-3 z mF, 8&-- O m C.gy� AFi q a° -O H� �a n�D a E O W� 8 g °oH n O S n ���Q. cy 30 �m��aa 2 ut v' ,03 Q V) N 2 Z o� = ma�n8 m E o c O 8- m Q.m86o m S a.� J� w e N�aE ^ �1 O mB C �. p <. J F 2V N .< .Z7 m o O Q W �_gaagm c % a N q J �. Z 4 cocci' C7 O m y. °$ d CO .b jc'� .Zml y -j 3-' 33 OL `5.d 8. m g RE 9 El C a.Nr 6 m;-,m H N o ° N N cn cn X < o' - m afo � E^ m�02 8 ad (nom O °-N a3io O CD7 S�JmmDm2 - ^ ^t0 0 .N J 127 day C N N ry N N C o 3 g m N n n x O. F� ya O < � �ram�� 8.CD 9c3 cn 94 ya w uz 116 S m S S O S o� T o D m m o m and D o y �w d N.. O O., 0 O (D N R y JO (D m O d m° a N m m? m (� a J (Q ° 7 d a N CD O' C N p ^ a J CL Q j Gp N o'. a fD d J N m X Ip d CD m m m an d 3 C, QN d m 'm rm £ m m m �— c a m Q y Q N N- o PD y o; m d 3 W N O° — J d 3 d C 3 m N J o C D o B a o m CD a m � m y CL m 3 m d J T J O N d d pi o n F 3 J' ° m N m 3 sa m 0 d N a OL W m m Dim m am d a a a CL a p£ p a d � J � m 3 N d a d CD CD F' m ° 0 N J F J J (D $. j ID N os 3 a m� N C m a m a C - m L. N O O ° N D O' d a T ma d to N N° S F CL n w° 0 d d J= CD CD Ul d d O a 3 a •c J m j O _ m a T p ° CD N � d J N j CD d N N ry d Er M N d d J m 0 CD J a n ° N a O co_ a d c a c m 0 a = a m N J m CD m O a 03 0 o CD CD m a a m N y ry D N N °' N O ° �(3a 2 m m m 0 m O � a O N d S N m d Q C•. N O O (Q O J d d d m d N - m m j d J d d J a a O CD a O - p O d C J CD J m d m a `G m CD N m N O O p m p O y, tp cr 3 J O7 J O a, y O d m m J fi d F O 7 O O O < CD a A CD a., 7 a w S m _a 5 m �. .J.. o. N a O' c O 7 G O N 'm° m m N 5 ° J m m fD m CL J ° S N 7 om S m S S O S ♦ d N.. O O., 0 O 0 -i ur a a D D 0 2: J 0 a d N a N 3 d J N m X Ip CD m I<D m O' CD 3 O £ a, c ❑ oO Q N N- m d �:.J.. W N O° — J d O d d C 3 m N o ° o B m ° m CD a (D m d d CL ° 3 d J T J O N d d pi o n F 3 J' ° m N m 3 m -. CD O O d N N d _ O F' m ° 0 N J F J J (D $. j ID N J a O d j C m a m a C - m L. N O O N C N D O' d p d J d to N N° S 0 d d N Ul d d O M- _ a T O a d � d J N d d d J a m m ° N a ° co_ 9 d c a c C - "NO 3 J J �_ ° d n a 03 0 o c m a m N a D S N m d o J O J d d d m d N - m m j d J d d J a a O CD a O - p O d m O �m a iwc O a � _DR �R? a � F W o IO a� ^3 r a o y O b z� 11B O I fA TI omm °� T 1, O(� 0T m O fA mOO a�Cn fA -0 m�� mm c n mao4 ,,gym JWT �° C, N m CL 01 m'•o'cn 5� J moc n J m J mocii m O 3mm m. a m °- W �-IV < W Od�C �m��- m W N 5�OW -S mmm =m y �(p� �m� � Jo J J 90 m a 3 me <� O f0) g W m Q m < m W W W v tldi C m a m '21, J W e ? m o C•.� N A mmumi <� m'�' m°� 'J'� m 0 m3oi mm omm•. o m =W c m OIC�•j 'm^ mp 'O 0 O X �•m C F O.j W m N C o m m m • m y 3 0 0 7 J< ma O m W J � d j >• O. �. F m m O. m O m t0 D_ m m O CJ 3< 00 N o d vrod3 �(D °-� mom m N m �� O OR I Z m J p p C dm d d (D n J 0 d C O m m W .J.. d-C W W m F W o. .O•. 'CO J F J C J F m m m m m m - c o- m W o f W m JJ�o�- o, o. a V' m m mT a o m °y w C m3 J W5 0 a`O m m C W o. S a n J o m m O_ m a m m o F m �• o m omm m 3 W Jm m m Cn• a;;p•' O m m m ^ m) W m C T O O W m O C% M m C m d m m 0 0 W 3 Q a ym �-6 T� m W? on `0 o�aao mmmmw ya ID c m Qo J mm m om3tOo mg 3 0 >> W J m m o y='v �m me c O. Z m aoJi m >•m m� a o�F J >3 °co3 om � W F oo mom OF �� o d m m S J m m F < W an d y O m m O. W O O m ?' m d G O O Q_ O o o W m O W S O N W W m '00 m m N 3 D_.0 O� J N � C S .J.. N N y N m o W J J O m W-a j m W W O O m O n m m C J y m m W O O - W m m o < m `G m m m F J 7° < W o'Q m F o 3 0 m o sA M m F J a J - 3 3 m m o J m =v c o o n W J m ° m o O I fA TI omm °� T 1, O(� 0T m O fA mOO a�Cn fA -0 m�� mm c n mao4 ,,gym JWT �° C, 01 m'•o'cn 5� J moc n J m J mocii m O 3mm m. a m-Fon 3.W W �-IV < W Od�C rmF0 W N 5�OW -S mmm =m y �(p� C m% N m V W p .� a m C J 90 m a 3 'o m CL O. lmD N (p W v M O. C•.� N A W =i m y y J p3j A J m 0 pOj m 0 0 3^ m m W o J -� U2 cm o m =W c m m 8m a� m J c m rW o ^ a c m .0 m o �^ 0 3 m o W c m • m y 3 o m�� 3m ma m m O CJ 3< 00 N N vrod3 �(D °-� mom m �� O OR I Z m J p mm3� JmmJm m �m p3m rmnmC. man. CC.- m m m m � -COO n c y M. A m m m o y J m d ur 3 m a`O m m n nm 3$ W m a W �• o m omm m 3 W Jm m mm m w m j J pJ O m o m O F. p e. m < m m C m d m m 0 0 c� 3o J m C s� �-6 T� m j 6`G o.md `0 3.a m a-o Q m Qo J o m m m o omm o o m a c o a d a a J J 03 m dam 0 3 O O m N V _a m a m 3a F O N 0 C m d G N m D 11B 41 my� �x8 o> 0 c; u ima�Z €`Z m O :9 f a £ z g g J o— J 9 9 '. m ro m 22- N� ego 8 m n��3 nm m o 3o�n S � m acc3mm r':. a Tai r Z ^� m� — �mmmo s d �'6) m � 8 m 3 'Fa d 3 d off '- S m d m N N 4 T1,.. m m o Zt, 'mom -o a n3v �o d n a .Z1 Z 00 m z LA IxR m � � N m o 3o�n S � m I ■ . � c 2 { ( ( / E § . . . k k ! CL > . _ - \CO \7 k \) . . ;: � § {i ƒ� , 2 � � B( §\ / f } ( > CD § } \m ! [ ,� ) £ ;§§ \ io ; a§ Cb CZ !!c,- 1,z # § ` � �\ . | � \k § |§ \� ~ f ; � I . , \ � ! |!! ||| p92 E \} � �� »{ /Ll z@ » �\ j ( k \\ \ § ±[ CD > %; _ ca �M > o 4 � � § §�\ � kf( CD . $ft . . / § . . \7 /( � �\ \k � \} � �� »{ �\ k § . . � \k � \} � �� - .$$ §§ &� § [ |� }� -P\ | 2 ( ) | (\ /\ \ \} \f § 4 % §a[ ] �)[ z� «{ to ) } \ E CD CD CL j g 3 z )@ ( \ } ƒ - } ) k \ \ o o . E,2'` . . � CD /�{ 7 \ \ ) 3 \ }� }}( }! (.D � @ . \, r . . CD \ \�D -0 2 =E! = ;| {!7� \§» ® /) CD \§) ®�{ ƒ!)§£§ ;/( |3.# )a3 �/ (]g ( / / \ }�} CD 0. 7 CD 0 CD 3 z )@ ( \ } ƒ - } k \ \ o ) E,2'` } N CD /�{ 7 \ \ 3 \ }� }}( (.D � @ . \, r . . CD \ \�D -0 2 =E! = ;| {!7� \§» ® /) \§) ®�{ ƒ!)§£§ ;/( |3.# )a3 �/ (]g ( / / \ }�} § 11 k C) a }� \� \� [\ \ 0 3 / ; / n M § � M k � 3 11 B x n —I m' azi� m m �a m <m mm =D m' d n I - j - my O 3 M 31 Zm1 Q 'm .T i O m 3 z n m o m w m m >> 29 on fO fn 2���.T0�7 �.ZD7 .'C=1DR7 �,� � c F° �°• acnm m ° °o'ma o w3w OCOtWiQZ O T D mo�_mJ <G7�m Dfl� Ncn p� Z ::1 '1 mmoi •c°•�•g° N c<i—Dimm m (n0 ZO mo�m� °-o Fume°- =mom jj'j 'z 0 p M D C � G) D m n m �' m m° d w m• y o m w. m -A I Z�5 co Z w C<) G = O m n m m m m n N m S fD m Q° w v n p O j m m Z m o �. >: w tO m ^+ o° D w m m w 3 CD D C p 3 x D m w s o c w °- 3 w n a• r V - ymm mi m �' mm �w CD m N £,mac ro aQ Qm ��� m °.� L2 1 v n o c C', owOmm �� and +3c wwm Cl) CD =r G c m n o n W o o Nm m��om c°i.'oo °om0a °-co 0 _N% O1o�° cx3vm w m m m c m G w m o °_ o m m n 3 v a n o m _ mcmi omn�aNO a n� =m m �� N3 m m c =n� CU Do >< 'v m T� m S r X =ME m Z r=mp o�m () M o O T D Z m� D m m= n m a 3 cn A m Q o w ' m Q' -20-10 O�za'~mm z Og 10 aRZjvDm c = o v m m m $ o z °_<m nw a v rv3ac-, V piy O N � m �m NO n a.6 fA 'A' Oc A O aay! m p -a z m° n o �c>z� ora z m �mm o ; ' m vai�cmi w i Z C.Z�C]AO <-yina i y� r m nm N im O A O D C TtiOOm 3D<O � m p w p m o- > <ZCO tiZ�O (— w = mm 7 n V m m m ^ 3 r'n ° a v u 9 nar n-aiwm ,"1 13.3 my�o �mo��s X52 �D^>.m 65; =xn > v 3.8 01.0 a m C Z a a y x= m o G)mz- nF =w"x N N O O m ° mnum^i c m m o n3: H, , � o� X O�°�w OC�K D Li D r4r D2vaim��S-oC -=f D Z n3 mad OC�� m m Ip m c m �m (c W. a ym� tiZ m °: wm O -'� O.S^ ~nz �awz Ci xD D , nOm ~ z �� mmO ^m a •c zm p m m co TO x a .0 1.12 o5- Z > m m m co Fn 3�E =113 -el $p$r; ;4E 5 z o c�vai >>. u>i �'a va ohm cvc°A�m z.- Zl']gZOLS 3o�b u' >� i mi ^'i rn "Im mo�a'rA _m NFm >�mm aDCaz z N� v ym ~� azDw aF$ O-�N W 2- >iZ1ymDr0 ;� NNH wN 3~ N _ Z D rn �pti9 y NDD 2�0f/1 AoTZ FZ>rIV Ay0>ti L°i S C N O �f/1 �Om090 �pp pyp�T2z y > VTZmA m a >O wN ONOO CA p >r>'- Im�12< AOw.A AZ-1 �CO -•• ww33mj3 ADOyy ZT �yw� m oO 3 Dri-2 FmDm fnWSNQ`00 v E Imn D Z -- 00 Dm Ar�UID wZN DA> ONA�O A g 1'� 7s_c>nj$z s o°mm zn ;i �z ciz ciz o yAmx<< a rnA vm YO DOO 02° (� m jZ �> JO 4J °Zf>A° �O ZO 00 m O >IryO 3m mwOOA3 3OZ Zy RyZw 2�VTp^!!1 $ > p �AOm UU11 m Zwg 5`0m3m2 °pp OZm V.A A= yyO�ZZ 2L O,ODm �uy0 w9 m� O AZFpm mn UI�w�0° wN O ON mAoY ZOpmw m �T Ty r H 2L, p KA��S O+� �Ow�AV�imA 4 >° Oo>.. > ytnyym ooa �m ?m czz, xn >o Fyyn Hi A , �= mT r-= OS a0 O 3 00 - {O Z.9 -�Om> Gyi +Ki ;O O r Z ®A., D W �_ a 3 3 r�OZ$ g ng mz y z ;�iv_ mz v ^c ACA xi> >vz z "•� �c oyO°oy m Z Ov o wC 3 Smm 32 w >�N> LL> Z Oy mDC N °Z!n2 D Z G) C m ° Z O O �O 2 1�D DD Crmml~n oyD� ym oNO r Z D O A Zm A AA 9A D mrmpAcN C� �AnDO ZOOM ,°'p0 SAA 3x --A m m m I�I'i D A N OA A N OO�A° >m -mn2 NZ9Dx <T ?N 3mwr z X Z m A A v_m n oy xo m�1A zz v>i m 7% Cn Z 0 O m g � az � o n m mvyi� az °A >ru>i� w <rr aA Fz °_ oyoizi c 11 O O Z .Z7 A o� > >mvni u�� s� Aozmc avc Fa Kcczi SSA i �i�l cn O r cwi D m Az o o >v v 03 A� r wrx m" ri< j o m Z n sm m °m A OASmm rums °o o>ug °An_�° r= N •< D a w sy o o = ,-m >A v 3mn°i�z ccm c ° °a y z3 Z s r m D <N z siw r _AF mg Nr z °g co y in ->i ^� m m wg m z-'��- Nms o' oAlnxa m g oo xo °m im mom �y z�s oZiz`o 2 >L s6 °m Fz r v>i >~c °w ° c>c'i� a�A mAmw �z�Nx 'off ° m m v`��A m z z 'o ° m r.Ta m m- �> �m aam �Dp wo OD �m D v DC 0 Z mA r� m < m x D�o m Z m v3 a �o D uxx ti D m VT m X W z i € G) � CC G 1 O IH w m D T gm m F m 2 SS ggr�. Om !I?o2WR o m Nm cmi� tiD 0 2 0 C j C w m 0 z O V R 0 m�3 - a3 T O rP 3`23'_'3 3u3D3m m mnm m�?z6 - n m D Am m z g m c m(/) z M Z II -Oy S' 3 On �mm (n (nmN N r � f mm m �n T om tom M T �x m K I l T Cti _3^ oo z 3 a c N m ter— av— o �F_ ? Dy�n <mam ma.s n '002arZxyzDO m -OmZ mf AOf zO ONZrpA -y a ZmO O <m mGJ m47ZDA u T N p m z D y N D =,:)l D C z II u -. in mm n o Z O V O O D O> m m o nm c 47 D:D �y Zmomm -. - - m HF -OmDr mo 9G O`Z pm- O Z p D Z ti W p m a = a o vD O v C O m mmr z vo � rn D z ;o IV' z m D_ i O c� m� m � D M -mi m O v Az Z A O � o�� CMXX r y Cl N m Q M m0 m0 OD �D �m m0 D 11B a S N 0 y m o z A ~ S N 0 m zz m 1 X0 y� .1O 0 m D D O Z mz 0 m Z m m D Z z 0 co V m D moo D -IA Z D D D Nbti _ O O � D ZS T O � y r � X 0 z (� z O > O Azm V A D vey OtlD ° 0 ; X o m Ym.W�LJ D N r =?O I> A z" n o0 #� m m- �> �m aam �Dp wo OD �m D v DC 0 Z mA r� m < m x D�o m Z m v3 a �o D uxx ti D m VT m X W z i € G) � CC G 1 O IH w m D T gm m F m 2 SS ggr�. Om !I?o2WR o m Nm cmi� tiD 0 2 0 C j C w m 0 z O V R 0 m�3 - a3 T O rP 3`23'_'3 3u3D3m m mnm m�?z6 - n m D Am m z g m c m(/) z M Z II -Oy S' 3 On �mm (n (nmN N r � f mm m �n T om tom M T �x m K I l T Cti _3^ oo z 3 a c N m ter— av— o �F_ ? Dy�n <mam ma.s n '002arZxyzDO m -OmZ mf AOf zO ONZrpA -y a ZmO O <m mGJ m47ZDA u T N p m z D y N D =,:)l D C z II u -. in mm n o Z O V O O D O> m m o nm c 47 D:D �y Zmomm -. - - m HF -OmDr mo 9G O`Z pm- O Z p D Z ti W p m a = a o vD O v C O m mmr z vo � rn D z ;o IV' z m D_ i O c� m� m � D M -mi m O v Az Z A O � o�� CMXX r y Cl N m Q M m0 m0 OD �D �m m0 D 11B a S N 0 y m o z A ~ S N 0 m zz m 1 X0 y� .1O 0 m D D O Z mz 0 m Z m m D Z z 0 co V m D EF °I�F �E H Z A Q N y itl rn ° o Y W N � o A p. -P -p � V 30' MINIMUM mOv���m mmim-v va.1 Am_zmy Z Z Ao O n Z A� vvi °A mm om� za 00 00 oa M ov 5 i oz m m A m mm c \\ F 1 \ \ \l a mAm F � m m o la/I ina A 62 o 10 51 O o oa ZZZ j ra c a 'S' i 1i °a o °s D DD m D V O Z Z N 0 Ao W z m v ��F m � r z'^ Amr ➢Op DOE OZA FOOD tiVZP 00� Om A2 �m� O ~Z mm 'M mr� D a =A m ImC O < ^� zmv i vmiN'o v O Amm.T voiFm to H m 0 F a �mv CO N xC- Z V D Z1A --I Z 47 av �pA VmlA2 � yfzAC Ny FO m m Q�� u b QQ tt77.. Om zrz .p mr moor i m Ste^ 515151 az> w ?-5j> Z as nmAo o m p- Z-' mmm Z AO➢ a� < m >{fD Z N R mN- mOmg ^ ° m z➢ D' r VI � D V) Z N 2 O A z s_ p O vmo Sc =u0 n0 z0, mm o➢ e 'g o i Z' OVA, s E °a IL m m v zm� a n> EF °I�F �E H Z A Q N y itl rn ° o Y W N � o A p. -P -p � V 30' MINIMUM mOv���m mmim-v va.1 Am_zmy Z Z Ao O n Z A� vvi °A mm om� za 00 00 oa M ov 5 i oz m m A m mm c \\ F 1 \ \ \l a mAm F � m m o la/I ina A 62 o 10 51 O o oa ZZZ j ra c a 'S' i 1i °a o °s D DD m D V O Z Z N 0 Ao vx �v v mm -I� n mmz =0v m xo VAfll� ODp'� ma ,� Z C 512 N C O W z m Amr ➢Op DOE OZA FOOD tiVZP 00� Om A2 N«T m�DO O ~Z mm 'M mr� 0 o m Z O ~OD =A m ImC O nrl� 1 vmiN'o v O Amm.T voiFm In ➢ DFOm D CO N xC- Z V D Z1A Zm < rr rxNr D VmlA2 OOZ yfzAC Ny FO O`A'A Om ism c'V' -I Om zrz .p mr moor mN=N 515151 az> i> �� ?-5j> Z C vc- nmAo o m p- Z-' mmm Z AO➢ mc�m m➢nmm . TOU >{fD z C, .0 mom mN- mOmg �-aC m O < �r2 D� (n z➢ D' r VI � D V) Z N r*i f� In O m N z- 0 a z mz QZCJ CEO A D ADm> vmo a n0 z0, mm ID o ocnr Z' OVA, m m v zm� 0z zim i a n> << x-Im cn Om >z z � v Nmm �z� mmm'Cil c ~ ,noa E5 r➢- -0 m n o ➢ Z Z 47 m z' ' v r m m 0 0 T O 'I S3 m» ;D mOD N zzx m mao z N D O➢ pmI~*1 j: Ca> O m y <V/ln n ozm f m D➢ D m O p < c Z m�G) z- mj D'9 vmz rr<i0 �0� 00 pj-D Zm 0 =20 z-Z o> �� ➢gym mN gra oZ mma m r N m C nln Sczi j z tirf -mm M o m< -' K CD N m J N DZm C Rxi y .ZmJ D vx �v v mm -I� n mmz =0v m xo VAfll� ODp'� ma ,� Z C 512 N C O 2 O m O A Z < m m z `\ a C 0 <C I oz w czisyy yoco m O �TyZZ A A O c Az o S 0 W z m o O frTl 0 o m 2 O m O A Z < m m z `\ a C 0 <C I oz w czisyy yoco m O �TyZZ A A O c Az o S 0 I IB M m -4 r z N v �mr 70->m-- > n r > z z > m $oom 7^ m �Az asnv 2. m 3z A x^5cn z �Nnz v nzm D N px� (- SC g > m ~ vzN� o ° `oA m z ti O p ti :asfi' . CmmyNm '>yZ Z _ 'C —niOC 3 v O'� - - � / -_arc••• m ,a,,,\, v 5 rriia� n jz m Z a \ CJ m to D y�z`� _ czm� -f� W� p - _•. _ m on m pxcm m o a'�_ _ 77: pz ?0 pp FOm z O i'm> vN� vnss c o ymOOOOF np ncmv� o mvA tiZm ` o `ai x am � Tpy v? � ; '�ZA sm c rs oNmNms O �D 5N ain rmi Nom mA' zocros Forr°n sya ro111111111 rr7� "� ®® >, im z Ny..ymN A�7m� �vA amp % _...�� 5 mn voo �z A0.- n� mmsn z0. ° Am m vy° L1 m nn v�N °oz mm�" �zOF� A m °mom o z CmC bi O p �f vm ms�a m mss �x=ai r fop yv -Z D N: r °F o W 'I?. s` ,3 z s zN n }3n C I oo 3Nm omm �m^ oozo sem i y c x xon NN g c -T1. No o; ocas °z =m oM cCNs"m $- r W ° c°� - t•z i 48R vOD m R R A a ZOZC Dr 'O A - FoFo O Dm rG0� m 2t 0 rn < m r C) :E yq, 0mm t ZZC) m m 7.R O G) vm� O v M \ m O D ° Z M z� p r c8 m ca _- - m TJ A o - 0 Z t - Z mm N _ D m 77 Z { m m ' HARAZN z �DmD'V C)D Kf mmZoO S ;~ V O OC V Z -Di. O o 0 Z 6 m z Et O III. -_�yI 2 Y) m m y = m _ v o c> r^ z 9 0 OV)SZ C-Z1 C)OA 5'N Zvi ^`� n �ZV)V)Cd m z °�j <mc~ -i �07.ZZ > ;Dw O °A ;01190 - >m 2 m Om- D y y OMz� vm�m r�A A_ OajZ ocm Irn. w O) mOrr �mzv -, ;D- D t ()ONm m i O N N v m m m* Z r C D y Z A v m L7 yZ r A y K Z T q 0 a 70 Ras ° o Rzg z 0 •°®VINO =m R� i' c F FI isp 6 z m a a o� i0 A O C O G D C C^ � y m 5 v Z m O O gO� 4' -0" o �ZO 41 "n o�y om�<io A " >o ° IrT1 o<A- >mJ<OOfli N � O o yZA10 �o zzp_z 8-c04> i z O O�Ay F>�-- W O m� G7 Oz z m < r vJ N <0 M 0 oc z � ➢D y m oD O Z tr. ZZ y zoo{ < n v N ZD rFy m� D Z� Z D o N 0 O -j� I D(n _ O O z z z o z Z m Z 0�N n Z D < °O 29 y3 z m m c N O Z m �° m3 f O z S m m Z O O C O G D C C^ � y m 5 v Z m O O gO� ti rvo ° nA �ZO 41 "n o�y om�<io m " >o ° IrT1 o<A- >mJ<OOfli yZA10 �o zzp_z 8-c04> i z O O�Ay �\ mZZx Oz z m r vJ N Irl56 M 0 oc z � y m °o N� O Z tr. y < n v N rFy m� pT °O 29 y3 c N O Z Z �° m3 f a S m m oa n y z o V) Z7 07 G n m m 37 -yi" C^ � y m 5 IUM CCOVER gO� ti rvo ° nA �ZO xpAOx "n o�y om�<io 'm " >o IrT1 o<A- >mJ<OOfli yZA10 �o zzp_z 8-c04> i z O O�Ay �\ mZZx Oz zu 0 oc z � ScmN�T cc r® sN„m'^x m y m m O A N SO, m N O° �OmpC r9 m AZi�m 0Y 2 A w Z C m �COm sag n Z2po Inomy oz ym 2. O m S m A oOz ZG z Z 1 r Z F m 0 A m m n z D co z„� mz C) D Z 2 O (n A Z AO K3 ymm AFL c L �muzi m m A N _O yCy � m � 11B m�Om z °a Z'a mp� to O OXD O� �v 11B EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Dave Crosby Construction Superintendent AI DeMartino Project Manager 94 Construction Services Agreement: Revised 1/1/2012